BID DOCUMENT OF MAS 01 of 2014, Item No 30

By Registered Post

By Direct Deposit

TENDER COVER SHEET
(Please refer clause 20 in page 14 of the tender)
Southern Railway

Tender Notice No.MAS/01 of 2014 of dated 31-01-2014 (Item No.30)
DUE FOR OPENING ON 13-03-2014
Name of work: PERAMBUR – Repairs to various wards and
maintenance of Railway Hospital /PER.
To
The Divisional Railway Manager, Works,
Chennai (Division)
SR, Park Town, Chennai-3.(Address)
600 003.(Pin Code)

From
.......................................
……………………………
……………………………
……………………………
……………………………

Signature of Tenderer/Contractor

1
BID DOCUMENT OF MAS 01 of 2014, Item No 30

INSTRUCTIONS TO TENDERERS FOR TENDER FORMS DOWN LOADED FROM INTERNET.
1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and
details are to be entered by the tenderer at the various locations in the document. It is advisable that
the down loaded tender document to be printed through laser printer only. Submission of Xerox or
photocopy of tender document is prohibited.
2. This tender document (in full) downloaded along with the various documents required to be
submitted as per the tender conditions in a sealed cover duly super scribing with the name of the
work, tender notice no. and date, submission of tender downloaded from the internet etc and the
same should be dropped in the tender box kept in the Office specified in the tender document before
the date and time stipulated in the tender document.
3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft
payable in favour of Senior Divisional Finance Manager, Southern Railway, Chennai - 03 along with
the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost
of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the
demand draft towards the cost of the tender document will be summarily rejected.
4. The earnest money deposit required for this work as stipulated in the tender document also to be
submitted separately
5. Tenderers are advised to download tender documents well in advance and submit the
tender before the stipulated time, the tender document will be received up to 11.00 hrs. at two
places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the
said offices on the date of opening mentioned and will be opened at 11.30 hours on the same
date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above
happens to be a holiday, the tenders will be opened on the next working day at the same time.
6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for
dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are
advised to drop their documents in the relevant tender box on any working days and up to
the time and date of receipt as mentioned above. Railway shall not be responsible for any
postal delays.
7. It is the responsibility of the Tenderer to check any correction or any modifications published
subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer
shall down load corrigendum (if any), print it out , sign and attach it with the main tender document.
Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway
will not be responsible for any postal delays / delay in downloading of tender document from the
internet.
8. The tenderer may please note that the rate for items should be written in figures and in words by
black or blue ball point pen only. Each page of tender document should be signed by the tenderer.
9. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of
perusal as well as for using the same as tender document for submitting the offer. Master copy of the
tender document is available in the concern office inviting tender. After award of work an agreement
will be prepared based on the master copy of tender document available in the above mentioned
office. In case, any discrepancy between the tender document downloaded from the internet
and the master copy, latter shall prevail and will be binding on the tenderer/s. No claim on this
account will be entertained.
10. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at
any stage even after the award of the tender, full earnest money deposit will be forfeited and the
contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from
doing business with Railways and/or prosecuted.
11. The following declaration should be given by the tenderer while submitting the tender:

Signature of Tenderer/Contractor

2
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Declaration
(a) I/We have downloaded the tender form from the internet site www.sr.indianrailways.gov.in. and
I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be
tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest
money deposit will be forfeited and I/we am/are liable to be banned from doing business with
Railways and/or prosecuted.
(b) I/We submitting a demand draft no. ___________________ dated __________ issued by
____________________ for Rs.__________ towards the cost of tender form.
Signature of Tenderer :
Date
Address

Signature of Tenderer/Contractor

3
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
CHENNAI DIVISION (WORKS BRANCH)

Tender Notice No.MAS/01 OF 2014 Dt.31.01.2014 (Item No. 30 )
Divisional Railway Manager/Works Branch/Chennai Division, Chennai-3 for and on behalf of the
President of India invites sealed tenders for the under mentioned works:
Approx.
Earnest
Period of
Sl.
cash
Money
Similar nature
Description of work
completio
No
value Rs. Deposit
of work
n
(lakhs)
Rs.
(1)

(2)

(3)

30

PERAMBUR – Repairs to various
wards and maintenance of Railway
Hospital /PER.

Last date for issue of tender form :
Date of tender opening:

45.19

(4)

(5)

90,382/-

Not
Applicable

(6)
Twelve
Months

12.03.2014
13.03.2014

Cost of tender forms:
1)
2)
3)
4)
5)

For works costing upto
5 lakhs
For works costing above 5 lakhs and up to 20 lakhs
For works costing above 20 lakhs and up to 50 lakhs
For works costing above 50 lakhs and up to 2 crores
For works costing above 2 crores and up to 50 crores

1096/2192/3288/5480/10960/-

1. If the tender form is required by post, the postage will be Rs.500/- extra (Non-refundable).
However, in such cases the last date of issue of tender form will be seven days prior to the last date of
issue of tender form. The Railways will not be responsible for postal delay/loss of tender form.
2. In no circumstance will the amount towards the cost of tender form be refunded. Tender forms are
not transferable.
3. The cost of the tender forms may be paid to the Sr. Divisional Cashier, Southern Railway,
Chennai – 3 or any Station Master, Southern Railway and the cash receipt should accompany the
request for issue of tender forms.
4. The tender forms can be obtained by hand but no rebate will be given in the cost of tender forms.
5. The tender forms will be issued up to 15.00 hrs. on the specified date. The same will be received
up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes
will be placed at the said office on the date of opening mentioned and will be opened at 11.30 hours
on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned
above happens to be a holiday, the tenders will be opened on the next working day at the same time.
6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for
dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to
drop their documents in the relevant tender box on any working days and up to the time and date of
receipt as mentioned above. Railway shall not be responsible for any postal delays.
7. The tenderers are required to satisfy the following eligibility criteria for all works costing
more than 50 lakhs:

Signature of Tenderer/Contractor

4
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Sl.No
1

Cl
ause
Experience

2

Turn over

Description

Criteria

Should have completed in the
last three financial years (i..e
current
year
and
three
previous financial years)
Total contract amount received
during the last 3 financial years
and in the current financial
year.

At least one similar single work,
for a minimum value of 35% of
advertised value of work.

Should be a minimum of 150%
of advertised tender value.
Tenderer should produce an
attested certificate from the
employer/client,
audited
balance sheet duly certified by
the Chartered Accountant and/
or attested certificates from
the Central/State govt./ public
sectors
undertakings
organization/department from
where the tenderer received
the payment for the work done.
Note: a) Work executed in own name only can be considered towards eligibility criteria
b) The turn over in the own name company, in whose name the tender is offered, alone will
be considered.
c) Consortium and firms and MOUs and sister concerns will not be considered
towards
eligibility criteria.
8. Documents to be submitted along with the tender.
The following documents should be submitted along with the tender.
a) List of works completed in the last three 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 be given.
b) 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.
Note:
1) In case of items (a) & (b) above, supportive documents/ certificates from
the organisations with whom they worked/ are working shall be enclosed.
2) Certificate from private individuals for whom such works are executed / being executed will
not be accepted.
9. The tenderers are requested to submit the requisite EMD in favour of Sr. Divisional Finance
Manager, Chennai Division, Southern Railway, Chennai -3 along with the tender documents failing
which their offer will be rejected. LSEMD will not be considered.
10. Submission of EMD amount in the form of Bank guarantee will not be entertained.
11. All documents to support fulfillment of eligibility criteria should be furnished along with the tender
and should be available at the time of tender opening. Tenders not accompanied by documentary
evidence in support of eligibility criteria will be rejected. No post tender communication in any form will
be made or entertained, after opening of tenders in this regard.
12. For other details, terms and conditions, the tenderers are advised to refer to the tender
documents.
13. Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50 lakhs
irrespective of the contract completion period and PVC shall not be applicable to tenders of value less
than Rs.50 lakhs.
14. Tender document can also be down loaded from www.sr.indianrailways.gov.in and tender
document can be submitted along with a separate demand draft towards the cost of tender form at
the time of tendering failing which the offer will be summarily rejected.
For Divisional Railway Manager/Works/Chennai.

Signature of Tenderer/Contractor

5
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
WORKS CONTRACT
REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS
TO TENDERERS AND CONDITIONS OF TENDER
TENDER AGREEMENT FORM

Tender Notice No.MAS/01 of 2014 dt 31-01-2014, Item No. 30.
OF DRM/Works/MAS
1. Name of the tenderer to whom
The tender form is issued.
(Please indicate details if the documents are down loaded from internet)
2. Address
3. Serial No. assigned to the tender form
4. Date of sale

5. Signature & name of the Official
Who issued the form.
Notes:
(1) Transfer of tender form purchased by one tenderer to another is not permissible.
(2) The tender form is required to be submitted intact together with all documents supplied at the
time of sale, without any pages being removed. Any other documents required to be submitted as per
the conditions shall also be attached. Failure to comply with this requirement will render the tender
liable to be rejected.
(3) This document is the property of southern railway and is issued only for the use of the tenderer for
submitting offers and should not be used in any other form nor be copied or reproduced.

Signature of Tenderer/Contractor

6
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
REGULATIONS FOR TENDERS AND CONTRACTS AND
INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER
Sl.No CONTENTS
1
Definitions
2
Singular or Plural
3
Interpretation
4
Tenders
4.1.
Application for Registration
5
Tender forms
6
Omissions and Discrepancies
7
Earnest Money
8
Care in submission of tenders
9
Right of Railway to deal with tenders
10
Execution of Contract Documents
11
Form of Contract Documents
12
Form of Quotation
13
Documents of this tender
14
Drawing for this work
15
Currency for this work
16
Earnest money for this tender
17
Right to deal with this tender
18
Income Tax Clearance Certificate
19
Tenderer’s Credentials
20
Submission of tenders
21
Execution of contract documents
22
Partnership deeds, Power of Attorney etc.
23
Employment/ Partnership etc. of retired Rly. Employee.
ANNEXURES
(i)
Tender form
(ii)
Form for Schedule of Quantities and rates
(iii)
Form for Reporting of Employment
(iv)
Form for letter of acceptance
(v)
Form for Zone Agreement
(vi)
Form for Work order under Zone Contract
(vii)
Form for Works contract Agreement.

PARA
1
2
3
4.1
4
5
6
7
8
9
10
11
12
13
14
17
18
19
22
23
25
27
28
30
Annexure I
Annexure-IA
Annexure-IB
Annexure II
Annexure-III
Annexure-IIIA
Annexure-IV

PAGE
2
3
3
3
3
4
4
4
6
6
6
7
7
7
7
8
8
8
8
9
9
9
9
9
11
13
14
15
16
18
20

Signature of Tenderer/Contractor

7
BID DOCUMENT OF MAS 01 of 2014, Item No 30

SOUTHERN RAILWAY
REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND
CONDITIONS OF TENDER. (FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR
ENGINEERING WORKS UNDER WORKS CONTRACTS)
MEANING OF TERMS
1. Definitions: In these Regulations for Tenders and Contracts, the following terms shall have
the meanings assigned hereunder except where the context otherwise requires:a) “Railway” shall mean the President of the Republic of India or the Administrative
Officers of the Southern Railway of the Successor Railway authorized to deal with
any matters, which these presents are concerned on his behalf.
b) “General Manager” shall mean the Officer in charge for the general superintendence
and control of the Southern Railway and shall also include the General Manager
(Construction), Southern Railway and shall mean and include their successors of the
Successor Railway.
c) “Chief Engineer” shall mean the Officer in charge of the Engineering department of
the Southern Railway and shall also include the Chief Engineer (Construction), Chief
Signal and Telecommunication Engineer, Chief Signal and Telecommunication
Engineer (Construction), Chief Engineer and Chief Electrical Engineer (Construction)
and shall mean and include their successors of the Successor Railway.
d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the
Southern Railway and shall mean and include the Divisional Railway Manager of the
Successor Railway. Divisional Railway Manager (Works) shall be the Officer in
charge of the Engineering Department on the Division and similar is for S & T,
Electrical etc. for the concerned department.
e) “Engineer” shall mean the Divisional Engineer, Southern Railway or the Executive
Engineer, Southern Railway and shall mean and include the Divisional Signal and
Telecommunication Engineer, Divisional Signal & Telecommunication Engineer
(Construction), Divisional Electrical Engineer and Divisional Electrical Engineer
(Construction) in executive charge of the works and shall include the superior officers
of the Engineering, Signal & Telecommunication, and Electrical Department of the
Southern Railway, i.e. the Senior Divisional Engineer/ Deputy Chief Engineer/ Chief
Engineer, Principal Chief Engineer, Deputy Chief Engineer (Construction)/ Chief
Engineer (Construction) / Chief Administrative Officer (Construction), Senior
Divisional Signal and Telecommunication Engineer/ Deputy
Chief Signal &
Telecommunication Engineer/ Chief Signal & Telecommunication Engineer, Deputy
Chief Signal & Telecommunication Engineer (Construction) / Chief Signal &
Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/
Deputy Chief Electrical Engineer/ Chief Electrical Engineer, Deputy Chief Electrical
Engineer (Construction)/ Chief Electrical Engineer (Construction) and other superior
Officers of the concerned department of the Southern Railway and shall mean and
include the Engineers of the Successor Railway.
f) “Tender” shall mean the person/ the firm/ co-operative society or company whether
incorporated or not who tenders for the works with a view to execute the works on
contract with the Railway and shall I include their personal representatives,
successors and permitted assigns:
g) “Contractor” shall mean the person/ firm/ Co-operative society or company whether
incorporated or not who enters into the contract with the Railway and shall include
their executors, Administrators, successors and permitted assigns.
h) “Contract” shall mean and include the Agreement or Work Order, the accepted
schedule of rates or the printed schedule of rates of the Southern Railway modified
by the tender percentage for items of works quantified or not quantified, the General
conditions of Contract, the Special conditions if any, the drawings, the specifications,
the special specifications if any, schedule of quantities, Manuals and instructions if
any and Tender Forms if any, all in complete known as “Contract Documents”.
i) “Limited Tenders” shall mean tenders invited from all or some Contractors on the
approved or select list of Contractors with the Railway.

Signature of Tenderer/Contractor

8
BID DOCUMENT OF MAS 01 of 2014, Item No 30
“Open Tenders” shall mean the tenders invited in open and public manner and with
adequate notice and publicity.
k) “Works” shall mean the works to be executed in accordance with the contract.
l) “Specifications” shall mean the Indian Railway Standard specification for
Materials and Works 2010 (Vol. I & II) issued under the authority of Railway Board
or as amplified, added to or superseded by special specifications if any, appended to
the Tender Forms or as modified from time to time.
m) “Schedule of Rates of the Southern Railway” shall mean the Southern Railway
Unified Standard Schedule of Rates 2011 issued under the authority of the Chief
Engineer from time to time or as amplified, added to or superseded from time to time.
n) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof
annexed to the Tender forms.
j)

2. Singular or Plural: Words importing the singular number shall also include the plural and vice
versa where the context requires.
3. Interpretation: These Regulations for “Tenders and Contracts shall be read in conjunction
with the General conditions of contract which are referred to herein and shall be subject to
modifications, additions or supersessions by special conditions of contract and / or drawings,
manuals, specifications, if any, annexed to the Tender Forms.
4. Tender: Works of construction and of supply of materials shall be entrusted for execution to
Contractors whose capabilities and financial status have been investigated and approved to
the satisfaction of the Railway. Open tenders shall be called in open and public manner duly
giving adequate publicity and notice. List of approved Contractors shall also be maintained
in the Railway. The said list shall be revised periodically, once in a year or so, by giving wide
publicity through advertisements etc.
4.1. Application for Registration: While seeking registration, a Contractor including a Contractor
who is already on the approved list shall apply to then nearest General Manager (Construction),
Chief Administrative Officer (Construction), Chief Engineer and / or Divisional Railway Manager,
furnishing particulars regarding:a) his position as an independent Contractor specifying the engineering organization
available with details and partners / staff/ engineers employed with qualifications and
experience;
b) his capacity to under take and carry out works satisfactorily as vouched for by a
responsible official or firm, with details about the transport equipments, construction
tools and plants etc. required for the work, maintained by him;
c) his previous experience of works similar to that to be contracted for, in proof of
which original certificates or testimonials may be called for and their genuineness
verified if need be, by reference to the signatories thereof.
d) His knowledge from actual personal investigation of the resources of the area / zone
or zones in which he offers to work;
e) His ability to supervise the work personally or by competent and duly authorized
agents;
f)

His financial position;

g) Authorized copy of the current Income Tax Clearance Certificate.
h) Any other as called for.
4.2. An applicant shall clearly state the categories of works for which and the area/ zone/ division(s) /
district(s) in which he desires registration in the list of approved Contractors.

Signature of Tenderer/Contractor

9
BID DOCUMENT OF MAS 01 of 2014, Item No 30

4.3. The selection of Contractors for enlistment in the approved list would be done by a committee
for different value slabs as notified by the Railway.
4.4. An annual fee or otherwise as prescribed by the Railway from time to time would be charged
from such approved Contractors to cover the cost of processing of tenders, sending notices to them,
clerkage for tenders etc.
4.5. The list of approved Contractors would be treated as Confidential Office record.
TENDERS FOR WORKS
5.Tender Forms: Tender Forms will embody the contents of the Contract Documents either directly
or by reference. Tender Forms shall be issued on payment of prescribed fees to the appropriate
Contractors on the list of Approved Contractors. Contractors not on the list of Approved Contractors,
will, on payment of the prescribed fees, be furnished with Tender Forms and they shall be required to
submit evidence regarding their financial status, previous experience and ability to execute the
works, and an authorized copy of the current Income Tax Clearance Certificate without which their
ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate
without which
their tenders will not be considered. All pages of the Tender Forms , as per
specimen form at Annexure I and I(A) and ((B) and all other annexures, including the “Regulations
and Instructions”, shall be signed by the Tenderer clearly in acceptance of the same while submitting
the tender.
No alterations/ corrections/ modifications of the Tender Forms is admissible. Tenders
with such altered/ corrected/ modified Tender Forms will be rejected by the Chief Engineer/ Chief
Engineer (Construction)/ Divisional Railway Manager. The tender documents shall be witnessed by
two individuals of appropriate status.
6.Omissions and Discrepancies: Should a Tenderer find discrepancies in, or omissions from the
drawings or any of the Tender Forms or other Contract Documents or should he be in doubt as to
their meaning, he should at once notify the authority inviting tenders who may send a written
instruction to all Tenderers. It shall be under stood that every endeavor has been made to avoid
any error which can materially affect the basis of the tender and the successful Tenderer shall take
upon himself and provide for the risk of any errors, omissions and discrepancies which may
subsequently be discovered and shall make no subsequent claim on account thereof.
7. Earnest Money:
a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance
of the stipulation to keep the offer open till such date as specified in the tender, under condition of
tender. The Earnest money shall be as follows :
Value of the work (Tender Value)

EMD

For works estimated to cost up to Rs.1 Crore.
For works estimated to cost more than Rs.1
Crore.

2% of the estimated cost of the work.
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.

b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and the
Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting his
tender he will not resile from his offer or modify the terms and conditions thereof in a manner not
acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation,
the aforesaid amount shall be liable to be forfeited to the Railway.
c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as
part security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General
conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided,
be returned to them, but the Railway shall not be responsible for any loss or depreciation that may
happen thereto while in their possession, nor be liable to pay interest thereon.
2) The Earnest money should be in cash or in any of the following forms:

Signature of Tenderer/Contractor

10
BID DOCUMENT OF MAS 01 of 2014, Item No 30

(i) Deposit receipts, pay orders, demand drafts. These forms of Earnest Money could be either of the
State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the Reserve
Bank of India will be necessary.
8. Care in submission of Tenders:
a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works that all conditions liable to be encountered during the
execution of the works are taken into account and that the rates he enters in the Tender Forms are
adequate and all inclusive to accord with the provisions in Clause –37 of the General conditions of
Contract for the completion of works to be entire satisfaction of the Engineer.
b) When work is tendered for by a firm or company of Contractors, the tender shall be signed by the
individual legally authorized to enter into commitments on their behalf.
c) The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in
the composition of the firm made subsequent to the execution of the contract. It may, however,
recognize such power of attorney and changes after obtaining proper legal advice, the cost of which
will be chargeable to the contractor.
9.Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders for
any of the Railway work or works or to invite open or limited tenders and when tenders are called, to
accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any
such action.
CONTRACT DOCUMENTS
10. Execution of Contract Documents: The tenderer whose tender is accepted shall be required to
appear in person at the Office of the General Manager/ General Manager (Construction) Chief
Administrative Officer (Construction)/ Chief Engineer/ Divisional Railway Manager or the concerned
Engineer, as the case may be or in case of a firm or corporation, a duly authorized representative
shall so appear and execute the Contract Documents with in 7 days (seven) after notice that the
contract has been awarded to him and / or on receipt of the letter of acceptance of the tender, in
specimen form at Annexure II. Failure to do so shall constitute a breach of the letter of acceptance of
the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the
agreement affected by the acceptance of prejudice to any other rights or remedies available to the
Railway.
10.1. In the event of any Tenderer whose tender is accepted refusing to execute the Contract
documents as here in before provided, the Railway may determine that such Tenderer has
abandoned the contract and there upon his tender and acceptance thereof shall be treated as
cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and also to
recover the damages for such default.
11. Form of Contract Documents: Every contract shall be complete in respect of the document it
shall so constitute . The Contract documents shall include all or any of the documents listed in the
definition for “Contract” updated to the date of issue of tender notice for the work. It should be under
stood that every endeavor has been made by the Railways to update all the documents and the
Tenderer shall take upon himself and provide for the work of any deficiency or error in this regard
which may subsequently be discovered and shall make no subsequent claims on account thereof.
Not less than 3 (three) copies of the Contract Documents, shall be signed by the competent authority
and the contractor and one copy given to the Contractor.
a) For Zone or Zonal contracts, awarded on the basis of the percentage at par or above or
below the Unified standard schedule of Rates of the Engineering Department and/ or other
departments of the Southern Railway for the whole or part of financial year, the contract
agreement required to be executed by the Tenderer whose tender is accepted shall be as per
specimen form at Annexure III or as may be prescribed by the Railway. During the currency
of the Zone contract, Work orders as per specimen form at Annexure III (A), for works not

Signature of Tenderer/Contractor

11
BID DOCUMENT OF MAS 01 of 2014, Item No 30

exceeding Rs.2,00,000/- each, or so as specified by the Railway, will be issued by the
Divisional Railway Manager / Engineer under the agreement for the Zonal contract.
b) For contracts for specific works, valued at more than Rs.10,000/- the contract agreement to
be executed by the Tenderer whose tender is accepted shall be as per specimen form at
Annexure IV or so as may be prescribed by the Railway.
12. FORM OF QUOTATION:
a) The tender shall be submitted in the prescribed form annexed hereto at Annexure I, I (A) , I (B) and
other relevant annexures, quoting a percentage above or below or par the rates shown in the
printed Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto
Correction Slip No………… of ………. And lump sum rates for the items given in other schedules in
the tender. The quotations will be subject to the general and special instructions contained in the
Southern Railway Unified Standard Schedule of Rates 2011 and the other documents of the
contract Documents to which the Tenderers” special attention is drawn. The percentage and rates
quoted must be clearly written in figures and words and the percentage quoted shall apply to all items
in all the Chapters of the Southern Railway Unified Standard Schedule of Rates 2011. The
percentage/ rates quoted must be firm, precise and unconditional.
c) If any item is excluded by the Tenderer while submitting his tender, the Engineer may reject
the tender.
INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER
13. The following documents form part of this Tender/ Contract:
a) Tender Forms and schedule of approximate quantities (including all Annexures ) (enclosed)
b) Special Conditions/ specifications and special specifications (enclosed)
c) Printed General conditions of Contract and Indian Railway Standard specification for
Materials and Works 2010 (Vol.I&II) issued under the authority of Railway Board as
amended/ corrected up to correction slips up to date, copies of which can be seen in the
Office of the Engineer/ Chief Engineer (Construction) or obtained from the office of the Chief
Engineer (Construction)/ Divisional Railway Manager/………………of Southern Railway,
………….. on payment of Rs.
& Rs. ………..per copy respectively.
d) Printed Southern Railway Unified Standard Schedule of Rates 2011, as amended/
corrected upto Correction slip upto date, copies of which can be seen/ obtained in/ from the
office of above on payment of Rs. ………. Per copy.
e) All general and detailed drawings pertaining to the work which will be issued by the Engineer
or his representatives (from time to time) with all changes and modifications.
14.Drawings for this work: The drawing for the work can be seen in the office of the Chief Engineer/
Chief Engineer (Construction) / Divisional Railway Manager/ Engineer at any time during the
office hour. The drawings are only for the guidance of tenderer. Detailed working drawings (if
required) based generally on the drawing mentioned above, will be given by the Engineer or his
representative from time to time.
14.1The tenderer shall quote his rates as a percentage above or below or at par Southern Railway
Unified Standard Schedule of Rates 2011 as applicable to Sr. DEN/DEN……….. of
……….Division except where he is required to quote item rates/ lump sum and must tender for all
the items shown in the schedule of approximate quantities attached. The quantities shown in the
attached schedule are given as a guide and are approximate only and are subject to variation
according to the needs of Railway. The Railway does not also guarantee work under each item
of the schedule.
14.2Tenders containing erasures and/ or alterations of the tender documents are liable to rejected.
Any correction made by the tenderer in his entries must be attested by him.
15.Currency for the work: The woks are required to be completed within TWELVE MONTHS from
the date of issue of the acceptance of letter.

Signature of Tenderer/Contractor

12
BID DOCUMENT OF MAS 01 of 2014, Item No 30
16. EARNEST MONEY FOR THIS TENDER:
a) The tender must be accompanied by a sum of ` 90,382/- as Earnest Money deposited in
cash or in any of the forms as mentioned herein before, failing which the tender will not be
considered.
b) The Tenderer shall keep the offer open for a minimum period of 90 days from the date of
opening of the tender. It is under stood that the tender documents has been sold/ issued to
the Tenderer and the Tenderer is permitted to tender in consideration of the stipulation on
his part that after submitting his tender subject to the period being extended further if
required by mutual agreement from time to time, he will not resile from his offer or modify the
terms and conditions thereof in a manner not acceptable to the Engineer / Railway. Should
the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as
Earnest Money, for the due performance of the above stipulation, shall be forfeited to the
Railway.
c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as
Security Deposit for the due and faithful fulfillment of the contract. This amount of Security
Deposit shall be forfeited if the Tenderer/ contractor fail to execute the Agreement Bond with
in 7 days after receipt of notice issued by the Railway that such documents are ready or to
commence the work within 15 days after receipt of the orders to that effect.
d) The Earnest Money of the unsuccessful tenderer(s) will, save as herein before provided, be
returned to the unsuccessful tenderer(s) within a reasonable time but the railway shall not be
responsible for any loss or depreciation that may happen to the security for the due
performance of the stipulation to keep the offer open for the period specified in the tender
documents or to the Earnest Money while in their possession nor be liable to pay interest
thereon.
17. Right of the Railway to deal with this Tender: The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or
any other tender and no Tenderer shall demand any explanation for the cause of rejection of his
tender nor the Railway under take to assign reasons for declining to consider or reject any particular
tender or tenders.
17.1. If the tenderer deliberately gives wrong information in his tender or creates circumstances for
the acceptance of his tender, the Railway reserves the right to reject such tender at any stage.
17.2. If the Tenderer expires after the submission of his tender or after the acceptance of his tender,
the Railway shall deem such tender as cancelled. If a partner of a firm expires after the
submission of their tender of after the acceptance of their tender, the Railway shall deem such
tender as cancelled the firm retains its character.
18. Income-Tax Clearance Certificate: The Tenderer is required to produce along with his tender
an authorised copy of the Income-Tax Clearance Certificate ore a sworn affidavit duly countersigned
by the Income/Tax Officer to the effect that he has no taxable income.
19. Tenderer’s Credentials: Documents testifying the Tenderer’s previous experience and financial
status should be produced along with the tender or when desired by the competent authority of the
Railway.
19.1. Tenderer who has not carried out any work so far on the Railway and who is not borne on the
approved list of the Contractors of the Southern Railway should submit along with his tender
credentials to establish:(i)
(ii)
(iii)

His capacity to carry out the works satisfactorily.
His financial status supported by Bank reference and other documents.
Certificates duly attested and testimonials regarding contracting experience for
the type of job for which tender is invited with list of works carried out in the past.

Signature of Tenderer/Contractor

13
BID DOCUMENT OF MAS 01 of 2014, Item No 30

20.Submission Tender: “Tender must be enclosed in a sealed cover, superscribed “Tender Notice
No……………”/” Item No……………”/” Name of the WORK.” and must be sent by registered post to
the address of the tender calling authority so as to reach at the time, date, specified in the tender OR
deposit in the special box allotted for the purpose. This special box will be sealed at 11.00 hours on
the date of the opening. Tenderers may paste the “Tender Cover Sheet”, printed along with this
tender to fulfill super scribing requirements as specified in this clause.
21. Execution of Contract Documents: The successful Tenderer shall be required to execute an
agreement with the President of India acting through the Divisional Railway Manager/ Works,
Southern Railway for carrying out the work according to the Contract Documents.
22. Partnership deeds, Power of Attorney etc.,: The Tenderer shall clearly specify whether the
tender is submitted on his own or on behalf of a Partnership concern. If the tender is submitted on
behalf of a Partnership Concern, he should submit the certified copy of partnership deed along with
the tender and authorisation to sign the tender documents on behalf of Partnership Concern. If these
documents are not enclosed along with tender documents, the tender will be treated as having been
submitted by individual signing the tender documents. The Railway will not be bound by any power of
attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to
the execution of the contract. It may, however, recognise such power of attorney and changes after
obtaining proper legal advice, the cost of which will be chargeable to the Contractor.
22.1. The Tenderer, whether Sole Proprietor, a Limited Company or a Partnership Concern, if they
want to act through an agent or individual partner should submit along with the tender or at a later
stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in
favour of the specific person whether he be partner of the firm of any other person specifically
authorising him to submit the tender, sign the agreement, receive money, witness measurements,
sign measurement books, compromise, settle, relinquish any claim)s_ preferred by the firm and sign
the “No Claim Certificate” and refer all or any disputes to arbitration.
23. Employment/Partnership, etc., of Retired Railway Employees:
(1)Should a Tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working
before his retirement, whether in the executive or administrative capacity, or whether holding a
pension able post or not, in any department of any of the Railway owned and administered by the
President of India for the time being or should a Tenderer being a partnership Concern have as one of
its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a Tenderer being an
incorporated Company have any such retired Engineer or retired Officer as one of its Directors, or
should a Tender have in his employment any retired Engineer or retired Officer as aforesaid. The full
information as to the date of retirement of such Engineer or Government service at least 2 years prior
to the date of submission of the tender as to whether permission for taking such contract, or if the
Contractor be a partnership firm or an incorporated Company, to become a partner or Director as the
case may be or to take the employment under the Contractor has been obtained by the Tenderer or
the Engineer or Officer as the case may be from the President of India or any Office, duly authorised
by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders
without the information above referred to or without a statement to the effect that no such retired
Engineer or retired Gazetted Officer is so associated with the Tenderer, as the case may be shall be
rejected.
(2)Should a Tenderer or Contractor being an individual on the list of approval Contractors. have a
relative(s) or in the case of Partnership Concern or Company of Contractors one or more of his
shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any department
of any of the Railways, the authority inviting tenders shall be informed of the fact at the time of
submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently
comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the
General Conditions of Contractor:
Non-compliance with any of the conditions set forth herein above is liable to result in the
tender being rejected.

Signature of Tenderer/Contractor

14
BID DOCUMENT OF MAS 01 of 2014, Item No 30

(………………………………..)
Signature of the Tenderer(s)
Place:

Name:

Date:

Address:

Signature, name and addresses of the witnesses to the signature of the Tenderer(s):

1.

2.

Signature of Tenderer/Contractor

15
BID DOCUMENT OF MAS 01 of 2014, Item No 30
Annexure-I
SOUTHERN RAILWAY
REF. No./DATE……………..
To
THE PRESIDENT OF INDIA,
acting through the
Divisional Railway Manager/Works/Chennai Division
Southern Railway……………………………..
Name of Work – As per the schedule

Tender Notice No.MAS/01 of 2014 dt 31-01-2014 (Item No.30)
1.
I/We……………………………………………., have read the conditions of tender attached
hereto and agree to abide by said conditions. I/we
have perused the Contract Documents (i.e. the General Conditions of
contract, Special Conditions and Specifications, special specifications and Indian Railway Standard
specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board
and Southern Railway Unified Standard Schedule of Rates 2011 and all other documents attached
to the tender) and that I/We am/are fully aware that I/We will have to perform the contract if my/our
tender is accepted subject to the Contract Documents complete aforesaid.
I/We
offer
to
do
the works
of
the
……………………………………….……………………………………………………………
…………………………………..” at the rates shown in the printed Southern Railway Unified
Standard Schedule of Rates 2011 of the Senior DEN/DEN/……………../………….. portion of
…………………….. division as corrected by and up o correction slip no……
of ……………. At
par/enhanced/diminished by …………………. Per cent in respect of Schedule `A’ (items covered by
the Southern Railway Unified Standard Schedule of Rates 2011) and the rates quoted by me/us in
respect of Schedules…………….. (items not covered by the Southern Railway Unified Standard
Schedule of Rates 2011) and lump sum rates for the items given in Schedule ……………. And
hereby bind myself/ ourselves to complete the work in …………… months from the date of issue of
the letter of acceptance.
2.We also agree to keep this tender open for acceptance for a period of …………………Days from the
date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “
Earnest Money”.

3. A sum of Rs………..
is herewith forwarded as Earnest Money. The full value of the Earnest
Money shall stand forfeited without prejudice to any other right or remedies available to the Railway in
case my/our tender is accepted and if:
(A) I/we do not execute the Contract Documents within seven days after receipt of notice
issued by the Railway that such documents are ready: or
(B) I/we do not commence the work within fifteen days after receipt of orders to that effect.

Signature of Tenderer/Contractor

16
BID DOCUMENT OF MAS 01 of 2014, Item No 30

4. I/We agree that until a format agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between us subject to modifications as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this work.
5. I/We also undertake to carry out the work in accordance with the said plans, specifications and
conditions of contract, and to find and provide such of the materials (other than those to be supplied
by the Railway) for, and to do all such thins which in the opinion of the Engineer may be necessary
for, or incidental to the construction, completion and maintenance thereof and to complete the whole
of the said works in all respects, and hand them over to you or your representative(s) within the period
specified, and to maintain the same for the period and in the manner provided in the conditions of
contract.
……………………………...
(SIGNATURE OF THE TENDERS)
PLACE:
DATE:

NAME :
ADDRESS:

SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S)
Witensses:
1. Signature……………

Date……… Name……….

Address………………..

2. Signature……………

Date……… Name……….

Address………………..

*****

Signature of Tenderer/Contractor

17
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-IA
SOUTHERN RAILWAY
Name of work: …………….Tender Notice No…………

Item No……….

FORM FOR SCHEDULE OF QUANTITIES AND RATES.
Sl.No.
(1)

Item No.
(2)

Description of
Item of work
(3)

Approximate
Quantity
(4)

Unit
(5)

Rates in
Figures and
In Words.
(6)

Amount in
Figures and
In Words.
(7)

I/We undertake to do the work at ………………% above/ below or at par Southern Railway
Unified Standard Schedule of Rates 2011 (as corrected/ amended by up-to-date) as applicable to
Sr.DEN/DEN /………………………….. Division or at the rates quoted above for each item.
…………………………

Place :
Date:

Signature of the Tenderer(s)

Notes:
1. The quantities shown in the above schedule are approximate and are as a guide to give
the Tenderer(s) an idea of the quantum of work involved. The Railway reserves the right to
increase/decrease and/or delete or include any of the quantities given above and no extra rate will be
allowed on this account.
2. Suitable schedules for USSOR items and other items shall be used.
3. Columns 1 to 5 shall be filled by the Office of the Authority inviting tender. Coloumns 6
& 7 shall be filled by the Tenderer(s) only when percentage tenders are not invited. For
percentage tenders, form shall be modified suitably. Separate schedules shall be used
for separately identifiable group of works/items. Each page of the schedule should be
signed by the Tenderer with name, date and plate.
Signature & ADDRESS of the witnesses to the signature of the tenderer(s)
1. SIGNATURE :………………… DATE……… NAME………..

ADDRESS….

2. SIGNATURE :………………… DATE……… NAME………..

ADDRESS….

Signature of Tenderer/Contractor

18
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-IB
FORM FOR REPORTING OF EMPLOYMENT
(Proforma to be filled in and signed by the Tenderer and submitted along with the tender with
reference to clause No.30 of the conditions under “ Regulations” of the tender)
(strike out whichever is not applicable)
The undersigned –
(a) is a retired Gazetted officer holding prior to retirement a pensionable / non-pensionable post
in the Engineering Department of the ………………..Railway.
(b) is a partnership firm having as one of ;its partners a retired Engineer or a retired Gazetted
Officer as aforesaid.
(c) Is an incorporated company having any such retired Gazetted officer as aforesaid, as one of
its directors.
(d) Is having in my employment any retired Engineer or retired Gazetted officer as aforesaid.
(e) Has no such retired Engineer or retired Gazetted officer so associated with me as stated
above.
2. If falling under any of the above categories (a) to (d), particulars of the officer may furnished
hereunder:
(i)Post held before retirement ……………………………….
(ii) Date of retirement……………………..
(iii) ………………………………………………………….
(iv) If not retired at least two years prior to date of submission of tender …………
state whether permission for taking such contracts has been obtained
from the President of India or any officer duly authorized in this behalf.
3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or
relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways,
particulars of such relatives in the Railway may be furnished hereunder…
…

…

..

(ii) Designation …

…

…

(iii) Relationship …

…

… ……………………………………..

(i) Name

………………………………...
……………………………………

…………………………..
Signature of Tenderer(s)
NAME………………
ADDRESS :…………….

Signature of Tenderer/Contractor

19
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure – II
Southern Railway
FORM FOR ACCEPTANCE OF TENDERER
(This if only for guidance. The issuing authority will decide the format and contents based complete
Contract Documents)
No. W……………………………………………………
SHRI./M/S……………………………………………….
…………………………………………
…………………………………………
Sir(s),
NAME OF WORK:……………………………./……………………………
TENDER NOTICE NO:……………………….ITEM NO………………….
I accept the tender offered by you for the above work and agree to pay the rates as per
Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto Correction
Slip No……….of………….at the rates at par/enhanced/diminished by………………………..per cent in
respect of Schedule ‘A’ (items covered by the Southern Railway Unified Standard Schedule of
Rates 2011_ and at the rates as entered in the Schedule(1)…………….(items not covered by the
Southern Railway Unified Standard Schedule of Rates 2011) and lump sum rates for the items
given in Schedule(s)………………….
The agreement for the contract for the above work shall be signed by you within days of
receipt of this letter, which is dispatched by registered post acknowledgement due. This letter of
acceptance forms part of the Contract Documents governing this contract.
Please acknowledge receipt of this letter.
DIVISIONALRAILWAY
MANAGER/WORKS/………
………………………………
……………………………………………………..
(On behalf of the President of India)
PLACE:
DATE:
WITNESSES:
1.
2.

Signature…………………..Date………..Name……………. Address……………
Signature……………………Date……….Name……………..Address…………...

Signature of Tenderer/Contractor

20
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-III
Southern Railway
FORM FOR AGREEMENT FOR ZONE (ZONAL) CONTRACT
CONTRACT(ZONAL) AGRTEEMENT NO……………….DATED…………
1.
Articles of agreement made this…………………….day of……………….of 20…
Between the “President of India” acting through the………………………………. Of Southern Railway,
herein after called for “Railway” of the one part and………………………………………..herein after
called the “Contractor” of the other part.
2.

Whereas the Contractor has agreed with the Railway during the period of………..months
from…………to…………………..for the performance of:

a) New works, additions and alterations to existing structures, special repair works and supply of
building materials and
b) All ordinary repair and maintenance works:
Subject to the contract value of each such work not exceeding to Rs. 2,00,000/And whereas the Contractor has agreed to carry out the works at any site in
Zone…………….as detailed in the Southern Railway Unified Standard Schedule of Rates 2011 or
in SSE/SE(P.Way/Works)/………….section as may be entrusted to h im at the option of the Railway
from time to time during the said contract period and as will be set forth in the Work Orders (which
Work Orders shall be deemed and taken to be part of this contract) that will be issaued during the said
period at par/………………………..percent above/below the Southern Railway Unified Standard
Schedule
of
Rates
2011,
corrected
up
Printed/Advance
Correction
Slip
No……………dated……………..and as per the Contract Documents complete and whereas the
performance of the said works is an act in which the public are interested.
3.

And whereas this contract does not cover/covers supply of ballast included in the
Southern Railway Unified Standard Schedule of Rates 2011.

4.

And whereas in the case of bad work or materials, the Engineer may take such action as
may be deemed necessary under the relevant clauses of the conditions of contract.

5.

And whereas the Contractor has deposited a lump sum of Rs…………./- as Earnest
Money to cover for tendering against any number of works on the Southern Railway and
has agreed to furnish the full Security Deposit as per rules in force and whereas the
Security Deposit is at the instance of the Contractor recovered at 10 percent of the value
of the running bills till the amount of Security Deposit of Rs………………………is fully
recovered.
And whereas the Contractor has deposited a sum of Rs……………../- towards the
Earnest Money and whereas the balance in the Security Deposit after adjustment of
Earnest Money of Rs……………………….originally paid by the Contractor is at the
instance recovered at 10 percent of the value of the running bills till the amount of
Security Deposit of Rs…………………… is fully recovered.
The contract shall be in force for the period mentioned above, However, the Chief
Engineer/Chief Engineer (Construction)/ Divisional Railway Manager/……../Engineer may
at his option and without assigning any reasons for so doing, put an end to this contract at
any time. In such case the Contractor will be given a clear notice of three months to
enable him to complete all the works entrusted to his through work orders.
Now this indenture witnesseth that in consideration of the payments to be made by the
Railway, the Contractor will duly perform the works set forth in the said Work orders and
will execute the same great promptness, care and accuracy in a work man like manner to
the satisfaction of the Railway and will complete the same on or before the respective
dates specified therein in accordance with the said specifications and said drawings if

6.

7.

8.

Signature of Tenderer/Contractor

21
BID DOCUMENT OF MAS 01 of 2014, Item No 30

9.
10.

any) and the said Contract Documents complete, and will fulfill and keep all the
conditions there in mentioned (which shall be deemed and taken to be part of this
contract as if the same had been fully set forth therein), and the Railway doth hereby
agree that if the Contractor shall duly perform the said works in the manner aforesaid and
observe and keep the said terms and conditions, the Railway will pay or cause to be paid
to the Contractor for the said works on the completion thereof, the amount due in respect
thereof, at the rates specified in the schedule(s) here to annexed.
Entrustment of all or any of the works referred to in clause 2 above to the Contractor shall
be at the option of the Railway.
The cost of stamp duty on the agreement shall be borne by the Railway administration.

zone details and rates under this contract are as under:
Zone

Permanent
Way
section/ section

Rate as per Sr.
DEN/
DEN…………..
of……………..
Divn.

DIVISIONAL RAILWAY MANAGER/Works
(for the President of India)

Rates of Southern Railway Unified Standard
Schedule of Rates 2011 as corrected upto
correction slip No……. dt ………. At par/
enhanced/ diminished by Percentage shown
below.
% In figures
% in words
At par/ above/
below

Signature of Tenderer/Contractor
………………..
…………

Signature & address of witness to the signature of the Contractor.

Witness No.1 ……………………/ Signature …………………….. Date ………………….
Address………………………………………………….

Witness No. 2…………………./ Signature ………………………. Date …………………
Address…………………………………………………..

Signature of Tenderer/Contractor

22
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Annexure-III A
Southern Railway
FORM FOR WORK ORDER UNDER ZONE CONTRACT
WORK ORDER NO……………………..DATED……………………..UNDER
CONTRACT AGREEMENT NO……………………….DATED…………………………..
Name of work……………………….(site)
Schedule of drawings …………………………………………………………………………
Authority ……………………………………….. Allocation ………………………………...
Zone…………………………………………… Division …………………………………..
The Contractor(s)…………………………………………… is/ are hereby ordered to carry out
the following works at…………………… under zone – contract agreement herein before referred to.

Sl.N
o

1

Item
No

2

Description
item of work

3

of

Approximate
quantity

4

Unit

5

Rates in fig. And in words
as in schedule annexed
to the Zone contract
agreement.
Rs.
P.
6

Amount

Rs.

P.
7

The works herein mentioned are required to be completed on or before…………………….. (date).
The quantities provided herein are approximate and subject to variation under Clause 42 of the
General conditions of Contract of the Railway, read in conjunction with Special Conditions, if any and
other Contract Documents as applicable.
(……………………………………)
Signature of Tenderer/Contractor

Divisional Railway Manager/Works/……………../Divisional Engineer/………………………….
…………………………………. Division
…………………..………………Railway
(for the President of India)
Place:
Date:
I agree to complete the works herein set forth on or before the date specified under the Zone Contract
Agreement herein before referred to in conformity with the drawings here to annexed, if any, and in
accordance with the General and Special (if any) Conditions of Contract and Indian Railway
Standard specification for Materials and Works 2010 (Vol.I & II) with all Correction
Slips/Amendments upto date.

(………………………………………..)
Contractor’s Name & Address

Signature of Tenderer/Contractor

23
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Signature of witnesses with address to signature of the Contractor:

Witness No.1: Signature ………………………………..Date………………………………………….
Name………………………………………………………. Address…………………………………….

Witness No.2: Signature ………………………………..Date…………………………………………

Name………………………………………………………Address………………………………………

Signature of Tenderer/Contractor

24
BID DOCUMENT OF MAS 01 of 2014, Item No 30
Annexure-IV
Southern Railway
FORM FOR AGREEMENT FOR WORKS CONTRACTS
NAME OF WORK:…………………………………………………………………………
1.
Articles of agreement made this………………..
day of ……………of 20… between the
“President of India “President of India” acting through …………./Chief Engineer/ the Chief Engineer
(Construction) / Divisional Railway Manager ………………..
of Southern Railway Administration
herein after called the “Railway” of the one part and ………………………………………………
hereinafter called the “Contractor” of the other part.
2.Whereas the Contractor has agreed with the Railway for the performance of the works
“……………………………………………………………………………………………………………………
…………………………………………………………………………”
Set forth in the schedules(s) hereto annexed and in conformity with Indian Railway Standard
specification for Materials and Works 2010 (Vol.I & II) issued under the authority of Railway
Board the conditions and special conditions, special specifications and drawings, manuals and
guidelines hereto annexed, if any, and the General Conditions of Contract, all known as “Contract
Documents”, and whereas the performance of the said work is an act in which the public are
interested.
3. And whereas the Contractor has deposited a lump sum of Rs……../- as Earnest Money to cover for
tendering against any number of works on the Southern Railway and has agreed to furnish the full
Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the
Contractor recovered at 10 per cent of the value of the running bills till the amount of Security Deposit
of Rs…………………. is fully recovered.
And whereas the Contractor has deposited a sum of Rs…………… /- towards the Earnest
Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of
Rs…………………….. originally paid by the Contractor is at the instance of the Contractor recovered
at 10 per cent of the value of the running bill till all the amount of Security Deposit of Rs…………….. is
fully recovered.
4. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the
Contractor will duly perform the said works in the said schedules set forth and shall execute the same
with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway
and will complete the same in accordance with the Contract Documents on or before the …………..
day of ……………of 20………and will maintain the said works for a period of …………..calendar
months from the certified date of their completion and will observe, fulfill and keep all the conditions
therein mentioned (which shall be deemed and taken to be part of this contract as if the same had
been fully set forth herein), and the Railway doth hereby agree that if the Contractor shall duly perform
the said works in the manner aforesaid and
observe and keep ;the said terms and conditions, the
Railway will pay or cause to be paid to the Contractor for the said works on the final completion
thereof, the amount due in respect thereof, at the rates set forth in the Southern Railway Unified
Standard Schedule of Rates 2011 as corrected by and upto Correction Slip No……..of ……… for
Sr.D.E.N./D.EN /……………………..of……………divisions at par/enhanced/diminished by……….per
cent in respect of Schedule `A’ (items covered by the Southern Railway Unified Standard Schedule
of Rates 2011) and at the rates shown in Schedule(s)……………(items not covered by the Southern
Railway Unified Standard Schedule of Rates 2011) and at the lump sum rates for items given in
Schedule(s)………..
5. It is hereby agreed and declared that all the provisions of the said Contract Documents, which have
been
carefully read and understood by the Contractor, shall be as binding upon the Contractor
and upon the Railway as if the same had been repeated herein and shall be read as part of these
presents.
6. The cost of stamp duty on this agreement shall be borne by the Railway Administration.
Divisional Railway Manager/Works/……………../Divisional Engineer/………………………………..
……. …………………………………. Division
………………………..…………………Railway
(for the President of India)

Signature of Tenderer/Contractor

25
BID DOCUMENT OF MAS 01 of 2014, Item No 30

Place:
Date:
Signature of witnesses with address to signature of the Contractor:

Witness No.1: Signature ………..

Date…… Name………. Address………………

Witness No.2: Signature ………..

Date…… Name………. Address………………

Signature of Tenderer/Contractor

26
BID DOCUMENT OF MAS 01 of 2014, Item No 30

ANNEXURE – V
STATEMENT OF WORKS ON HAND
Sl.No.
I.

Name of the
Organisation

Name of
work

Place of
work

Value of
work

Present
physical
progress

Likely
date of
completion

Southern Railway

i. Open line in the seven
Division of Southern Railway
ii. On organisation under
CAO/CN/BNC
iii. On organisation under
CAO/CN/MS
iv. Metropolitan Transport
Project under
CAO/CN/MTP/MS
v. Rly. Electrification
progress
II.

Other Railways

Private sector undertakings.

The information furnished above are correct and complete to the best of my knowledge and
belief.
We are/I am aware that if the information furnished above are found to be wrong or
incomplete or any relevant information is to have been supressed, the tenderer is liable to be rejected
at any stage, as per clause 8 of the conditions of the tender.
We are/I am aware that if the declarations as above, in the tender are found to be not true,
any agreement that may be entered into is also liable to be terminated by the Railway.
Signature of Tenderer/ Contractor
Place:
Date:

Signature of Tenderer/Contractor

27
BID DOCUMENT MAS 01 of 2014, item No.30
ANNEXURE – VI
LIST OF PLANT AND MACHINERY AVAILABLE ON HAND (OWN) AND PROPOSED TO BE INDUCTED(
OWN OR HIRED TO BE GIVEN SEPARATELY)

Sl.No.

Name of the plant

Identification

Date of
procurement

No. & Registration
1

2

3

Capacity /
Rating

4

5

Qty.
No.
6

Present
condition
7

Signature of the Tenderer:
Name :
Date

:

28

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

ANNEXURE - VII
LIST OF PERSONNEL ORGANISATION AVAILABLE ON HAND
Sl.No.
1

Name & Designation
2

Qualification
3

Experience
4

Date of
appointment

Remarks

5

6

Signature of the Tenderer:
Name :

29

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
SOUTHERN RAILWAY
ANNEXURE –VIII
SPECIAL CONDITIONS OF CONTRACT (GENERAL):
1.0.0.The special conditions of contract: “The Southern Railway Unified Standard Schedule of
Rates 2011” corrected upto “Indian Railway Standard specification for Materials and Works 2010(Vol.I
& II) issued under the authority of Railway Board” of the Engg. Dept., Southern Rly upto correction slip
No.7 of 19.11.83 any other approved specifications to the relevant I.S.codes. “The regulations for tenders
and contracts”, “Conditions of tender”, “Tender agreement form”, “General conditions of contract 1984,
corrected upto date of submission of tender, The “contract labour (Regulation and abolition) Act 1970 and
“Central Rules 1971, as amended from time to time and specific drawings issued for the purpose of this
work govern this contract. It may be noted that the “General conditions of contract” together with its
correction slips is not attached to the tender form.
It can be obtained
from the office of
DRM/Works/Chennai Division, Southern Rly, Chennai-3 on production of a cash receipt for the sum of
Rs.50/- paid to the Sr. Divl. Cashier, Southern Rly., failing which shall be deemed that the contractor is in
possession of the same.
1.0.1: Items in Schedule “A” are based on Southern Railway Unified Standard Schedule of Rates 2011
for Chennai Division which does not include the supply of cement and reinforcement except some items
wherever mentioned. For this work it is proposed that cement and reinforcement steel will not be supplied
by railway and the same has to be procured and supplied by the contractor which will be paid separately by
Railway under relevant items of Schedule “A1 & A2”.
1.0.2. The tenderer shall quote his rate `at par’ or a collective percentage “Above” or “Below” the total
value of schedule A , separately for each sub work.
1.0.3. Similarly Schedule “B” provides for the items which are not covered by Southern Railway Unified
Standard Schedule of Rates 2011.
1.0.4 : Schedule “A1 “ provides for supply of cement and Schedule “A2” provides supplying
reinforcement for R.C.C. work including straightening,cutting,bending,placing in position and
binding all complete that are covered by Southern Railway Unified Standard Schedule of Rates 2011
and the contractor shall quote his rate’ at par’ or a collective percentage “ Above” or “ Below” the
total value of Schedule A1,A2 respectively.
2.0.0. If any other items of work covered by Southern Railway Unified Standard Schedule of Rates
2011 and not covered by Sch.A but are incidental to the work are required to be carried out during the
actual execution of work, the same will have to be carried out at the same percentage as accepted for sch.
A of this tender.
2.0.1: The tenderer while indicating rates for all the above items shall include the cost of procurement.
Excise duty Sales Tax, transportation of materials to the work site and storage etc. Also necessary test
certificates will have to be produced by the tenderer with regard to the quality of materials which shall
confirm to specification as indicated below:
43 Grade IS 8112 – 1989
53
grade IS 12269 – 1987
Reinforcement steel – IS 1786 – 1985

CEMENT

2.0.2 : Railway also reserve the right to take sample during the course of work to get the cement and steel
tested for ascertaining their conformity with specification. The cost of testing will have to be borne by the
tenderer/contractor.
2.0.3: Any temporary structure required for storage of cement and steel has to be provided by the tenderer
at his own cost. This will be removed after completion of the work. Railway will only provide suitable land

30

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
for construction of the temporary shed free of cost if feasible. A double lock arrangement (contractor and
Railway) for the temporary store site should be provided.
3.0. : PROCUREMENT OF CEMENT:
3.0.1.: Cement to be used on the works should be procured from the main cement plants or from their
authorized dealers.
3.0.2 : Cement bags in packing should bear the following information in legible markings.
i.
ii.
iii.
iv.
v.

Manufacturer”s Name
Registered Trade Mark of manufacturer, if any
Type of cement.
Weight of each bag in Kgs or No. of bags/tonne.
Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/93
th
which means 30 week of 1993.

3.0.3 Test on cement to be conducted as per IS 4031. Some of the tests which may be carried out are:
i.
ii.
iii.
iv.

Compressive strength
Initial and final setting time
Consistency
Soundness

3.0.4: Empty cement bags would be the property of the contractor and shall be disposed off by the
contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cements
bags are to be supplied by the contractor at the rate of Rs.2/- per bag for empty cement gunny bags and
rs.1.40 per bag for empty polythene/paper bags.
3.1.0 Consumption of cement:
3.1.1. For M,20 and M.25 mix of cement concrete, quantity of cement will be based on the design mix for
concreting under water 10% extra quantity will be allowed.
3.1.2: The contractor should submit design for the same before starting the work and obtain the trial mix
approved by Engineer-in-charge/DRM(Works), Chennai Division, Southern Railway, before the
execution of work.
3.1.3: The minimum grade of plain cement concrete shall be M.20 and that of Reinforcement cement
concrete shall be M.25. Only approved design mix shall be used for the concrete.
The quantity of cement has to be as per Southern Railway Unified Standard Schedule of Rates
2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I & II)
3.1.4
The cement consumption of the works which are not based on design mix, shall be as
per the “Southern Railway Unified Standard Schedule of Rates 2011” and as per the
“Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued
under the authority of Railway Board” of Southern Railway.
3.1.5

THE weighment batching should be done for the design mix concreting works.

4.0.0. PROCUREMENT FOR STEEL:
4.0.1. Steel shall be procured from the main producer such as SAIL/TISCO/IISO/TINL-VSP or authorized
stock yards and has to be confirmed to IS 1786-1985.Rerolled steel will not be accepted
4.1.0 : PAYMENT FOR STEEL:
4.1.1. Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No
extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor.
The weight of the steel will be calibrated from the nominal or actual unit weight whichever is less:

31

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

Any excess quantity of cement and steel left over after completion of the work will have to be disposed off
by the contractor and cannot be taken over by the Railway.
5.0.0. PART PAYMENT FOR CEMENT AND REINFORCEMENT STEEL;
5.0.1 : In respect of cement and reinforcement steel, the part payment will be limited to 75% of the quoted
value of item brought to site in relevant items of Schedule “A1 & A2” contractor should furnish original
cash bills for having purchased from authorized dealers and to be submitted to the Rlys.,
6.0 CONCRETING:
a. The contractor should make his own arrangements for the required binding wire for all RCC
works including the works under USSOR items though it is mentioned otherwise in the USSOR rates.
b. All concrete I.e. plain as well as reinforced cement concrete shall be machine mixed and vibrated
unless otherwise permitted by the Engineer in charge. Curing/vibrating the concrete and RCC works
should be done by the contractor as specified in relevant I.S.codes. The tests cubes should be cast at
regular intervals and tested to assert in the strength of concrete. The contractor should establish cube
testing equipment at or near the site of work. The cost of casting of cubes and their testing will have to
be borne by the contractor. In case the contractor desires to use a curing membrane instead of water
curing, he may do so after submitting the necessary data and after the same is approved by the
Engineer in charge. No extra payment on this account would be admissible. It should be noted that no
additional payment would be made for curing/vibrating the concrete at different heights and the
contractor should make his own arrangements for the provision of necessary staging/scaffolding etc.
and carryout curing/vibrating at all levels as directed by the Engineer in charge.
c. Concrete for all the works shall be mixed using power driven concrete mixers.
d. If curing is not being done to satisfactory standard, the Engineer may get it done at the contractor’s
cost without any notice to him as the curing cannot wait for any such notice time etc. The Engineer’s
decision shall be final and bindings as to whether satisfactory curing is being done or not. The cost of
curing will be recovered from the ‘ ON ACCOUNT BILLs’.
e. The water line and coarse aggregates shall be got chemically tested from time to time by the
contractor at his cost for assuring proper quality as per required standards. The results in original
shall be submitted to the Engineer in charge and approval obtained.
7.0. SITE INSPECTION BY THE CONTRACTOR:
The tenderer/contractor is required to inspect the sites of works and acquaint himself with site
condition and other factors relating to the works availability of labour, electricity and water etc. before
quoting his rates. The tender submission will be deemed to have been made after such inspection.
8.0.0. If there is any variation between the description in the tender and the detailed plans, the Engineer in
charge will operate the correct description and his decision is final and binding on the tenderer/contractor.
9.0.0. The materials that are to be supplied and used for the work by the contractor should be as per the
relevant I.S. codes and should be got approved by the Engineer in charge before use/procurement.
10.0.0. The contractor should make his own arrangements for the reqd. vehicles, earth moving
equipments, under ground drainage cleaning/silt cleaning equipments and other tools and plants during
the execution of work.
11.0.0. SERVICE ROADS: The Rly. does not under take to provide any service roads for the movement of
the contractors vehicles. The contractor can however make use of the service roads, wherever they exist
free of charge.
12. SETTING OUT WORKS:

32

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
a) The contractor shall be responsible for the true and proper setting out of the works for correctness
of the position, levels dimensions and alignment of all parts of work and for provision of all
necessary pegs, reference pillars, instrument, equipment and appliances and labour in
connection therewith. If at any time during the progress of the work any error shall appear or arise
in the position of levels, dimensions or alignments at any part of the works. The contractor or being
required to do so by the Engineer in charge shall at his own expense rectify such errors to the
satisfaction of the Engineer in charge and he shall carefully protect, preserve secure all bench
marks site rails, pegs, reference pillars and other things used in setting out of the works.
b) The contractor shall have sufficient number of survey instruments such as theodolites, leveling
instruments, leveling staff etc. and arrange to set out the alignment at his own cost and also
establish necessary ref. pillars as required and directed by the Engineer.
13.0.0. The work has to be executed at Chennai area as such the contractor should visit the site and satisfy
himself regarding working conditions at site before quoting his offer.
14. The railway will have the right to check the quality of any material required for construction like cement,
sand, concourse aggregator, bricks, timber and concrete cubes etc for its conformity with specification.
The testing charges will have to be borne by the contractor. Sufficient cube moulds will have to be supplied
by the contractor at his own cost.
15. Only weighment batching will be allowed for concreting for design mix as specified in
schedule/drawings.
16. The contractor has to submit concrete mix design and get it approved by the Engineer in charge before
execution of work. The cement consumption quantity will be paid based on approved design mix or actual
whichever is less.
17. The contractor shall be responsible for anti larval work at his cost during progress of work as may be
prescribed by the Engineer in charge on the advice of the Rly. Medical Authority and where the use of
insecticides is involved it shall be made in accordance with the provision of the act and rules in this behalf
at the cost of the contractor who shall also be solely responsible for any acts of omissions under the
provision of the aforesaid rules.
18. The bonded labour system (Abolition)ordinance 1975 would apply to the present contract.
contractor shall duly observe the provisions thereof.

The

19. The contractor shall employee the following minimum technical staff during the execution of work.
a) One graduate Engineer when the cost of the work to be executed is Rs.15 lakhs and
above.
b) One qualified diploma holder (overseer) when the cost of the work to be executed is more
than Rs.5 lakhs but less than Rs.15 lakhs.
20.1.0. The contractor should also maintain a site office at his own cost where he or his authorized
representative would be available for taking instructions and discussions. In addn. Technical staff should
be available at site whenever required by the Engineer in charge to take instructions. In case the
contractor fails to employ the technical staff as aforesaid,, he shall be liable to pay a reasonable amount not
exceeding a sum of Rs.3000/- (Rupees three thousand only) for each month of default in case of Graduate
Engineer and Rs.2000/- (Rupees two thousand only) for each month of default in case of diploma holder.
(Overseer).
21.2.0. The decision of the Engineer in charge as to the period for which the required technical staff is to
be employed by the contractor and as to the reasonableness of the amount to be deducted on this account
shall be final and binding on the contractor.
22. TAX:

33

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

22.1.0. INCOME TAX:
a) Income tax will be deducted at 2% (two percent) and also surcharge if any at source from each bill,
unless otherwise authorized by Income Tax Department.
23. SALES TAX:
a) Consequent to the notification of Sales Tax “Act 1999” which pertains to Tamilnadu General Sales
th
Tax (5 amendment) act 1999 for insertion of section 7-F Deduction of Tax at source in works contract,
Southern Rly. Will deduct sales tax at the rate of 2% or 4% ( depending upon the nature of work) of the
total amount payable to the contractor for the execution of work under works contract at the sources
from each bill unless otherwise authorized by Tamilnadu Sales Tax Department.
b) The above mentioned sales tax on works contract is distinct from the Sales Tax elements that
might have gone into the price of various raw materials used by the contractor in the works
concerned and in respect of which the Railway will not reimburse any Sales Tax which will also
continue to be borne by the Contractor as hitherto.
24.. EXCISE DUTY: Excise Duty if any in respect of the above work has to be borne by the
contractor and is deemed to be included in the rates quoted by him. No reimbursement of the same
will be made by the Railway.
25. SUPPLY OF RAILWAY PLANT, MACHINERY ETC.
a)

Railway is not bound for supply of any plants, machinery etc., required for the work. The
contractor has to make his own arrangements for supply of requisite number of plants, machinery
etc.

26. Payments as specified in the schedules will alone by admissible. No site installation charges will be
payable and the tenders with such conditions are liable to be rejected.
27. Stones, ,metal, sand etc. of approved quality shall be collected from outside Railway limits as per the
nomenclature of the items of work and the contractor shall pay all seigniorage and other incidental charges
may be involved.
28. Any obstructions such as service lines, water pipe lines, cables, sewerages etc. met with during the
progress of the work should immediately be reported to the Engineer in charge.
29. Temporary/permanent arrangements for maintaining continuous flow through the sewer/water mains
will have to be made by the Contractor if the existing mains are affected during execution of foundations,
duly realigning the sewer/water mains with contractors own cost. However, for underground cables etc.
encountered while excavation of the same shall be got done through separate agencies or departmentally
by the Railways.
30. The works should be carried out without any interference to the normal working of the railway track and
structures.
31. The contractor shall be responsible for any loss/damage to railway and public property or third party’s if
it occurs during the course of execution and the Rly. Reserves its right to have the damages made good by
the contractor.
32. The contractor must ensure the safety of labourers engaged by him during the course of execution of
work and/or while crossing the track and the and the railway will not be responsible for any injury
sustained by the labourers or for any fatal accident and the contractor should bear all the expenditure
involved.

34

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
33. The rate quoted by the tenderer shall be inclusive of any of additional labour etc. for leading the
materials across running tracks and no extra rate shall be paid for the same unless otherwise specified.
34.No extra payment will be made for lift/descent while loading / unloading and stacking of the materials.
35. All materials shall be stacked sufficiently clear of the tracks and shall remain without any possibility of
infringing the minimum fixed structure dimensions. Materials shall also not be unloaded or stacked over
signal wires, cables or other gear or any such items to avoid interference to the existing running tracks.
36. The contractor will also be held responsible for any accident or loss or damage or detention to trains
caused due to such lapses on the part of contractor during the course of work as observed and decided by
the Inspector in charge.
37. VARIATION IN QUANTITES:
New clause 42(4) to Indian Railways General Conditions of Contract
(Ref: Item -9 to Railway Board’s letter no. 2007/CE-I/18 DATED 28.09.2007
Item -2 to letter no. 2007/CE-I/CT/18 Pt. XII dated 31.12.2010)
The procedure detailed below shall be adopted for dealing with variations 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 floating 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.
b) The variation in quantities as per the above formula will apply only to the Individual items of the contract
and not on the overall contract value.
c) Execution of quantities beyond 150% of the overall agreemental 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 © 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 of 25% of contract agreement value, the approval of
an officer not less than rank of S.A. Grade may be taken, after obtained ‘No Claim Certificate’ form
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.

35

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
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 USSOR 2011 items are concerned the limit of 25% would apply to the value of USSOR
2011 schedule as a whole and not an individual USSOR 2011 items. However, in case of NS
items, the limit of 25% would be apply on the individual items irrespective of the manner of quoting
the rates (single percentage rate or individual item rate).
7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by
the authority in whose powers revised value of the agreement lies.
8. For tenders accepted by General Manager, variations upto 125% of the original agreement value
may be accepted by General Manager.
9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the
original agreement value may be accepted by General Manager.
10. The aspect of vitiation of tender with respect to variation in quantities should be checked and
avoided. In case of viation 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.
38.0.0.Special attention is drawn to Clause 31 of the General conditions of contract and it is advised for
the guidance of the Tenderer/contractor that there is no possibility of any Railway source for supply of
water to their works. The tenderer/Contractor has to make necessary arrangements or supply of potable
water at his own cost for concreting, curing and for any other use. Chemical analysis of water and other
ingredients shall be done from time to time as desired by the Engineer at the cost of the contractor.
39.0.0 Railways do not guarantee supply of electricity to any other contractor’s works. The contractor
shall make his cost, for the supply of electricity for the works. If however, Railway’s electricity is available
in the vicinity and if the contractor requests the same to be provided due to compelling circumstances,
the Railway and its sole discretion may agree to provide the same on terms and conditions as may be
agreed upon between the Railway and the contractor at contractor’s cost.
40.0.0 DISMANTLING OPERATIONS;
a.

DISMANTLING OPERATIONS ARE TO BE CARRIED OUT at the sole risk and liability of the
contractor. The contractor shall take due care to ensure that during dismantling released
materials, debris etc. do not fall down and cause any obstructions or damage to adjacent
building or injury to the staff or labourers.

b.

Released materials and other debris of dismantling should be removed and stacked at places
as directed by the Engineer-in-charge and shall be handed to the SE/Works
at his store
depot and no extra lead or lift shall be paid on this account.

41.0.0 : Earnest Money:
a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of
the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The
Earnest money shall be as follows :
Value of the work (Tender Value)

EMD

For works estimated to cost up to Rs.1 Crore.
For works estimated to cost more than Rs.1
Crore.

2% of the estimated cost of the work.
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.

36

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and
Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting
tender he will not resile from his offer or modify the terms and conditions thereof in a manner
acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation,
aforesaid amount shall be liable to be forfeited to the Railway.

the
his
not
the

c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part
security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General conditions
of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to
them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while
in their possession, nor be liable to pay interest thereon.
2) The Earnest money should be in cash or in any of the following forms:
(i) Deposit receipts, pay orders, demand drafts. These forms of Earnest Money could be either of the
State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the Reserve Bank of
India will be necessary.
42.0.0. SECURITY DEPOSIT:
1. The earnest money deposited by the contractor with his tender will be retained by the Railways as part
of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the
security deposit , the rates for which are given below, may be deposited by the contractor in cash or may
be recovered by percentage deduction from the contractor’s “ on account bills” so that the amounts so
retained may not exceed 10 % of the total value of the contract.
2. Unless otherwise specified in the special conditions, if any, the security deposit/ rate of recovery/ mode
of recovery shall be as under:
i.
ii.

Security deposit for each work should be 5% of the contract value.
The rate of recovery should be at the rate of 10% of the bill amount till the full
security deposit is recovered.
iii.
Security Deposits will be recovered only from the 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.
The Security Deposit shall be returned to the contractor only after the expiry of the maintenance period
and after passing the final bill based on ‘No Claim Certificate’. The Competent Authority shall normally be
the authority who is competent to sign the contract. This Competent Authority is of the rank lower than
J.A. grade than a J.A Grade Officer ( concerned with the work) should issue the certificate. 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 Railways
against the contract concerned. Before releasing the SD , an unconditional and unequivocal no claim
certificate from the contractor concern should be obtained.
However, the contractor if so desires the security deposit recovered from the running bills can be
returned after the work is physically completed in lieu of FDR / irrevocable bank guarantee for equivalent
amount to be submitted by the contractor.
No interest will be payable upon the earnest Money and Security Deposit or amounts payable to the
Contractor under the contract, but Government securities deposited in terms of sub Clause (1) of this
clause will be payable with interest accrued thereon.
43.0.0. Performance Guarantee :
Revised clause of 16 (4) to Indian Railways General Conditions of Contract
(Ref: Item 1 to Railway Board’s letter no. 2007/CE-I/CT/18 Pt.XII DATED 31.12.2010)

37

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
The procedure for obtaining Performance Guarantee is outlined below:a) The successful bidder shall have to submit a 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 up to 60 days from the date of issue of LOA may be given by the Authority who is
competent to sign the contract agreement. However, a penal interest of 15 % per annum shall be charged
st
for the delay beyond 30 (thirty) days, i.e., from 31 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.
c) The successful bidder should give a performance Guarantee amounting to 5% of the contract
value in any of the following 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 orders, demand drafts and Guarantee Bonds. These forms of
Performance Guarantee could be either of the State Bank of India or of any of the Nationalized
Banks.
(v)
Guarantee Bonds executed or Deposits Receipts tendered by all Schedules Banks.
(vi)
A deposit in the Post Office Saving Bank.
(vii)
A deposit in the National Saving Certificates.
(viii)
Twelve Years National Defence Certificate.
(ix)
Ten 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 FA& CAO (free from any encumbrance) may be accepted.
Note: The instruments as listed above will also be acceptable for Guarantee in case of Mobilization
Advance.
c)
The Performance Guarantee shall be submitted by the successful bidder after the Letter of
Acceptance (LOA) has been issued, but before signing of the Contract agreement. This PG shall be initially
valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of
work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such
extended time for completion of work plus 60 days.
d) The value of PG to be submitted by the Contractor will not change for variation up to 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.
e) The Performance Guarantee (PG) shall be released after the physical completion of the work
based on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has
completed the work in all respects satisfactorily. The security deposit shall, however, be released only after
the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the
contractor.
f) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance
Guarantee shall be encashed. The balance work shall be got done independently without risk and 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 either in his/her individual
capacity or as a partner of any other JV partnership firm.
g) The Engineer shall not make a claim under the ‘Performance Guarantee except for amounts to
which the president of India is entitled under the contract (not withstanding and/or without prejudice to any
other provisions in the contract agreement) in the event of:

38

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
i) Failure by the contractor to extend the validity of the performance Guarantee as described herein
above in which event the Engineer may claim the full amount of the Performance Guarantee:
ii) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the
service of notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the GCC the Performance
Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.
44.0.0. Price Variation clause (PVC)
1

2.
3.

Price Variation clause (PVC) shall be applicable for tenders of value more than Rs.50 lakhs
irrespective of the contract completion period and PVC shall not be applicable to tenders of
value less than Rs.50 lakhs.
Materials supplied free by Railways to the Contractor will fall outside the purview of PVC.
Price Variation is payable/recoverable during the extended period of the contract
also, provided the Price Variation Clause was part of the original contract and the
extension has been granted on administrative ground i.e.; under Clause 17-A(i) or
(ii)or (iii) of GCC.

3.

If the rates quoted in negotiated tender is accepted, the base month for price variation clause
is the month in which negotiations are held. This is required to be clarified in the tender
conditions or in the negotiations.

4.

The demands for escalation of the cost may be allowed on the basis of provisional indices
made available by the Reserve Bank of India. Any adjustment needed to be done, based on
the finally published indices, is to be made as and when they become available.

6.

If, in any case, the accepted offer includes some specific payments to be made to consultants
or some material supplied by Railway at a fixed rate, such payments should be excluded from
the gross value of the works for the purpose of payment/ recovery of variations.

7.

The price variation implies both increase as well as decrease in input prices and, therefore,
price variation during the currency of the contract may result in extra payment or recovery, as
the case may be.

8.

Prices of Steel and Cement are to be linked with the Wholesale Price Index of the respective sub
groups as per RBI Index Numbers. Henceforth, the formula for calculating the amount of
variation on account of variation in prices of Steel and Cement would be as indicated as per
formula for price escalation for cement and steel,(as advised by Board’s letter No.85/W.I/CT/7
Pt.1 dated 18/19.04.2006).

9.

The revised weightage would be applied on the value arrived at after deducting the cost of Steel
& Cement from the total contract value.

10.

The tender schedule should have separate items for ‘Supply of Steel’ and supply of Cement’ for
RCC/PSC work to know the cost of steel and cement actually consumed at any given point of
time.
The following price variation clause is for general as well as cement and steel.

PRICE VARIATION
(Authority: Railway Board’s letter No.80/WI/CT/10 dated 25 th April 1980 and subsequent modifications
upto 28/9/07)

39

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

The rates quoted by tenderer and accepted by Railway Administration shall hold good till the
completion of the work and no additional individual claim will be admissible on account of fluctuation in
market rates, increase in Taxes/any other levies/tolls etc. except that payment/recovery for over all market
situation shall be made as per price variation clause given in para below.
No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for
any individual item for the purpose of making adjustments in payments. The contract shall, however, be
governed by the General price variation clause as under:Adjustment for variation in prices of materials, labour fuel, explosives, detonators shall be
determined in the manner prescribed below:The percentage component of various items in a contract on which variation in price shall be
admissible shall be:
Material component
Labour component
Fuel component
Explosive component
Detonators component
For fixed component at

%
%
%
%
%
%

(To be specified
as per Annexure – II
depending upon the
type of the work)
no price variation will be admissible

If, in any case, the accepted offer includes some specific payment to be made to consultants or
some materials supplied by Railway at fixed rate, such payments should be excluded from the gross value
of the work for purpose of payment/recovery of variations.
The amount of variation in prices in the several components (labour, material etc.) shall be worked
out by the following formulae:(i)

L

=

R x ( I - Io)
x P
Io
100
R x ( W - Wo) x Q
Wo
100

(ii)

M

=

(iii)

U

=

R x ( F- Fo)
Fo

x

Z
100

(iv)

X

=

R x ( E - Eo) x
Eo

S
100

(v)

N

=

R x ( D - Do)
Do

L-

Amount of price variation in labour

M-

Amount of price variation in materials.

U-

Amount of price variation in fuel.

X -

Amount of price variation in explosives.

N-

Amount of price variation in detonators.

x

T
100

40

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
R Gross value of the work done by the contractor. As per on account bills (s) excluding cost of
materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to
the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer).
I o
- Consumer price Index Number for Industrial workers Index – All India - published in the R.B.I.,
Bulletin for the base period.
I
- Consumer price Index Number for Industrial workers – All India – Published in R.B.I. Bulletin
based on the average price index of the 3 months of the quarter under consideration.
W o - Index number of wholesale prices – By Groups, - and Sub groups. All commodities - as published
in the R.B.I., Bulletin for the base period.
W - Index number of wholesale prices – By Groups, - and Sub groups. All commodities - as published in
the R.B.I., Bulletin based on the average price index of the 3 months of the quarter under consideration.
F o - Index number of wholesale prices – By Groups and Sub groups for fuel, power, light and lubricants
as published in the R.B.I., Bulletin for the base period.
F Index number of wholesale prices – By Groups and Sub groups for fuel, power, light and lubricants
as published in the R.B.I., Bulletin based on the average price index of the 3 months of the quarter under
consideration.
Eo - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchase
of explosives are made by the contractor for the base period.
E - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases
of explosives are made by the contractor based on the average price index of the 3 months of the quarter
under consideration.
D o - Cost of detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchase
of detonators are made by the contractor for the base period.
D - Cost of detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchase
of detonators are made by the contractor based on the average price index of the 3 months of the quarter
under consideration.
P
Q
Z
S
T

-

%
%
%
%
%

*
*
*
*
*

of
of
of
of
of

Labour component
Material component
Fuel component
Explosive component
Detonators component

Note: (a) The index number for the base period will be the Index number as obtained for the month of
opening of the tender and the quarters will commence from the month of opening of tender.
(b) If the rates quoted in the negotiated tender are accepted, the base month for price escalation
clause is the month in which the negotiations are held.
(c) The adjustment for variation in prices if required shall be made once every quarter in the on
account payment. If more that one on account payment is made to the contractor in a quarter, the
adjustment, if required, shall be made in each bill.
(d) Price variation clause will not apply if the price variation is upto 5% Reimbursement/Recovery due
to variation in prices will continue to be made only for the amount in excess of 5% of the amount payable to
the contractor.
Price variation during extended period of contract:-

41

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

1.
2.

3.
4.
5.
6.

7.

Price variation is payable/recoverable during the extended period of the contract also, provided the price
variation clause was part of the original contract and the extension has been granted on administrative
ground i.e. under clause 17-A (i), (ii) and (iii) of GCC.
NOTE:
“Materials supplied free by the Railway to the contractors will not form part of the value of the
contract entered into and will fall outside the preview of the price variation clause”.
Price Variation clause (PVC) shall be applicable for tenders of value more than Rs.50 lakhs
irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than
Rs.50 lakhs.
The revised weight age would be applied on the value arrived at after deducting the cost of steel
and cement from the total contract value.
The tender schedule should have separate items for ‘Supply of Steel’ and supply of “cement’ for
RCC/PSC work to know the cost of steel and cement actually consumed at any given point of time.
Price variation implies both increase as well as decrease in input prices and therefore price
variation during the currency of the contract may result in extra payment or recovery as the case may be.
The demands for escalation of the cost may be allowed on the basis of provisional indices made
available by the Reserve bank of India. Any adjustment needed to be done based on the finally published
indices is to be made as and when they become available.
In case the indices fall below the indices applicable to the last month of the
original / extended period of completion under clause 17 (3) as the case may be then the lower indices will
be adopted for price adjustment for the period of extension under clause 17 (4) of the general condition of
the contract.
Price Variation Clause
Provision for Cement:
(Authority Rly. Bd’s Lr.No.85/W-I/CT/7/Pt.1 dated 18/19.04.2006)
(i)

Price of Cement is to be linked with the Wholesale Price Index of the 1respective
subgroups as per RBI Index Numbers. The formula for calculating the amount of variation
on account of variation in price of Cement is below:Mc = R x (Wc-Wco)/Wco
Where
Mc = amount of price variation in material (Cement)
R = value of Cement supplied by Contractor as per on account bill in the quarter under
consideration.
Wco – Index No. of whole price of subgroup (of Cement) as published in
RBI Bulletin for the base period.
Wc = Index No. of whole price of subgroup (of Cement) as published in
RBI bulletin for the first month of the quarter under Consideration.

Price Variation Clause
Provision for Steel:
Price variation clause for supply of steel ( Revised)
( Ref: PCE’s letter no. W.496/P/O/Vol. VIII dated 28-05-2008

42

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

Ms

=

Q(Bs-Bso)

Where

Ms

=

Amount of price variation in steel payable/recoverable.

Q

=

Weight of steel in tones supplied by the contractor as per the on
account bill for the month under consideration.

Bs

=

SAIL’s (Steel Authority of India Limited) ex-works price plus
Excise Duty thereof (in rupees per tonne) for the relevant category
of steel supplied by the contractor as prevailing on the first day of
the month in which the steel was purchased by the contractor (or)
as prevailing on the first day of the month in which steel was
brought to the site by the contractor whichever is lower.

Bso

=

SAIL’s ex-works price plus Excise Duty thereof (in rupees per
tonne) for the relevant category of steel supplied by the contractor
as prevailing on the first day of the month in which the tender was
opened.

Note :
i)

Relevant categories of steel for the purpose of operating the above price variation formula based
on SAIL ‘s ex – works price plus Excise Duty thereof are as under :

Sl
No.

Category of steel supplied in the Railway work

1
2
3
4
5

Reinforcement bars and other rounds
All types and sizes of angles
All types and sizes of plates
All types and sizes of channels and joists
Any other section of steel not covered in the
above categories and excluding HTS

Category of steel produced by SAIL whose exworks price plus Excise Duty thereof would by
adopted to determine price variation.
TMT 8 mm IS 1786 FE 415/ Fe 500
Angle 65x65x6mm IS 2062- E 250A SK
PM Plates above 10-20 mm IS 2062 E 250A SK
Channels 200x75 mm IS 2062 E250A SK
Average of price for the 3 categories covered
under sl no. 1,2, 3 above.

The above specification has to be referred to both for the base period and for the period
when payment is due.
ANNEXURE
Statement showing the percentage of labour components, material
components, fuel components, etc. in various type of works.
a) Earthwork Contract:Labour component
Fuel component
Other material components
Fixed component

50%
20%
15%
15% will not be considered for any price variation.

b) Ballast and Quarry Products Contracts
Labour component
Fuel component
Other material components
Fixed component

55%
15%
15%
15% will not be considered for any price variation.

43

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

c) Tunneling Contracts
Labour component
Fuel component
Explosive component
Denonator component
Other material components
Fixed component

45%
15%
15%
5%
5%
15% will not be considered for any price variation.

d) Other works contract:
Labour component
Material component
Fuel components
Fixed component

30%
25%
15%
30% will not be considered for any price variation.

Fixing milestones :
The concern Executive Engineer-in- charge of the work may fix appropriate milestones and monitor.
45.0.0. PROGRAMME OF WORK
a. Immediately on issue of letter of acceptance of this tender, the contractor should submit a
programme of work showing the activities work wise for completing the whole work within the
stipulated period of completion in consultation with the executive Engineer in charge of the work. If
so desired by the Engineer, the contractor shall submit further programme from time to time, taking
into consideration the latest progress achieved till then.
b. This is to reiterate that the railway reserves the right of terminating the contract, at any stage of
review of the progress under (a) above, if the above agreed programmes are not adhered to within
the margin of 10% as envisaged in Clause 62(1) (Viii) of the General conditions of track.
c. Non submission of the programme as envisaged in 9 above shall entitle Railway to terminate the
contract as per Clause 62 of the General conditions of contract.
46.0.0; MAINTENANCE PERIOD: The maintenance period shall be THREE MONTHS.
47.0.0. COMPLETION PERIOD
a. The work shall be completed in all respects within TWELVE MONTHS from the date of issue
of letter of acceptance of this tender.
48.0.0. Mobilization advance and tools & plants advance:
The tenderer should note that Mobilization advance and Tools and plants advance will not be
admissible for this work.
49.0.0 Tenderer(s)/Contractors(s) engaging private persons as labourers /supervisors and others in works
contracts should get the antecedents of all such persons verified properly and should ensure that only such
persons, who do not have any criminal records and /or not involved with anti-social elements and who are
appropriate for carrying out works in the Railway premises or works involving safety of passenger and
goods trains, are engaged by him/them. The Tenderer(s) / Contractors(s) should issue to all such private
persons clear photo identity cards under their authority. A list of names of such persons working in the area
should be furnished to the Railway ( the agreement executing authority ). The Tenderer(s)/Contractors(s)
are responsible for all the commissions and omissions of all such persons engaged by them.
50.0.0 In case of accidents/natural calamities involving human lives, vehicles and equipment of the
contractors will be drafted to accident for the work(s) carried out by him at the accident site as a non

44

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
schedule item(s) for which rates have to be fixed by mutual consultation i.e., between the contractor and
the Railway Administration.
51.0.0. Guarantee/Warranty:
“The Contractor should guarantee that the said goods/stores/articles would continue to conform to
the description and quality as aforesaid, for a period of 30 months after their delivery or 24 months from the
date of placement in service which ever shall be sooner, and this warranty shall survive notwithstanding the
fact that the goods/stores/articles may have been inspected, accepted and payment therefore made by the
purchaser”.
52.0.0 If there is any discrepancy between the rates quoted in figures and words, then the rate
quoted in ‘words’ only shall prevail.
53.0.0 All documents to support fulfillment of eligibility criteria should be furnished along with the tender
and should be available at the time of tender opening. Tenders not accompanied
by documentary evidence in support of eligibility criteria will be rejected. No post tender
communication in any form will be made or entertained, after opening of tenders, in this regard.
54.0.” The tenderer for carrying out any construction work in -------------------- (name of the state)
must get themselves registered from the Registering Officer under section –7 of the Building
and other construction Workers Act,1996 and rules made thereto by the --------------------(name of
the state) Govt. and submit certificate of Registration issued from the Registering Officer of the
------------------(name of the state) Govt. (Labour Deptt.). For enactment of this Act, the tenderer
shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill.
Cost of material shall be outside the purview of cess, when supplied under a separate schedule
item”.
55.0. Conservancy Cess Charges:
In terms of Railway Board Letter no. F(X)I/95/I/1 dated 31.05.2006, the Conservancy Cess
Charges are recoverable from the Contractor’s Bills based on the number of labourers employed per day
by the Contractor and the modified rates of recovery of conservancy cess charges shall be applicable.
1. Railways should ensure that necessary sanitary facilities are provided by the Contractors for
their labour in terms of clause 59 (4) of the General Conditions of Contract and where they fail to do so,
notice should be given to the Contractors that the same will be provided by the Railway at their cost and
recovery should be made from the bills in the following manner:a. If the Contractors labour are employed at station and colonies where Railway sanitary facilities
do exist recoveries should be made at the Rates stipulated by the Railway Board.
b. In respect of Contractors labour working between stations are at isolated places, where
Railway sanitary facilities do not exist, recovery should not be made at the fixed rates
stipulated by the Railway Board, but the Railway may provide these facilities at the cost of the
Contractor, after giving him due notice as stated above.
c. CMS/MSs/DMOs should inspect such sanitary arrangements of Contractors independently and
if not satisfactory, report officially in writing to the DEN and DRM concerned.
d. Supply contractors may be exempted from the purview of recovery of cess charges, since, their
labours enter in the Railway premises only to load or unload the materials.
e. No Cess Charges are recoverable from contractors engaged in construction work on new lines,
away from open line. This will apply only until the line is opened for traffic partially or wholly.
However, if safaiwalies are engaged by Railways on construction work on new lines, necessary
recoveries will have to be made from contractors.
f. No Conservancy Cess Charges need be recovered from the Contractors who are engaged for
removal of night soil and rubbish from railway colonies.
2.
Where only “indirect Sanitary services are rendered, the Conservancy Cess Charges
should only be 20 % of the above charges. The principle of recovery of Cess Charges on the basis of
Direct/Indirect services will be applicable to categories no. III, IV, VI, VII, IX to XVI and XIX and in all other

45

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
categories ie., I, II, V & VII, XVII & XVIII the cess charges will be recoverable at the rate of direct services
only.
Direct Services: are those where the Conservancy stall undertake to clean regularly the
inside of the premises rented/licensed to the above mentioned parties.
Indirect Services: Will be those where no such direct services are provided Levy service
charges are only when services direct or indirect.
3.

No charges are recoverable wherever no services are provided. However, facts of such services
rendered should be certified by the Chief Medical Superintendent, Medical Superintendent/ Divisional
Medical Officer, concerned.

56.0. Vitiation Clause: ( Ref; PCE/MAS No.W.496/P/Tender Documents dt. 19.08.08).
In the event of Vitiation occurring due to increase or decrease In quantities among the first ,second
and third lowest valid tenderers, the vitiation shall be to the contractor’s account. The total value of the
work shall be calculated at the rate offered by those tenderers and the amount payable shall be limited
to the lowest aggregate value as worked out.
Vitiation as above shall be worked out as a whole for Agreement including all variations in
quantities.
57.0. SAFETY AT WORK SITES - The contractor shall not start any work without the presence of railway
supervisor at site.
1. Wherever the road vehicles and/or machinery are required to work in the close vicinity of railway
line, the work shall be so carried out that there is no infringement to the railway’s schedule of
dimensions. For this purpose the area where road vehicles and/or machinery are required to ply,
shall be demarcated and acknowledged by the contractor. Special care shall be taken for
turning/reversal of road vehicles/machinery without infringing the running track. Barricading shall
be provided wherever justified and feasible as per the site conditions.
Place:
Date:
Signature of the Tenderer/Contractor

SPECIAL CONDITIONS OF CONTRACT FOR MOVEMENT OF VEHICLES NEAR RAILWAY TRACK:
Safety precautions
1. No lorry or road vehicles shall be operated so as to affect the safety of trains. They should be
allowed to work well outside the moving dimensions. At each of the locations where road vehicle
machinery are working, an authorized responsible railway official should be posted as incharge to
ensure that the road vehicle machinery do not infringe the schedules, moving dip engines any time
and protect the track in case of emergency. To facilitate the driver to whistle, a whistle board will
have to be provided at the appropriate place.
2. At vulnerable locations where construction activity is in progress adjacent to existing railway lines
should be cordoned off with proper barricades. The most vulnerable locations shall be barricaded
with rail barricades projecting at least in above the ground. At all other locations barricades of not
less than 1.5 m height consisting of bamboo, casuarinas poles and supported horizontally with
similar bamboo, casuarinas poles should be provided.
3. All the barricades are to be painted or stuck on with road illuminous paint strip at suitable intervals.
4. The entry to new banks which run along side the existing track should be protected by barriers
which can be closed and opened when necessary.

46

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
5. At locations which are not vulnerable provision of barricade can be with (i) 6.6 m wide and 0.3 m
deep trenches or (ii) stones of minimum size 30 cm x 15 cm at 1 m intervals and projecting 0.3 m
above ground level and painted white. Trenches should be allowed only in those locations where
they do not lead to subsidence to railway track as may be assessed by the SE/Pway.
6. Barriers shall also be provided in the case of doublings, particularly at the existing formation.
These barriers are to be opened only for the movement of railway contractors authorized vehicle or
other railway vehicles.
7. Railway vehicles employed by the contractor should have the certificate for its road worthiness and
each vehicle numbered and the license particulars maintained. Contractor should ensure that the
drivers permitted by them to work on such road vehicles have photo identity cards.
8. Wherever the work requires the movement of road vehicles within a distance of 3.5 to 6 m from the
center line of the nearest track, such work shall be done only in the presence of railway employees
authorized by the Engineer in charge. No part of the road vehicles will be allowed at less than 3.5
m from track center. Cost of such railway employees shall be borne by the Railway.
9. No movement of road vehicles within 6 m of railway track shall be permitted unless the driver of the
vehicles is assisted by a helper with a whistle who shall guide him and ensure safety.
10. The driver of the vehicles shall always face the track. When reversing the vehicles and whenever
he cannot face the track for whatever reason, he shall invariably be assisted by the helper with a
whistle who should guide him and ensure safety.
11. All work sites shall be supervised by the contractor representative as also a representative of the
Railway organization. The contractor’s representative shall be issued with a certificate by
XEN/ADEN to the effect that they have acquired sufficient knowledge about the safety precautions
that are needed to be followed while working near the track. Whenever work of plying of road
vehicles within 6 m zone is actually in progress, look out men should invariably be available. Look
out men will have to be provided by the contractor from out of the list of persons who are
authorized to carry out these duties. Authorisation will be issued to the individuals by the Engineer
Incharge. One supervisor who shall be permanent staff (Trackman) loaned to JE/W/CN from the
respective gangs and in whose beat the work is in progress (to be spared by the respective
SE/P.way) will monitor the availability and alertness of the lookout men. In case of non availability
of look out men, the Railway supervisor shall stop further activities of plying of road vehicles. Even
if no work is executed in the night, look out men shall patrol the beat as identified by the
representative of the CN Organisation to ensure the safety of the running trains especially from
infringements.
12. Working along side the track during night hours is normally prohibited. Such work can be done in
the night only with the written permission of the Engineer of the construction activity. Where night
work is permitted, lighting of the work site as required should be done.
13. The contractor shall be fully responsible against loss or damage arising from working of lorries and
other machinery adjacent to the running track and making the contractor safety responsible for any
rd
loss or damage which the Railway or the Contractor or any 3 party may suffer.
14. The contractor shall be fully responsible for ensuring safety at all times and shall bear the cost of all
damages in cases of accidents/unusual occurrences resulting in damage to railway property and
passengers.
15. Supervisors and operators of the work executive agencies working at or near Railway track should
undergo specified training on matters to safe working along and on the track salient features of
observing moving dimensions and clearances which may be imparted to such supervisors at
Zonal/Divisional Training Schools and the cost of such training shall be borne by the contractor,
which will be Rs. 93/- per trainee per day for the year 2000 with a 10% escalation p.a. with an
expected duration of the course of about 3 days so as to ensure that they get acquainted with
safety precautions that are required to be taken while executing works which have bearing on the
safety of the running trains.
16. The supervisors mentioned in para 9 above should be trained in protection rules and supplied with
minimum equipment required for protecting the track. Such staff should also be provided with

47

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
basic communication facility (a walkie talkie with communication facility to the nearest Station
Master or adjacent site) so as to communicate with the nearest station in case of
emergencies/unusual occurances. Till it is made available, the supervisor shall use the nearest LC
gate telephone or other means of communications to relate the incident most speedily.
SPECIFICATION FOR BUILDING/BRIDGE WORKS
1.0)
Setting out works: The contractor shall be responsible for the true and proper setting out of the
works for correctness of the position, levels, dimensions and alignment of all parts of work and for provision
of all necessary pegs, reference pillars, instrument, equipment and appliances and labour in connection
therewith. If at any time during the progress of the work any error shall appear or arise in the position of
levels, dimensions or alignments at any part of the works, the contractor on being required to do so by the
Engineer in charge shall at his own expense rectify such errors to the satisfaction of the Engineer in charge
and he shall carefully protect, preserve secure all bench marks site rails, pegs, reference pillars and other
things used in setting out of the works.
1.1)
The contractor shall have sufficient number of survey instruments such as the theodolites, leveling
instruments, leveling staff etc and arrange to set out the alignment at his own cost and also establish
necessary reference pillars as required and directed by the Engineer.
2.0)
EARTH WORK: The classifications of soils in excavation shall be decided by the Engineer in
charge and his decision shall be final and binding on the contractor. Merely the use of explosives in an
excavation will not be considered as a reason for higher classification unless blasting is clearly necessary
in the opinion of the Engineer in charge.
2.1)
Excavation for foundation/foundation works etc shall include any wet excavation that may be met
with and will be paid for under the respective items of USSOR, for the wet excavation or bailing out water
with or without mechanical means or for any other precautions of work which may be found necessary
during the course of execution. Even if any springs of water are met with, NO EXTRA PAYMENT will be
made other than the respective items mentioned in the USSOR.
2.2)
Whenever excavation for catch water is ordered, the excavated spoils should be spread,
consolidated and sectioned to the required profile to form a bund on the down hill side of the catch water
drain. Payment for excavation shall be made under the relevant items of Schedule as the case may be and
no extra payment shall be made for consolidation and sectioning to profile for forming bund and catch water
drain.
2.3)
No payment will be made for any earthwork sinkage below ground level due to soil conditions and
payment will be made only based on the original ground levels recorded before the commencement of the
work and finished profile of the work. The contractor should study the site conditions before tendering.
3.0)
No separate payment will be made for site clearance or jungle clearance or shrubs clearance,
brush wood, grass or other obstructions including small trees of girth not exceeding 30 cm and the rates
accepted in this contract are deemed to include all such costs except dismantlement of structure if any
which will be paid for suitably under USSOR as per the rates accepted in the tender schedule.
4.0)
Samples of all fittings and fastenings including locking arrangements of approved quality required
for doors, windows, ventilators as well as all sanitary and water supply fittings etc should be submitted to
Engineer in charge and used in the work only after his specific approval. Approved samples should be
deposited with the Engineer in charge.
5.0)
The Railway will have the right to check the quality of any material required for construction like
cement, steel, sand, coarse aggregate, admixtures, bricks, timber and concrete cubes etc for its conformity
with specification. The testing charges will have to be borne by the contractor. Sufficient cube moulds will
have to be supplied by the contractor at his own cost.
6.0)

CEMENT: The cement used shall be any of the following, with the prior approval of the Engineer:

48

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
a)
b)
c)
d)
e)
f)
g)

43 Grade Ordinary Portland cement conforming to IS:8112;
53 Grade Ordinary Portland cement conforming to IS: 12269;
Rapid hardening Ordinary Portland cement conforming to IS: 8041;
High strength Portland Cement conforming to IRS: T:40;
Portland slag cement conforming to IS: 455 (See Note 1 & 4 below)
Portland pozzolana cement conforming to IS:1489 (See Note 2 & 4 below)
Sulphate resistance cement conforming to IS: 12330 (See Note 3 below)

Note 1: Portland blast furnace slag cement conforming to IS: 455 can be used for all purposes for
which ordinary portland cement is used and can also be used in mass concrete structures such as
retaining walls, foundations and bridge abutments in view of its low heat evolution quality, provided
slag content in cement is not more than 65%.
Note 2: Portland Pozzolana cement shall not be used for PSC works. When Portland pozzolana
cement is used in plain and reinforced concrete, it is to be ensured that proper damp curing of
concrete atleast for 14 days and supporting form work shall not be removed till concrete attains
atleast 75% of the design strength.
Note 3: The sulphate resisting cement conforming to IS: 12330 shall be used only in such conditions where
the concrete is exposed to the risk of excessive sulphate attack e.g. concrete in contact with soil or ground
water containing excessive amount of sulphate. It shall not be used under such conditions where concrete
is exposed to risk of excessive chlorides and sulphate attack both.
Note 4: The rate of development of strength is slow in case of blended cement i.e. Portland pozzolana
cement and Portland slag cement, as compared to ordinary Portland cement. This aspect should be taken
care while planning to use blended cement. Accordingly stage of pre-stressing period of removal of form
work and period of curing etc should be suitably increased.
6.1)
Cement to be used on the works should be procured from the main cement plants or from their
authorized dealers and each consignment shall be covered with manufacturer’s test certificate.
6.2)

Cement bags in packings should bear the following information in legible markings:
1)
2)
3)
4)

6.3)

manufacturer’s name, registered trade mark of manufacturer, if any.
Type of cement.
Weight of each bag in kgs or number of bags/tonne.
Date of manufacture, generally marked as week of the year/year of manufacture. Example:
th
15/03 which means 15 week of 2003.

Test on cement will be conducted as per IS 4031. Some of the tests which may be carried
out are:

1) compressive strength
2) initial & final setting time
3) consistency
6.4)
Empty cement bags would be the property of the contractor and shall be disposed of by the
contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cement
bags are to be supplied by the contractor at the rate of Rs. 2/- per bag for empty cement gunny bags and
Rs. 1.40 per bag for empty polythene/paper bags.
6.5) The cement shall be used within 3 months of manufacture. The decision of the Engineer in charge as
to whether the cement is fit for use in the work shall be final and binding on the contractor. For M 20 and
higher mix of cement concrete, quantity of cement will be based on the design mix. For concreting under
water 10% extra quantity shall be added and allowed towards extra consumption.
6.6)
The cement consumption of the works which are not based on design mix, shall be as per the
“Southern Railway Unified Standard Schedule of Rates 2011” and as per the “Indian Railway
Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway
Board” of Southern Railway.
7.0)
STEEL: The reinforcement shall be any of the following with the prior approval of Engineer:

49

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

a)
b)
c)
d)
e)
7.1)

Grade I mild steel and medium tensile steel bars conforming to IS: 432 (Part I);
High strength deformed steel bars conforming to IS: 1786;
Hard drawn steel wire fabric conforming to IS 1566.
Thermo mechanically treated (TMT) bars satisfying requirements of IS: 1786;
Rolled steel made from structural steel conforming to IS: 2062 Gr A and Gr B.
Steel shall be procured from the main producer such as SAIL, TISCO, IISO, TINL-VSP or
authorized stock yards. Re-rolled steel will not be accepted. Each batch of steel shall be covered
with manufacturer’s test certificate.

7.2)
Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No
extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor.
The weight of the steel will be calculated from the nominal or actual unit weight whichever is less.
7.3)
Binding wires used for binding/fixing reinforcement shall be galvanized iron wires. The contractor
should make his own arrangements for the required binding wire for all RCC works including the works
under USSOR items though it is mentioned otherwise in the USSOR rates.
7.4)
In addition to test certificate produce by the tenderer/contractor, Railway may draw samples and
send for testing independently at Railway’s own laboratory or through outside agencies, cost of which shall
be borne by the contractor. The decision of the Engineer as to the necessity of such test shall be final and
binding on the contractor.
8.0)
Aggregate: The aggregate shall conform to IS: 383 and shall before use be got tested through one
of the approved testing institutions and the result submitted in accordance with Appendix A of IS 383.
8.1)

Coarse aggregate shall be crushed stone, angular in shape and gravel shall not be used.

8.2)
Fine aggregates shall be resulting from natural disintegration of rock which has been deposited by
streams or glacial agencies.
9.0)

Water: Water to be used in making and for curing concrete shall conform to IS: 456.

9.1)
The contractor shall arrange for water supply necessary for the work. Ordinarily no water will be
supplied by Railways to the Contractor either for drinking purpose or for execution of the work and the rate
quoted shall include the cost of arranging water supply.
9.2)
However if surplus water is available from near by Railway source, contractor may be allowed to
draw water for his work on payment of necessary water charges as fixed by railway administration.
Necessary arrangement of drawl of water by pumping, laying of pipe line and storage arrangement etc shall
be done by contractor at his cost.
10.0) Form work: Form work shall conform to the shapes, lines and dimensions shown in the
drawings with the tolerances as per Clause 9.6 of IS:14687 and shall be so constructed and
supported as to remain sufficiently rigid and water tight to prevent loss of mortar and water from
the concrete and shall be able to carry all the loads and forces during the casting as well as later.
10.1) For all works, propping and centering should be either of steel tubes with extension pieces
or built up sections of rolled steel. Use of wooden bellies should be discouraged.
10.2) All panel joints, corners and seams should be made water tight by using approved sealing
materials. Also the steel form should be thoroughly cleaned before use.
10.3) Form faces should be treated with releasing agent to prevent concrete sticking to the forms and
thereby aid in stripping. Only approved type of releasing agent with prior permission of the Engineer
incharge shall be used. Use of black oil or grease is totally prohibited.

50

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
10.4) Ample access should be provided within the form work for proper cleaning up, placement,
consolidation and inspection of concrete.
11.0) Construction joints: The surface of the construction joints should be cleaned properly and
prepared so as to ensure adequate bond with the concrete placed below or adjacent to it and to obtain the
required water tightness. Any approved method of cleaning for removal of laitance, bleed water and fines
by using wire brush, water jetting, green cutting, sand blasting may be used with the prior approval of the
Engineer in charge.
12.0) Concrete: The concrete shall be produced and laid in the manner as given in IRS Concrete Bridge
Code 1997 (Second Revision) for General Bridge construction corrected up to date and IS 486.
12.1) The concrete shall be of controlled quality with nominal maximum size of coarse aggregate limited
to 20 mm unless specified otherwise in the schedule.
12.2) Batching of different ingredients for production of concrete shall be done by weight only. A
modern, mechanized or automatic weigh batcher shall be used for the weighing aggregates and cement.
The weigh batch shall have accuracy of + 3%. Modern high speed mixer or any other mixer approved by
the Engineer shall be used for mixing concrete. The concrete shall be consolidated by means of vibration
with approved type needle/form/surface vibrators.
12.3) The contractor should submit concrete mix design before starting the work and obtain the approval
by Engineer incharge /DRM(Works) Chennai Division, Southern Railway before the execution of work. In
case source of cement/type change a new unix design shall be submitted for approval.
12.4) The minimum grade of plain cement concrete shall be M 20 and that of Reinforcement and cement
concrete shall be M25 unless specified otherwise in the tender schedule. Only approved design mix shall
be used for the concrete.
12.5) The minimum grade of concrete shall be M-40 for pre tensioned pre-stressed concrete structure.
12.6) The quantity of cement has to be as per Southern Railway Unified Standard Schedule of
Rates 2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I & II)
12.7) Maximum water cement ratio: The limits for maximum water cement ratio for design mix shall be
based on environmental conditions as per extant Railway Board’s instructions. The limits for maximum
water cement ratio for different environmental conditions shall be as under:

Environment
Mild
Moderate
Severe
Very severe
Extreme

Plain concrete (PCC)
0.55
0.50
0.50
0.50
0.45

Maximum water-cement ratio
Reinforced concrete (RCC)
0.50
0.50
0.45
0.45
0.40

Prestressed
concrete
(PSC)
0.45
0.40
0.40
0.35
0.35

12.8) Samples from fresh concrete shall be drawn as required in IRS Concrete Bride Code 1997. The
test cubes should be cast at regular intervals and tested to assess the strength of concrete. The contractor
should establish cube testing equipment at or near the site of work. The cost of casting of cubes and their
testing will have to be borne by the contractor. In case the contractor desires to use a curing membrane
instead of water curing, he may do so after submitting the necessary data and after the same is approved
by the Engineer in charge. No extra payment on this account would be admissible. It should be noted that
no additional payment would be made for curing/vibrating the concrete at different heights and the
contractor should make his own arrangements for the provision of necessary staging/scaffolding etc and
carry out curing/vibrating at all levels as directed by the Engineer in charge.
12.9) If curing is not being done to satisfactory standard, the Engineer may get it done at the contractor’s
cost without any notice to him as the curing cannot wait for any such notice time, etc. The Engineer’s

51

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
decision shall be final and binding as to whether satisfactory curing is being done or not. The cost of curing
will be recovered from the ‘ON ACCOUNT BILLS’.
12.10) Ready Mixed Concrete (RMC): Concrete produced by completely mixing cement, aggregates,
admixtures, if any, and water at a Central Batching and Mixing plant and delivered in fresh condition at site
of construction.
12.10.1) Ready Mixed concrete may be used, wherever required. It shall conform to the specifications of
concrete, as laid down in IRS Bridge Code, IS: 4926 (Specification for Ready Mixed Concrete) may be
referred.
12.10.2) Re-tempering with concrete: Under any circumstances, re-tempering i.e. addition of water after
initial mixing, shall not be allowed, as it may affect the strength and other properties of concrete.
12.10.3) Time period for delivery of concrete: The concrete shall be delivered completely to the site of work
within 1 ½ Hr (when the atmospheric temperature is above 20 degree C) and within 2 Hrs (when the
atmospheric temperature is at or below 20 degree C) of adding the mixing water to the dry mix of cement
and aggregate or adding the cement to the aggregate, whichever is earlier. In case, location of site of
construction is such that this time period is concerned inadequate, increased time period may be specified
provided that properties of concrete have been tested after lapse of the proposed delivery period at the
time of finalizing mix design.
12.10.4) Transportation of ready mixed concrete: The ready mixed concrete shall be transported in
concrete transit agitators conforming to IS: 5892 (Specification for concrete transit mixers and agitators).
Agitating speed of the agitators during transit shall not be less than 2 revolution per minute nor more than 6
revolution per minute.
13.0) Any excess quantity of cement and steel left over after completion of the work will have to be
disposed of by the contractor and cannot be taken over by the Railway.
14.0) Maintenance period: The maintenance period shall be THREE months.
Date:
Place:

Signature of the tenderer/contractor

52

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

SPECIMEN COPY

S.No
1

DESCRIPTION OF WORK
Manufacturing, supplying and fixing of post formed table top of required size
using 25mm thick particle board pasted with 0.8mm thick approved "flex"
laminate and placed over the MS 2mm thick (14 gauge) cantilever brackets and
screwed from bottom using metal screws. All cutting edges to be covered by
2mm thick pvc edge banding tape
with all lead
and lift etc., UNIT QTY
RATE
complete
and
as
1
18
RATE IN FIGURES
directed by
sqm
the
Engineer-incharge. (All
labour and
materials to
paise
Rupees x x x x 3 8 7 5 . 0 0
be supplied
only
by
the
Tenderer/
RATE IN WORDS (in CAPITAL LETTERS)
Contractor
only at his
R U P E E S
- - - - CRORES
own cost at
site)
- - - - LAKHS
T

R

E

E

E

I

G

H

T

Y

F

I

V

E

A

S E V E N T

H

N

D

E

R

O

Z

THOUSAND
S
HUNDREDS

PAISE

NOTE : This is the specimen schedule in which a rate of Rs. 3875/- per 1 sqm is
filled in the boxes for both rate in figures and rate in words. This is for guidance of
Tenderer to fill their rates in the above format.

53

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

SOUTHERN RAILWAY
NAME OF WORK:
Perambur - Repairs to various wards and maintenance of Railway hospital/ PER.
REF:
Est. sd. By Sr.DEN/Co-Ordn./MAS vide No.M/W.231/RH-PER/ REV/2013/87 dt.27.01.14.
(2014-S-04)
SCHEDULE - A
List of items of work that are covered under Southern Railway Unified Standard Schedule of Rates
2011 - for Chennai Division
Sl.
No.

1

USSOR
No.

Rate

Qty.

Unit

Rs.

Amount

Reference

Rs.

Repairs to various wards and maintenance of Railway
hospital/ PER
183020
800
24.86
1 Sqm
19888

2

182010
182013

6

444.52

1

cum

2667

3

182070

750

11.66

1

Sqm

8745

4

186080

40

51.62

1

sqm

2065

5

185010

40

109.26

1

Each

4370

Dismantling tile work in
floors/dado/skirting
laid
in
cement
mortar/
chemical
mortar/synthetic
adhesive
including stacking material
within 50m lead
Demolishing
brick
work
including
stacking
of
serviceable
material
and
disposal
of
unserviceable
material within 50m lead - in
cement mortar
Dismantling old plaster or
skirting raking out joints and
cleaning the surface for
plaster/pointing
including
disposal of rubbish within 50m
lead
Dismantling, iron collapsible
gate, rolling shutter, M.S. Grill,
M.S. Gates, Palisade fencing
etc.with post & stays including
stacking
of
serviceable
materials and disposal of
unserviceable materials within
50m lead
Dismantling doors, windows
and clerestory windows (steel
or wood) shutter including
chowkhats,
architrave,
holdfasts in CC or masonry
etc. complete and stacking

54

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
within 50m lead

6

183010

300

18.85

1

Sqm

5655

Dismantling cement concrete /
terrazzo
flooring
and/or
underlayer excluding base
concrete

7

188030,
188031

300

16.33

1

metre

4899

Dismantling rain water pipe of
G.I., C.I., M.S., SCI, asbestos
or PVC with fittings and
clamps, including stacking the
material within 50m lead - Dia.
of 80mm and below

8

021070

120

47.97

1

Cum

5756

Loading/Unloading
ballast,
kankar, brickbats, stone- chips,
shingle, stone boulders, block
kankar, pitching stones, rubble
stones, laterite, coal, surkhi,
dry mortar, sand, moorum,
earth, manure or sludge,
ashes, lime etc. including lead
up to 50m and stacking
into/from trucks, trailors or
wagons

9

021080

120

114.23

1

Cum

13708

Leading ballast, kankar, surkhi,
lime, sand, ashes, stonechips,
pitching,
stone,
boulders, soling, stone, rubble
stone, brickbats, shingle, dry
mortar, laterite or similar
materials including picking up
and stacking, lead upto 50m

10

021070

120

47.97

1

Cum

5756

Loading/Unloading
ballast,
kankar, brickbats, stone- chips,
shingle, stone boulders, block
kankar, pitching stones, rubble
stones, laterite, coal, surkhi,
dry mortar, sand, moorum,
earth, manure or sludge,
ashes, lime etc. including lead
up to 50m and stacking
into/from trucks, trailors or
wagons

55

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
11

011010
011011

25

103.32

1

cum

2583

Earth work in excavation as
per approved drawings and
dumping at embankment site
or spoil heap, within railway
land, including 50m lead and
1.5m lift, the lead to be
measured from the centre of
gravity of excavation to centre
of gravity of spoil heap; the lift
to be measured from natural
ground level and paid for in
layers of 1.5m each including
incidental
work,
as
per
specifications - All kinds of
soils

12

031010,
031011

15

1611.29

1

cum

24169

Providing and laying in position
cement concrete of specified
proportion excluding cost of
cement,
centering
and
shuttering - All works upto
plinth level : 1:3:6 (1 cement : 3
sand : 6 graded stone
aggregate 20mm nominal size)

13

051010,
051018

10

4030.31

1

Sqm

40303

Brick work with non-modular
(FPS)
bricks
of
class
designation 7.5 in foundation
and plinth in : - Cement mortar
1:6 (1 cement : 6 coarse sand)

14

051180,
051182

30

473.70

1

Sqm

14211

Half brick masonry with bricks
of class designation 7.5 in
foundations and plinth in : Cement mortar 1:4 (1 cement :
4 coarse sand)

15

051040

3

171.68

1

cum

515

Extra over items 051010 &
051020 for brick work in
superstructure beyond plinth
level upto floor two level

16

057100,
057104

13.50

356.30

1

cum

-4810

Add or deduct from rates of
brickwork when the bricks
specified or permitted to be
used by Engineer are of Class
designation other than 7.5 Deduct for Class Designation
3.5

17

111040,
111042

400

72.88

1

Sqm

29152

12 mm cement plaster of mix 1:6 (1 cement : 6 coarse sand)

56

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
18

095020,
095021

300

459.12

1

Sqm

137736

Providing and fixing ceramic
tiles conforming to IS:15622 of
manufacturers approved by
railway in all colours, shades,
design and abrasion resistance
class as approved by the
Engineer-in-Charge in floors
and landings over 20mm thick
bed of cement mortar 1:4 (1
cement : 3 coarse sand)
including pointing in white
cement mixed with pigment of
matching shade complete - Of
Group B-II Clause 5.1 (for
abrasion
resistance)
of
IS:15622 (Ceramic Floor Tiles)
of size 300mmx300mm

19

095020,
095026

800

718.62

1

Sqm

574896

Providing and fixing ceramic
tiles conforming to IS:15622 of
manufacturers approved by
railway in all colours, shades,
design and abrasion resistance
class as approved by the
Engineer-in-Charge in floors
and landings over 20mm thick
bed of cement mortar 1:4 (1
cement : 3 coarse sand)
including pointing in white
cement mixed with pigment of
matching shade complete - Of
Group B-I-a of IS:15622
(Vitrified tiles) of size above
400mmx400mm
upto
600mmx600mm

20

095010,
095012

350

440.70

1

Sqm

154245

Providing and fixing Ist quality
ceramic tiles conforming to
Group B-III (Ceramic Wall
Tiles)
of
IS:15622
of
manufacturers approved by
railway in all colours, shades,
and design as approved by the
Engineer-in-Charge in skirting,
risers of steps and dado over
12mm thick bed of cement
mortar 1:3 (1 cement : 3
coarse sand) including pointing
in white cement mixed with
pigment of matching shade
complete - 200x300 mm

57

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
21

095010,
095013

200

541.65

1

Sqm

108330

Providing and fixing Ist quality
ceramic tiles conforming to
Group B-III (Ceramic Wall
Tiles)
of
IS:15622
of
manufacturers approved by
railway in all colours, shades,
and design as approved by the
Engineer-in-Charge in skirting,
risers of steps and dado over
12mm thick bed of cement
mortar 1:3 (1 cement : 3
coarse sand) including pointing
in white cement mixed with
pigment of matching shade
complete - 300x450 mm and
above

22

131130
131131

300

143.10

1

metre

42930

Providing and fixing G.I. pipes
complete with G.I. fittings and
clamps, including cutting and
making good the walls etc.
Internal work – Exposed on
wall 15mm dia. nominal bore

23

131130
131132

250

177.91

1

metre

44478

Providing and fixing G.I. pipes
complete with G.I. fittings and
clamps, including cutting and
making good the walls etc.
Internal work – Exposed on
wall 20mm dia. nominal bore

24

131130
131133

350

251.79

1

metre

88127

Providing and fixing G.I. pipes
complete with G.I. fittings and
clamps, including cutting and
making good the walls etc.
Internal work – Exposed on
wall 25mm dia. nominal bore

25

131130
131136

300

478.34

1

metre

143502

Providing and fixing G.I. pipes
complete with G.I. fittings and
clamps, including cutting and
making good the walls etc.
Internal work – Exposed on
wall 50mm dia. nominal bore

26

057030

100

77.24

1

Each

7724

Making holes in old brick walls
upto 15cm square, fixing bolts
clamps etc. and making good
the same with CC 1:2:4 or
cement mortar 1:2 as per site
conditions

58

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
27

151020,
151021

25

2701.30

1

Each

67533

Providing and fixing white
vitreous china pedestal type
water closet (European type
W.C. pan) with seat and lid, 10
litres low level white, P.V.C.
flushing cistern with manually
controlled device (handle lever)
conforming to IS:7231, with all
fittings and fixtures complete
including cutting and making
good the walls and floors
wherever required W.C. pan
with ISI marked white solid
plastic seat and lid

28

154010

150

203.23

1

metre

30485

Providing and fixing 110mm
dia PVC soil, waste and vent
pipes including jointing and
cost of spun yarn and sand etc.
complete

29

151010,
151011

12

3550.36

1

Each

42604

Providing and fixing water
closet squatting pan (Indian
type W.C. pan) with 100mm
sand cast iron 'P' or 'S' trap, 10
litres low level white P.V.C.
flushing cistern with manually
controlled device (handle lever)
conforming to IS:7231, with all
fittings and fixtures complete
including cutting and making
good the walls and floors
wherever required - White
Vitreous China Orissa pattern
W.C.
pan
of
size
580mmx440mm with integral
type foot rests

30

151040,
151042

10

4992.95

1

Each

49930

Providing and fixing white
vitreous china flat back or wall
corner type lipped front urinal
basin
of
430mmx260mmx350mm and
340mmx410mmx 265mm sizes
respectively with automatic
flushing cistern, with standard
flush pipe and C.P. brass
spreaders with brass unions
and G.I. clamps complete,
including painting of fittings
and brackets, cutting and
making good the walls and
floors, wherever required Range of two urinal basins with
10 litres white P.V.C. automatic
flushing cistern

59

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
31

151070,
151074

15

1526.94

1

Each

22904

Providing and fixing wash
basin with C.I./M.S. brackets,
15mm C.P. brass pillar taps,
32mm C.P. brass waste of
standard pattern, including
painting
of
fittings
and
brackets, cutting and making
good the walls, wherever
required : - White vitreous
china flat back wash basin size
550 mmx400mm with single
15mm C.P. brass pillar tap

32

152020,
152021

12

6030.36

1

Each

72364

Providing and fixing Stainless
Steel AISI-304 (18/8) kitchen
sink with drain board as per
IS:13983 with C.I. brackets and
stainless steel plug 40mm
including painting of fittings
and brackets, cutting and
making good the walls,
wherever
required
:
510mmx1040mm bowl depth
250mm510mmx1040mm bowl
depth 250mm

33

152030,
152031

12

6608.52

1

Each

79302

Providing and fixing Stainless
Steel AISI-304 (18/8) kitchen
sink without drain board as per
IS:13983 with C.I. brackets and
stainless steel plug 40mm
including painting of fittings
and brackets, cutting and
making good the walls,
wherever
required
:
610mmx510mm bowl depth
200mm

34

189040

150

14.25

1

sqm

2138

Dismantling gypsum partitions
including
framework
(Aluminium/steel),and
false
ceiling including stacking of
serviceable
material
and
disposal
of
unserviceable
material within 50m lead

60

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
35

082010
082012

400

262.31

1

Kg

104924

Providing and fixing anodised
aluminium work for doors,
windows,
ventilators
and
partitions with extruded built-up
standard tubular and other
sections of approved make
conforming to IS:733 - and
IS:1285, anodised transparent
or dyed to required shade
according to IS:1868 (Minimum
anodic coating of grade AC
15), fixed with rawl plugs and
screws or with fixing clips, or
with expansion hold fasteners
including necessary filling up of
gaps at junctions, at top,
bottom and sides with required
PVC/neoprene
felt
etc.
Aluminium sections shall be
smooth, rust free, straight,
mitered
and
jointed
mechanically
wherever
required including cleat angle.
Aluminium snap beading for
glazing/panelling,
C.P.
brass/stainless steel screws,
all
complete
as
per
architectural drawings and
directions
of
Engineer-incharge. (Glazing & panelling to
be paid for separately) - For
openable/sliding portions and
fixing
hinges
/
pivots,
PVC/neoprene gasket required
and making provision for fixing
of fittings. (Fittings shall be
paid for separately)

61

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
36

082010,
082011

350

243.60

1

Kg

37

082030
082032

150

714.23

1

Sqm

85260

Providing and fixing anodised
aluminium work for doors,
windows,
ventilators
and
partitions with extruded built-up
standard tubular and other
sections of approved make
conforming to IS:733 - and
IS:1285, anodised transparent
or dyed to required shade
according to IS:1868 (Minimum
anodic coating of grade AC
15), fixed with rawl plugs and
screws or with fixing clips, or
with expansion hold fasteners
including necessary filling up of
gaps at junctions, at top,
bottom and sides with required
PVC/neoprene
felt
etc.
Aluminium sections shall be
smooth, rust free, straight,
mitered
and
jointed
mechanically
wherever
required including cleat angle.
Aluminium snap beading for
glazing/panelling,
C.P.
brass/stainless steel screws,
all
complete
as
per
architectural drawings and
directions
of
Engineer-incharge. (Glazing & panelling to
be paid for separately) - For
fixed portion

107135

Providing and fixing glazing in
aluminium
door,
window,
ventilator
shutters
and
partitions
etc.
with
PVC/neoprene gasket etc.
complete
as
per
the
architectural drawings and the
directions
of
engineer-incharge. (Cost of aluminium
snap beading shall be paid in
basic item) - With float/frosted
glass
panes
of
5.5mm
thickness (weight not less than
13.75 kg/sqm)

62

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
38

082020
082022

120

614.46

1

Sqm

73735

Providing and fixing 12mm
thick prelaminated three layer
medium
density
(exterior
grade) particle board Grade I,
Type II conforming to IS:12823
bonded
with
phenol
formaldehyde synthetic resin,
of
approved
brand
and
manufacture in panelling fixed
in aluminium doors, windows
shutters and partition frames
with C.P. brass/stainless steel
screws etc. complete as per
architectural drawings and
directions
of
engineer-incharge - Prelaminated particle
board
with
decorative
lamination on both sides

39

082040
082041

15

2514.79

1

Each

37722

Providing and fixing double
action hydraulic floor spring of
approved
brand
and
manufacture IS:6315 including
cost of cutting floors as
required, embedding in floors
and cover plates with brass
pivot and single piece M.S.
Sheet outer box with slide plate
etc. complete as per the
direction of Engineer-in-charge
- With Stainless Steel cover
plate

40

082050

400

326.72

1

Kg

130688

Providing and fixing anodised
aluminium work (with minimum
15 micron uniform anodic
coating) consisting of tee/angle
sections, of approved make
conforming to IS:733 in frames
of false ceiling including
aluminium angle cleats with
necessary C.P. brass/stainless
steel sunk screws, aluminium
perimeter angles fixed to wall
with rawl plugs @ 450mm
centre to centre and fixing the
frame work to level adjusting
hangers (6mm dia. M.S. rods)
with
necessary
cadmium
plated machine screws all
complete as per approved
architectural drawings and
direction of the Engineer-incharge
(level
adjusting
hangers, ceiling cleats and
expansion hold fasteners to be
paid for separately)

63

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
41

082060

150

126.45

1

Each

18968

Providing and fixing level
adjusting hangers of 6mm dia.
M.S. rods (upto 1200mm
length) fixed to roof slabs by
means of M.S. angle ceiling
cleats
40mmx40mmx5mm
size,
40mm
long
and
expansion
hold
fasteners
12.5mm dia. 40mm long
including applying priming coat
of zinc chromate yellow primer
for steel members complete

42

077190
077191

100

1178.29

1

each

117829

Providing and fixing IS:3564
marked aluminium extruded
section body tubular type
universal hydraulic door closer
with double speed adjustment
with necessary accessories
and screws etc. complete : Hardwyn make (Eddy) or
equivalent

43

106050

500

245.60

1

Sqm

122800

Providing and fixing false
ceiling with 12mm thick
plain/semi perforated or with
design ceiling tiles of BWP
type phenol formaldehyde
synthetic resin bonded pressed
particle board conforming to
IS:3087 finished with a coat of
aluminium primer on both sides
& edges and two coats of
synthetic enamel paint of
approved quality on exposed
face fixed to a grid made out of
anodised aluminium (with 15
micron anodic coating) Tsections 35mm x 15mm x
1.5mm size main runners and
cross
runners
23.5mmx19mmx1.5mm fixed
to main runners placed 600mm
centre to centre both ways so
as to form a grid of 600mm
square. The frame work shall
be suspended from ceiling by
level adjusting hangers of 6mm
dia M.S. rod fixed to roof slab
by means of ceiling cleats. The
suspenders shall be placed
600mm x 1200 mm centre to
centre including fixing to the
frame with C.P. brace screws
and applying a priming coat of
zinc chromate yellow primer
(aluminium frame work and
hangers
shall
be
paid
separately)

64

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
44

108160,
108162

150

184.41

1

metre

27662

Providing and fixing on wall
face unplasticised - Rigid PVC
single socketed rain water
pipes conforming to IS:13592
Type-A including jointing with
seal ring conforming to IS:5382
leaving 10mm gap for thermal
expansion - 110mm dia.

45

108180,
108182

25

204.99

1

Each

5125

Providing and fixing on wall
face unplasticised - PVC
moulded bend and shoe for
unplasticised-Rigid PVC rain
water pipes conforming to
IS:13592 Type-A including
jointing
with
seal
ring
conforming to IS:5382 leaving
10mm
gap
for
thermal
expansion
water
pipes
conforming to IS:13592 Type-A
including jointing with seal ring
conforming to IS:5382 leaving
10mm
gap
for
thermal
expansion - Bend 87.5°,
110mm dia. bend

46

108190,
108192

50.00

97.18

1

Each

4859

Providing and fixing
unplasticised-PVC pipe clips of
approved design to
unplasticised-PVC rain water
pipes by means of
50mmx50mmx50mm hard
wood plugs, screwed with M.S.
screws of required length
including cutting brick work and
fixing in cement mortar 1:4 (1
cement : 4 coarse sand) and
making good the wall etc.
complete - 110mm

47

108180,
108184

25.00

187.72

1

Each

4693

Providing and fixing on wall
face unplasticised - PVC
moulded bend and shoe for
unplasticised-Rigid PVC rain
water pipes conforming to
IS:13592 Type-A including
jointing with seal ring
conforming to IS:5382 leaving
10mm gap for thermal
expansion Shoe (Plain),
110mm dia. shoe

48

132180

40

220.16

1

cum

8806

Providing and fixing C.P. brass
bib cock, 15mm nominal bore
of approved quality conforming
to IS:8931

65

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
49

072140
072141

40

2017.29

1

Sqm

80692

50

072170

30

82.39

1

Sqm

2472

51

078030
078032

25

115.34

1

Each

2884

52

078080
078081

20

715.75

1

sqm

14315

53

074360,
074361

20

309.90

1

sqm

6198

54

078030
078034

25

89.16

1

Each

2229

55

078060
078061

30

75.30

1

Each

2259

Providing and fixing to IS:2202
Part-1 marked flush door
shutter decorative type, core of
block board construction with
frame of 1st class hard wood
and well matched teak 3-ply
veneering with vertical grains
or cross bands and face
veneers on both faces of
shutters 35mm thick including
ISI marked stainless steel butt
hinges with necessary screws
Extra for providing lipping with
2nd class teak wood battens
25mm minimum depth on all
edges of shutters (overall area
of door shutters to be
measured)
Providing and fixing aluminium
tower
bolts
ISI
marked
anodised (anodic coating not
less than grade AC 10 as per
IS:1868) transparent or dyed to
required colour or shade with
necessary
screws
etc.
complete : - 250mmx10mm
Providing and fixing plywood
plain lining with necessary
screws, priming coat on
unexposed
surface
etc.
complete with : 4mm thick
decorative ply facings of
approved manufacturer
Providing and fixing Teak
Wood
veneer
sheet
of
approved quality and make
over
wooden
surfaces
including
smoothening
of
wooden surface and fixing of
veneers
with
approved
synthetic
resin
adhesive
complete 3mm thick
Providing and fixing aluminium
tower
bolts
ISI
marked
anodised (anodic coating not
less than grade AC 10 as per
IS:1868) transparent or dyed to
required colour or shade with
necessary
screws
etc.
complete : - 150mmx10mm
Providing and fixing aluminium
handles ISI marked anodised
(anodic coating not less than
grade AC 10 as per IS:1868)
transparent or dyed to required
colour or shade with necessary
screws etc. complete - 125mm

66

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
56

078070
078071

50

35.19

1

Each

1760

Providing and fixing aluminium
hanging floor door stopper ISI
marked
anodised
(anodic
coating not less than grade AC
10 as per IS:1868) transparent
or dyed to required colour and
shade with necessary screws
etc. complete : - Single rubber
stopper

57

078130

50

400.21

1

metre

20011

Providing and fixing factory
made P.V.C. door frame of
size 50mmx47mm with a wall
thickness of 5mm, made out of
extruded 5mm rigid PVC foam
sheet mitered at corners and
joined with 2 nos. of 150mm
long brackets of 15mmx15mm
M.S. square tube, the vertical
door profiles to be reinforced
with 19mmx19mm M.S. square
tube of 19 gauge, EPDM
rubber gasket weather seal to
be provided through out the
frame. The door frame to be
fixed to the wall using M.S.
screws of 65mm/100mm size
complete as per manufacturers
specification and direction of
Engineer-in-Charge

58

078150

30

2107.54

1

Sqm

63226

Providing and fixing to existing
door frames 30mm thick
factory made solid both side
prelaminated panel PVC door
shutter consisting of frame
made out of M.S. tubes of 19
gauge thickness and size of
19mmx19mm
for
styles
and15mmx15mm,
top
&
bottom rails. M.S. frame shall
have a coat of steel primers of
approved
make
and
manufacture.
M.S.
frame
covered with 5mm thick heat
moulded prelaminated PVC
Foam Sheet ‘C' channel as per
drawing given in IR Standard
Specifications complete in all
respect

59

078030
078035

25

66.95

1

Each

1674

Providing and fixing aluminium
tower
bolts
ISI
marked
anodised (anodic coating not
less than grade AC 10 as per
IS:1868) transparent or dyed to
required colour or shade with
necessary
screws
etc.
complete : - Alu. Tower
bolt.100mmx10mm

67

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
60

078060
078062

25

56.90

1

Each

1423

Providing and fixing aluminium
handles ISI marked anodised
(anodic coating not less than
grade AC 10 as per IS:1868)
transparent or dyed to required
colour or shade with necessary
screws etc. complete Providing
and fixing alu. Handles.
100mm

61

078010
078017

30

80.93

1

Each

2428

Providing and fixing ISI marked
aluminium butt hinges ISI
marked
anodised
(anodic
coating not less than grade AC
10 as per IS: 1868) transparent
or dyed to required colour or
shade with necessary screws
etc. complete : - Butt hinges
75mmx63mmx3.2mm

62

074230
074231

800

74.34

1

Kg

59472

Providing and fixing M.S. grills
of required pattern in frames of
windows etc. with M.S. flats,
square or round bars etc. all
complete - Fixed to steel
windows by welding

63

074230
074232

1000

75.97

1

Kg

75970

Providing and fixing M.S. grills
of required pattern in frames of
windows etc. with M.S. flats,
square or round bars etc. all
complete - Fixed to opening /
wooden frames with rawl plugs
screws etc.

64

074280

30

62.94

1

Each

1888

Providing 40mmx5mm flat iron
hold fast 40cm long including
fixing to frame with 10mm
diameter bolts, nuts and
wooden plugs and embeddings
in cement concrete block
30cmx10cmx15cm 1:3:6 mix (1
cement : 3 coarse sand : 6
graded stone aggregate-20mm
nominal size)

65

074300
074311

25

454.34

1

Sqm

11359

Providing and fixing float glass
panes with putty and nails
including removal of old broken
panes wherever required Float Glass panes 4mm thick
(10 kg/sqm)

66

074300
074312

25

619.37

1

Sqm

15484

Providing and fixing float glass
panes with putty and nails
including removal of old broken
panes wherever required Frosted glass panes 4mm thick
(10 kg/sqm)

68

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
67

074300
074313

30

550.61

1

Sqm

16518

Providing and fixing float glass
panes with putty and nails
including removal of old broken
panes wherever required Heavy sheet glass panes
5.5mm thick (13.75 kg/sqm)

68

075080
075084

80

6.99

1

Each

559

Providing and fixing MS hooks
and eyes : - 150mm

69

077330

15

708.71

1

Each

10631

Providing and fixing chromium
plated brass 100mm mortice
latch and lock with 6 levers and
a pair of lever handles with
necessary
screws
etc.
complete (best make of
approved quality)

70

078010
078012

25

141.25

1

Each

3531

Providing and fixing ISI marked
aluminium butt hinges ISI
marked
anodised
(anodic
coating not less than grade AC
10 as per IS: 1868) transparent
or dyed to required colour or
shade with necessary screws
etc.
complete
:
125mmx63mmx4mm

71

078010
078015

25

109.78

1

Each

2745

Providing and fixing ISI marked
aluminium butt hinges ISI
marked
anodised
(anodic
coating not less than grade AC
10 as per IS: 1868) transparent
or dyed to required colour or
shade with necessary screws
etc.
complete
:
100mmx63mmx3.2mm

72

078030
078031

30

128.41

1

Each

3852

Providing and fixing aluminium
tower
bolts
ISI
marked
anodised (anodic coating not
less than grade AC 10 as per
IS:1868) transparent or dyed to
required colour or shade with
necessary
screws
etc.
complete : - Alu. Tower bolt.
300mmx10mm

73

078070
078072

50

48.26

1

Each

2413

Providing and fixing aluminium
hanging floor door stopper ISI
marked
anodised
(anodic
coating not less than grade AC
10 as per IS:1868) transparent
or dyed to required colour and
shade with necessary screws
etc. complete : - Twin rubber
stopper

69

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
74

099040,
099045

15.00

2242.87

1

Sqm

33643

Providing and fixing 18mm
thick mirror polished, machine
cut for kitchen platforms, vanity
counters facias, dados and
skirtings and similar locations
of required size of approved
shade, colour and texture laid
over 20mm thick base cement
mortar 1:4 (1 cement : 4
coarse sand) with joints treated
with white cement, mixed with
matching
pigment,
epoxy
touchups, including rubbing,
curing. etc .complete at all
levels - Granite Pink-Area of
slab over 1.0 sqm but upto 2.0
sqm or larger

75

099050,
099052

20.00

1170.91

1

Sqm

23418

Providing and fixing 40mm
thick
Cuddappah
stone
polished, machine cut for
kitchen
platforms,
vanity
counters facias, dados and
skirting and similar locations of
required size, laid over 20mm
thick base cement mortar 1:4
(1 cement : 4 coarse sand)
with joints treated with white
cement, mixed with matching
pigment,
epoxy
touchups
including rubbing, curing etc.
complete at all levels - Area of
slab over 0.5 sqm but upto 1.0
sqm

76

121170

400

48.34

1

Sqm

19336

Painting two coats (excluding
priming coat) with white or
green ready mixed paint of
approved quality on steel or
wood work

77

134070

40

130.16

1

Each

5206

Providing and fixing PTMT
angle stop cock 15mm nominal
bore, weighing not less than 85
gm

78

134090

20

114.13

1

Each

2283

Providing and fixing PTMT
soap Dish Holder having length
of 138mm, breadth 102mm,
height of 75mm with concealed
fitting arrangements, weighing
not less than 106 gm

79

151180
151181

25

919.47

1

pair

22987

Providing and fixing P.V.C. low
level flushing cistern with
manually controlled device
(handle lever) conforming to
IS:7231, with all fittings and
fixtures complete : - 10 litres
capacity - White

70

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
80

152080
152084

40

63.88

1

Each

2555

Providing and
waste pipe for
basin including
fittings complete
40mm dia.

fixing P.V.C.
sink or wash
P.V.C. waste
- Flexible pipe

81

152090

40

18.65

1

Each

746

82

152080
152082

50

63.88

1

Each

3194

Providing and
waste pipe for
basin including
fittings complete
32mm dia.

83

171590

20

222.02

1

Sqm

4440

Supplying & fixing sun control
film of approved quality and
make over door/window/clery
storey window

84

151220
151221

25

323.48

1

Each

8087

Providing and fixing solid
plastic seat with lid for pedestal
type W.C. pan complete White, solid plastic seat with lid

85

134100
134102

50

48.81

1

Each

2441

Providing
and
fixing
unplasticised
P.V.C.
connection pipe with PTMT
Nuts, collar and bush of
approved quality and colour 15mm nominal bore. with 45cm
length

86

134080

20

93.80

1

Each

1876

Providing and fixing PTMT
swiveling
shower,
15mm
nominal bore, weighing not
less than 40 gm

87

104050

400

296.14

1

Sqm

118456

Providing and laying pressed
clay tiles (as per approved
pattern
20mm
nominal
thickness and of approved
size) on roofs jointed with
cement mortar 1:4 (1 cement :
4 coarse sand) mixed with 2%
integral
water
proofing
compound laid over a bed of
20mm thick cement mortar 1:4
(1 cement : 4 coarse sand) and
finished neat complete

88

105192

20

1907.08

1

cum

38142

Grading roof for water proofing
treatment with - Cement mortar
1:3 (1 cement, 3 coarse sand)
CEILING :

89

134010
134011

100

106.93

1

Each

10693

Providing and fixing PTMT bib
cock of approved quality and
colour - 15mm nominal bore,
86mm long, weighing not less
than 88 gm

Providing and fixing 100mm
sand cast iron grating for gully,
trap
fixing P.V.C.
sink or wash
P.V.C. waste
- Flexible pipe

71

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
90

105140,
105142

400

271.06

1

Sqm

108424

Providing and fixing APP
(Atactic
Polypropylene
Polymer)
modified
prefabricated five layer water
proofing
membrane
of
specified
thickness,
black
finished reinforced with glass
fibre matt over a coat of
bitumen primer for bitumen
membrane @ 0.40litre/sqm by
the
same
membrane
manufacturer of density at
25°C, 0.87- 0.89kg/ litre and
viscosity 70-160cps - 3mm
thick

91

071010,
071011

1000

77.09

1

cudm

77090

Providing wood work in frames
of doors, windows, clerestory
windows and other frames and
trusses, wrought, framed and
fixed in position : - Second
class teak wood

92

184010

400

23.10

1

sqm

9240

Demolishing brick tile covering
(single layer) in terracing
including
stacking
of
serviceable
material
and
disposal
of
unserviceable
material within 50m lead

93

131180,
131181

15

354.61

1

Each

5319

Providing and fixing PP-R Gate
Valve fusion welded, having
thermal stability for hot & cold
water supply and testing of
joints complete as per direction
of engineer in charge - 25mm
Gate Valve

94

131180,
131184

10

1394.50

1

Each

13945

Providing and fixing PP-R Gate
Valve fusion welded, having
thermal stability for hot & cold
water supply and testing of
joints complete as per direction
of engineer in charge - 50mm
Gate Valve

95

131190,
131191

15

168.77

1

Each

2532

Providing and fixing PP-R
Brass
Ball
Valve fusion
welded, having thermal stability
for hot & cold water supply and
testing of joints complete as
per direction of engineer in
charge - 20mm Ball Valve

96

131190,
131192

15

241.53

1

Each

3623

Providing and fixing PP-R
Brass
Ball
Valve fusion
welded, having thermal stability
for hot & cold water supply and
testing of joints complete as
per direction of engineer in
charge - 25mm Ball Valve

72

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
97

124010
124012

100

30.91

Total of Sch.A

1

Sqm

Rs.

3091

Varnishing with varnish of
approved
brand
and
manufacture - On old work one or more coats with copal
varnish

3625826

(Items NINETY SEVEN only)
NOTE:
The Tenderer/Contractor should quote percentage - at Par/below/above for USSOR 2011

PLACE:
DATE:
SIGNATURE OF TENDERER/
CONTRACTOR

73

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
SOUTHERN RAILWAY

NAME OF
WORK:
Perambur - Repairs to various wards and maintenance of Railway hospital/ PER.

REF:
Est. sd. By Sr.DEN/Co-Ordn./MAS vide No.M/W.231/RH-PER/ REV/2013/87 dt.27.01.14.
(2014-S-04)

SCHEDULE 'A1' (Supply of cement)

List of items of work that are covered under Southern Railway Unified Standard Schedule of Rates
2011 - for Chennai Division
S.N
o

USSOR
NO

1

033060,
033061

Qty.

44.90

Rate

Unit

Amount

5290.00

1 Tonne

237521

Description of work

Supply and using cement at
worksite :- OPC 43 grade

TOTAL OF SCH.A1
237521

(Item ONE Only)

NOTE:
The Tenderer/Contractor should quote percentage - at PAR/BELOW/ABOVE for USSOR
2011 rates

Place:

Date:
Signature of
Tenderer/Contractor

74

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

SOUTHERN RAILWAY
NAME OF
WORK:
Perambur - Repairs to various wards and maintenance of Railway hospital/ PER.

REF:
Est. sd. By Sr.DEN/Co-Ordn./MAS vide No.M/W.231/RH-PER/ REV/2013/87 dt.27.01.14.
(2014-S-04)

SCHEDULE 'B'
List of items of work that are not covered under Southern Railway Unified Standard Schedule of
Rates 2011 - for Chennai Division
S.n
o.
1

a

DESCRIPTION OF WORK
Supplying and fixing of specials reqd. for GI pipes as per specifications with all lead and lift
etc., complete and as directed by the Engineer-in-charge. (All labour and materials to be
supplied by the Tenderer/ Contractor only at his own cost at site)
Union
(R.Brand)
- 50mm dia

UNIT

QT
Y

Each

15

RATE
RATE IN FIGURES
.

Rupees

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
CRORES

R U P E E S

LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

b

Union
(R.Brand)
- 25mm dia

UNIT

QT
Y

Each

25

RATE
RATE IN FIGURES
Rupees

.

paise
only

75

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
RATE IN WORDS (in CAPITAL LETTERS)
CRORES

R U P E E S

LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

c

Union
(R.Brand)
- 20mm dia

UNIT

QT
Y

Each

25

RATE
RATE IN FIGURES
.

Rupees

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
CRORES

R U P E E S

LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

d

Union
(R.Brand)
- 15mm dia

UNIT

QT
Y

Each

25

RATE
RATE IN FIGURES
Rupees

.

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
R U P E E S

CRORES
LAKHS
THOUSANDS
HUNDREDS

76

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30

A N D
PAISE

e

Bearer
nipple(R.Br
and)- 50mm
dia

UNIT

QT
Y

Each

20

RATE
RATE IN FIGURES
.

Rupees

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
CRORES

R U P E E S

LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

f

Bearer
nipple(R.Br
and)- 25mm
dia

UNIT

QT
Y

Each

20

RATE
RATE IN FIGURES
.

Rupees

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
R U P E E S

CRORES
LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

g

Bearer
nipple(R.Br
and)- 20mm
dia

UNIT

QT
Y

RATE

77

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
Each

30

RATE IN FIGURES
.

Rupees

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
R U P E E S

CRORES
LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

h

Bearer
nipple(R.Br
and)- 15mm
dia

UNIT

QT
Y

Each

50

RATE

RATE IN FIGURES
Rupees

.

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
CRORES

R U P E E S

LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

78

Signature of Tenderer/Contractor
BID DOCUMENT MAS 01 of 2014, item No.30
2

Maintenance of exg. water supply distribution in railway hospital/ PER in various wards,
inside hospital, OPD male ward, Children wards, female wards as required by pumping
water from borewells/ open wells, HLTs at PER, PWQ etc., to GLR by regulating valve
arrangements round the clock in PER RH and NJO office round the clock by 2 shifts (12
hours each shift) with contractors man power (valve men) with all lead and lift etc., complete
and as directed by the Engineer-in-charge. (All labour and materials to be supplied by the
Tenderer/ Contractor only at his own cost at site).
The work shall be performed by the contractor staff duly following the incidental works
Every hour water level in the tanks shall be exchanged to all concerned pump houses,
offices and as directed.
All the water levels shall be recorded in the level book.
Upkeep the pump house and surroundings in good condition.
Adding the departmental bleaching powder or solution as and when required in tanks daily
as directed.
The valve man shall coordinately work with the electrical staff.
The valve man on duty shall leave the pump house only after the arrival of the reliever.
Attedance register, handing over - taking over register shall be maintained regularly.
Non supply of the valve man will be levied with a penalty of Rs.300 for one pump house for
one shift.
UNIT
per
month

QT
Y

RATE

12

RATE IN FIGURES
Rupees

.

paise
only

RATE IN WORDS (in CAPITAL LETTERS)
CRORES

R U P E E S

LAKHS
THOUSANDS
HUNDREDS

A N D
PAISE

(Items TWO only)
Place:

Date:
Signature of Tenderer/Contractor

79

Signature of Tenderer/Contractor

Railway Tender

  • 1.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 By Registered Post By Direct Deposit TENDER COVER SHEET (Please refer clause 20 in page 14 of the tender) Southern Railway Tender Notice No.MAS/01 of 2014 of dated 31-01-2014 (Item No.30) DUE FOR OPENING ON 13-03-2014 Name of work: PERAMBUR – Repairs to various wards and maintenance of Railway Hospital /PER. To The Divisional Railway Manager, Works, Chennai (Division) SR, Park Town, Chennai-3.(Address) 600 003.(Pin Code) From ....................................... …………………………… …………………………… …………………………… …………………………… Signature of Tenderer/Contractor 1
  • 2.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 INSTRUCTIONS TO TENDERERS FOR TENDER FORMS DOWN LOADED FROM INTERNET. 1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly super scribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the Office specified in the tender document before the date and time stipulated in the tender document. 3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of Senior Divisional Finance Manager, Southern Railway, Chennai - 03 along with the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected. 4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenderers are advised to download tender documents well in advance and submit the tender before the stipulated time, the tender document will be received up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the said offices on the date of opening mentioned and will be opened at 11.30 hours on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above happens to be a holiday, the tenders will be opened on the next working day at the same time. 6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to drop their documents in the relevant tender box on any working days and up to the time and date of receipt as mentioned above. Railway shall not be responsible for any postal delays. 7. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it out , sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in downloading of tender document from the internet. 8. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ball point pen only. Each page of tender document should be signed by the tenderer. 9. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the concern office inviting tender. After award of work an agreement will be prepared based on the master copy of tender document available in the above mentioned office. In case, any discrepancy between the tender document downloaded from the internet and the master copy, latter shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained. 10. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted. 11. The following declaration should be given by the tenderer while submitting the tender: Signature of Tenderer/Contractor 2
  • 3.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Declaration (a) I/We have downloaded the tender form from the internet site www.sr.indianrailways.gov.in. and I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways and/or prosecuted. (b) I/We submitting a demand draft no. ___________________ dated __________ issued by ____________________ for Rs.__________ towards the cost of tender form. Signature of Tenderer : Date Address Signature of Tenderer/Contractor 3
  • 4.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 SOUTHERN RAILWAY CHENNAI DIVISION (WORKS BRANCH) Tender Notice No.MAS/01 OF 2014 Dt.31.01.2014 (Item No. 30 ) Divisional Railway Manager/Works Branch/Chennai Division, Chennai-3 for and on behalf of the President of India invites sealed tenders for the under mentioned works: Approx. Earnest Period of Sl. cash Money Similar nature Description of work completio No value Rs. Deposit of work n (lakhs) Rs. (1) (2) (3) 30 PERAMBUR – Repairs to various wards and maintenance of Railway Hospital /PER. Last date for issue of tender form : Date of tender opening: 45.19 (4) (5) 90,382/- Not Applicable (6) Twelve Months 12.03.2014 13.03.2014 Cost of tender forms: 1) 2) 3) 4) 5) For works costing upto 5 lakhs For works costing above 5 lakhs and up to 20 lakhs For works costing above 20 lakhs and up to 50 lakhs For works costing above 50 lakhs and up to 2 crores For works costing above 2 crores and up to 50 crores 1096/2192/3288/5480/10960/- 1. If the tender form is required by post, the postage will be Rs.500/- extra (Non-refundable). However, in such cases the last date of issue of tender form will be seven days prior to the last date of issue of tender form. The Railways will not be responsible for postal delay/loss of tender form. 2. In no circumstance will the amount towards the cost of tender form be refunded. Tender forms are not transferable. 3. The cost of the tender forms may be paid to the Sr. Divisional Cashier, Southern Railway, Chennai – 3 or any Station Master, Southern Railway and the cash receipt should accompany the request for issue of tender forms. 4. The tender forms can be obtained by hand but no rebate will be given in the cost of tender forms. 5. The tender forms will be issued up to 15.00 hrs. on the specified date. The same will be received up to 11.00 hrs. at two places i.e. DRM/W/O/MAS and CAO/CN/O/MS ( two separate tender boxes will be placed at the said office on the date of opening mentioned and will be opened at 11.30 hours on the same date at Divisional Railway Manager /Works /Office/Chennai. In case, the date mentioned above happens to be a holiday, the tenders will be opened on the next working day at the same time. 6. The tender box is kept in the Office of DRM/Works/MAS, Southern Railway, Chennai – 3 for dropping of tenders, 3 (three) days in advance to the date of opening. The Tenderers are advised to drop their documents in the relevant tender box on any working days and up to the time and date of receipt as mentioned above. Railway shall not be responsible for any postal delays. 7. The tenderers are required to satisfy the following eligibility criteria for all works costing more than 50 lakhs: Signature of Tenderer/Contractor 4
  • 5.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Sl.No 1 Cl ause Experience 2 Turn over Description Criteria Should have completed in the last three financial years (i..e current year and three previous financial years) Total contract amount received during the last 3 financial years and in the current financial year. At least one similar single work, for a minimum value of 35% of advertised value of work. Should be a minimum of 150% of advertised tender value. Tenderer should produce an attested certificate from the employer/client, audited balance sheet duly certified by the Chartered Accountant and/ or attested certificates from the Central/State govt./ public sectors undertakings organization/department from where the tenderer received the payment for the work done. Note: a) Work executed in own name only can be considered towards eligibility criteria b) The turn over in the own name company, in whose name the tender is offered, alone will be considered. c) Consortium and firms and MOUs and sister concerns will not be considered towards eligibility criteria. 8. Documents to be submitted along with the tender. The following documents should be submitted along with the tender. a) List of works completed in the last three 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 be given. b) 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. Note: 1) In case of items (a) & (b) above, supportive documents/ certificates from the organisations with whom they worked/ are working shall be enclosed. 2) Certificate from private individuals for whom such works are executed / being executed will not be accepted. 9. The tenderers are requested to submit the requisite EMD in favour of Sr. Divisional Finance Manager, Chennai Division, Southern Railway, Chennai -3 along with the tender documents failing which their offer will be rejected. LSEMD will not be considered. 10. Submission of EMD amount in the form of Bank guarantee will not be entertained. 11. All documents to support fulfillment of eligibility criteria should be furnished along with the tender and should be available at the time of tender opening. Tenders not accompanied by documentary evidence in support of eligibility criteria will be rejected. No post tender communication in any form will be made or entertained, after opening of tenders in this regard. 12. For other details, terms and conditions, the tenderers are advised to refer to the tender documents. 13. Price Variation Clause (PVC) shall be applicable for tenders of value more than Rs. 50 lakhs irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs.50 lakhs. 14. Tender document can also be down loaded from www.sr.indianrailways.gov.in and tender document can be submitted along with a separate demand draft towards the cost of tender form at the time of tendering failing which the offer will be summarily rejected. For Divisional Railway Manager/Works/Chennai. Signature of Tenderer/Contractor 5
  • 6.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 SOUTHERN RAILWAY WORKS CONTRACT REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER TENDER AGREEMENT FORM Tender Notice No.MAS/01 of 2014 dt 31-01-2014, Item No. 30. OF DRM/Works/MAS 1. Name of the tenderer to whom The tender form is issued. (Please indicate details if the documents are down loaded from internet) 2. Address 3. Serial No. assigned to the tender form 4. Date of sale 5. Signature & name of the Official Who issued the form. Notes: (1) Transfer of tender form purchased by one tenderer to another is not permissible. (2) The tender form is required to be submitted intact together with all documents supplied at the time of sale, without any pages being removed. Any other documents required to be submitted as per the conditions shall also be attached. Failure to comply with this requirement will render the tender liable to be rejected. (3) This document is the property of southern railway and is issued only for the use of the tenderer for submitting offers and should not be used in any other form nor be copied or reproduced. Signature of Tenderer/Contractor 6
  • 7.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 SOUTHERN RAILWAY REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER Sl.No CONTENTS 1 Definitions 2 Singular or Plural 3 Interpretation 4 Tenders 4.1. Application for Registration 5 Tender forms 6 Omissions and Discrepancies 7 Earnest Money 8 Care in submission of tenders 9 Right of Railway to deal with tenders 10 Execution of Contract Documents 11 Form of Contract Documents 12 Form of Quotation 13 Documents of this tender 14 Drawing for this work 15 Currency for this work 16 Earnest money for this tender 17 Right to deal with this tender 18 Income Tax Clearance Certificate 19 Tenderer’s Credentials 20 Submission of tenders 21 Execution of contract documents 22 Partnership deeds, Power of Attorney etc. 23 Employment/ Partnership etc. of retired Rly. Employee. ANNEXURES (i) Tender form (ii) Form for Schedule of Quantities and rates (iii) Form for Reporting of Employment (iv) Form for letter of acceptance (v) Form for Zone Agreement (vi) Form for Work order under Zone Contract (vii) Form for Works contract Agreement. PARA 1 2 3 4.1 4 5 6 7 8 9 10 11 12 13 14 17 18 19 22 23 25 27 28 30 Annexure I Annexure-IA Annexure-IB Annexure II Annexure-III Annexure-IIIA Annexure-IV PAGE 2 3 3 3 3 4 4 4 6 6 6 7 7 7 7 8 8 8 8 9 9 9 9 9 11 13 14 15 16 18 20 Signature of Tenderer/Contractor 7
  • 8.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 SOUTHERN RAILWAY REGULATIONS FOR TENDERS AND CONTRACTS AND INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER. (FOR THE GUIDANCE OF ENGINEERS AND CONTRACTORS FOR ENGINEERING WORKS UNDER WORKS CONTRACTS) MEANING OF TERMS 1. Definitions: In these Regulations for Tenders and Contracts, the following terms shall have the meanings assigned hereunder except where the context otherwise requires:a) “Railway” shall mean the President of the Republic of India or the Administrative Officers of the Southern Railway of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf. b) “General Manager” shall mean the Officer in charge for the general superintendence and control of the Southern Railway and shall also include the General Manager (Construction), Southern Railway and shall mean and include their successors of the Successor Railway. c) “Chief Engineer” shall mean the Officer in charge of the Engineering department of the Southern Railway and shall also include the Chief Engineer (Construction), Chief Signal and Telecommunication Engineer, Chief Signal and Telecommunication Engineer (Construction), Chief Engineer and Chief Electrical Engineer (Construction) and shall mean and include their successors of the Successor Railway. d) “Divisional Railway Manager” shall mean the Officer in charge of a Division of the Southern Railway and shall mean and include the Divisional Railway Manager of the Successor Railway. Divisional Railway Manager (Works) shall be the Officer in charge of the Engineering Department on the Division and similar is for S & T, Electrical etc. for the concerned department. e) “Engineer” shall mean the Divisional Engineer, Southern Railway or the Executive Engineer, Southern Railway and shall mean and include the Divisional Signal and Telecommunication Engineer, Divisional Signal & Telecommunication Engineer (Construction), Divisional Electrical Engineer and Divisional Electrical Engineer (Construction) in executive charge of the works and shall include the superior officers of the Engineering, Signal & Telecommunication, and Electrical Department of the Southern Railway, i.e. the Senior Divisional Engineer/ Deputy Chief Engineer/ Chief Engineer, Principal Chief Engineer, Deputy Chief Engineer (Construction)/ Chief Engineer (Construction) / Chief Administrative Officer (Construction), Senior Divisional Signal and Telecommunication Engineer/ Deputy Chief Signal & Telecommunication Engineer/ Chief Signal & Telecommunication Engineer, Deputy Chief Signal & Telecommunication Engineer (Construction) / Chief Signal & Telecommunication Engineer (Construction), Senior Divisional Electrical Engineer/ Deputy Chief Electrical Engineer/ Chief Electrical Engineer, Deputy Chief Electrical Engineer (Construction)/ Chief Electrical Engineer (Construction) and other superior Officers of the concerned department of the Southern Railway and shall mean and include the Engineers of the Successor Railway. f) “Tender” shall mean the person/ the firm/ co-operative society or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall I include their personal representatives, successors and permitted assigns: g) “Contractor” shall mean the person/ firm/ Co-operative society or company whether incorporated or not who enters into the contract with the Railway and shall include their executors, Administrators, successors and permitted assigns. h) “Contract” shall mean and include the Agreement or Work Order, the accepted schedule of rates or the printed schedule of rates of the Southern Railway modified by the tender percentage for items of works quantified or not quantified, the General conditions of Contract, the Special conditions if any, the drawings, the specifications, the special specifications if any, schedule of quantities, Manuals and instructions if any and Tender Forms if any, all in complete known as “Contract Documents”. i) “Limited Tenders” shall mean tenders invited from all or some Contractors on the approved or select list of Contractors with the Railway. Signature of Tenderer/Contractor 8
  • 9.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 “Open Tenders” shall mean the tenders invited in open and public manner and with adequate notice and publicity. k) “Works” shall mean the works to be executed in accordance with the contract. l) “Specifications” shall mean the Indian Railway Standard specification for Materials and Works 2010 (Vol. I & II) issued under the authority of Railway Board or as amplified, added to or superseded by special specifications if any, appended to the Tender Forms or as modified from time to time. m) “Schedule of Rates of the Southern Railway” shall mean the Southern Railway Unified Standard Schedule of Rates 2011 issued under the authority of the Chief Engineer from time to time or as amplified, added to or superseded from time to time. n) “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender forms. j) 2. Singular or Plural: Words importing the singular number shall also include the plural and vice versa where the context requires. 3. Interpretation: These Regulations for “Tenders and Contracts shall be read in conjunction with the General conditions of contract which are referred to herein and shall be subject to modifications, additions or supersessions by special conditions of contract and / or drawings, manuals, specifications, if any, annexed to the Tender Forms. 4. Tender: Works of construction and of supply of materials shall be entrusted for execution to Contractors whose capabilities and financial status have been investigated and approved to the satisfaction of the Railway. Open tenders shall be called in open and public manner duly giving adequate publicity and notice. List of approved Contractors shall also be maintained in the Railway. The said list shall be revised periodically, once in a year or so, by giving wide publicity through advertisements etc. 4.1. Application for Registration: While seeking registration, a Contractor including a Contractor who is already on the approved list shall apply to then nearest General Manager (Construction), Chief Administrative Officer (Construction), Chief Engineer and / or Divisional Railway Manager, furnishing particulars regarding:a) his position as an independent Contractor specifying the engineering organization available with details and partners / staff/ engineers employed with qualifications and experience; b) his capacity to under take and carry out works satisfactorily as vouched for by a responsible official or firm, with details about the transport equipments, construction tools and plants etc. required for the work, maintained by him; c) his previous experience of works similar to that to be contracted for, in proof of which original certificates or testimonials may be called for and their genuineness verified if need be, by reference to the signatories thereof. d) His knowledge from actual personal investigation of the resources of the area / zone or zones in which he offers to work; e) His ability to supervise the work personally or by competent and duly authorized agents; f) His financial position; g) Authorized copy of the current Income Tax Clearance Certificate. h) Any other as called for. 4.2. An applicant shall clearly state the categories of works for which and the area/ zone/ division(s) / district(s) in which he desires registration in the list of approved Contractors. Signature of Tenderer/Contractor 9
  • 10.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 4.3. The selection of Contractors for enlistment in the approved list would be done by a committee for different value slabs as notified by the Railway. 4.4. An annual fee or otherwise as prescribed by the Railway from time to time would be charged from such approved Contractors to cover the cost of processing of tenders, sending notices to them, clerkage for tenders etc. 4.5. The list of approved Contractors would be treated as Confidential Office record. TENDERS FOR WORKS 5.Tender Forms: Tender Forms will embody the contents of the Contract Documents either directly or by reference. Tender Forms shall be issued on payment of prescribed fees to the appropriate Contractors on the list of Approved Contractors. Contractors not on the list of Approved Contractors, will, on payment of the prescribed fees, be furnished with Tender Forms and they shall be required to submit evidence regarding their financial status, previous experience and ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their ability to execute the works, and an authorized copy of the current Income Tax Clearance Certificate without which their tenders will not be considered. All pages of the Tender Forms , as per specimen form at Annexure I and I(A) and ((B) and all other annexures, including the “Regulations and Instructions”, shall be signed by the Tenderer clearly in acceptance of the same while submitting the tender. No alterations/ corrections/ modifications of the Tender Forms is admissible. Tenders with such altered/ corrected/ modified Tender Forms will be rejected by the Chief Engineer/ Chief Engineer (Construction)/ Divisional Railway Manager. The tender documents shall be witnessed by two individuals of appropriate status. 6.Omissions and Discrepancies: Should a Tenderer find discrepancies in, or omissions from the drawings or any of the Tender Forms or other Contract Documents or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all Tenderers. It shall be under stood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful Tenderer shall take upon himself and provide for the risk of any errors, omissions and discrepancies which may subsequently be discovered and shall make no subsequent claim on account thereof. 7. Earnest Money: a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The Earnest money shall be as follows : Value of the work (Tender Value) EMD For works estimated to cost up to Rs.1 Crore. For works estimated to cost more than Rs.1 Crore. 2% of the estimated cost of the work. 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. b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and the Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway. c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. 2) The Earnest money should be in cash or in any of the following forms: Signature of Tenderer/Contractor 10
  • 11.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 (i) Deposit receipts, pay orders, demand drafts. These forms of Earnest Money could be either of the State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the Reserve Bank of India will be necessary. 8. Care in submission of Tenders: a) Before submitting a tender, the Tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the Tender Forms are adequate and all inclusive to accord with the provisions in Clause –37 of the General conditions of Contract for the completion of works to be entire satisfaction of the Engineer. b) When work is tendered for by a firm or company of Contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. c) The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. 9.Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders for any of the Railway work or works or to invite open or limited tenders and when tenders are called, to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action. CONTRACT DOCUMENTS 10. Execution of Contract Documents: The tenderer whose tender is accepted shall be required to appear in person at the Office of the General Manager/ General Manager (Construction) Chief Administrative Officer (Construction)/ Chief Engineer/ Divisional Railway Manager or the concerned Engineer, as the case may be or in case of a firm or corporation, a duly authorized representative shall so appear and execute the Contract Documents with in 7 days (seven) after notice that the contract has been awarded to him and / or on receipt of the letter of acceptance of the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the letter of acceptance of the tender, in specimen form at Annexure II. Failure to do so shall constitute a breach of the agreement affected by the acceptance of prejudice to any other rights or remedies available to the Railway. 10.1. In the event of any Tenderer whose tender is accepted refusing to execute the Contract documents as here in before provided, the Railway may determine that such Tenderer has abandoned the contract and there upon his tender and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest Money and also to recover the damages for such default. 11. Form of Contract Documents: Every contract shall be complete in respect of the document it shall so constitute . The Contract documents shall include all or any of the documents listed in the definition for “Contract” updated to the date of issue of tender notice for the work. It should be under stood that every endeavor has been made by the Railways to update all the documents and the Tenderer shall take upon himself and provide for the work of any deficiency or error in this regard which may subsequently be discovered and shall make no subsequent claims on account thereof. Not less than 3 (three) copies of the Contract Documents, shall be signed by the competent authority and the contractor and one copy given to the Contractor. a) For Zone or Zonal contracts, awarded on the basis of the percentage at par or above or below the Unified standard schedule of Rates of the Engineering Department and/ or other departments of the Southern Railway for the whole or part of financial year, the contract agreement required to be executed by the Tenderer whose tender is accepted shall be as per specimen form at Annexure III or as may be prescribed by the Railway. During the currency of the Zone contract, Work orders as per specimen form at Annexure III (A), for works not Signature of Tenderer/Contractor 11
  • 12.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 exceeding Rs.2,00,000/- each, or so as specified by the Railway, will be issued by the Divisional Railway Manager / Engineer under the agreement for the Zonal contract. b) For contracts for specific works, valued at more than Rs.10,000/- the contract agreement to be executed by the Tenderer whose tender is accepted shall be as per specimen form at Annexure IV or so as may be prescribed by the Railway. 12. FORM OF QUOTATION: a) The tender shall be submitted in the prescribed form annexed hereto at Annexure I, I (A) , I (B) and other relevant annexures, quoting a percentage above or below or par the rates shown in the printed Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto Correction Slip No………… of ………. And lump sum rates for the items given in other schedules in the tender. The quotations will be subject to the general and special instructions contained in the Southern Railway Unified Standard Schedule of Rates 2011 and the other documents of the contract Documents to which the Tenderers” special attention is drawn. The percentage and rates quoted must be clearly written in figures and words and the percentage quoted shall apply to all items in all the Chapters of the Southern Railway Unified Standard Schedule of Rates 2011. The percentage/ rates quoted must be firm, precise and unconditional. c) If any item is excluded by the Tenderer while submitting his tender, the Engineer may reject the tender. INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDER 13. The following documents form part of this Tender/ Contract: a) Tender Forms and schedule of approximate quantities (including all Annexures ) (enclosed) b) Special Conditions/ specifications and special specifications (enclosed) c) Printed General conditions of Contract and Indian Railway Standard specification for Materials and Works 2010 (Vol.I&II) issued under the authority of Railway Board as amended/ corrected up to correction slips up to date, copies of which can be seen in the Office of the Engineer/ Chief Engineer (Construction) or obtained from the office of the Chief Engineer (Construction)/ Divisional Railway Manager/………………of Southern Railway, ………….. on payment of Rs. & Rs. ………..per copy respectively. d) Printed Southern Railway Unified Standard Schedule of Rates 2011, as amended/ corrected upto Correction slip upto date, copies of which can be seen/ obtained in/ from the office of above on payment of Rs. ………. Per copy. e) All general and detailed drawings pertaining to the work which will be issued by the Engineer or his representatives (from time to time) with all changes and modifications. 14.Drawings for this work: The drawing for the work can be seen in the office of the Chief Engineer/ Chief Engineer (Construction) / Divisional Railway Manager/ Engineer at any time during the office hour. The drawings are only for the guidance of tenderer. Detailed working drawings (if required) based generally on the drawing mentioned above, will be given by the Engineer or his representative from time to time. 14.1The tenderer shall quote his rates as a percentage above or below or at par Southern Railway Unified Standard Schedule of Rates 2011 as applicable to Sr. DEN/DEN……….. of ……….Division except where he is required to quote item rates/ lump sum and must tender for all the items shown in the schedule of approximate quantities attached. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of Railway. The Railway does not also guarantee work under each item of the schedule. 14.2Tenders containing erasures and/ or alterations of the tender documents are liable to rejected. Any correction made by the tenderer in his entries must be attested by him. 15.Currency for the work: The woks are required to be completed within TWELVE MONTHS from the date of issue of the acceptance of letter. Signature of Tenderer/Contractor 12
  • 13.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 16. EARNEST MONEY FOR THIS TENDER: a) The tender must be accompanied by a sum of ` 90,382/- as Earnest Money deposited in cash or in any of the forms as mentioned herein before, failing which the tender will not be considered. b) The Tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of the tender. It is under stood that the tender documents has been sold/ issued to the Tenderer and the Tenderer is permitted to tender in consideration of the stipulation on his part that after submitting his tender subject to the period being extended further if required by mutual agreement from time to time, he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer / Railway. Should the tenderer fail to observe or comply with the foregoing stipulation, the amount deposited as Earnest Money, for the due performance of the above stipulation, shall be forfeited to the Railway. c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted as Security Deposit for the due and faithful fulfillment of the contract. This amount of Security Deposit shall be forfeited if the Tenderer/ contractor fail to execute the Agreement Bond with in 7 days after receipt of notice issued by the Railway that such documents are ready or to commence the work within 15 days after receipt of the orders to that effect. d) The Earnest Money of the unsuccessful tenderer(s) will, save as herein before provided, be returned to the unsuccessful tenderer(s) within a reasonable time but the railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the Earnest Money while in their possession nor be liable to pay interest thereon. 17. Right of the Railway to deal with this Tender: The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no Tenderer shall demand any explanation for the cause of rejection of his tender nor the Railway under take to assign reasons for declining to consider or reject any particular tender or tenders. 17.1. If the tenderer deliberately gives wrong information in his tender or creates circumstances for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage. 17.2. If the Tenderer expires after the submission of his tender or after the acceptance of his tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender of after the acceptance of their tender, the Railway shall deem such tender as cancelled the firm retains its character. 18. Income-Tax Clearance Certificate: The Tenderer is required to produce along with his tender an authorised copy of the Income-Tax Clearance Certificate ore a sworn affidavit duly countersigned by the Income/Tax Officer to the effect that he has no taxable income. 19. Tenderer’s Credentials: Documents testifying the Tenderer’s previous experience and financial status should be produced along with the tender or when desired by the competent authority of the Railway. 19.1. Tenderer who has not carried out any work so far on the Railway and who is not borne on the approved list of the Contractors of the Southern Railway should submit along with his tender credentials to establish:(i) (ii) (iii) His capacity to carry out the works satisfactorily. His financial status supported by Bank reference and other documents. Certificates duly attested and testimonials regarding contracting experience for the type of job for which tender is invited with list of works carried out in the past. Signature of Tenderer/Contractor 13
  • 14.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 20.Submission Tender: “Tender must be enclosed in a sealed cover, superscribed “Tender Notice No……………”/” Item No……………”/” Name of the WORK.” and must be sent by registered post to the address of the tender calling authority so as to reach at the time, date, specified in the tender OR deposit in the special box allotted for the purpose. This special box will be sealed at 11.00 hours on the date of the opening. Tenderers may paste the “Tender Cover Sheet”, printed along with this tender to fulfill super scribing requirements as specified in this clause. 21. Execution of Contract Documents: The successful Tenderer shall be required to execute an agreement with the President of India acting through the Divisional Railway Manager/ Works, Southern Railway for carrying out the work according to the Contract Documents. 22. Partnership deeds, Power of Attorney etc.,: The Tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a Partnership concern. If the tender is submitted on behalf of a Partnership Concern, he should submit the certified copy of partnership deed along with the tender and authorisation to sign the tender documents on behalf of Partnership Concern. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the Tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognise such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor. 22.1. The Tenderer, whether Sole Proprietor, a Limited Company or a Partnership Concern, if they want to act through an agent or individual partner should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he be partner of the firm of any other person specifically authorising him to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim)s_ preferred by the firm and sign the “No Claim Certificate” and refer all or any disputes to arbitration. 23. Employment/Partnership, etc., of Retired Railway Employees: (1)Should a Tenderer be a retired engineer of the Gazetted rank or any other Gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pension able post or not, in any department of any of the Railway owned and administered by the President of India for the time being or should a Tenderer being a partnership Concern have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, or should a Tenderer being an incorporated Company have any such retired Engineer or retired Officer as one of its Directors, or should a Tender have in his employment any retired Engineer or retired Officer as aforesaid. The full information as to the date of retirement of such Engineer or Government service at least 2 years prior to the date of submission of the tender as to whether permission for taking such contract, or if the Contractor be a partnership firm or an incorporated Company, to become a partner or Director as the case may be or to take the employment under the Contractor has been obtained by the Tenderer or the Engineer or Officer as the case may be from the President of India or any Office, duly authorised by him in this behalf shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or without a statement to the effect that no such retired Engineer or retired Gazetted Officer is so associated with the Tenderer, as the case may be shall be rejected. (2)Should a Tenderer or Contractor being an individual on the list of approval Contractors. have a relative(s) or in the case of Partnership Concern or Company of Contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any department of any of the Railways, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provision in clause 62 of the General Conditions of Contractor: Non-compliance with any of the conditions set forth herein above is liable to result in the tender being rejected. Signature of Tenderer/Contractor 14
  • 15.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 (………………………………..) Signature of the Tenderer(s) Place: Name: Date: Address: Signature, name and addresses of the witnesses to the signature of the Tenderer(s): 1. 2. Signature of Tenderer/Contractor 15
  • 16.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure-I SOUTHERN RAILWAY REF. No./DATE…………….. To THE PRESIDENT OF INDIA, acting through the Divisional Railway Manager/Works/Chennai Division Southern Railway…………………………….. Name of Work – As per the schedule Tender Notice No.MAS/01 of 2014 dt 31-01-2014 (Item No.30) 1. I/We……………………………………………., have read the conditions of tender attached hereto and agree to abide by said conditions. I/we have perused the Contract Documents (i.e. the General Conditions of contract, Special Conditions and Specifications, special specifications and Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board and Southern Railway Unified Standard Schedule of Rates 2011 and all other documents attached to the tender) and that I/We am/are fully aware that I/We will have to perform the contract if my/our tender is accepted subject to the Contract Documents complete aforesaid. I/We offer to do the works of the ……………………………………….…………………………………………………………… …………………………………..” at the rates shown in the printed Southern Railway Unified Standard Schedule of Rates 2011 of the Senior DEN/DEN/……………../………….. portion of …………………….. division as corrected by and up o correction slip no…… of ……………. At par/enhanced/diminished by …………………. Per cent in respect of Schedule `A’ (items covered by the Southern Railway Unified Standard Schedule of Rates 2011) and the rates quoted by me/us in respect of Schedules…………….. (items not covered by the Southern Railway Unified Standard Schedule of Rates 2011) and lump sum rates for the items given in Schedule ……………. And hereby bind myself/ ourselves to complete the work in …………… months from the date of issue of the letter of acceptance. 2.We also agree to keep this tender open for acceptance for a period of …………………Days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “ Earnest Money”. 3. A sum of Rs……….. is herewith forwarded as Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies available to the Railway in case my/our tender is accepted and if: (A) I/we do not execute the Contract Documents within seven days after receipt of notice issued by the Railway that such documents are ready: or (B) I/we do not commence the work within fifteen days after receipt of orders to that effect. Signature of Tenderer/Contractor 16
  • 17.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 4. I/We agree that until a format agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work. 5. I/We also undertake to carry out the work in accordance with the said plans, specifications and conditions of contract, and to find and provide such of the materials (other than those to be supplied by the Railway) for, and to do all such thins which in the opinion of the Engineer may be necessary for, or incidental to the construction, completion and maintenance thereof and to complete the whole of the said works in all respects, and hand them over to you or your representative(s) within the period specified, and to maintain the same for the period and in the manner provided in the conditions of contract. ……………………………... (SIGNATURE OF THE TENDERS) PLACE: DATE: NAME : ADDRESS: SIGNATURE & ADDRESS OF WITNESSES TO THE SIGNATURE OF THE TENDERER(S) Witensses: 1. Signature…………… Date……… Name………. Address……………….. 2. Signature…………… Date……… Name………. Address……………….. ***** Signature of Tenderer/Contractor 17
  • 18.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure-IA SOUTHERN RAILWAY Name of work: …………….Tender Notice No………… Item No………. FORM FOR SCHEDULE OF QUANTITIES AND RATES. Sl.No. (1) Item No. (2) Description of Item of work (3) Approximate Quantity (4) Unit (5) Rates in Figures and In Words. (6) Amount in Figures and In Words. (7) I/We undertake to do the work at ………………% above/ below or at par Southern Railway Unified Standard Schedule of Rates 2011 (as corrected/ amended by up-to-date) as applicable to Sr.DEN/DEN /………………………….. Division or at the rates quoted above for each item. ………………………… Place : Date: Signature of the Tenderer(s) Notes: 1. The quantities shown in the above schedule are approximate and are as a guide to give the Tenderer(s) an idea of the quantum of work involved. The Railway reserves the right to increase/decrease and/or delete or include any of the quantities given above and no extra rate will be allowed on this account. 2. Suitable schedules for USSOR items and other items shall be used. 3. Columns 1 to 5 shall be filled by the Office of the Authority inviting tender. Coloumns 6 & 7 shall be filled by the Tenderer(s) only when percentage tenders are not invited. For percentage tenders, form shall be modified suitably. Separate schedules shall be used for separately identifiable group of works/items. Each page of the schedule should be signed by the Tenderer with name, date and plate. Signature & ADDRESS of the witnesses to the signature of the tenderer(s) 1. SIGNATURE :………………… DATE……… NAME……….. ADDRESS…. 2. SIGNATURE :………………… DATE……… NAME……….. ADDRESS…. Signature of Tenderer/Contractor 18
  • 19.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure-IB FORM FOR REPORTING OF EMPLOYMENT (Proforma to be filled in and signed by the Tenderer and submitted along with the tender with reference to clause No.30 of the conditions under “ Regulations” of the tender) (strike out whichever is not applicable) The undersigned – (a) is a retired Gazetted officer holding prior to retirement a pensionable / non-pensionable post in the Engineering Department of the ………………..Railway. (b) is a partnership firm having as one of ;its partners a retired Engineer or a retired Gazetted Officer as aforesaid. (c) Is an incorporated company having any such retired Gazetted officer as aforesaid, as one of its directors. (d) Is having in my employment any retired Engineer or retired Gazetted officer as aforesaid. (e) Has no such retired Engineer or retired Gazetted officer so associated with me as stated above. 2. If falling under any of the above categories (a) to (d), particulars of the officer may furnished hereunder: (i)Post held before retirement ………………………………. (ii) Date of retirement…………………….. (iii) …………………………………………………………. (iv) If not retired at least two years prior to date of submission of tender ………… state whether permission for taking such contracts has been obtained from the President of India or any officer duly authorized in this behalf. 3. If the Tenderer or in the case of a firm or company, any of the shareholders has a relative or relatives employed in Gazetted capacity in the Engineering or any other Department of the Railways, particulars of such relatives in the Railway may be furnished hereunder… … … .. (ii) Designation … … … (iii) Relationship … … … …………………………………….. (i) Name ………………………………... …………………………………… ………………………….. Signature of Tenderer(s) NAME……………… ADDRESS :……………. Signature of Tenderer/Contractor 19
  • 20.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure – II Southern Railway FORM FOR ACCEPTANCE OF TENDERER (This if only for guidance. The issuing authority will decide the format and contents based complete Contract Documents) No. W…………………………………………………… SHRI./M/S………………………………………………. ………………………………………… ………………………………………… Sir(s), NAME OF WORK:……………………………./…………………………… TENDER NOTICE NO:……………………….ITEM NO…………………. I accept the tender offered by you for the above work and agree to pay the rates as per Southern Railway Unified Standard Schedule of Rates 2011, as corrected by and upto Correction Slip No……….of………….at the rates at par/enhanced/diminished by………………………..per cent in respect of Schedule ‘A’ (items covered by the Southern Railway Unified Standard Schedule of Rates 2011_ and at the rates as entered in the Schedule(1)…………….(items not covered by the Southern Railway Unified Standard Schedule of Rates 2011) and lump sum rates for the items given in Schedule(s)…………………. The agreement for the contract for the above work shall be signed by you within days of receipt of this letter, which is dispatched by registered post acknowledgement due. This letter of acceptance forms part of the Contract Documents governing this contract. Please acknowledge receipt of this letter. DIVISIONALRAILWAY MANAGER/WORKS/……… ……………………………… …………………………………………………….. (On behalf of the President of India) PLACE: DATE: WITNESSES: 1. 2. Signature…………………..Date………..Name……………. Address…………… Signature……………………Date……….Name……………..Address…………... Signature of Tenderer/Contractor 20
  • 21.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure-III Southern Railway FORM FOR AGREEMENT FOR ZONE (ZONAL) CONTRACT CONTRACT(ZONAL) AGRTEEMENT NO……………….DATED………… 1. Articles of agreement made this…………………….day of……………….of 20… Between the “President of India” acting through the………………………………. Of Southern Railway, herein after called for “Railway” of the one part and………………………………………..herein after called the “Contractor” of the other part. 2. Whereas the Contractor has agreed with the Railway during the period of………..months from…………to…………………..for the performance of: a) New works, additions and alterations to existing structures, special repair works and supply of building materials and b) All ordinary repair and maintenance works: Subject to the contract value of each such work not exceeding to Rs. 2,00,000/And whereas the Contractor has agreed to carry out the works at any site in Zone…………….as detailed in the Southern Railway Unified Standard Schedule of Rates 2011 or in SSE/SE(P.Way/Works)/………….section as may be entrusted to h im at the option of the Railway from time to time during the said contract period and as will be set forth in the Work Orders (which Work Orders shall be deemed and taken to be part of this contract) that will be issaued during the said period at par/………………………..percent above/below the Southern Railway Unified Standard Schedule of Rates 2011, corrected up Printed/Advance Correction Slip No……………dated……………..and as per the Contract Documents complete and whereas the performance of the said works is an act in which the public are interested. 3. And whereas this contract does not cover/covers supply of ballast included in the Southern Railway Unified Standard Schedule of Rates 2011. 4. And whereas in the case of bad work or materials, the Engineer may take such action as may be deemed necessary under the relevant clauses of the conditions of contract. 5. And whereas the Contractor has deposited a lump sum of Rs…………./- as Earnest Money to cover for tendering against any number of works on the Southern Railway and has agreed to furnish the full Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the Contractor recovered at 10 percent of the value of the running bills till the amount of Security Deposit of Rs………………………is fully recovered. And whereas the Contractor has deposited a sum of Rs……………../- towards the Earnest Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of Rs……………………….originally paid by the Contractor is at the instance recovered at 10 percent of the value of the running bills till the amount of Security Deposit of Rs…………………… is fully recovered. The contract shall be in force for the period mentioned above, However, the Chief Engineer/Chief Engineer (Construction)/ Divisional Railway Manager/……../Engineer may at his option and without assigning any reasons for so doing, put an end to this contract at any time. In such case the Contractor will be given a clear notice of three months to enable him to complete all the works entrusted to his through work orders. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the Contractor will duly perform the works set forth in the said Work orders and will execute the same great promptness, care and accuracy in a work man like manner to the satisfaction of the Railway and will complete the same on or before the respective dates specified therein in accordance with the said specifications and said drawings if 6. 7. 8. Signature of Tenderer/Contractor 21
  • 22.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 9. 10. any) and the said Contract Documents complete, and will fulfill and keep all the conditions there in mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth therein), and the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the completion thereof, the amount due in respect thereof, at the rates specified in the schedule(s) here to annexed. Entrustment of all or any of the works referred to in clause 2 above to the Contractor shall be at the option of the Railway. The cost of stamp duty on the agreement shall be borne by the Railway administration. zone details and rates under this contract are as under: Zone Permanent Way section/ section Rate as per Sr. DEN/ DEN………….. of…………….. Divn. DIVISIONAL RAILWAY MANAGER/Works (for the President of India) Rates of Southern Railway Unified Standard Schedule of Rates 2011 as corrected upto correction slip No……. dt ………. At par/ enhanced/ diminished by Percentage shown below. % In figures % in words At par/ above/ below Signature of Tenderer/Contractor ……………….. ………… Signature & address of witness to the signature of the Contractor. Witness No.1 ……………………/ Signature …………………….. Date …………………. Address…………………………………………………. Witness No. 2…………………./ Signature ………………………. Date ………………… Address………………………………………………….. Signature of Tenderer/Contractor 22
  • 23.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure-III A Southern Railway FORM FOR WORK ORDER UNDER ZONE CONTRACT WORK ORDER NO……………………..DATED……………………..UNDER CONTRACT AGREEMENT NO……………………….DATED………………………….. Name of work……………………….(site) Schedule of drawings ………………………………………………………………………… Authority ……………………………………….. Allocation ………………………………... Zone…………………………………………… Division ………………………………….. The Contractor(s)…………………………………………… is/ are hereby ordered to carry out the following works at…………………… under zone – contract agreement herein before referred to. Sl.N o 1 Item No 2 Description item of work 3 of Approximate quantity 4 Unit 5 Rates in fig. And in words as in schedule annexed to the Zone contract agreement. Rs. P. 6 Amount Rs. P. 7 The works herein mentioned are required to be completed on or before…………………….. (date). The quantities provided herein are approximate and subject to variation under Clause 42 of the General conditions of Contract of the Railway, read in conjunction with Special Conditions, if any and other Contract Documents as applicable. (……………………………………) Signature of Tenderer/Contractor Divisional Railway Manager/Works/……………../Divisional Engineer/…………………………. …………………………………. Division …………………..………………Railway (for the President of India) Place: Date: I agree to complete the works herein set forth on or before the date specified under the Zone Contract Agreement herein before referred to in conformity with the drawings here to annexed, if any, and in accordance with the General and Special (if any) Conditions of Contract and Indian Railway Standard specification for Materials and Works 2010 (Vol.I & II) with all Correction Slips/Amendments upto date. (………………………………………..) Contractor’s Name & Address Signature of Tenderer/Contractor 23
  • 24.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Signature of witnesses with address to signature of the Contractor: Witness No.1: Signature ………………………………..Date…………………………………………. Name………………………………………………………. Address……………………………………. Witness No.2: Signature ………………………………..Date………………………………………… Name………………………………………………………Address……………………………………… Signature of Tenderer/Contractor 24
  • 25.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Annexure-IV Southern Railway FORM FOR AGREEMENT FOR WORKS CONTRACTS NAME OF WORK:………………………………………………………………………… 1. Articles of agreement made this……………….. day of ……………of 20… between the “President of India “President of India” acting through …………./Chief Engineer/ the Chief Engineer (Construction) / Divisional Railway Manager ……………….. of Southern Railway Administration herein after called the “Railway” of the one part and ……………………………………………… hereinafter called the “Contractor” of the other part. 2.Whereas the Contractor has agreed with the Railway for the performance of the works “…………………………………………………………………………………………………………………… …………………………………………………………………………” Set forth in the schedules(s) hereto annexed and in conformity with Indian Railway Standard specification for Materials and Works 2010 (Vol.I & II) issued under the authority of Railway Board the conditions and special conditions, special specifications and drawings, manuals and guidelines hereto annexed, if any, and the General Conditions of Contract, all known as “Contract Documents”, and whereas the performance of the said work is an act in which the public are interested. 3. And whereas the Contractor has deposited a lump sum of Rs……../- as Earnest Money to cover for tendering against any number of works on the Southern Railway and has agreed to furnish the full Security Deposit as per rules in force and whereas the Security Deposit is at the instance of the Contractor recovered at 10 per cent of the value of the running bills till the amount of Security Deposit of Rs…………………. is fully recovered. And whereas the Contractor has deposited a sum of Rs…………… /- towards the Earnest Money and whereas the balance in the Security Deposit after adjustment of Earnest Money of Rs…………………….. originally paid by the Contractor is at the instance of the Contractor recovered at 10 per cent of the value of the running bill till all the amount of Security Deposit of Rs…………….. is fully recovered. 4. Now this indenture witnesseth that in consideration of the payments to be made by the Railway, the Contractor will duly perform the said works in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway and will complete the same in accordance with the Contract Documents on or before the ………….. day of ……………of 20………and will maintain the said works for a period of …………..calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein), and the Railway doth hereby agree that if the Contractor shall duly perform the said works in the manner aforesaid and observe and keep ;the said terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof, the amount due in respect thereof, at the rates set forth in the Southern Railway Unified Standard Schedule of Rates 2011 as corrected by and upto Correction Slip No……..of ……… for Sr.D.E.N./D.EN /……………………..of……………divisions at par/enhanced/diminished by……….per cent in respect of Schedule `A’ (items covered by the Southern Railway Unified Standard Schedule of Rates 2011) and at the rates shown in Schedule(s)……………(items not covered by the Southern Railway Unified Standard Schedule of Rates 2011) and at the lump sum rates for items given in Schedule(s)……….. 5. It is hereby agreed and declared that all the provisions of the said Contract Documents, which have been carefully read and understood by the Contractor, shall be as binding upon the Contractor and upon the Railway as if the same had been repeated herein and shall be read as part of these presents. 6. The cost of stamp duty on this agreement shall be borne by the Railway Administration. Divisional Railway Manager/Works/……………../Divisional Engineer/……………………………….. ……. …………………………………. Division ………………………..…………………Railway (for the President of India) Signature of Tenderer/Contractor 25
  • 26.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 Place: Date: Signature of witnesses with address to signature of the Contractor: Witness No.1: Signature ……….. Date…… Name………. Address……………… Witness No.2: Signature ……….. Date…… Name………. Address……………… Signature of Tenderer/Contractor 26
  • 27.
    BID DOCUMENT OFMAS 01 of 2014, Item No 30 ANNEXURE – V STATEMENT OF WORKS ON HAND Sl.No. I. Name of the Organisation Name of work Place of work Value of work Present physical progress Likely date of completion Southern Railway i. Open line in the seven Division of Southern Railway ii. On organisation under CAO/CN/BNC iii. On organisation under CAO/CN/MS iv. Metropolitan Transport Project under CAO/CN/MTP/MS v. Rly. Electrification progress II. Other Railways Private sector undertakings. The information furnished above are correct and complete to the best of my knowledge and belief. We are/I am aware that if the information furnished above are found to be wrong or incomplete or any relevant information is to have been supressed, the tenderer is liable to be rejected at any stage, as per clause 8 of the conditions of the tender. We are/I am aware that if the declarations as above, in the tender are found to be not true, any agreement that may be entered into is also liable to be terminated by the Railway. Signature of Tenderer/ Contractor Place: Date: Signature of Tenderer/Contractor 27
  • 28.
    BID DOCUMENT MAS01 of 2014, item No.30 ANNEXURE – VI LIST OF PLANT AND MACHINERY AVAILABLE ON HAND (OWN) AND PROPOSED TO BE INDUCTED( OWN OR HIRED TO BE GIVEN SEPARATELY) Sl.No. Name of the plant Identification Date of procurement No. & Registration 1 2 3 Capacity / Rating 4 5 Qty. No. 6 Present condition 7 Signature of the Tenderer: Name : Date : 28 Signature of Tenderer/Contractor
  • 29.
    BID DOCUMENT MAS01 of 2014, item No.30 ANNEXURE - VII LIST OF PERSONNEL ORGANISATION AVAILABLE ON HAND Sl.No. 1 Name & Designation 2 Qualification 3 Experience 4 Date of appointment Remarks 5 6 Signature of the Tenderer: Name : 29 Signature of Tenderer/Contractor
  • 30.
    BID DOCUMENT MAS01 of 2014, item No.30 SOUTHERN RAILWAY ANNEXURE –VIII SPECIAL CONDITIONS OF CONTRACT (GENERAL): 1.0.0.The special conditions of contract: “The Southern Railway Unified Standard Schedule of Rates 2011” corrected upto “Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board” of the Engg. Dept., Southern Rly upto correction slip No.7 of 19.11.83 any other approved specifications to the relevant I.S.codes. “The regulations for tenders and contracts”, “Conditions of tender”, “Tender agreement form”, “General conditions of contract 1984, corrected upto date of submission of tender, The “contract labour (Regulation and abolition) Act 1970 and “Central Rules 1971, as amended from time to time and specific drawings issued for the purpose of this work govern this contract. It may be noted that the “General conditions of contract” together with its correction slips is not attached to the tender form. It can be obtained from the office of DRM/Works/Chennai Division, Southern Rly, Chennai-3 on production of a cash receipt for the sum of Rs.50/- paid to the Sr. Divl. Cashier, Southern Rly., failing which shall be deemed that the contractor is in possession of the same. 1.0.1: Items in Schedule “A” are based on Southern Railway Unified Standard Schedule of Rates 2011 for Chennai Division which does not include the supply of cement and reinforcement except some items wherever mentioned. For this work it is proposed that cement and reinforcement steel will not be supplied by railway and the same has to be procured and supplied by the contractor which will be paid separately by Railway under relevant items of Schedule “A1 & A2”. 1.0.2. The tenderer shall quote his rate `at par’ or a collective percentage “Above” or “Below” the total value of schedule A , separately for each sub work. 1.0.3. Similarly Schedule “B” provides for the items which are not covered by Southern Railway Unified Standard Schedule of Rates 2011. 1.0.4 : Schedule “A1 “ provides for supply of cement and Schedule “A2” provides supplying reinforcement for R.C.C. work including straightening,cutting,bending,placing in position and binding all complete that are covered by Southern Railway Unified Standard Schedule of Rates 2011 and the contractor shall quote his rate’ at par’ or a collective percentage “ Above” or “ Below” the total value of Schedule A1,A2 respectively. 2.0.0. If any other items of work covered by Southern Railway Unified Standard Schedule of Rates 2011 and not covered by Sch.A but are incidental to the work are required to be carried out during the actual execution of work, the same will have to be carried out at the same percentage as accepted for sch. A of this tender. 2.0.1: The tenderer while indicating rates for all the above items shall include the cost of procurement. Excise duty Sales Tax, transportation of materials to the work site and storage etc. Also necessary test certificates will have to be produced by the tenderer with regard to the quality of materials which shall confirm to specification as indicated below: 43 Grade IS 8112 – 1989 53 grade IS 12269 – 1987 Reinforcement steel – IS 1786 – 1985 CEMENT 2.0.2 : Railway also reserve the right to take sample during the course of work to get the cement and steel tested for ascertaining their conformity with specification. The cost of testing will have to be borne by the tenderer/contractor. 2.0.3: Any temporary structure required for storage of cement and steel has to be provided by the tenderer at his own cost. This will be removed after completion of the work. Railway will only provide suitable land 30 Signature of Tenderer/Contractor
  • 31.
    BID DOCUMENT MAS01 of 2014, item No.30 for construction of the temporary shed free of cost if feasible. A double lock arrangement (contractor and Railway) for the temporary store site should be provided. 3.0. : PROCUREMENT OF CEMENT: 3.0.1.: Cement to be used on the works should be procured from the main cement plants or from their authorized dealers. 3.0.2 : Cement bags in packing should bear the following information in legible markings. i. ii. iii. iv. v. Manufacturer”s Name Registered Trade Mark of manufacturer, if any Type of cement. Weight of each bag in Kgs or No. of bags/tonne. Date of manufacture, generally marked as week of the year/year of manufacture, eg. 30/93 th which means 30 week of 1993. 3.0.3 Test on cement to be conducted as per IS 4031. Some of the tests which may be carried out are: i. ii. iii. iv. Compressive strength Initial and final setting time Consistency Soundness 3.0.4: Empty cement bags would be the property of the contractor and shall be disposed off by the contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cements bags are to be supplied by the contractor at the rate of Rs.2/- per bag for empty cement gunny bags and rs.1.40 per bag for empty polythene/paper bags. 3.1.0 Consumption of cement: 3.1.1. For M,20 and M.25 mix of cement concrete, quantity of cement will be based on the design mix for concreting under water 10% extra quantity will be allowed. 3.1.2: The contractor should submit design for the same before starting the work and obtain the trial mix approved by Engineer-in-charge/DRM(Works), Chennai Division, Southern Railway, before the execution of work. 3.1.3: The minimum grade of plain cement concrete shall be M.20 and that of Reinforcement cement concrete shall be M.25. Only approved design mix shall be used for the concrete. The quantity of cement has to be as per Southern Railway Unified Standard Schedule of Rates 2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I & II) 3.1.4 The cement consumption of the works which are not based on design mix, shall be as per the “Southern Railway Unified Standard Schedule of Rates 2011” and as per the “Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board” of Southern Railway. 3.1.5 THE weighment batching should be done for the design mix concreting works. 4.0.0. PROCUREMENT FOR STEEL: 4.0.1. Steel shall be procured from the main producer such as SAIL/TISCO/IISO/TINL-VSP or authorized stock yards and has to be confirmed to IS 1786-1985.Rerolled steel will not be accepted 4.1.0 : PAYMENT FOR STEEL: 4.1.1. Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor. The weight of the steel will be calibrated from the nominal or actual unit weight whichever is less: 31 Signature of Tenderer/Contractor
  • 32.
    BID DOCUMENT MAS01 of 2014, item No.30 Any excess quantity of cement and steel left over after completion of the work will have to be disposed off by the contractor and cannot be taken over by the Railway. 5.0.0. PART PAYMENT FOR CEMENT AND REINFORCEMENT STEEL; 5.0.1 : In respect of cement and reinforcement steel, the part payment will be limited to 75% of the quoted value of item brought to site in relevant items of Schedule “A1 & A2” contractor should furnish original cash bills for having purchased from authorized dealers and to be submitted to the Rlys., 6.0 CONCRETING: a. The contractor should make his own arrangements for the required binding wire for all RCC works including the works under USSOR items though it is mentioned otherwise in the USSOR rates. b. All concrete I.e. plain as well as reinforced cement concrete shall be machine mixed and vibrated unless otherwise permitted by the Engineer in charge. Curing/vibrating the concrete and RCC works should be done by the contractor as specified in relevant I.S.codes. The tests cubes should be cast at regular intervals and tested to assert in the strength of concrete. The contractor should establish cube testing equipment at or near the site of work. The cost of casting of cubes and their testing will have to be borne by the contractor. In case the contractor desires to use a curing membrane instead of water curing, he may do so after submitting the necessary data and after the same is approved by the Engineer in charge. No extra payment on this account would be admissible. It should be noted that no additional payment would be made for curing/vibrating the concrete at different heights and the contractor should make his own arrangements for the provision of necessary staging/scaffolding etc. and carryout curing/vibrating at all levels as directed by the Engineer in charge. c. Concrete for all the works shall be mixed using power driven concrete mixers. d. If curing is not being done to satisfactory standard, the Engineer may get it done at the contractor’s cost without any notice to him as the curing cannot wait for any such notice time etc. The Engineer’s decision shall be final and bindings as to whether satisfactory curing is being done or not. The cost of curing will be recovered from the ‘ ON ACCOUNT BILLs’. e. The water line and coarse aggregates shall be got chemically tested from time to time by the contractor at his cost for assuring proper quality as per required standards. The results in original shall be submitted to the Engineer in charge and approval obtained. 7.0. SITE INSPECTION BY THE CONTRACTOR: The tenderer/contractor is required to inspect the sites of works and acquaint himself with site condition and other factors relating to the works availability of labour, electricity and water etc. before quoting his rates. The tender submission will be deemed to have been made after such inspection. 8.0.0. If there is any variation between the description in the tender and the detailed plans, the Engineer in charge will operate the correct description and his decision is final and binding on the tenderer/contractor. 9.0.0. The materials that are to be supplied and used for the work by the contractor should be as per the relevant I.S. codes and should be got approved by the Engineer in charge before use/procurement. 10.0.0. The contractor should make his own arrangements for the reqd. vehicles, earth moving equipments, under ground drainage cleaning/silt cleaning equipments and other tools and plants during the execution of work. 11.0.0. SERVICE ROADS: The Rly. does not under take to provide any service roads for the movement of the contractors vehicles. The contractor can however make use of the service roads, wherever they exist free of charge. 12. SETTING OUT WORKS: 32 Signature of Tenderer/Contractor
  • 33.
    BID DOCUMENT MAS01 of 2014, item No.30 a) The contractor shall be responsible for the true and proper setting out of the works for correctness of the position, levels dimensions and alignment of all parts of work and for provision of all necessary pegs, reference pillars, instrument, equipment and appliances and labour in connection therewith. If at any time during the progress of the work any error shall appear or arise in the position of levels, dimensions or alignments at any part of the works. The contractor or being required to do so by the Engineer in charge shall at his own expense rectify such errors to the satisfaction of the Engineer in charge and he shall carefully protect, preserve secure all bench marks site rails, pegs, reference pillars and other things used in setting out of the works. b) The contractor shall have sufficient number of survey instruments such as theodolites, leveling instruments, leveling staff etc. and arrange to set out the alignment at his own cost and also establish necessary ref. pillars as required and directed by the Engineer. 13.0.0. The work has to be executed at Chennai area as such the contractor should visit the site and satisfy himself regarding working conditions at site before quoting his offer. 14. The railway will have the right to check the quality of any material required for construction like cement, sand, concourse aggregator, bricks, timber and concrete cubes etc for its conformity with specification. The testing charges will have to be borne by the contractor. Sufficient cube moulds will have to be supplied by the contractor at his own cost. 15. Only weighment batching will be allowed for concreting for design mix as specified in schedule/drawings. 16. The contractor has to submit concrete mix design and get it approved by the Engineer in charge before execution of work. The cement consumption quantity will be paid based on approved design mix or actual whichever is less. 17. The contractor shall be responsible for anti larval work at his cost during progress of work as may be prescribed by the Engineer in charge on the advice of the Rly. Medical Authority and where the use of insecticides is involved it shall be made in accordance with the provision of the act and rules in this behalf at the cost of the contractor who shall also be solely responsible for any acts of omissions under the provision of the aforesaid rules. 18. The bonded labour system (Abolition)ordinance 1975 would apply to the present contract. contractor shall duly observe the provisions thereof. The 19. The contractor shall employee the following minimum technical staff during the execution of work. a) One graduate Engineer when the cost of the work to be executed is Rs.15 lakhs and above. b) One qualified diploma holder (overseer) when the cost of the work to be executed is more than Rs.5 lakhs but less than Rs.15 lakhs. 20.1.0. The contractor should also maintain a site office at his own cost where he or his authorized representative would be available for taking instructions and discussions. In addn. Technical staff should be available at site whenever required by the Engineer in charge to take instructions. In case the contractor fails to employ the technical staff as aforesaid,, he shall be liable to pay a reasonable amount not exceeding a sum of Rs.3000/- (Rupees three thousand only) for each month of default in case of Graduate Engineer and Rs.2000/- (Rupees two thousand only) for each month of default in case of diploma holder. (Overseer). 21.2.0. The decision of the Engineer in charge as to the period for which the required technical staff is to be employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor. 22. TAX: 33 Signature of Tenderer/Contractor
  • 34.
    BID DOCUMENT MAS01 of 2014, item No.30 22.1.0. INCOME TAX: a) Income tax will be deducted at 2% (two percent) and also surcharge if any at source from each bill, unless otherwise authorized by Income Tax Department. 23. SALES TAX: a) Consequent to the notification of Sales Tax “Act 1999” which pertains to Tamilnadu General Sales th Tax (5 amendment) act 1999 for insertion of section 7-F Deduction of Tax at source in works contract, Southern Rly. Will deduct sales tax at the rate of 2% or 4% ( depending upon the nature of work) of the total amount payable to the contractor for the execution of work under works contract at the sources from each bill unless otherwise authorized by Tamilnadu Sales Tax Department. b) The above mentioned sales tax on works contract is distinct from the Sales Tax elements that might have gone into the price of various raw materials used by the contractor in the works concerned and in respect of which the Railway will not reimburse any Sales Tax which will also continue to be borne by the Contractor as hitherto. 24.. EXCISE DUTY: Excise Duty if any in respect of the above work has to be borne by the contractor and is deemed to be included in the rates quoted by him. No reimbursement of the same will be made by the Railway. 25. SUPPLY OF RAILWAY PLANT, MACHINERY ETC. a) Railway is not bound for supply of any plants, machinery etc., required for the work. The contractor has to make his own arrangements for supply of requisite number of plants, machinery etc. 26. Payments as specified in the schedules will alone by admissible. No site installation charges will be payable and the tenders with such conditions are liable to be rejected. 27. Stones, ,metal, sand etc. of approved quality shall be collected from outside Railway limits as per the nomenclature of the items of work and the contractor shall pay all seigniorage and other incidental charges may be involved. 28. Any obstructions such as service lines, water pipe lines, cables, sewerages etc. met with during the progress of the work should immediately be reported to the Engineer in charge. 29. Temporary/permanent arrangements for maintaining continuous flow through the sewer/water mains will have to be made by the Contractor if the existing mains are affected during execution of foundations, duly realigning the sewer/water mains with contractors own cost. However, for underground cables etc. encountered while excavation of the same shall be got done through separate agencies or departmentally by the Railways. 30. The works should be carried out without any interference to the normal working of the railway track and structures. 31. The contractor shall be responsible for any loss/damage to railway and public property or third party’s if it occurs during the course of execution and the Rly. Reserves its right to have the damages made good by the contractor. 32. The contractor must ensure the safety of labourers engaged by him during the course of execution of work and/or while crossing the track and the and the railway will not be responsible for any injury sustained by the labourers or for any fatal accident and the contractor should bear all the expenditure involved. 34 Signature of Tenderer/Contractor
  • 35.
    BID DOCUMENT MAS01 of 2014, item No.30 33. The rate quoted by the tenderer shall be inclusive of any of additional labour etc. for leading the materials across running tracks and no extra rate shall be paid for the same unless otherwise specified. 34.No extra payment will be made for lift/descent while loading / unloading and stacking of the materials. 35. All materials shall be stacked sufficiently clear of the tracks and shall remain without any possibility of infringing the minimum fixed structure dimensions. Materials shall also not be unloaded or stacked over signal wires, cables or other gear or any such items to avoid interference to the existing running tracks. 36. The contractor will also be held responsible for any accident or loss or damage or detention to trains caused due to such lapses on the part of contractor during the course of work as observed and decided by the Inspector in charge. 37. VARIATION IN QUANTITES: New clause 42(4) to Indian Railways General Conditions of Contract (Ref: Item -9 to Railway Board’s letter no. 2007/CE-I/18 DATED 28.09.2007 Item -2 to letter no. 2007/CE-I/CT/18 Pt. XII dated 31.12.2010) The procedure detailed below shall be adopted for dealing with variations 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 floating 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. b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. c) Execution of quantities beyond 150% of the overall agreemental 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 © 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 of 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtained ‘No Claim Certificate’ form 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. 35 Signature of Tenderer/Contractor
  • 36.
    BID DOCUMENT MAS01 of 2014, item No.30 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 USSOR 2011 items are concerned the limit of 25% would apply to the value of USSOR 2011 schedule as a whole and not an individual USSOR 2011 items. However, in case of NS items, the limit of 25% would be apply on the individual items irrespective of the manner of quoting the rates (single percentage rate or individual item rate). 7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager. 9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager. 10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of viation 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. 38.0.0.Special attention is drawn to Clause 31 of the General conditions of contract and it is advised for the guidance of the Tenderer/contractor that there is no possibility of any Railway source for supply of water to their works. The tenderer/Contractor has to make necessary arrangements or supply of potable water at his own cost for concreting, curing and for any other use. Chemical analysis of water and other ingredients shall be done from time to time as desired by the Engineer at the cost of the contractor. 39.0.0 Railways do not guarantee supply of electricity to any other contractor’s works. The contractor shall make his cost, for the supply of electricity for the works. If however, Railway’s electricity is available in the vicinity and if the contractor requests the same to be provided due to compelling circumstances, the Railway and its sole discretion may agree to provide the same on terms and conditions as may be agreed upon between the Railway and the contractor at contractor’s cost. 40.0.0 DISMANTLING OPERATIONS; a. DISMANTLING OPERATIONS ARE TO BE CARRIED OUT at the sole risk and liability of the contractor. The contractor shall take due care to ensure that during dismantling released materials, debris etc. do not fall down and cause any obstructions or damage to adjacent building or injury to the staff or labourers. b. Released materials and other debris of dismantling should be removed and stacked at places as directed by the Engineer-in-charge and shall be handed to the SE/Works at his store depot and no extra lead or lift shall be paid on this account. 41.0.0 : Earnest Money: a) The Tenderer shall be required to deposit Earnest Money with the tender for the due performance of the stipulation to keep the offer open till such date as specified in the tender, under condition of tender. The Earnest money shall be as follows : Value of the work (Tender Value) EMD For works estimated to cost up to Rs.1 Crore. For works estimated to cost more than Rs.1 Crore. 2% of the estimated cost of the work. 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. 36 Signature of Tenderer/Contractor
  • 37.
    BID DOCUMENT MAS01 of 2014, item No.30 b) It shall be under stood that the tender documents have been sold/ issued to the Tenderer and Tenderer is permitted to tender in consideration of stipulation on his part and that after submitting tender he will not resile from his offer or modify the terms and conditions thereof in a manner acceptable to the Engineer. Should the Tenderer fail to observe or comply with the said stipulation, aforesaid amount shall be liable to be forfeited to the Railway. the his not the c) If his tender is accepted this Earnest Money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause – 16 of the General conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon. 2) The Earnest money should be in cash or in any of the following forms: (i) Deposit receipts, pay orders, demand drafts. These forms of Earnest Money could be either of the State Bank of India or of any of the Nationalized Banks. No confirmatory advice from the Reserve Bank of India will be necessary. 42.0.0. SECURITY DEPOSIT: 1. The earnest money deposited by the contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit , the rates for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractor’s “ on account bills” so that the amounts so retained may not exceed 10 % of the total value of the contract. 2. Unless otherwise specified in the special conditions, if any, the security deposit/ rate of recovery/ mode of recovery shall be as under: i. ii. Security deposit for each work should be 5% of the contract value. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. iii. Security Deposits will be recovered only from the 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. The Security Deposit shall be returned to the contractor only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’. The Competent Authority shall normally be the authority who is competent to sign the contract. This Competent Authority is of the rank lower than J.A. grade than a J.A Grade Officer ( concerned with the work) should issue the certificate. 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 Railways against the contract concerned. Before releasing the SD , an unconditional and unequivocal no claim certificate from the contractor concern should be obtained. However, the contractor if so desires the security deposit recovered from the running bills can be returned after the work is physically completed in lieu of FDR / irrevocable bank guarantee for equivalent amount to be submitted by the contractor. No interest will be payable upon the earnest Money and Security Deposit or amounts payable to the Contractor under the contract, but Government securities deposited in terms of sub Clause (1) of this clause will be payable with interest accrued thereon. 43.0.0. Performance Guarantee : Revised clause of 16 (4) to Indian Railways General Conditions of Contract (Ref: Item 1 to Railway Board’s letter no. 2007/CE-I/CT/18 Pt.XII DATED 31.12.2010) 37 Signature of Tenderer/Contractor
  • 38.
    BID DOCUMENT MAS01 of 2014, item No.30 The procedure for obtaining Performance Guarantee is outlined below:a) The successful bidder shall have to submit a 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 up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15 % per annum shall be charged st for the delay beyond 30 (thirty) days, i.e., from 31 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. c) The successful bidder should give a performance Guarantee amounting to 5% of the contract value in any of the following 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 orders, demand drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks. (v) Guarantee Bonds executed or Deposits Receipts tendered by all Schedules Banks. (vi) A deposit in the Post Office Saving Bank. (vii) A deposit in the National Saving Certificates. (viii) Twelve Years National Defence Certificate. (ix) Ten 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 FA& CAO (free from any encumbrance) may be accepted. Note: The instruments as listed above will also be acceptable for Guarantee in case of Mobilization Advance. c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the Contract agreement. This PG shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days. d) The value of PG to be submitted by the Contractor will not change for variation up to 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. e) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor. f) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk and 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 either in his/her individual capacity or as a partner of any other JV partnership firm. g) The Engineer shall not make a claim under the ‘Performance Guarantee except for amounts to which the president of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: 38 Signature of Tenderer/Contractor
  • 39.
    BID DOCUMENT MAS01 of 2014, item No.30 i) Failure by the contractor to extend the validity of the performance Guarantee as described herein above in which event the Engineer may claim the full amount of the Performance Guarantee: ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer. iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India. 44.0.0. Price Variation clause (PVC) 1 2. 3. Price Variation clause (PVC) shall be applicable for tenders of value more than Rs.50 lakhs irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs.50 lakhs. Materials supplied free by Railways to the Contractor will fall outside the purview of PVC. Price Variation is payable/recoverable during the extended period of the contract also, provided the Price Variation Clause was part of the original contract and the extension has been granted on administrative ground i.e.; under Clause 17-A(i) or (ii)or (iii) of GCC. 3. If the rates quoted in negotiated tender is accepted, the base month for price variation clause is the month in which negotiations are held. This is required to be clarified in the tender conditions or in the negotiations. 4. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve Bank of India. Any adjustment needed to be done, based on the finally published indices, is to be made as and when they become available. 6. If, in any case, the accepted offer includes some specific payments to be made to consultants or some material supplied by Railway at a fixed rate, such payments should be excluded from the gross value of the works for the purpose of payment/ recovery of variations. 7. The price variation implies both increase as well as decrease in input prices and, therefore, price variation during the currency of the contract may result in extra payment or recovery, as the case may be. 8. Prices of Steel and Cement are to be linked with the Wholesale Price Index of the respective sub groups as per RBI Index Numbers. Henceforth, the formula for calculating the amount of variation on account of variation in prices of Steel and Cement would be as indicated as per formula for price escalation for cement and steel,(as advised by Board’s letter No.85/W.I/CT/7 Pt.1 dated 18/19.04.2006). 9. The revised weightage would be applied on the value arrived at after deducting the cost of Steel & Cement from the total contract value. 10. The tender schedule should have separate items for ‘Supply of Steel’ and supply of Cement’ for RCC/PSC work to know the cost of steel and cement actually consumed at any given point of time. The following price variation clause is for general as well as cement and steel. PRICE VARIATION (Authority: Railway Board’s letter No.80/WI/CT/10 dated 25 th April 1980 and subsequent modifications upto 28/9/07) 39 Signature of Tenderer/Contractor
  • 40.
    BID DOCUMENT MAS01 of 2014, item No.30 The rates quoted by tenderer and accepted by Railway Administration shall hold good till the completion of the work and no additional individual claim will be admissible on account of fluctuation in market rates, increase in Taxes/any other levies/tolls etc. except that payment/recovery for over all market situation shall be made as per price variation clause given in para below. No cognizance will be given for any sort of fluctuations in taxes and other market conditions etc. for any individual item for the purpose of making adjustments in payments. The contract shall, however, be governed by the General price variation clause as under:Adjustment for variation in prices of materials, labour fuel, explosives, detonators shall be determined in the manner prescribed below:The percentage component of various items in a contract on which variation in price shall be admissible shall be: Material component Labour component Fuel component Explosive component Detonators component For fixed component at % % % % % % (To be specified as per Annexure – II depending upon the type of the work) no price variation will be admissible If, in any case, the accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway at fixed rate, such payments should be excluded from the gross value of the work for purpose of payment/recovery of variations. The amount of variation in prices in the several components (labour, material etc.) shall be worked out by the following formulae:(i) L = R x ( I - Io) x P Io 100 R x ( W - Wo) x Q Wo 100 (ii) M = (iii) U = R x ( F- Fo) Fo x Z 100 (iv) X = R x ( E - Eo) x Eo S 100 (v) N = R x ( D - Do) Do L- Amount of price variation in labour M- Amount of price variation in materials. U- Amount of price variation in fuel. X - Amount of price variation in explosives. N- Amount of price variation in detonators. x T 100 40 Signature of Tenderer/Contractor
  • 41.
    BID DOCUMENT MAS01 of 2014, item No.30 R Gross value of the work done by the contractor. As per on account bills (s) excluding cost of materials supplied by Railway at fixed price. This will also exclude specific payment, if any, to be made to the consultants engaged by the contractors (such payment will be indicated in the contractor’s offer). I o - Consumer price Index Number for Industrial workers Index – All India - published in the R.B.I., Bulletin for the base period. I - Consumer price Index Number for Industrial workers – All India – Published in R.B.I. Bulletin based on the average price index of the 3 months of the quarter under consideration. W o - Index number of wholesale prices – By Groups, - and Sub groups. All commodities - as published in the R.B.I., Bulletin for the base period. W - Index number of wholesale prices – By Groups, - and Sub groups. All commodities - as published in the R.B.I., Bulletin based on the average price index of the 3 months of the quarter under consideration. F o - Index number of wholesale prices – By Groups and Sub groups for fuel, power, light and lubricants as published in the R.B.I., Bulletin for the base period. F Index number of wholesale prices – By Groups and Sub groups for fuel, power, light and lubricants as published in the R.B.I., Bulletin based on the average price index of the 3 months of the quarter under consideration. Eo - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchase of explosives are made by the contractor for the base period. E - Cost of explosives as fixed by DGS & D in the relevant rate contract of the firm from whom purchases of explosives are made by the contractor based on the average price index of the 3 months of the quarter under consideration. D o - Cost of detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchase of detonators are made by the contractor for the base period. D - Cost of detonators as fixed by DGS & D in the relevant rate contract of the firm from whom purchase of detonators are made by the contractor based on the average price index of the 3 months of the quarter under consideration. P Q Z S T - % % % % % * * * * * of of of of of Labour component Material component Fuel component Explosive component Detonators component Note: (a) The index number for the base period will be the Index number as obtained for the month of opening of the tender and the quarters will commence from the month of opening of tender. (b) If the rates quoted in the negotiated tender are accepted, the base month for price escalation clause is the month in which the negotiations are held. (c) The adjustment for variation in prices if required shall be made once every quarter in the on account payment. If more that one on account payment is made to the contractor in a quarter, the adjustment, if required, shall be made in each bill. (d) Price variation clause will not apply if the price variation is upto 5% Reimbursement/Recovery due to variation in prices will continue to be made only for the amount in excess of 5% of the amount payable to the contractor. Price variation during extended period of contract:- 41 Signature of Tenderer/Contractor
  • 42.
    BID DOCUMENT MAS01 of 2014, item No.30 1. 2. 3. 4. 5. 6. 7. Price variation is payable/recoverable during the extended period of the contract also, provided the price variation clause was part of the original contract and the extension has been granted on administrative ground i.e. under clause 17-A (i), (ii) and (iii) of GCC. NOTE: “Materials supplied free by the Railway to the contractors will not form part of the value of the contract entered into and will fall outside the preview of the price variation clause”. Price Variation clause (PVC) shall be applicable for tenders of value more than Rs.50 lakhs irrespective of the contract completion period and PVC shall not be applicable to tenders of value less than Rs.50 lakhs. The revised weight age would be applied on the value arrived at after deducting the cost of steel and cement from the total contract value. The tender schedule should have separate items for ‘Supply of Steel’ and supply of “cement’ for RCC/PSC work to know the cost of steel and cement actually consumed at any given point of time. Price variation implies both increase as well as decrease in input prices and therefore price variation during the currency of the contract may result in extra payment or recovery as the case may be. The demands for escalation of the cost may be allowed on the basis of provisional indices made available by the Reserve bank of India. Any adjustment needed to be done based on the finally published indices is to be made as and when they become available. In case the indices fall below the indices applicable to the last month of the original / extended period of completion under clause 17 (3) as the case may be then the lower indices will be adopted for price adjustment for the period of extension under clause 17 (4) of the general condition of the contract. Price Variation Clause Provision for Cement: (Authority Rly. Bd’s Lr.No.85/W-I/CT/7/Pt.1 dated 18/19.04.2006) (i) Price of Cement is to be linked with the Wholesale Price Index of the 1respective subgroups as per RBI Index Numbers. The formula for calculating the amount of variation on account of variation in price of Cement is below:Mc = R x (Wc-Wco)/Wco Where Mc = amount of price variation in material (Cement) R = value of Cement supplied by Contractor as per on account bill in the quarter under consideration. Wco – Index No. of whole price of subgroup (of Cement) as published in RBI Bulletin for the base period. Wc = Index No. of whole price of subgroup (of Cement) as published in RBI bulletin for the first month of the quarter under Consideration. Price Variation Clause Provision for Steel: Price variation clause for supply of steel ( Revised) ( Ref: PCE’s letter no. W.496/P/O/Vol. VIII dated 28-05-2008 42 Signature of Tenderer/Contractor
  • 43.
    BID DOCUMENT MAS01 of 2014, item No.30 Ms = Q(Bs-Bso) Where Ms = Amount of price variation in steel payable/recoverable. Q = Weight of steel in tones supplied by the contractor as per the on account bill for the month under consideration. Bs = SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the steel was purchased by the contractor (or) as prevailing on the first day of the month in which steel was brought to the site by the contractor whichever is lower. Bso = SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which the tender was opened. Note : i) Relevant categories of steel for the purpose of operating the above price variation formula based on SAIL ‘s ex – works price plus Excise Duty thereof are as under : Sl No. Category of steel supplied in the Railway work 1 2 3 4 5 Reinforcement bars and other rounds All types and sizes of angles All types and sizes of plates All types and sizes of channels and joists Any other section of steel not covered in the above categories and excluding HTS Category of steel produced by SAIL whose exworks price plus Excise Duty thereof would by adopted to determine price variation. TMT 8 mm IS 1786 FE 415/ Fe 500 Angle 65x65x6mm IS 2062- E 250A SK PM Plates above 10-20 mm IS 2062 E 250A SK Channels 200x75 mm IS 2062 E250A SK Average of price for the 3 categories covered under sl no. 1,2, 3 above. The above specification has to be referred to both for the base period and for the period when payment is due. ANNEXURE Statement showing the percentage of labour components, material components, fuel components, etc. in various type of works. a) Earthwork Contract:Labour component Fuel component Other material components Fixed component 50% 20% 15% 15% will not be considered for any price variation. b) Ballast and Quarry Products Contracts Labour component Fuel component Other material components Fixed component 55% 15% 15% 15% will not be considered for any price variation. 43 Signature of Tenderer/Contractor
  • 44.
    BID DOCUMENT MAS01 of 2014, item No.30 c) Tunneling Contracts Labour component Fuel component Explosive component Denonator component Other material components Fixed component 45% 15% 15% 5% 5% 15% will not be considered for any price variation. d) Other works contract: Labour component Material component Fuel components Fixed component 30% 25% 15% 30% will not be considered for any price variation. Fixing milestones : The concern Executive Engineer-in- charge of the work may fix appropriate milestones and monitor. 45.0.0. PROGRAMME OF WORK a. Immediately on issue of letter of acceptance of this tender, the contractor should submit a programme of work showing the activities work wise for completing the whole work within the stipulated period of completion in consultation with the executive Engineer in charge of the work. If so desired by the Engineer, the contractor shall submit further programme from time to time, taking into consideration the latest progress achieved till then. b. This is to reiterate that the railway reserves the right of terminating the contract, at any stage of review of the progress under (a) above, if the above agreed programmes are not adhered to within the margin of 10% as envisaged in Clause 62(1) (Viii) of the General conditions of track. c. Non submission of the programme as envisaged in 9 above shall entitle Railway to terminate the contract as per Clause 62 of the General conditions of contract. 46.0.0; MAINTENANCE PERIOD: The maintenance period shall be THREE MONTHS. 47.0.0. COMPLETION PERIOD a. The work shall be completed in all respects within TWELVE MONTHS from the date of issue of letter of acceptance of this tender. 48.0.0. Mobilization advance and tools & plants advance: The tenderer should note that Mobilization advance and Tools and plants advance will not be admissible for this work. 49.0.0 Tenderer(s)/Contractors(s) engaging private persons as labourers /supervisors and others in works contracts should get the antecedents of all such persons verified properly and should ensure that only such persons, who do not have any criminal records and /or not involved with anti-social elements and who are appropriate for carrying out works in the Railway premises or works involving safety of passenger and goods trains, are engaged by him/them. The Tenderer(s) / Contractors(s) should issue to all such private persons clear photo identity cards under their authority. A list of names of such persons working in the area should be furnished to the Railway ( the agreement executing authority ). The Tenderer(s)/Contractors(s) are responsible for all the commissions and omissions of all such persons engaged by them. 50.0.0 In case of accidents/natural calamities involving human lives, vehicles and equipment of the contractors will be drafted to accident for the work(s) carried out by him at the accident site as a non 44 Signature of Tenderer/Contractor
  • 45.
    BID DOCUMENT MAS01 of 2014, item No.30 schedule item(s) for which rates have to be fixed by mutual consultation i.e., between the contractor and the Railway Administration. 51.0.0. Guarantee/Warranty: “The Contractor should guarantee that the said goods/stores/articles would continue to conform to the description and quality as aforesaid, for a period of 30 months after their delivery or 24 months from the date of placement in service which ever shall be sooner, and this warranty shall survive notwithstanding the fact that the goods/stores/articles may have been inspected, accepted and payment therefore made by the purchaser”. 52.0.0 If there is any discrepancy between the rates quoted in figures and words, then the rate quoted in ‘words’ only shall prevail. 53.0.0 All documents to support fulfillment of eligibility criteria should be furnished along with the tender and should be available at the time of tender opening. Tenders not accompanied by documentary evidence in support of eligibility criteria will be rejected. No post tender communication in any form will be made or entertained, after opening of tenders, in this regard. 54.0.” The tenderer for carrying out any construction work in -------------------- (name of the state) must get themselves registered from the Registering Officer under section –7 of the Building and other construction Workers Act,1996 and rules made thereto by the --------------------(name of the state) Govt. and submit certificate of Registration issued from the Registering Officer of the ------------------(name of the state) Govt. (Labour Deptt.). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item”. 55.0. Conservancy Cess Charges: In terms of Railway Board Letter no. F(X)I/95/I/1 dated 31.05.2006, the Conservancy Cess Charges are recoverable from the Contractor’s Bills based on the number of labourers employed per day by the Contractor and the modified rates of recovery of conservancy cess charges shall be applicable. 1. Railways should ensure that necessary sanitary facilities are provided by the Contractors for their labour in terms of clause 59 (4) of the General Conditions of Contract and where they fail to do so, notice should be given to the Contractors that the same will be provided by the Railway at their cost and recovery should be made from the bills in the following manner:a. If the Contractors labour are employed at station and colonies where Railway sanitary facilities do exist recoveries should be made at the Rates stipulated by the Railway Board. b. In respect of Contractors labour working between stations are at isolated places, where Railway sanitary facilities do not exist, recovery should not be made at the fixed rates stipulated by the Railway Board, but the Railway may provide these facilities at the cost of the Contractor, after giving him due notice as stated above. c. CMS/MSs/DMOs should inspect such sanitary arrangements of Contractors independently and if not satisfactory, report officially in writing to the DEN and DRM concerned. d. Supply contractors may be exempted from the purview of recovery of cess charges, since, their labours enter in the Railway premises only to load or unload the materials. e. No Cess Charges are recoverable from contractors engaged in construction work on new lines, away from open line. This will apply only until the line is opened for traffic partially or wholly. However, if safaiwalies are engaged by Railways on construction work on new lines, necessary recoveries will have to be made from contractors. f. No Conservancy Cess Charges need be recovered from the Contractors who are engaged for removal of night soil and rubbish from railway colonies. 2. Where only “indirect Sanitary services are rendered, the Conservancy Cess Charges should only be 20 % of the above charges. The principle of recovery of Cess Charges on the basis of Direct/Indirect services will be applicable to categories no. III, IV, VI, VII, IX to XVI and XIX and in all other 45 Signature of Tenderer/Contractor
  • 46.
    BID DOCUMENT MAS01 of 2014, item No.30 categories ie., I, II, V & VII, XVII & XVIII the cess charges will be recoverable at the rate of direct services only. Direct Services: are those where the Conservancy stall undertake to clean regularly the inside of the premises rented/licensed to the above mentioned parties. Indirect Services: Will be those where no such direct services are provided Levy service charges are only when services direct or indirect. 3. No charges are recoverable wherever no services are provided. However, facts of such services rendered should be certified by the Chief Medical Superintendent, Medical Superintendent/ Divisional Medical Officer, concerned. 56.0. Vitiation Clause: ( Ref; PCE/MAS No.W.496/P/Tender Documents dt. 19.08.08). In the event of Vitiation occurring due to increase or decrease In quantities among the first ,second and third lowest valid tenderers, the vitiation shall be to the contractor’s account. The total value of the work shall be calculated at the rate offered by those tenderers and the amount payable shall be limited to the lowest aggregate value as worked out. Vitiation as above shall be worked out as a whole for Agreement including all variations in quantities. 57.0. SAFETY AT WORK SITES - The contractor shall not start any work without the presence of railway supervisor at site. 1. Wherever the road vehicles and/or machinery are required to work in the close vicinity of railway line, the work shall be so carried out that there is no infringement to the railway’s schedule of dimensions. For this purpose the area where road vehicles and/or machinery are required to ply, shall be demarcated and acknowledged by the contractor. Special care shall be taken for turning/reversal of road vehicles/machinery without infringing the running track. Barricading shall be provided wherever justified and feasible as per the site conditions. Place: Date: Signature of the Tenderer/Contractor SPECIAL CONDITIONS OF CONTRACT FOR MOVEMENT OF VEHICLES NEAR RAILWAY TRACK: Safety precautions 1. No lorry or road vehicles shall be operated so as to affect the safety of trains. They should be allowed to work well outside the moving dimensions. At each of the locations where road vehicle machinery are working, an authorized responsible railway official should be posted as incharge to ensure that the road vehicle machinery do not infringe the schedules, moving dip engines any time and protect the track in case of emergency. To facilitate the driver to whistle, a whistle board will have to be provided at the appropriate place. 2. At vulnerable locations where construction activity is in progress adjacent to existing railway lines should be cordoned off with proper barricades. The most vulnerable locations shall be barricaded with rail barricades projecting at least in above the ground. At all other locations barricades of not less than 1.5 m height consisting of bamboo, casuarinas poles and supported horizontally with similar bamboo, casuarinas poles should be provided. 3. All the barricades are to be painted or stuck on with road illuminous paint strip at suitable intervals. 4. The entry to new banks which run along side the existing track should be protected by barriers which can be closed and opened when necessary. 46 Signature of Tenderer/Contractor
  • 47.
    BID DOCUMENT MAS01 of 2014, item No.30 5. At locations which are not vulnerable provision of barricade can be with (i) 6.6 m wide and 0.3 m deep trenches or (ii) stones of minimum size 30 cm x 15 cm at 1 m intervals and projecting 0.3 m above ground level and painted white. Trenches should be allowed only in those locations where they do not lead to subsidence to railway track as may be assessed by the SE/Pway. 6. Barriers shall also be provided in the case of doublings, particularly at the existing formation. These barriers are to be opened only for the movement of railway contractors authorized vehicle or other railway vehicles. 7. Railway vehicles employed by the contractor should have the certificate for its road worthiness and each vehicle numbered and the license particulars maintained. Contractor should ensure that the drivers permitted by them to work on such road vehicles have photo identity cards. 8. Wherever the work requires the movement of road vehicles within a distance of 3.5 to 6 m from the center line of the nearest track, such work shall be done only in the presence of railway employees authorized by the Engineer in charge. No part of the road vehicles will be allowed at less than 3.5 m from track center. Cost of such railway employees shall be borne by the Railway. 9. No movement of road vehicles within 6 m of railway track shall be permitted unless the driver of the vehicles is assisted by a helper with a whistle who shall guide him and ensure safety. 10. The driver of the vehicles shall always face the track. When reversing the vehicles and whenever he cannot face the track for whatever reason, he shall invariably be assisted by the helper with a whistle who should guide him and ensure safety. 11. All work sites shall be supervised by the contractor representative as also a representative of the Railway organization. The contractor’s representative shall be issued with a certificate by XEN/ADEN to the effect that they have acquired sufficient knowledge about the safety precautions that are needed to be followed while working near the track. Whenever work of plying of road vehicles within 6 m zone is actually in progress, look out men should invariably be available. Look out men will have to be provided by the contractor from out of the list of persons who are authorized to carry out these duties. Authorisation will be issued to the individuals by the Engineer Incharge. One supervisor who shall be permanent staff (Trackman) loaned to JE/W/CN from the respective gangs and in whose beat the work is in progress (to be spared by the respective SE/P.way) will monitor the availability and alertness of the lookout men. In case of non availability of look out men, the Railway supervisor shall stop further activities of plying of road vehicles. Even if no work is executed in the night, look out men shall patrol the beat as identified by the representative of the CN Organisation to ensure the safety of the running trains especially from infringements. 12. Working along side the track during night hours is normally prohibited. Such work can be done in the night only with the written permission of the Engineer of the construction activity. Where night work is permitted, lighting of the work site as required should be done. 13. The contractor shall be fully responsible against loss or damage arising from working of lorries and other machinery adjacent to the running track and making the contractor safety responsible for any rd loss or damage which the Railway or the Contractor or any 3 party may suffer. 14. The contractor shall be fully responsible for ensuring safety at all times and shall bear the cost of all damages in cases of accidents/unusual occurrences resulting in damage to railway property and passengers. 15. Supervisors and operators of the work executive agencies working at or near Railway track should undergo specified training on matters to safe working along and on the track salient features of observing moving dimensions and clearances which may be imparted to such supervisors at Zonal/Divisional Training Schools and the cost of such training shall be borne by the contractor, which will be Rs. 93/- per trainee per day for the year 2000 with a 10% escalation p.a. with an expected duration of the course of about 3 days so as to ensure that they get acquainted with safety precautions that are required to be taken while executing works which have bearing on the safety of the running trains. 16. The supervisors mentioned in para 9 above should be trained in protection rules and supplied with minimum equipment required for protecting the track. Such staff should also be provided with 47 Signature of Tenderer/Contractor
  • 48.
    BID DOCUMENT MAS01 of 2014, item No.30 basic communication facility (a walkie talkie with communication facility to the nearest Station Master or adjacent site) so as to communicate with the nearest station in case of emergencies/unusual occurances. Till it is made available, the supervisor shall use the nearest LC gate telephone or other means of communications to relate the incident most speedily. SPECIFICATION FOR BUILDING/BRIDGE WORKS 1.0) Setting out works: The contractor shall be responsible for the true and proper setting out of the works for correctness of the position, levels, dimensions and alignment of all parts of work and for provision of all necessary pegs, reference pillars, instrument, equipment and appliances and labour in connection therewith. If at any time during the progress of the work any error shall appear or arise in the position of levels, dimensions or alignments at any part of the works, the contractor on being required to do so by the Engineer in charge shall at his own expense rectify such errors to the satisfaction of the Engineer in charge and he shall carefully protect, preserve secure all bench marks site rails, pegs, reference pillars and other things used in setting out of the works. 1.1) The contractor shall have sufficient number of survey instruments such as the theodolites, leveling instruments, leveling staff etc and arrange to set out the alignment at his own cost and also establish necessary reference pillars as required and directed by the Engineer. 2.0) EARTH WORK: The classifications of soils in excavation shall be decided by the Engineer in charge and his decision shall be final and binding on the contractor. Merely the use of explosives in an excavation will not be considered as a reason for higher classification unless blasting is clearly necessary in the opinion of the Engineer in charge. 2.1) Excavation for foundation/foundation works etc shall include any wet excavation that may be met with and will be paid for under the respective items of USSOR, for the wet excavation or bailing out water with or without mechanical means or for any other precautions of work which may be found necessary during the course of execution. Even if any springs of water are met with, NO EXTRA PAYMENT will be made other than the respective items mentioned in the USSOR. 2.2) Whenever excavation for catch water is ordered, the excavated spoils should be spread, consolidated and sectioned to the required profile to form a bund on the down hill side of the catch water drain. Payment for excavation shall be made under the relevant items of Schedule as the case may be and no extra payment shall be made for consolidation and sectioning to profile for forming bund and catch water drain. 2.3) No payment will be made for any earthwork sinkage below ground level due to soil conditions and payment will be made only based on the original ground levels recorded before the commencement of the work and finished profile of the work. The contractor should study the site conditions before tendering. 3.0) No separate payment will be made for site clearance or jungle clearance or shrubs clearance, brush wood, grass or other obstructions including small trees of girth not exceeding 30 cm and the rates accepted in this contract are deemed to include all such costs except dismantlement of structure if any which will be paid for suitably under USSOR as per the rates accepted in the tender schedule. 4.0) Samples of all fittings and fastenings including locking arrangements of approved quality required for doors, windows, ventilators as well as all sanitary and water supply fittings etc should be submitted to Engineer in charge and used in the work only after his specific approval. Approved samples should be deposited with the Engineer in charge. 5.0) The Railway will have the right to check the quality of any material required for construction like cement, steel, sand, coarse aggregate, admixtures, bricks, timber and concrete cubes etc for its conformity with specification. The testing charges will have to be borne by the contractor. Sufficient cube moulds will have to be supplied by the contractor at his own cost. 6.0) CEMENT: The cement used shall be any of the following, with the prior approval of the Engineer: 48 Signature of Tenderer/Contractor
  • 49.
    BID DOCUMENT MAS01 of 2014, item No.30 a) b) c) d) e) f) g) 43 Grade Ordinary Portland cement conforming to IS:8112; 53 Grade Ordinary Portland cement conforming to IS: 12269; Rapid hardening Ordinary Portland cement conforming to IS: 8041; High strength Portland Cement conforming to IRS: T:40; Portland slag cement conforming to IS: 455 (See Note 1 & 4 below) Portland pozzolana cement conforming to IS:1489 (See Note 2 & 4 below) Sulphate resistance cement conforming to IS: 12330 (See Note 3 below) Note 1: Portland blast furnace slag cement conforming to IS: 455 can be used for all purposes for which ordinary portland cement is used and can also be used in mass concrete structures such as retaining walls, foundations and bridge abutments in view of its low heat evolution quality, provided slag content in cement is not more than 65%. Note 2: Portland Pozzolana cement shall not be used for PSC works. When Portland pozzolana cement is used in plain and reinforced concrete, it is to be ensured that proper damp curing of concrete atleast for 14 days and supporting form work shall not be removed till concrete attains atleast 75% of the design strength. Note 3: The sulphate resisting cement conforming to IS: 12330 shall be used only in such conditions where the concrete is exposed to the risk of excessive sulphate attack e.g. concrete in contact with soil or ground water containing excessive amount of sulphate. It shall not be used under such conditions where concrete is exposed to risk of excessive chlorides and sulphate attack both. Note 4: The rate of development of strength is slow in case of blended cement i.e. Portland pozzolana cement and Portland slag cement, as compared to ordinary Portland cement. This aspect should be taken care while planning to use blended cement. Accordingly stage of pre-stressing period of removal of form work and period of curing etc should be suitably increased. 6.1) Cement to be used on the works should be procured from the main cement plants or from their authorized dealers and each consignment shall be covered with manufacturer’s test certificate. 6.2) Cement bags in packings should bear the following information in legible markings: 1) 2) 3) 4) 6.3) manufacturer’s name, registered trade mark of manufacturer, if any. Type of cement. Weight of each bag in kgs or number of bags/tonne. Date of manufacture, generally marked as week of the year/year of manufacture. Example: th 15/03 which means 15 week of 2003. Test on cement will be conducted as per IS 4031. Some of the tests which may be carried out are: 1) compressive strength 2) initial & final setting time 3) consistency 6.4) Empty cement bags would be the property of the contractor and shall be disposed of by the contractor himself. In case the Railway is in need of empty cement bags, good and usable empty cement bags are to be supplied by the contractor at the rate of Rs. 2/- per bag for empty cement gunny bags and Rs. 1.40 per bag for empty polythene/paper bags. 6.5) The cement shall be used within 3 months of manufacture. The decision of the Engineer in charge as to whether the cement is fit for use in the work shall be final and binding on the contractor. For M 20 and higher mix of cement concrete, quantity of cement will be based on the design mix. For concreting under water 10% extra quantity shall be added and allowed towards extra consumption. 6.6) The cement consumption of the works which are not based on design mix, shall be as per the “Southern Railway Unified Standard Schedule of Rates 2011” and as per the “Indian Railway Standard specification for Materials and Works 2010(Vol.I & II) issued under the authority of Railway Board” of Southern Railway. 7.0) STEEL: The reinforcement shall be any of the following with the prior approval of Engineer: 49 Signature of Tenderer/Contractor
  • 50.
    BID DOCUMENT MAS01 of 2014, item No.30 a) b) c) d) e) 7.1) Grade I mild steel and medium tensile steel bars conforming to IS: 432 (Part I); High strength deformed steel bars conforming to IS: 1786; Hard drawn steel wire fabric conforming to IS 1566. Thermo mechanically treated (TMT) bars satisfying requirements of IS: 1786; Rolled steel made from structural steel conforming to IS: 2062 Gr A and Gr B. Steel shall be procured from the main producer such as SAIL, TISCO, IISO, TINL-VSP or authorized stock yards. Re-rolled steel will not be accepted. Each batch of steel shall be covered with manufacturer’s test certificate. 7.2) Payment for steel (reinforcement) will be as per the reinforcement actually utilized in the work. No extra amount will be paid for wastage or for cut rods if any, which would be the property of the contractor. The weight of the steel will be calculated from the nominal or actual unit weight whichever is less. 7.3) Binding wires used for binding/fixing reinforcement shall be galvanized iron wires. The contractor should make his own arrangements for the required binding wire for all RCC works including the works under USSOR items though it is mentioned otherwise in the USSOR rates. 7.4) In addition to test certificate produce by the tenderer/contractor, Railway may draw samples and send for testing independently at Railway’s own laboratory or through outside agencies, cost of which shall be borne by the contractor. The decision of the Engineer as to the necessity of such test shall be final and binding on the contractor. 8.0) Aggregate: The aggregate shall conform to IS: 383 and shall before use be got tested through one of the approved testing institutions and the result submitted in accordance with Appendix A of IS 383. 8.1) Coarse aggregate shall be crushed stone, angular in shape and gravel shall not be used. 8.2) Fine aggregates shall be resulting from natural disintegration of rock which has been deposited by streams or glacial agencies. 9.0) Water: Water to be used in making and for curing concrete shall conform to IS: 456. 9.1) The contractor shall arrange for water supply necessary for the work. Ordinarily no water will be supplied by Railways to the Contractor either for drinking purpose or for execution of the work and the rate quoted shall include the cost of arranging water supply. 9.2) However if surplus water is available from near by Railway source, contractor may be allowed to draw water for his work on payment of necessary water charges as fixed by railway administration. Necessary arrangement of drawl of water by pumping, laying of pipe line and storage arrangement etc shall be done by contractor at his cost. 10.0) Form work: Form work shall conform to the shapes, lines and dimensions shown in the drawings with the tolerances as per Clause 9.6 of IS:14687 and shall be so constructed and supported as to remain sufficiently rigid and water tight to prevent loss of mortar and water from the concrete and shall be able to carry all the loads and forces during the casting as well as later. 10.1) For all works, propping and centering should be either of steel tubes with extension pieces or built up sections of rolled steel. Use of wooden bellies should be discouraged. 10.2) All panel joints, corners and seams should be made water tight by using approved sealing materials. Also the steel form should be thoroughly cleaned before use. 10.3) Form faces should be treated with releasing agent to prevent concrete sticking to the forms and thereby aid in stripping. Only approved type of releasing agent with prior permission of the Engineer incharge shall be used. Use of black oil or grease is totally prohibited. 50 Signature of Tenderer/Contractor
  • 51.
    BID DOCUMENT MAS01 of 2014, item No.30 10.4) Ample access should be provided within the form work for proper cleaning up, placement, consolidation and inspection of concrete. 11.0) Construction joints: The surface of the construction joints should be cleaned properly and prepared so as to ensure adequate bond with the concrete placed below or adjacent to it and to obtain the required water tightness. Any approved method of cleaning for removal of laitance, bleed water and fines by using wire brush, water jetting, green cutting, sand blasting may be used with the prior approval of the Engineer in charge. 12.0) Concrete: The concrete shall be produced and laid in the manner as given in IRS Concrete Bridge Code 1997 (Second Revision) for General Bridge construction corrected up to date and IS 486. 12.1) The concrete shall be of controlled quality with nominal maximum size of coarse aggregate limited to 20 mm unless specified otherwise in the schedule. 12.2) Batching of different ingredients for production of concrete shall be done by weight only. A modern, mechanized or automatic weigh batcher shall be used for the weighing aggregates and cement. The weigh batch shall have accuracy of + 3%. Modern high speed mixer or any other mixer approved by the Engineer shall be used for mixing concrete. The concrete shall be consolidated by means of vibration with approved type needle/form/surface vibrators. 12.3) The contractor should submit concrete mix design before starting the work and obtain the approval by Engineer incharge /DRM(Works) Chennai Division, Southern Railway before the execution of work. In case source of cement/type change a new unix design shall be submitted for approval. 12.4) The minimum grade of plain cement concrete shall be M 20 and that of Reinforcement and cement concrete shall be M25 unless specified otherwise in the tender schedule. Only approved design mix shall be used for the concrete. 12.5) The minimum grade of concrete shall be M-40 for pre tensioned pre-stressed concrete structure. 12.6) The quantity of cement has to be as per Southern Railway Unified Standard Schedule of Rates 2011 & Indian Railway Standard specification for Materials and Works 2010.(Vol. I & II) 12.7) Maximum water cement ratio: The limits for maximum water cement ratio for design mix shall be based on environmental conditions as per extant Railway Board’s instructions. The limits for maximum water cement ratio for different environmental conditions shall be as under: Environment Mild Moderate Severe Very severe Extreme Plain concrete (PCC) 0.55 0.50 0.50 0.50 0.45 Maximum water-cement ratio Reinforced concrete (RCC) 0.50 0.50 0.45 0.45 0.40 Prestressed concrete (PSC) 0.45 0.40 0.40 0.35 0.35 12.8) Samples from fresh concrete shall be drawn as required in IRS Concrete Bride Code 1997. The test cubes should be cast at regular intervals and tested to assess the strength of concrete. The contractor should establish cube testing equipment at or near the site of work. The cost of casting of cubes and their testing will have to be borne by the contractor. In case the contractor desires to use a curing membrane instead of water curing, he may do so after submitting the necessary data and after the same is approved by the Engineer in charge. No extra payment on this account would be admissible. It should be noted that no additional payment would be made for curing/vibrating the concrete at different heights and the contractor should make his own arrangements for the provision of necessary staging/scaffolding etc and carry out curing/vibrating at all levels as directed by the Engineer in charge. 12.9) If curing is not being done to satisfactory standard, the Engineer may get it done at the contractor’s cost without any notice to him as the curing cannot wait for any such notice time, etc. The Engineer’s 51 Signature of Tenderer/Contractor
  • 52.
    BID DOCUMENT MAS01 of 2014, item No.30 decision shall be final and binding as to whether satisfactory curing is being done or not. The cost of curing will be recovered from the ‘ON ACCOUNT BILLS’. 12.10) Ready Mixed Concrete (RMC): Concrete produced by completely mixing cement, aggregates, admixtures, if any, and water at a Central Batching and Mixing plant and delivered in fresh condition at site of construction. 12.10.1) Ready Mixed concrete may be used, wherever required. It shall conform to the specifications of concrete, as laid down in IRS Bridge Code, IS: 4926 (Specification for Ready Mixed Concrete) may be referred. 12.10.2) Re-tempering with concrete: Under any circumstances, re-tempering i.e. addition of water after initial mixing, shall not be allowed, as it may affect the strength and other properties of concrete. 12.10.3) Time period for delivery of concrete: The concrete shall be delivered completely to the site of work within 1 ½ Hr (when the atmospheric temperature is above 20 degree C) and within 2 Hrs (when the atmospheric temperature is at or below 20 degree C) of adding the mixing water to the dry mix of cement and aggregate or adding the cement to the aggregate, whichever is earlier. In case, location of site of construction is such that this time period is concerned inadequate, increased time period may be specified provided that properties of concrete have been tested after lapse of the proposed delivery period at the time of finalizing mix design. 12.10.4) Transportation of ready mixed concrete: The ready mixed concrete shall be transported in concrete transit agitators conforming to IS: 5892 (Specification for concrete transit mixers and agitators). Agitating speed of the agitators during transit shall not be less than 2 revolution per minute nor more than 6 revolution per minute. 13.0) Any excess quantity of cement and steel left over after completion of the work will have to be disposed of by the contractor and cannot be taken over by the Railway. 14.0) Maintenance period: The maintenance period shall be THREE months. Date: Place: Signature of the tenderer/contractor 52 Signature of Tenderer/Contractor
  • 53.
    BID DOCUMENT MAS01 of 2014, item No.30 SPECIMEN COPY S.No 1 DESCRIPTION OF WORK Manufacturing, supplying and fixing of post formed table top of required size using 25mm thick particle board pasted with 0.8mm thick approved "flex" laminate and placed over the MS 2mm thick (14 gauge) cantilever brackets and screwed from bottom using metal screws. All cutting edges to be covered by 2mm thick pvc edge banding tape with all lead and lift etc., UNIT QTY RATE complete and as 1 18 RATE IN FIGURES directed by sqm the Engineer-incharge. (All labour and materials to paise Rupees x x x x 3 8 7 5 . 0 0 be supplied only by the Tenderer/ RATE IN WORDS (in CAPITAL LETTERS) Contractor only at his R U P E E S - - - - CRORES own cost at site) - - - - LAKHS T R E E E I G H T Y F I V E A S E V E N T H N D E R O Z THOUSAND S HUNDREDS PAISE NOTE : This is the specimen schedule in which a rate of Rs. 3875/- per 1 sqm is filled in the boxes for both rate in figures and rate in words. This is for guidance of Tenderer to fill their rates in the above format. 53 Signature of Tenderer/Contractor
  • 54.
    BID DOCUMENT MAS01 of 2014, item No.30 SOUTHERN RAILWAY NAME OF WORK: Perambur - Repairs to various wards and maintenance of Railway hospital/ PER. REF: Est. sd. By Sr.DEN/Co-Ordn./MAS vide No.M/W.231/RH-PER/ REV/2013/87 dt.27.01.14. (2014-S-04) SCHEDULE - A List of items of work that are covered under Southern Railway Unified Standard Schedule of Rates 2011 - for Chennai Division Sl. No. 1 USSOR No. Rate Qty. Unit Rs. Amount Reference Rs. Repairs to various wards and maintenance of Railway hospital/ PER 183020 800 24.86 1 Sqm 19888 2 182010 182013 6 444.52 1 cum 2667 3 182070 750 11.66 1 Sqm 8745 4 186080 40 51.62 1 sqm 2065 5 185010 40 109.26 1 Each 4370 Dismantling tile work in floors/dado/skirting laid in cement mortar/ chemical mortar/synthetic adhesive including stacking material within 50m lead Demolishing brick work including stacking of serviceable material and disposal of unserviceable material within 50m lead - in cement mortar Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster/pointing including disposal of rubbish within 50m lead Dismantling, iron collapsible gate, rolling shutter, M.S. Grill, M.S. Gates, Palisade fencing etc.with post & stays including stacking of serviceable materials and disposal of unserviceable materials within 50m lead Dismantling doors, windows and clerestory windows (steel or wood) shutter including chowkhats, architrave, holdfasts in CC or masonry etc. complete and stacking 54 Signature of Tenderer/Contractor
  • 55.
    BID DOCUMENT MAS01 of 2014, item No.30 within 50m lead 6 183010 300 18.85 1 Sqm 5655 Dismantling cement concrete / terrazzo flooring and/or underlayer excluding base concrete 7 188030, 188031 300 16.33 1 metre 4899 Dismantling rain water pipe of G.I., C.I., M.S., SCI, asbestos or PVC with fittings and clamps, including stacking the material within 50m lead - Dia. of 80mm and below 8 021070 120 47.97 1 Cum 5756 Loading/Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, moorum, earth, manure or sludge, ashes, lime etc. including lead up to 50m and stacking into/from trucks, trailors or wagons 9 021080 120 114.23 1 Cum 13708 Leading ballast, kankar, surkhi, lime, sand, ashes, stonechips, pitching, stone, boulders, soling, stone, rubble stone, brickbats, shingle, dry mortar, laterite or similar materials including picking up and stacking, lead upto 50m 10 021070 120 47.97 1 Cum 5756 Loading/Unloading ballast, kankar, brickbats, stone- chips, shingle, stone boulders, block kankar, pitching stones, rubble stones, laterite, coal, surkhi, dry mortar, sand, moorum, earth, manure or sludge, ashes, lime etc. including lead up to 50m and stacking into/from trucks, trailors or wagons 55 Signature of Tenderer/Contractor
  • 56.
    BID DOCUMENT MAS01 of 2014, item No.30 11 011010 011011 25 103.32 1 cum 2583 Earth work in excavation as per approved drawings and dumping at embankment site or spoil heap, within railway land, including 50m lead and 1.5m lift, the lead to be measured from the centre of gravity of excavation to centre of gravity of spoil heap; the lift to be measured from natural ground level and paid for in layers of 1.5m each including incidental work, as per specifications - All kinds of soils 12 031010, 031011 15 1611.29 1 cum 24169 Providing and laying in position cement concrete of specified proportion excluding cost of cement, centering and shuttering - All works upto plinth level : 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm nominal size) 13 051010, 051018 10 4030.31 1 Sqm 40303 Brick work with non-modular (FPS) bricks of class designation 7.5 in foundation and plinth in : - Cement mortar 1:6 (1 cement : 6 coarse sand) 14 051180, 051182 30 473.70 1 Sqm 14211 Half brick masonry with bricks of class designation 7.5 in foundations and plinth in : Cement mortar 1:4 (1 cement : 4 coarse sand) 15 051040 3 171.68 1 cum 515 Extra over items 051010 & 051020 for brick work in superstructure beyond plinth level upto floor two level 16 057100, 057104 13.50 356.30 1 cum -4810 Add or deduct from rates of brickwork when the bricks specified or permitted to be used by Engineer are of Class designation other than 7.5 Deduct for Class Designation 3.5 17 111040, 111042 400 72.88 1 Sqm 29152 12 mm cement plaster of mix 1:6 (1 cement : 6 coarse sand) 56 Signature of Tenderer/Contractor
  • 57.
    BID DOCUMENT MAS01 of 2014, item No.30 18 095020, 095021 300 459.12 1 Sqm 137736 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1:4 (1 cement : 3 coarse sand) including pointing in white cement mixed with pigment of matching shade complete - Of Group B-II Clause 5.1 (for abrasion resistance) of IS:15622 (Ceramic Floor Tiles) of size 300mmx300mm 19 095020, 095026 800 718.62 1 Sqm 574896 Providing and fixing ceramic tiles conforming to IS:15622 of manufacturers approved by railway in all colours, shades, design and abrasion resistance class as approved by the Engineer-in-Charge in floors and landings over 20mm thick bed of cement mortar 1:4 (1 cement : 3 coarse sand) including pointing in white cement mixed with pigment of matching shade complete - Of Group B-I-a of IS:15622 (Vitrified tiles) of size above 400mmx400mm upto 600mmx600mm 20 095010, 095012 350 440.70 1 Sqm 154245 Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) including pointing in white cement mixed with pigment of matching shade complete - 200x300 mm 57 Signature of Tenderer/Contractor
  • 58.
    BID DOCUMENT MAS01 of 2014, item No.30 21 095010, 095013 200 541.65 1 Sqm 108330 Providing and fixing Ist quality ceramic tiles conforming to Group B-III (Ceramic Wall Tiles) of IS:15622 of manufacturers approved by railway in all colours, shades, and design as approved by the Engineer-in-Charge in skirting, risers of steps and dado over 12mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) including pointing in white cement mixed with pigment of matching shade complete - 300x450 mm and above 22 131130 131131 300 143.10 1 metre 42930 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall 15mm dia. nominal bore 23 131130 131132 250 177.91 1 metre 44478 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall 20mm dia. nominal bore 24 131130 131133 350 251.79 1 metre 88127 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall 25mm dia. nominal bore 25 131130 131136 300 478.34 1 metre 143502 Providing and fixing G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. Internal work – Exposed on wall 50mm dia. nominal bore 26 057030 100 77.24 1 Each 7724 Making holes in old brick walls upto 15cm square, fixing bolts clamps etc. and making good the same with CC 1:2:4 or cement mortar 1:2 as per site conditions 58 Signature of Tenderer/Contractor
  • 59.
    BID DOCUMENT MAS01 of 2014, item No.30 27 151020, 151021 25 2701.30 1 Each 67533 Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litres low level white, P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS:7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required W.C. pan with ISI marked white solid plastic seat and lid 28 154010 150 203.23 1 metre 30485 Providing and fixing 110mm dia PVC soil, waste and vent pipes including jointing and cost of spun yarn and sand etc. complete 29 151010, 151011 12 3550.36 1 Each 42604 Providing and fixing water closet squatting pan (Indian type W.C. pan) with 100mm sand cast iron 'P' or 'S' trap, 10 litres low level white P.V.C. flushing cistern with manually controlled device (handle lever) conforming to IS:7231, with all fittings and fixtures complete including cutting and making good the walls and floors wherever required - White Vitreous China Orissa pattern W.C. pan of size 580mmx440mm with integral type foot rests 30 151040, 151042 10 4992.95 1 Each 49930 Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430mmx260mmx350mm and 340mmx410mmx 265mm sizes respectively with automatic flushing cistern, with standard flush pipe and C.P. brass spreaders with brass unions and G.I. clamps complete, including painting of fittings and brackets, cutting and making good the walls and floors, wherever required Range of two urinal basins with 10 litres white P.V.C. automatic flushing cistern 59 Signature of Tenderer/Contractor
  • 60.
    BID DOCUMENT MAS01 of 2014, item No.30 31 151070, 151074 15 1526.94 1 Each 22904 Providing and fixing wash basin with C.I./M.S. brackets, 15mm C.P. brass pillar taps, 32mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls, wherever required : - White vitreous china flat back wash basin size 550 mmx400mm with single 15mm C.P. brass pillar tap 32 152020, 152021 12 6030.36 1 Each 72364 Providing and fixing Stainless Steel AISI-304 (18/8) kitchen sink with drain board as per IS:13983 with C.I. brackets and stainless steel plug 40mm including painting of fittings and brackets, cutting and making good the walls, wherever required : 510mmx1040mm bowl depth 250mm510mmx1040mm bowl depth 250mm 33 152030, 152031 12 6608.52 1 Each 79302 Providing and fixing Stainless Steel AISI-304 (18/8) kitchen sink without drain board as per IS:13983 with C.I. brackets and stainless steel plug 40mm including painting of fittings and brackets, cutting and making good the walls, wherever required : 610mmx510mm bowl depth 200mm 34 189040 150 14.25 1 sqm 2138 Dismantling gypsum partitions including framework (Aluminium/steel),and false ceiling including stacking of serviceable material and disposal of unserviceable material within 50m lead 60 Signature of Tenderer/Contractor
  • 61.
    BID DOCUMENT MAS01 of 2014, item No.30 35 082010 082012 400 262.31 1 Kg 104924 Providing and fixing anodised aluminium work for doors, windows, ventilators and partitions with extruded built-up standard tubular and other sections of approved make conforming to IS:733 - and IS:1285, anodised transparent or dyed to required shade according to IS:1868 (Minimum anodic coating of grade AC 15), fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, rust free, straight, mitered and jointed mechanically wherever required including cleat angle. Aluminium snap beading for glazing/panelling, C.P. brass/stainless steel screws, all complete as per architectural drawings and directions of Engineer-incharge. (Glazing & panelling to be paid for separately) - For openable/sliding portions and fixing hinges / pivots, PVC/neoprene gasket required and making provision for fixing of fittings. (Fittings shall be paid for separately) 61 Signature of Tenderer/Contractor
  • 62.
    BID DOCUMENT MAS01 of 2014, item No.30 36 082010, 082011 350 243.60 1 Kg 37 082030 082032 150 714.23 1 Sqm 85260 Providing and fixing anodised aluminium work for doors, windows, ventilators and partitions with extruded built-up standard tubular and other sections of approved make conforming to IS:733 - and IS:1285, anodised transparent or dyed to required shade according to IS:1868 (Minimum anodic coating of grade AC 15), fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasteners including necessary filling up of gaps at junctions, at top, bottom and sides with required PVC/neoprene felt etc. Aluminium sections shall be smooth, rust free, straight, mitered and jointed mechanically wherever required including cleat angle. Aluminium snap beading for glazing/panelling, C.P. brass/stainless steel screws, all complete as per architectural drawings and directions of Engineer-incharge. (Glazing & panelling to be paid for separately) - For fixed portion 107135 Providing and fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with PVC/neoprene gasket etc. complete as per the architectural drawings and the directions of engineer-incharge. (Cost of aluminium snap beading shall be paid in basic item) - With float/frosted glass panes of 5.5mm thickness (weight not less than 13.75 kg/sqm) 62 Signature of Tenderer/Contractor
  • 63.
    BID DOCUMENT MAS01 of 2014, item No.30 38 082020 082022 120 614.46 1 Sqm 73735 Providing and fixing 12mm thick prelaminated three layer medium density (exterior grade) particle board Grade I, Type II conforming to IS:12823 bonded with phenol formaldehyde synthetic resin, of approved brand and manufacture in panelling fixed in aluminium doors, windows shutters and partition frames with C.P. brass/stainless steel screws etc. complete as per architectural drawings and directions of engineer-incharge - Prelaminated particle board with decorative lamination on both sides 39 082040 082041 15 2514.79 1 Each 37722 Providing and fixing double action hydraulic floor spring of approved brand and manufacture IS:6315 including cost of cutting floors as required, embedding in floors and cover plates with brass pivot and single piece M.S. Sheet outer box with slide plate etc. complete as per the direction of Engineer-in-charge - With Stainless Steel cover plate 40 082050 400 326.72 1 Kg 130688 Providing and fixing anodised aluminium work (with minimum 15 micron uniform anodic coating) consisting of tee/angle sections, of approved make conforming to IS:733 in frames of false ceiling including aluminium angle cleats with necessary C.P. brass/stainless steel sunk screws, aluminium perimeter angles fixed to wall with rawl plugs @ 450mm centre to centre and fixing the frame work to level adjusting hangers (6mm dia. M.S. rods) with necessary cadmium plated machine screws all complete as per approved architectural drawings and direction of the Engineer-incharge (level adjusting hangers, ceiling cleats and expansion hold fasteners to be paid for separately) 63 Signature of Tenderer/Contractor
  • 64.
    BID DOCUMENT MAS01 of 2014, item No.30 41 082060 150 126.45 1 Each 18968 Providing and fixing level adjusting hangers of 6mm dia. M.S. rods (upto 1200mm length) fixed to roof slabs by means of M.S. angle ceiling cleats 40mmx40mmx5mm size, 40mm long and expansion hold fasteners 12.5mm dia. 40mm long including applying priming coat of zinc chromate yellow primer for steel members complete 42 077190 077191 100 1178.29 1 each 117829 Providing and fixing IS:3564 marked aluminium extruded section body tubular type universal hydraulic door closer with double speed adjustment with necessary accessories and screws etc. complete : Hardwyn make (Eddy) or equivalent 43 106050 500 245.60 1 Sqm 122800 Providing and fixing false ceiling with 12mm thick plain/semi perforated or with design ceiling tiles of BWP type phenol formaldehyde synthetic resin bonded pressed particle board conforming to IS:3087 finished with a coat of aluminium primer on both sides & edges and two coats of synthetic enamel paint of approved quality on exposed face fixed to a grid made out of anodised aluminium (with 15 micron anodic coating) Tsections 35mm x 15mm x 1.5mm size main runners and cross runners 23.5mmx19mmx1.5mm fixed to main runners placed 600mm centre to centre both ways so as to form a grid of 600mm square. The frame work shall be suspended from ceiling by level adjusting hangers of 6mm dia M.S. rod fixed to roof slab by means of ceiling cleats. The suspenders shall be placed 600mm x 1200 mm centre to centre including fixing to the frame with C.P. brace screws and applying a priming coat of zinc chromate yellow primer (aluminium frame work and hangers shall be paid separately) 64 Signature of Tenderer/Contractor
  • 65.
    BID DOCUMENT MAS01 of 2014, item No.30 44 108160, 108162 150 184.41 1 metre 27662 Providing and fixing on wall face unplasticised - Rigid PVC single socketed rain water pipes conforming to IS:13592 Type-A including jointing with seal ring conforming to IS:5382 leaving 10mm gap for thermal expansion - 110mm dia. 45 108180, 108182 25 204.99 1 Each 5125 Providing and fixing on wall face unplasticised - PVC moulded bend and shoe for unplasticised-Rigid PVC rain water pipes conforming to IS:13592 Type-A including jointing with seal ring conforming to IS:5382 leaving 10mm gap for thermal expansion water pipes conforming to IS:13592 Type-A including jointing with seal ring conforming to IS:5382 leaving 10mm gap for thermal expansion - Bend 87.5°, 110mm dia. bend 46 108190, 108192 50.00 97.18 1 Each 4859 Providing and fixing unplasticised-PVC pipe clips of approved design to unplasticised-PVC rain water pipes by means of 50mmx50mmx50mm hard wood plugs, screwed with M.S. screws of required length including cutting brick work and fixing in cement mortar 1:4 (1 cement : 4 coarse sand) and making good the wall etc. complete - 110mm 47 108180, 108184 25.00 187.72 1 Each 4693 Providing and fixing on wall face unplasticised - PVC moulded bend and shoe for unplasticised-Rigid PVC rain water pipes conforming to IS:13592 Type-A including jointing with seal ring conforming to IS:5382 leaving 10mm gap for thermal expansion Shoe (Plain), 110mm dia. shoe 48 132180 40 220.16 1 cum 8806 Providing and fixing C.P. brass bib cock, 15mm nominal bore of approved quality conforming to IS:8931 65 Signature of Tenderer/Contractor
  • 66.
    BID DOCUMENT MAS01 of 2014, item No.30 49 072140 072141 40 2017.29 1 Sqm 80692 50 072170 30 82.39 1 Sqm 2472 51 078030 078032 25 115.34 1 Each 2884 52 078080 078081 20 715.75 1 sqm 14315 53 074360, 074361 20 309.90 1 sqm 6198 54 078030 078034 25 89.16 1 Each 2229 55 078060 078061 30 75.30 1 Each 2259 Providing and fixing to IS:2202 Part-1 marked flush door shutter decorative type, core of block board construction with frame of 1st class hard wood and well matched teak 3-ply veneering with vertical grains or cross bands and face veneers on both faces of shutters 35mm thick including ISI marked stainless steel butt hinges with necessary screws Extra for providing lipping with 2nd class teak wood battens 25mm minimum depth on all edges of shutters (overall area of door shutters to be measured) Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete : - 250mmx10mm Providing and fixing plywood plain lining with necessary screws, priming coat on unexposed surface etc. complete with : 4mm thick decorative ply facings of approved manufacturer Providing and fixing Teak Wood veneer sheet of approved quality and make over wooden surfaces including smoothening of wooden surface and fixing of veneers with approved synthetic resin adhesive complete 3mm thick Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete : - 150mmx10mm Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete - 125mm 66 Signature of Tenderer/Contractor
  • 67.
    BID DOCUMENT MAS01 of 2014, item No.30 56 078070 078071 50 35.19 1 Each 1760 Providing and fixing aluminium hanging floor door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour and shade with necessary screws etc. complete : - Single rubber stopper 57 078130 50 400.21 1 metre 20011 Providing and fixing factory made P.V.C. door frame of size 50mmx47mm with a wall thickness of 5mm, made out of extruded 5mm rigid PVC foam sheet mitered at corners and joined with 2 nos. of 150mm long brackets of 15mmx15mm M.S. square tube, the vertical door profiles to be reinforced with 19mmx19mm M.S. square tube of 19 gauge, EPDM rubber gasket weather seal to be provided through out the frame. The door frame to be fixed to the wall using M.S. screws of 65mm/100mm size complete as per manufacturers specification and direction of Engineer-in-Charge 58 078150 30 2107.54 1 Sqm 63226 Providing and fixing to existing door frames 30mm thick factory made solid both side prelaminated panel PVC door shutter consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19mmx19mm for styles and15mmx15mm, top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture. M.S. frame covered with 5mm thick heat moulded prelaminated PVC Foam Sheet ‘C' channel as per drawing given in IR Standard Specifications complete in all respect 59 078030 078035 25 66.95 1 Each 1674 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete : - Alu. Tower bolt.100mmx10mm 67 Signature of Tenderer/Contractor
  • 68.
    BID DOCUMENT MAS01 of 2014, item No.30 60 078060 078062 25 56.90 1 Each 1423 Providing and fixing aluminium handles ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete Providing and fixing alu. Handles. 100mm 61 078010 078017 30 80.93 1 Each 2428 Providing and fixing ISI marked aluminium butt hinges ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with necessary screws etc. complete : - Butt hinges 75mmx63mmx3.2mm 62 074230 074231 800 74.34 1 Kg 59472 Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete - Fixed to steel windows by welding 63 074230 074232 1000 75.97 1 Kg 75970 Providing and fixing M.S. grills of required pattern in frames of windows etc. with M.S. flats, square or round bars etc. all complete - Fixed to opening / wooden frames with rawl plugs screws etc. 64 074280 30 62.94 1 Each 1888 Providing 40mmx5mm flat iron hold fast 40cm long including fixing to frame with 10mm diameter bolts, nuts and wooden plugs and embeddings in cement concrete block 30cmx10cmx15cm 1:3:6 mix (1 cement : 3 coarse sand : 6 graded stone aggregate-20mm nominal size) 65 074300 074311 25 454.34 1 Sqm 11359 Providing and fixing float glass panes with putty and nails including removal of old broken panes wherever required Float Glass panes 4mm thick (10 kg/sqm) 66 074300 074312 25 619.37 1 Sqm 15484 Providing and fixing float glass panes with putty and nails including removal of old broken panes wherever required Frosted glass panes 4mm thick (10 kg/sqm) 68 Signature of Tenderer/Contractor
  • 69.
    BID DOCUMENT MAS01 of 2014, item No.30 67 074300 074313 30 550.61 1 Sqm 16518 Providing and fixing float glass panes with putty and nails including removal of old broken panes wherever required Heavy sheet glass panes 5.5mm thick (13.75 kg/sqm) 68 075080 075084 80 6.99 1 Each 559 Providing and fixing MS hooks and eyes : - 150mm 69 077330 15 708.71 1 Each 10631 Providing and fixing chromium plated brass 100mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality) 70 078010 078012 25 141.25 1 Each 3531 Providing and fixing ISI marked aluminium butt hinges ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with necessary screws etc. complete : 125mmx63mmx4mm 71 078010 078015 25 109.78 1 Each 2745 Providing and fixing ISI marked aluminium butt hinges ISI marked anodised (anodic coating not less than grade AC 10 as per IS: 1868) transparent or dyed to required colour or shade with necessary screws etc. complete : 100mmx63mmx3.2mm 72 078030 078031 30 128.41 1 Each 3852 Providing and fixing aluminium tower bolts ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour or shade with necessary screws etc. complete : - Alu. Tower bolt. 300mmx10mm 73 078070 078072 50 48.26 1 Each 2413 Providing and fixing aluminium hanging floor door stopper ISI marked anodised (anodic coating not less than grade AC 10 as per IS:1868) transparent or dyed to required colour and shade with necessary screws etc. complete : - Twin rubber stopper 69 Signature of Tenderer/Contractor
  • 70.
    BID DOCUMENT MAS01 of 2014, item No.30 74 099040, 099045 15.00 2242.87 1 Sqm 33643 Providing and fixing 18mm thick mirror polished, machine cut for kitchen platforms, vanity counters facias, dados and skirtings and similar locations of required size of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touchups, including rubbing, curing. etc .complete at all levels - Granite Pink-Area of slab over 1.0 sqm but upto 2.0 sqm or larger 75 099050, 099052 20.00 1170.91 1 Sqm 23418 Providing and fixing 40mm thick Cuddappah stone polished, machine cut for kitchen platforms, vanity counters facias, dados and skirting and similar locations of required size, laid over 20mm thick base cement mortar 1:4 (1 cement : 4 coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touchups including rubbing, curing etc. complete at all levels - Area of slab over 0.5 sqm but upto 1.0 sqm 76 121170 400 48.34 1 Sqm 19336 Painting two coats (excluding priming coat) with white or green ready mixed paint of approved quality on steel or wood work 77 134070 40 130.16 1 Each 5206 Providing and fixing PTMT angle stop cock 15mm nominal bore, weighing not less than 85 gm 78 134090 20 114.13 1 Each 2283 Providing and fixing PTMT soap Dish Holder having length of 138mm, breadth 102mm, height of 75mm with concealed fitting arrangements, weighing not less than 106 gm 79 151180 151181 25 919.47 1 pair 22987 Providing and fixing P.V.C. low level flushing cistern with manually controlled device (handle lever) conforming to IS:7231, with all fittings and fixtures complete : - 10 litres capacity - White 70 Signature of Tenderer/Contractor
  • 71.
    BID DOCUMENT MAS01 of 2014, item No.30 80 152080 152084 40 63.88 1 Each 2555 Providing and waste pipe for basin including fittings complete 40mm dia. fixing P.V.C. sink or wash P.V.C. waste - Flexible pipe 81 152090 40 18.65 1 Each 746 82 152080 152082 50 63.88 1 Each 3194 Providing and waste pipe for basin including fittings complete 32mm dia. 83 171590 20 222.02 1 Sqm 4440 Supplying & fixing sun control film of approved quality and make over door/window/clery storey window 84 151220 151221 25 323.48 1 Each 8087 Providing and fixing solid plastic seat with lid for pedestal type W.C. pan complete White, solid plastic seat with lid 85 134100 134102 50 48.81 1 Each 2441 Providing and fixing unplasticised P.V.C. connection pipe with PTMT Nuts, collar and bush of approved quality and colour 15mm nominal bore. with 45cm length 86 134080 20 93.80 1 Each 1876 Providing and fixing PTMT swiveling shower, 15mm nominal bore, weighing not less than 40 gm 87 104050 400 296.14 1 Sqm 118456 Providing and laying pressed clay tiles (as per approved pattern 20mm nominal thickness and of approved size) on roofs jointed with cement mortar 1:4 (1 cement : 4 coarse sand) mixed with 2% integral water proofing compound laid over a bed of 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand) and finished neat complete 88 105192 20 1907.08 1 cum 38142 Grading roof for water proofing treatment with - Cement mortar 1:3 (1 cement, 3 coarse sand) CEILING : 89 134010 134011 100 106.93 1 Each 10693 Providing and fixing PTMT bib cock of approved quality and colour - 15mm nominal bore, 86mm long, weighing not less than 88 gm Providing and fixing 100mm sand cast iron grating for gully, trap fixing P.V.C. sink or wash P.V.C. waste - Flexible pipe 71 Signature of Tenderer/Contractor
  • 72.
    BID DOCUMENT MAS01 of 2014, item No.30 90 105140, 105142 400 271.06 1 Sqm 108424 Providing and fixing APP (Atactic Polypropylene Polymer) modified prefabricated five layer water proofing membrane of specified thickness, black finished reinforced with glass fibre matt over a coat of bitumen primer for bitumen membrane @ 0.40litre/sqm by the same membrane manufacturer of density at 25°C, 0.87- 0.89kg/ litre and viscosity 70-160cps - 3mm thick 91 071010, 071011 1000 77.09 1 cudm 77090 Providing wood work in frames of doors, windows, clerestory windows and other frames and trusses, wrought, framed and fixed in position : - Second class teak wood 92 184010 400 23.10 1 sqm 9240 Demolishing brick tile covering (single layer) in terracing including stacking of serviceable material and disposal of unserviceable material within 50m lead 93 131180, 131181 15 354.61 1 Each 5319 Providing and fixing PP-R Gate Valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge - 25mm Gate Valve 94 131180, 131184 10 1394.50 1 Each 13945 Providing and fixing PP-R Gate Valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge - 50mm Gate Valve 95 131190, 131191 15 168.77 1 Each 2532 Providing and fixing PP-R Brass Ball Valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge - 20mm Ball Valve 96 131190, 131192 15 241.53 1 Each 3623 Providing and fixing PP-R Brass Ball Valve fusion welded, having thermal stability for hot & cold water supply and testing of joints complete as per direction of engineer in charge - 25mm Ball Valve 72 Signature of Tenderer/Contractor
  • 73.
    BID DOCUMENT MAS01 of 2014, item No.30 97 124010 124012 100 30.91 Total of Sch.A 1 Sqm Rs. 3091 Varnishing with varnish of approved brand and manufacture - On old work one or more coats with copal varnish 3625826 (Items NINETY SEVEN only) NOTE: The Tenderer/Contractor should quote percentage - at Par/below/above for USSOR 2011 PLACE: DATE: SIGNATURE OF TENDERER/ CONTRACTOR 73 Signature of Tenderer/Contractor
  • 74.
    BID DOCUMENT MAS01 of 2014, item No.30 SOUTHERN RAILWAY NAME OF WORK: Perambur - Repairs to various wards and maintenance of Railway hospital/ PER. REF: Est. sd. By Sr.DEN/Co-Ordn./MAS vide No.M/W.231/RH-PER/ REV/2013/87 dt.27.01.14. (2014-S-04) SCHEDULE 'A1' (Supply of cement) List of items of work that are covered under Southern Railway Unified Standard Schedule of Rates 2011 - for Chennai Division S.N o USSOR NO 1 033060, 033061 Qty. 44.90 Rate Unit Amount 5290.00 1 Tonne 237521 Description of work Supply and using cement at worksite :- OPC 43 grade TOTAL OF SCH.A1 237521 (Item ONE Only) NOTE: The Tenderer/Contractor should quote percentage - at PAR/BELOW/ABOVE for USSOR 2011 rates Place: Date: Signature of Tenderer/Contractor 74 Signature of Tenderer/Contractor
  • 75.
    BID DOCUMENT MAS01 of 2014, item No.30 SOUTHERN RAILWAY NAME OF WORK: Perambur - Repairs to various wards and maintenance of Railway hospital/ PER. REF: Est. sd. By Sr.DEN/Co-Ordn./MAS vide No.M/W.231/RH-PER/ REV/2013/87 dt.27.01.14. (2014-S-04) SCHEDULE 'B' List of items of work that are not covered under Southern Railway Unified Standard Schedule of Rates 2011 - for Chennai Division S.n o. 1 a DESCRIPTION OF WORK Supplying and fixing of specials reqd. for GI pipes as per specifications with all lead and lift etc., complete and as directed by the Engineer-in-charge. (All labour and materials to be supplied by the Tenderer/ Contractor only at his own cost at site) Union (R.Brand) - 50mm dia UNIT QT Y Each 15 RATE RATE IN FIGURES . Rupees paise only RATE IN WORDS (in CAPITAL LETTERS) CRORES R U P E E S LAKHS THOUSANDS HUNDREDS A N D PAISE b Union (R.Brand) - 25mm dia UNIT QT Y Each 25 RATE RATE IN FIGURES Rupees . paise only 75 Signature of Tenderer/Contractor
  • 76.
    BID DOCUMENT MAS01 of 2014, item No.30 RATE IN WORDS (in CAPITAL LETTERS) CRORES R U P E E S LAKHS THOUSANDS HUNDREDS A N D PAISE c Union (R.Brand) - 20mm dia UNIT QT Y Each 25 RATE RATE IN FIGURES . Rupees paise only RATE IN WORDS (in CAPITAL LETTERS) CRORES R U P E E S LAKHS THOUSANDS HUNDREDS A N D PAISE d Union (R.Brand) - 15mm dia UNIT QT Y Each 25 RATE RATE IN FIGURES Rupees . paise only RATE IN WORDS (in CAPITAL LETTERS) R U P E E S CRORES LAKHS THOUSANDS HUNDREDS 76 Signature of Tenderer/Contractor
  • 77.
    BID DOCUMENT MAS01 of 2014, item No.30 A N D PAISE e Bearer nipple(R.Br and)- 50mm dia UNIT QT Y Each 20 RATE RATE IN FIGURES . Rupees paise only RATE IN WORDS (in CAPITAL LETTERS) CRORES R U P E E S LAKHS THOUSANDS HUNDREDS A N D PAISE f Bearer nipple(R.Br and)- 25mm dia UNIT QT Y Each 20 RATE RATE IN FIGURES . Rupees paise only RATE IN WORDS (in CAPITAL LETTERS) R U P E E S CRORES LAKHS THOUSANDS HUNDREDS A N D PAISE g Bearer nipple(R.Br and)- 20mm dia UNIT QT Y RATE 77 Signature of Tenderer/Contractor
  • 78.
    BID DOCUMENT MAS01 of 2014, item No.30 Each 30 RATE IN FIGURES . Rupees paise only RATE IN WORDS (in CAPITAL LETTERS) R U P E E S CRORES LAKHS THOUSANDS HUNDREDS A N D PAISE h Bearer nipple(R.Br and)- 15mm dia UNIT QT Y Each 50 RATE RATE IN FIGURES Rupees . paise only RATE IN WORDS (in CAPITAL LETTERS) CRORES R U P E E S LAKHS THOUSANDS HUNDREDS A N D PAISE 78 Signature of Tenderer/Contractor
  • 79.
    BID DOCUMENT MAS01 of 2014, item No.30 2 Maintenance of exg. water supply distribution in railway hospital/ PER in various wards, inside hospital, OPD male ward, Children wards, female wards as required by pumping water from borewells/ open wells, HLTs at PER, PWQ etc., to GLR by regulating valve arrangements round the clock in PER RH and NJO office round the clock by 2 shifts (12 hours each shift) with contractors man power (valve men) with all lead and lift etc., complete and as directed by the Engineer-in-charge. (All labour and materials to be supplied by the Tenderer/ Contractor only at his own cost at site). The work shall be performed by the contractor staff duly following the incidental works Every hour water level in the tanks shall be exchanged to all concerned pump houses, offices and as directed. All the water levels shall be recorded in the level book. Upkeep the pump house and surroundings in good condition. Adding the departmental bleaching powder or solution as and when required in tanks daily as directed. The valve man shall coordinately work with the electrical staff. The valve man on duty shall leave the pump house only after the arrival of the reliever. Attedance register, handing over - taking over register shall be maintained regularly. Non supply of the valve man will be levied with a penalty of Rs.300 for one pump house for one shift. UNIT per month QT Y RATE 12 RATE IN FIGURES Rupees . paise only RATE IN WORDS (in CAPITAL LETTERS) CRORES R U P E E S LAKHS THOUSANDS HUNDREDS A N D PAISE (Items TWO only) Place: Date: Signature of Tenderer/Contractor 79 Signature of Tenderer/Contractor