TENDER NO.: RITES/RPO-LKO/KBJ/NCL AMENDMENT NO. 2 DATED 23.01.2014 AMENDMENT NO. -2 DATED 23.01.2014 Name of Work: Earthwork in formation, Construction of bridges, P-Way works and other miscellaneous works in connection with balance work of KBJ rail line between Krishnashila and Shaktinagar stations of EC Railway of Khadia Project of NCL, District: Sonebhadra (U.P.) TENDER NO: RITES/RPO-LKO/KBJ/NCL PART-1 TECHNICAL BID 1 Part -1, Technical Bid has been withdrawn. Qualification criteria have been revised. Amended Part-1 – Technical Bid is enclosed herewith. Tenderers have to submit their bid with Amended Part-1 Technical Bid only. Group General Manager (Project) RITES Ltd., RPO-Lucknow For, General Manager (Civil) Northern Coalfields Limited
93
Embed
AMENDMENT NO. -2 DATED 23.01.2014 Name of Work: …€¦ · District Sonebhadra ... REGIONAL PROJECT OFFICE, ... the contract shall be executed in the original/manual tender document
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Name of Work: Earthwork in formation, Construction of bridges, P-Way works and other miscellaneous works in connection with balance work of KBJ rail line between Krishnashila and Shaktinagar stations of EC Railway of Khadia Project of NCL, District: Sonebhadra (U.P.)
TENDER NO: RITES/RPO-LKO/KBJ/NCL PART-1 TECHNICAL BID 1 Part -1, Technical Bid has been withdrawn. Qualification criteria have
been revised. Amended Part-1 – Technical Bid is enclosed herewith. Tenderers have to submit their bid with Amended Part-1 Technical Bid only.
Group General Manager (Project) RITES Ltd., RPO-Lucknow
For, General Manager (Civil) Northern Coalfields Limited
Northern Coalfields Limited
TENDER AND CONTRACT DOCUMENT
NAME OF WORK: Earthwork in formation, construction of bridges,
P-way works, and other miscellaneous works in
connection with balance work of KBJ rail line
between Krishnashila and Shaktinagar stations
of EC Railway of Khadia Project of NCL,
District Sonebhadra (U.P.)
Tender No.: RITES/RPO-LKO/KBJ/NCL
PART – 1
TECHNICAL BID (As amended under Amendment No. 2 dated 23.01.2014)
Consultants for the Work: Tender Document issued to
RITES LIMITED Name of Tenderer _________
(A Government of India Enterprise) Address of Tenderer _________
REGIONAL PROJECT OFFICE, Signature of Officer issuing the
Near Sewa Hospital, NH-24, Document with Designation and
Sitapur Road, Lucknow-227208 Date of issue______________
Phone : 0522-2771894, 2771895
Fax No.: 0522-2771893
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
TENDER AND CONTRACT DOCUMENT
CONTENTS
PART- 1 (TECHNICAL BID)
S. No. DETAILS PAGE No.
SECTION 1 Notice Inviting Tender & Instructions to Tenderers
1 to 53
SECTION 2 Tender & Contract Form
54 to 57
SECTION 3 Special Conditions of Contract
58 to 74
SECTION 4 Schedules A to F 75 to 83
SECTION 5 Technical Specifications
84 to 86
SECTION 6 Drawings
87 to 90
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
1
Section - 1
NOTICE INVITING TENDER AND
INSTRUCTIONS TO TENDERERS
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
2
SECTION 1
NOTICE INVITING TENDER AND INSTRUCTIONS TO TENDERERS
1.0 GENERAL
1.1 Tender Notice
Tenders are invited in Two Packet system by Northern Coalfields Limited (Employer) from
working contractors (including contractors who have executed works within the last five years
reckoned from the scheduled date of opening of tender) of Government Organizations / Semi
Government Organizations of Central or State Government; or of Public Sector Undertakings /
Autonomous Bodies of Central or State Government ; or of Public Ltd. Companies listed in Stock
Exchange in India or Abroad, for the work of “Earthwork in formation, Construction of
bridges, P-Way works and other miscellaneous works in connection with balance work of
KBJ rail line between Krishnashila and Shaktinagar stations of EC Railway of Khadia
Project of NCL, District: Sonebhadra (U.P.)”.
M/s RITES Ltd. are the consultant for the work.
(Note : Throughout these bidding documents, the terms „bid‟ and „tender‟ and their derivatives
are synonymous).
1.2 Estimated Cost of Work
The work is estimated to cost Rs. 33.91 crore (Rupees thirty three crore ninety one lakh only).
This Estimate, however, is given merely as a rough guide.
1.3 Time for Completion
The time allowed for completion will be 15 (fifteen) months from the date of start which is
defined in Schedule F under Clause 5.1a of Clauses of Contract.
1.4 Brief Scope of Work
The scope of work and major activities broadly comprises of:
(i) Earthwork in formation i.e. Cutting including weathered rock and Embankment
with provision of blanketing layer as per RDSO Guidelines.
(ii) Construction of Bridges including two RUBs with Pile foundation and composite
girder as superstructure.
(iii) Laying of new track including turnouts, provision of LWR and Glued joints.
(iv) Other miscellaneous/incidental works required for completion of the work.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
3
1.5 Availability of Site
The site for the work is available/ shall be made available in parts, as specified below:
2.0 QUALIFICATION CRITERIA TO BE SATISFIED
2.1 The Qualification Criteria to be satisfied are given at Annexure I enclosed.
2.2 The Qualification Criteria to be satisfied will depend on the category of works, whether
Normal or Large. Normal Works are those costing upto Rs.100 Crores each and Large
Works are those costing more than Rs.100 Crores. The work for which the Tender is
being invited falls under the category of Normal.
2.3 The Qualification Criteria to be satisfied will also depend on whether the Work falls in
Normal area or Difficult area. Difficult area includes North East States, Jammu &
Kashmir, Jharkhand, Chattisgarh and Andaman & Nicobar Islands. Normal area covers
all areas other than Difficult area. The work for which this Tender has been invited falls
under Normal area.
2.4 In this Tender Joint Venture is not allowed.
2.5 The documents to be furnished by the Bidder to prove that he is satisfying the
Qualification Criteria laid down should all be in the Bidder‟s name, except in cases where
though the name has changed, the owners continued to remain the same and in cases of
amalgamation of entities.
3.0 FORMAT AND CHECK LIST FOR SUBMISSION OF INFORMATION ON
QUALIFICATION CRITERIA
3.1 Other than Joint Ventures
The Tenderer shall furnish a Letter of Transmittal as given in Annexure II A enclosing
the documents mentioned therein/listed in para 1(a) of Annexure IA.
4.0 CONTENTS OF TENDER DOCUMENT
4.1 Each set of Tender or Bidding Document will comprise the Documents listed below and
addenda issued in accordance with para 7 :
PART – 1 :- Technical Bid Packet
Section 1 Notice Inviting Tender and Instructions to Tenderers.
Section 2 Tender and Contract Form.
Section 3 Special Conditions.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
4
Section 4 Schedules A to F
Section 5 Technical Specifications
Section 6 Drawings
PART – 2 :- Financial Bid Packet
Schedule of Quantities (Bill of Quantities)
PART – 3:- General Conditions of Contract (read with correction Slip Nos. 1 to 4)
Section 7 Conditions of Contract
Section 8 Clauses of Contract
Section 9 RITES Safety Code
Section 10 RITES Model Rules for protection of Health and Sanitary arrangements for
Workers
Section 11 RITES Contractor‟s Labour Regulations
4.2 General Conditions of Contract (Compilation of Sections 7 to 11) with upto date
correction slips is also available in RITES website <www.rites.com>
5.0 ISSUE OF TENDER DOCUMENT
5.1 A complete set of Tender Document (Technical and Financial Bid) described in Para 4.1
above can be seen in the office of the “RITES Ltd., Regional Project Office, 13 Km.
Milestone, Near Sewa Hospital, NH-24, Lucknow-Sitapur Road, Lucknow-227208” between hours of 11.00 AM and 4.00 PM every day except on Saturdays, Sundays and
Public Holidays.
5.2 One set of Tender Document may be purchased from the office of “RITES Ltd.,
Regional Project Office, 13 Km. Milestone, Near Sewa Hospital, NH-24, Lucknow-
Sitapur Road, Lucknow-227208” from 25.12.2013 to 03.02.2014 for a non refundable
fee per set of Rs. 15000.00 (Rupees Fifteen thousand only) in the form of Demand
Draft/ Pay Order/ Banker‟s cheque drawn on any Scheduled Bank payable at Lucknow in
favour of RITES Ltd., on submission of an application. Tender document may be issued
free of cost to such applicants as are exempted from payment of cost of tender document
as a matter of Government Policy.
5.3 Tender Documents including drawings can also be downloaded from RITES Website
(www.rites.com) and in such a case, the Tenderer shall deposit the cost of tender
documents (unless he is exempted from such payment as a matter of Government Policy)
along with submission of tender, failing which his tender shall not be opened. The cost of
tender documents shall be deposited in the form of a separate Banker‟s cheque / Demand
quantities executed in last 5 years along with documentary proof in support
of having met the criterion (Refer Para 2b of Annexure I).
iii) Solvency Certificate.
Suggested format at Proforma 2 of Annexure I (Refer Para 3 of Annexure I)
iv) Net Worth
Refer Para 4 of Annexure I.
v) Declaration by Bidder
Proforma 3 (Refer Para 6 of Annexure I)
vi) Integrity Pact (where applicable): duly signed and witnessed in the format at
Annexure VIII (Refer para 11.7 of NIT & Instructions to Tenderers)
b) BY JOINT VENTURE PARTNERS FOR “LARGE WORKS”
Not Applicable
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
33
c) BY JOINT VENTURE PARTNERS FOR “NORMAL WORKS”
Not Applicable
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
34
ANNEXURE II A
QUALIFICATION INFORMATION/CHECKLIST OF DOCUMENTS
--LETTER OF TRANSMITTAL BY OTHER THAN JOINT VENTURES
(on letter head of the Applicant)
From
____________
To
Northern Coalfields Ltd.
(Authority Inviting Tender)
Sir,
Sub: Submission of Qualification information /documents as per Checklist.
1. I/We hereby submit the following documents in support of my/our satisfying the
Qualification Criteria laid down for the work:-
a) Self attested copy of a certificate, confirming that the applicant is a working contractor
or has executed any work within the last five years reckoned from the date of opening
of Tender, issued by a Government Organization / Semi Government Organization of
Central or State Government; or by a Public Sector Undertaking / Autonomous Body
of Central or State Government; or by a Public Ltd. Company listed in Stock
Exchange in India or Abroad.
b) Annual Financial Turnover
(i) Annual financial turnover for each of the last 5 Financial Years in a tabular form.
(ii) Self attested copy of Auditor‟s Report along with the Balance Sheet and Profit
and Loss Statement and Schedules for the relevant Financial Year in which the
minimum criterion is met, with calculations in support of the same.
c) Work Experience
i) Similar Work Experience :- In Proforma 1 with details of 1 / 2 / 3 works
as applicable and self attested copies of supporting documents as
mentioned therein.
ii) Construction experience in key activities / specialised components:
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
35
Tabular Statement in Proforma 5(1) & 5(2) giving contract wise
quantities executed in last 5 years with documentary proof.
d) Solvency Certificate - Proforma 2.
e) Net Worth: Refer Para 4 of Annexure I.
2. In addition the following supporting documents are also enclosed.
a) Self attested copy of Partnership Deed/Memorandum and Articles of Association
of the Firm.
b) Self attested copies of PAN/TAN issued by the Income Tax Department.
c) Declaration – Proforma 3
d) Self attested copy of Sales Tax, Works Contract Tax, Service Tax Registration
Certificate (as applicable).
e) Self attested copy of Registration under Labour Laws, like PF, ESI etc.
f) Self attested copy of ISO 9000 Certificate ( if any)
g) Integrity Pact (where applicable): duly signed and witnessed.
3. I authorize you to approach any Bank, Individual, Employer, Firm or Corporation,
whether mentioned in the enclosed documents or not, to verify our competence and
general reputation.
4. I also enclose written Power of Attorney of the signatory of the Tender on behalf of the
Tenderer.
Yours faithfully,
Encl: As in Paras 1, 2 & 4
Signature of Applicant
with Name _________________
Date with seal
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
36
ANNEXURE II B (L)
QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS
– LETTER OF TRANSMITTAL BY JOINT VENTURE
(FOR LARGE WORKS COSTING OVER Rs.100 CRORES)
(To be signed by the Lead Member on his Letter Head)
Not Applicable
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
37
ANNEXURE II B (N)
QUALIFICATION INFORMATION /CHECKLIST OF DOCUMENTS
- LETTER OF TRANSMITTAL BY JOINT VENTURE
(FOR NORMAL WORKS COSTING BETWEEN Rs.1 CRORE and Rs.100 CRORES)
(To be signed by the Lead Member in his Letter Head)
Not Applicable
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
38
ANNEXURE III
DRAFT MEMORANDUM OF UNDERSTANDING
EXECUTED BY MEMBERS OF THE CONSORTIUM / JOINT VENTURE
(On each firm‟s Letter Head)
Not Applicable
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
39
ANNEXURE IV
FORMAT FOR POWER OF ATTORNEY TO AUTHORISED SIGNATORY
POWER OF ATTORNEY
(To be executed on non-judicial stamp paper of the appropriate value in accordance with relevant
Stamp Act. The stamp paper to be in the name of the firm/ company who is issuing the Power of
Attorney).
We, M/s.______ (name of the firm/company with address of the registered office) hereby
constitute, appoint and authorise Mr./Ms.______ (Name and residential address) who is presently
employed with us and holding the position of ______ and whose signature is given below as our
Attorney to do in our name and our behalf all or any of the acts, deeds or things necessary or
incidental to our bid for the work _____ (name of work), including signing and submission of
application / proposal, participating in the meetings, responding to queries, submission of
information / documents and generally to represent us in all the dealings with RITES or any other
Government Agency or any person, in connection with the works until culmination of the process
of bidding, till the Contract Agreement is entered into with RITES and thereafter till the expiry of
the Contract Agreement.
We hereby agree to ratify all acts, deeds and things lawfully done by our said Attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid Attorney shall
always be deemed to have been done by us.
(Add in the case of a Consortium/Joint Venture)
Our firm is a Member/Lead Member of the Consortium of ___________, _________ and
___________.
Dated this the _____ day of ______ 20
(Signature and name of authorized signatory being given Power of Attorney)
___________
(Signature and name in block letters of *All the partners of the firm, * Authorized Signatory for
the Company)
(* Strike out whichever is not applicable)
Seal of firm/ Company
Witness 1: Witness 2:
Name: Name:
Address: Address:
Occupation: Occupation:
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
40
Notes:
- In case the Firm / Company is a Member of a Consortium/ JV, the authorized signatory
has to be the one employed by the Lead Member.
- The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
41
ANNEXURE V
FORMAT FOR POWER OF ATTORNEY TO LEAD MEMBER OF CONSORTIUM /
JOINT VENTURE
Not Applicable
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
42
ANNEXURE VI
BLANK
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
43
ANNEXURE VII
FORM OF AGREEMENT
(ON NON JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
Agreement No. ________ dated _________
THIS AGREEMENT is made on ________ day of ______ Two thousand ________ between
Northern Coalfields Ltd. (A subsidiary of Coal India Ltd., a Company registered under
Companies Act, 1956) having its Head office at Singrauli (M.P.) hereinafter called the Employer
(which expression shall wherever the context so demands or requires, include their successors in
office and assigns) on one part and M/s.______ hereinafter called the Contractor (which
expression shall wherever the context so demands or requires, include his/ their successors and
assigns) of the other part.
WHEREAS the Employer is desirous that certain works should be executed viz. “Earthwork in
formation, Construction of bridges, P-Way works and other miscellaneous works in
connection with balance work of KBJ rail line between Krishnashila and Shaktinagar
stations of EC Railway of Khadia Project of NCL, District: Sonebhadra (U.P.)” and has by
Letter of Acceptance dated ____ accepted a tender submitted by the Contractor for the execution,
completion, remedying of any defects therein and maintenance of such works at a total Contract
Price of Rs. ______ (Rupees ______________ only)
NOW THIS AGREEMENT WITNESSETH as follows:-
1. In this Agreement words and expressions shall have the same meaning as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents in conjunction with addenda/ corrigenda to Tender Documents
shall be deemed to form and be read and construed as part of this agreement viz.
a) The Letter of Acceptance dated______.
b) Priced Schedule (Bill) of Quantities
c) Notice Inviting Tender and Instructions to Tenderers.
d) RITES Tender and Contract Form
e) Special Conditions
f) Schedules A to F.
g) Technical Specifications
h) Drawings
i) Amendments to Tender Documents (List enclosed)
j) General Conditions of Contract (read with Correction Slip Nos. 1 to 4) comprising of (i) Conditions of Contract
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
44
(ii) Clauses of Contract
(iii) RITES Safety Code
(iv) RITES - Model Rules for the protection of Health and Sanitary
arrangements for Workers
(v) RITES – Contractor's Labour Regulations.
3. In consideration of the payment to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to execute,
complete, remedy defects therein and maintain the works in conformity in all respects
with the provisions of the Contract.
4. The Employer hereby covenants to pay to the Contractor in consideration of the
execution, completion, remedying of any defects therein and maintenance of the works,
the contract price or such other sum as may become payable under the provisions of the
contract at the time and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused their respective common seals to be
hereinto affixed (or have herewith set their respective hands and seals) the day and year
first above written.
SIGNED, SEALED AND DELIVERED BY
____________________________
In the capacity of _____
On behalf of M/s. _________
(The Contractor)
In the presence of
Witnesses (Signature, Name &
Designation)
1.
2.
______________________________
representing NCL
(The Employer)
In the presence of
Witnesses (Signature, Name &
Designation)
1.
2.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
45
ANNEXURE - VIII
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
46
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
47
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
48
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
49
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
50
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
51
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
52
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
53
Mandate Form ANNEXURE - IX (PARA 9c of NIT & ITT )
To, RITES LTD., Regional Project Office, 13-K.M. Milestone, N.H.-24, Lucknow-Sitapur Road, (Near Sewa Hospital), Lucknow-227208 (U.P.), India
Dear Sir,
REF.: AUTHORISATION FOR PAYMENTS THROUGH ELECTRONIC FUND TRANSFER SYSTEM (RTGS/NEFT)
We hereby authorize RITES Ltd., RPO-LKO to make all our payment through Electronic Fund Transfer System (RTGS/NEFT). The details for facilitating the payments are given below.
(TO BE FILLED IN CAPITAL LETTERS)
1 NAME OF THE BENEFICIARY
2 ADDRESS (WITH PIN CODE)
3 (A) TELEPHONE NO. (WITH STD CODE)
(B) MOBILE NO.
4 BANK PARTICULARS
(A) BANK NAME
(B) BANK TELEPHONE NO. (WITH STD CODE)
(C) BRANCH ADDRESS (WITH PIN CODE)
(D) BANK FAX NO. (WITH STD CODE)
(E) 11 CHARACTER IFSC CODE OF THE BANK (EITHER ENCLOSE A CANCELLED CHEQUE OR OBTAIN BANK CERTIFICATE AS APPENDED)
(F) BANK ACCOUNT NUMBER AS APPERAING ON THE CHEQUE BOOK
(G) BANK ACCOUNT TYPE (TICK ONE)
SAVING CURRENT LOAN CASH CREDIT OTHERS
(H) IF OTHERS, SPECIFY
5 PERMANENT ACCOUNT NUMBER (PAN)
6 E-MAIL ADDRESS
I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or credit is not effected at all for reasons of incomplete or incorrect information, I/We would not hold the Company responsible. Bank charges for such transfer will be drown by us. SIGNATURE DATE : ____________ (AUTHORISED SIGNATORY) Name: ____________________
BANK CERTIFICATION
It is certified that above mentioned beneficiary holds a bank account No. ………………................. with our branch and the Bank particulars mentioned above are correct. SIGNATURE DATE: _____________ (AUTHORISED SIGNATORY) Name: ____________________ OFFICIAL STAMP
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
54
Section - 2
TENDER & CONTRACT FORM
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
55
SECTION 2
TENDER AND CONTRACT FORM FOR WORKS
To
__________________________
Tender Accepting Authority
Northern Coalfields Limited
Sub: TENDER FOR THE WORK OF ___________ ______________
(TENDER No. ______________________ ISSUED BY ____________)
TENDER
1. I/We have read and examined the Notice Inviting Tender and Instructions to Tenderers,
Special Conditions, Schedules A to F, Technical Specifications, Drawings, Schedule /
Bill of Quantities and General Conditions of Contract as well as other documents and
rules referred to in GCC and all the details contained in the Tender Document for the
work.
2. I/We hereby tender for the execution and completion of the work and remedy any defects
therein, specified in the Schedule of Quantities within the time specified in Schedule “F”,
and in accordance in all respects with the specifications, designs, drawings and
instructions in writing referred to in Notice Inviting Tender and Instructions to Tenderers
and in Clause 11 of the Clauses of Contract and with such materials as are provided for,
by, and in respects in accordance with, such conditions so far as applicable.
3. We agree that our tender shall remain valid for a period of 90 days from the due date for
submission of bid or extended date as stipulated and not to make any modifications in its
terms and conditions.
4. A sum of Rs. ___________ (Rupees _________ only) is hereby forwarded in the form of
Banker‟s cheque/Pay Order /Demand Draft issued in favour of RITES Ltd., payable at
_________ as the Earnest Money. Mandate Form authorizing RITES Ltd. to make all
payments through RTGS/NEFT as per Annexure IX, duly filled in, is enclosed.
5. If I/We withdraw my/our tender during the period of tender validity or before issue of
Letter of Acceptance whichever is earlier or make modifications in the Terms and
Conditions of the Tender which are not acceptable to the Employer, then the Employer
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
56
shall, without prejudice to any other right or remedy, be at liberty to forfeit entire Earnest
Money absolutely.
6. If I/We fail to furnish the prescribed Performance Guarantee and Additional Performance
Guarantee (if applicable) within prescribed period, I/We agree that the said Employer
shall, without prejudice to any other right or remedy, be at liberty to forfeit the said
Earnest Money absolutely.
7. If, I/We fail to commence the work within the specified period, I/We agree that the
Employer shall, without prejudice to any other right or remedy available in law, be at
liberty to forfeit the Earnest Money and Performance Guarantee and Additional
Performance Guarantee (if applicable) absolutely.
8. Further, I/We hereby agree that in case of forfeiture of Earnest Money or both Earnest
Money & Performance Guarantee and Additional Performance Guarantee (if applicable)
as aforesaid in paras 5 to 7, I/We shall be debarred from participation in re-tendering
process of the work.
9. On issue of Letter of Acceptance by the Employer, I/We agree that the said Earnest
Money shall be retained by the Employer towards Security Deposit, to execute all the
works referred to in the Tender document upon the Terms and Conditions contained or
referred to therein and to carry out such deviations as may be ordered, upto maximum of
the percentage mentioned in Schedule F at rates as stipulated in relevant Clauses of
contract and those in excess of that limit at the rates to be determined in accordance with
the provisions contained in Clauses 12.2 and 12.3 of the tender form.
10. I/We hereby agree that I/ We shall sign the Formal Agreement with the Employer within
28 days from the date of issue of Letter of Acceptance. In case of any delay, I/We agree
that we shall not submit any Bill for Payment till the Contract Agreement is signed.
11. I/We hereby declare that I/We shall treat the tender documents, drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information derived there from to any person other than a person to whom
I/We am/are authorized to communicate the same or use the information in any manner
prejudicial to the safety of the Employer/State.
12. I/We hereby declare that I/We have not laid down any condition/deviation to any content
of Technical Bid and/or Financial Bid. I/We agree that in case any condition is found to
be quoted by us in the Technical and/or Financial Bid, my/our Tender may be rejected.
13. I/We understand that the Employer is not bound to accept the lowest or any tender he
may receive. I/We also understand that the Employer reserves the right to accept the
whole or any part of the tender and I/We shall be bound to perform the same at the rates
quoted.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
57
14. Until a formal agreement is prepared and executed, this bid together with our written
acceptance thereof shall constitute a binding contract between us and RITES.
15. I am/We are signing this Tender offer in my / our capacity as one/those authorized to sign
on behalf of my/our company/as one holding the Power of Attorney issued in my favour
as Lead Member by the Members of the Joint Venture.
Signature of Authorized Person/s
Date
Name/s & Title of Signatory
Name of Tenderer
Postal Address
Seal
Witness
Signature
Name
Postal Address
Occupation
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
58
Section - 3
SPECIAL CONDITIONS
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
59
SECTION 3
SPECIAL CONDITIONS
In case of any conflict between the General Conditions of Contract and the Special Conditions of
Contract, provisions of the Special Conditions of Contract shall prevail.
(i) Special Conditions relating to existing Clauses of General Conditions of Contract:
1.0 In all clauses of GCC, replace the word RITES with RITES/Employer.
2.0 Para-2(iv) of Section-7 of GCC replaced as under:
The Employer means the organization as mentioned in Schedule-F.
3.0 Para-2(v) of Section-7 of GCC replaced as under:
The Engineer in charge means the Engineer Officer of the Employer who shall supervise
and be in-charge of the work as mentioned in Schedule F.
4.0 The first sentence of Clause-1 (ii) of section -8 of GCC is replaced as under:
“The Performance Guarantee and Additional Performance Guarantee shall be initially
valid up to the stipulated date of completion plus 90 days beyond that”.
5.0 In addition to provisions as contained in annexure “B-1”of GCC, Material testing lab shall
be fully equipped with the testing facilities for field testing of Earthwork, Concrete work
and Ballast (except for Abrasion test) . P-way Kit for measurement of track geometry
shall also be available in the lab.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
60
(ii) Additional Special Conditions
1.0 MOBILIZATION ACTIVITIES
1.1 The Contractor shall submit the following within 30 days from the date issue of Letter of
Acceptance:
(a) Construction Programme
(b) Samples for concrete mix design
1.2 The Contractor should complete the following activities within 60 days from the date of
issue of Letter of Acceptance:
(a) Construction of Cement godown
(b) Mobilization of Automatic Batching Plant at site.
(c) Submission of Designs & drawings of shuttering & scaffolding
(d) Construction of Site Office & Lab
2.0 WORKING NEAR RUNNING LINE 2.1 The Contractor shall not allow any road vehicle belonging to him or his suppliers etc. to
ply in land next to the running line. If for execution of certain works viz earth work for
parallel railway line and supply of ballast for new or existing rail line etc, road vehicles
are necessary to be used in land next to the railway line, the Contractor shall apply to the
Engineer for permission giving the type & no. of individual vehicles, names and license
particulars of the drivers, location, duration & timings for such work / movement.
The Engineer or his authorized representative will personally counsel, examine & certify
the road vehicle drivers, Contractor‟s flag men & supervisor and will give written
permission giving names of road vehicle drivers, Contractor‟s flag men and supervisor to
be deployed on the work, indicating location, period and timing of the work. This
permission will be subject to the following obligatory conditions:
i) Road vehicles can ply along the track after suitable cordoning of track with minimum
distance of 6 meter from the center of the nearest track. For plying of road vehicles during
night hours adequate measures to be communicated in writing along with a site sketch to
the Contractor / Contractor‟s representative and controlling engineers / supervisors in –
charge of the work including the Engineer-in-charge.
ii) Nominated vehicles and drivers will be utilized for work in the presence of at least
one flagman and one supervisor certified for such work. In order to monitor the
activities during night hours, the Contractor shall post additional staff based on the
need of the individual site.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
61
iii) The vehicles shall ply 6 m clear of track. Any movement / work at less than 6m and up to
minimum 3.5m clear of track center, shall be done only in the presence of a supervisor
authorized by the Engineer. No part of the road vehicle will be allowed at less than 3.5m
from track center.
iv) The Contractor shall remain fully responsible for ensuring safety and in case of any
accident, shall bear cost of all damages to his equipment, men and also damages to
Railways/RITES/NCL property, its staff and public.
v) Provision of Mobile Phones/ Walky Talky based on the needs of the individual work
sites must be ensured.
vi) The Engineer may impose any other condition necessary for a particular work or site.
Nothing extra shall be payable for the same.
2.2 The Contractor‟s special attention is drawn to Para 826 of Indian Railways Permanent
Way Manual which is to be rigidly complied with as detailed below:
Para 826 of IRPWM: Safe working of Contractors – A large number of men and
machinery are deployed by the Contractors for track renewals, gauge conversions,
doublings, bridge rebuilding etc. It is therefore essential that adequate safety measures are
taken for safety of the trains as well as the work force. The following measures should
invariably be adopted:
i) The Contractor shall not start any work without the presence of railway supervisor at site.
ii) 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 site
conditions.
iii) The look out and whistle caution orders shall be issued to the trains and speed restrictions
imposed where considered necessary. Suitable flagmen/detonators shall be provided
where necessary for protection of trains.
iv) The supervisor/workmen should be counseled about safety measures. A competency
certificate to the Contractor‟s supervisor as per proforma annexed shall be issued by AEN
which will be valid only for the work for which it has been issued.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
62
v) The unloaded ballast/rails/sleepers/other P. Way materials after unloading along track
should be kept clear off moving dimensions and stacked as per the specified heights and
distance from the running track.
vi) Supplementary site specific instructions, wherever considered necessary, shall be issued
by the Engineer in Charge.
COMPETENCY CERTIFICATE
Certified that Shri ___________________ P.way supervisor of M/s._________________
has been examined regarding P.Way working on ______________work. His knowledge
has been found satisfactory and he is capable of supervising the work safely.
Assistant Engineer
Note: For the purpose of this tender AEN of Railways shall mean Engineer in charge.
2.3 Suitable barricading to forewarn road vehicle driver shall be provided by the Contractor.
The luminous tape, strung on bamboo or steel poles can be considered for such
barricading. Barricading arrangement should be got approved by the Engineer.
3.0 COMPLETION REPORT
The following documents shall also be submitted by the Contractor in triplicate as part of
completion report:
a) Test certificate for materials supplied by the Contractor.
b) Certified records of field tests on materials/equipment, as applicable including Welds,
USFD etc.
c) Six sets of construction drawings showing therein the as built conditions of the work
duly approved by RITES along with CD.
d) Track geometry records as per railway manuals.
e) Records of welding of joints.
f) Assets handing over details
g) Reconciliation of New and released materials
4.0 ISSUE OF 52KG RAILS:
4.1 Rails shall be issued and received back in meters.
4.2 For Rails to be issued for fabrication of P-way items such as Switches, Glued Joints,
Check Rails etc Bank Guarantee shall be submitted by the Contractor. Bank Guarantee
shall be from the scheduled bank and as per format at Annexure-X. Bank Guarantee shall
be equivalent to value of rails issued. Value of rails shall be considered @ of Rs.3650/-
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
63
per meter. Bank Guarantee shall be valid initially for a period of 6 months. It shall be
extended suitably as per the direction of Engineer in charge in case of non receipt of
fabricated P-way items within this period. Bank Guarantee shall be released on
manufacturing of P-way items and its return to site.
5.0 MATERIALS TO BE PROVIDED BY THE CONTRACTOR:
5.1 Entire cost of inspection i.e. cost of samples, cost of inspecting agencies and cost of
arranging inspection etc. shall be borne by the contractor.
5.2 Materials (Civil, P-Way etc) for which there are approved sources from Railways shall be
procured from such sources only and shall be got inspected by Railways/RITES/NCL
before dispatch.
5.3 The Contractor, at his own cost, will furnish test certificates for steel from the
manufacturer or the laboratories approved by the Engineer-in-charge before its use.
5.4 Employer may also take samples during the course of work, and get it tested to ascertain
its conformity to the IS specifications. Frequency of the testing shall be as prescribed in
Field Quality Plan.
6.0 STANDARD DRAWINGS & SPECIFICATIONS
All standard drawings and specifications required for the work shall be arranged by the
Contractor at his own cost.
7.0 TRUNCATED INHIBITOR CEMENT SLURRY COATING TO
REINFORCEMENT BAR SHALL BE DONE AS FOLLOWS:
(i) Cleaning of steel by wire brush, for removal of dust.
(ii) Apply one coat of cement slurry (1 kg cement + 600 c c of inhibitor solution) by
dipping or brushing. Allow it to dry for 24 hour in shade. The water is not to be
used. The inhibitor solution is prepared in ionized water.
(iii) Applying second coat of cement slurry (same as above).Allow it to dry in shade.
8.0 CONCRETE WORK:
8.1 Pumped concrete, if required, shall be used for all concrete work except for Plain Cement
Concrete (PCC) and concrete in drain.
8.2 Contractor shall get at his own cost the concrete mix design from reputed institute like
NCCBM Ballabhgarh Haryana, IITs, NITs, RITES or as advised by the Employer.
8.3 Admixture to be used for concrete works is to be approved by the Employer.
8.4 Trail mix to be prepared and tested.
8.5 Before taking up concrete work designs of shuttering, scaffolding and scheme for curing
to be submitted for approval by the Engineer in charge. Standard release agents shall be
used for shuttering. Release agents shall be got approved by the Employer.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
64
8.6 Batching of concrete shall be from automatic batching plant of adequate capacity with
facility of automatic feeding of all ingredients including water and admixture and with
facility of printing the batch details. 8.7 Cover blocks to be vibrated on casting.
8.8 Cover blocks to be used in the work should be 28 days cured.
8.9 Binding wire to be used should be of galvanized steel of 18 gauges.
8.10 Concrete structures are to be cured for 28 days as per scheme approved by
the Employer.
8.11 Shuttering & Scaffolding:
(a) Minimum 4 mm thick steel shuttering for RCC work
(b) Steel scaffolding to be used.
9.0 HANDING OVER OF WORK BY THE CONTRACTOR TO Railway/NCL 9.1 Track after linking shall be rolled with three to four passes of locomotive as per
directions of Engineer in charge. All the defects noticed during and after the rolling by
locomotive shall be attended to and rectified by the Contractor at his own cost and nothing
extra shall be payable on this account. Locomotive and its running shall be arranged by
the Employer.
9.2 Track after rolling , third packing and CRS inspection can be put to commission by
Railway/NCL after due handing over.
10.0 COMPLIANCE OF LABOUR LAWS
10.1 LABOUR
The Contractor shall unless otherwise provided in the Contract make his own
arrangements for the engagement of all staff and labour their payment housing feeding
and transport.
The Contract shall if required by the Engineer deliver to the Engineer a return in detail in
such form and at such intervals as the Engineer may prescribe, showing the staff and the
numbers of the several classes of labour from time to time employed by contractor on the
site and such information respecting contractor‟s equipment as the Engineer may required.
10.2 COMPLIANCE WITH LABOUR REGULATIONS
10.2.1 During continuance of the contract, the contractor and his sub contractors shall abide at all
times by all existing labour enactments and rules made thereunder, regulations,
notifications and bye laws of the State of Central Government or local authority and any
other labour law, including rules, regulations, bye laws that may be passed or notifications
that may be issued under any labour law in further either by the State or Central
Government or the local authority. Salient feature of some of the major labour laws that
are applicable to construction industry are given below. The contractor shall keep the
Employer indemnified in case any action is taken against the Employer by the competent
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
65
authority on account of contravention of any of the provisions of any Act or rules made
there under, regulations or notifications including amendments. If the Empolyer is caused
to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-
observance of the provisions stipulated in the notifications bye laws/acts/rules/regulations/
including amendments, if any on the part of the contractor, the Engineer/Employer shall
have the right to deduct any money due to the contractor including his amount of
performance security. The Employer/Engineer shall also have right to recover from the
Contractor any sum required or estimated to be required for making good the loss or
damage suffered by the Employer.
The employees of the contractor and the sub-contractor in no case shall be treated as the
employees of the Employer at any point of time.
10.2.2 SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO
ESTABLISHMENT ENGAGED IN BUILDING AND CONSTRUCTION / CIVIL
WORKS.
a) Workmen Compensation Act 1923 :- The act provides for compensation in case of
injury by accident arising out of and during the course of employment.
b) Payment of Gratuity Act, 1972 :- Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years
services or more or on death the rate of 15 days wages for every completed year of
service. The Act is applicable to all establishments employing 10 or more employees.
c) Employees PF and Miscellaneous Provisions Act 1952 :- The Act provides for monthly
contributions by the employer and workers @10% or 8.33% or as applicable. The benefits
payable under the Act are :-
i. Pension or family pension on retirement of death as the case may be
ii. Deposit linked Insurance on the death in harness of the worker.
iii. Payment of PF accumulated on retirement/death etc.
d) Maternity Benefit Act 1951 :- The act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
e) Contract Labour (Regulation & Abolition) Act 1970 :- The Act provides for certain
welfare the measure to be provided by the contractor to contractor labour and in case the
contractor fails to provide, the same are required to be provided by the Principal Employer
by Law. The Principal Employer is required to take Certificate of Registration and the
contractor is required to take license from the designated officer. The Act is applicable to
the establishments or contractor of Principal Employer if they employ 20 or more contract
labour.
f) Minimum Wages Act 1948 :- The Employer is supposed to pay not less that the
Minimum Wages fixed by appropriate Government as per provisions of the Act if the
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
66
employment is a scheduled employment. Construction of Buildings, Roads Runways are
scheduled employment.
g) Payment of Wages Act 1936 :- It lays as to by what date the wages are to be paid when it
will be paid and what deductions can be made from the wages of the workers.
h) Equal Remuneration Act 1979 :- The Act provides for payments of equal wages for
work of equal nature of Male and female workers and for not making discrimination
against Female employee in the matters of transfers, training and promotion etc.
i) Payment of Bonus Act 1965 :- The Act is applicable to all establishments employing 20
or more workmen. The Act provides for payments of annual bonus subject to a minimum
of 8.33% of wages and maximum of 20% of wages to employees drawings Rs. 3500/- per
month or less. The bonus to be paid to the employee getting Rs. 2500/- per month to about
upto Rs. 3500/- per month shall be worked out by taking wages as Rs 2500/- per month
only. The Act does not apply to certain establishments. Some of the State Governments
are exempted for five years in certain circumstances. Some of the State Governments have
reduced the employment size from 20 to 10 for the purpose of applicability of the Act.
j) Industrial Disputes Act 1947 :- The Act lays dawn the machinery and procedure for
resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal
and what are the requirements for laying off or retrenching the employees or closing down
the establishment.
k) Industrial Employment (standing Orders) Act 1946 :- It is applicable to all
establishments employing 100 or more workmen (employment size reduced by some of
the State and Central Government to 50). The Act provides for laying shown rules
governing the conditions of employment by the Employer on matters provided in the Act
and get the same certified by the designated Authority.
l) Trade Union Act 1926 :- The Act lays down the procedure for registration of trade
unions of workmen and employees. The Trade Union registered under the Act have been
given certain immunities from civil and criminal liabilities.
m) Child labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for
regulations of employment of children in all other occupations and processes.
Employment of Child Labour is prohibited in Building Industry.
n) Inter-State Migrant Workmen‟s (Registrations of Employment & conditions of
Services) Act 1997 :- The Act is applicable to an establishment which employs 5 or more
inter-state migrant workmen through an intermediary (who has recruited workmen in one
state for employment in the establishment situated in another state). The Inter- State
migrant workmen in an establishment to which this Act becomes applicable are required
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
67
to be provided certain facilities such as Housing, Medical-Aid Travelling expenses from
home upto the establishment and back etc.
o) The Building and other Construction Workers (Regulation of Employment and
Conditions of Service) Act 1996 and the cess act of 1996 :- All the establishments who
carry on any building or other construction work and employs 10 or more workers are
covered under this Act. All such establishments are required to pay cess at the rate not
exceeding 2% of the cost of construction as may be modified by the Government. The
employer of the establishment is required to provide safety measures at the Building or
construction work and other welfare measure such as canteens, First –Aid facilities
Ambulance, Housing accommodation for workers near the work place etc. The Employer
to whom the Act applies has applies has to obtain a registration certificate from the
registration Officer appointed by the Government.
p) Factories Act 1948 :- The Act lays down the procedure for approval at before setting up
a factory, health and safety provisions, welfare provisions, working houses, annual earned
leave and rendering information regarding accidents or dangerous occurrences to
designated authorities. It is applicable to premises employing 10 persons or more with aid
of power or more persons without the aid of power engaged in manufacturing process.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
68
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
69
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
70
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
71
ANNEXURE-X
BANK GURANTEE FOR RAILS
Bank Guarantee No. : ………………….
To, Effective Date : ………………….
M/s NCL Ltd Date of Expiry : ………………….
Khadia BG Amount : ………………….
Sonbhadra(UP)
Agreement No.: ………………………………………………………………………………….
Nature of Work:………………………………………………………………………………….
Dear Sir(s),
In consideration of NCL having its registered office at ---------------------------------------------------
representing through Khadia, NCL ---------------------------------------------------------------------------
---------------. (hereinafter called the Employer) having agreed to supply of rails free of cost to
M/s………………………………………………………………………………(hereinafter called
“The Contractor”) which expression shall where the context so admits or implies be deemed to
include its heirs, executors, administrators and assigns under the terms and conditions of Letter of
Acceptance No……………………………………………………………………. made between
the NCL and the Contractor for work of …………………………………….............................
(here in after called the “The Said Contract”) for the due fulfillment by the said contractor of the
terms and conditions contained in the said contract, on production of a Bank Guarantee for
Rs……………………………………………………
We ……………………………………………………….. (herein after referred to as “the Bank”)
which expression shall, unless repugnant to the context or meaning thereof includes its
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
72
successors, administration, executors and assigns at the request of
…………………………………………………………………… (Contractor) do hereby
undertake to pay to NCL by reason of any breach by the said Contractor of any of the terms &
conditions contained in the contract concerning supply of rails for fabrication of Points &
Crossing and their use on the work covered under the said contract / agreement.
1. We, …………… do hereby undertake to pay the amounts due and payable under this
guarantee without any demur, merely on a demand from NCL. stating that the amount
claimed is due by way of loss or damage caused to or would be caused to or suffered
by NCL by reason of breach by the said contractor o any of the terms and conditions
contained in the said contract or by reason of the contractor‟s failure to perform the
said contract concerning supply of rails for fabrication of points & Crossing and their
use on the work covered under the said contract Any such demand made on the bank
shall be conclusive as regards the amount due and payable by the bank under this
guarantee. However, our liability under this guarantee shall be restricted to an amount
not exceeding Rs. …………………………… (Rupees …………………………).
2. We, the said Bank undertake to pay to NCL any money so demanded notwithstanding
any dispute raised by the contractor in any suit or proceeding pending before any court
or Tribunal relating thereto, our liability under this present being absolute and
unequivocal. This payment so made by us under this Guarantee shall be a valid
discharge of our liability for payment there under and the contractor shall have no
claim against us for making such payment.
3. We, the said Bank further agree that the guarantee herein contained shall remain in
full force and effect during the period that would be taken for the Performance of the
said contract concerning supply of rails for fabrication of Points & Crossing and their
use on the work covered under the said contract and that it shall continue to be
enforceable till all the dues of NCL under or by virtue of the said contract concerning
supply of rails for fabrication of Pints & Crossing and their use on the work covered
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
73
under the said contract have been fully paid and its claims satisfied or discharged or
till NCL has certified that the terms and conditions of the said contract concerning
supply of rails for fabrication of Points & Crossing and their use on the work covered
under the said contract have been fully and properly satisfied by said contractor or till
………………… whichever is earlier, unless any claim or demand shall be made by
us in writing on or before ……………………..,
we shall be discharged from all liability under this guarantee thereafter.
4. We, the said Bank further agree that NCL shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any of
the terms and conditions of the said contract concerning supply of rails for fabrication
for Points & Crossing and their use on the work covered under the said contract or to
extend time of Performance by the said contractor from time to time or to postpone for
any time or time or to postpone for any time or from time to time of the powers
exercisable by NCL against the said contractor and to forbear or enforce any of the
terms and conditions relating to the said contract concerning supply of rails for
fabrication of Points & Crossing and their use on the work covered under the said
contract and we shall not relived from our liability by reason of any such variation, or
extension being granted to the said contractor or for any forbearance, act or omission
on the part of NCL or any indulgence by NCL to the said contractor or any such
matter or thing whatsoever which under the law relating to sureties would, but for this
provision, have effect of so relieving us.
5. This guarantee will not be discharged due to the change in the constitution of the Bank
or the Contractor.
6. This guarantee will neither be cancelled nor revoked by the bank without the written
authorization of the beneficiary (NCL). For this purpose the beneficiary would inform
the Bank of their authorized signatories together with the specimen signatures.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
74
7. NOTWITHSTANDING anything contained herein:
a. Our liability under this guarantee shall not exceed Rs. ………………. …
….Rupees ……………………………..).
b. This Bank Guarantee shall be valid up to ……………..
c. We are liable to pay the guarantee amount or any part thereof under this Bank
Guarantee only and only if you serve upon us, a written claim or demand on or
before …………………….
d. Thereafter the Bank shall stand discharged from all the liabilities under this
guarantee and all rights of the Beneficiary shall stand forfeited and/or
extinguished, irrespective of the fact whether this guarantee in original is returned
to the Bank or not.
Dated: …………………………..
For ………………………..
Bank Guarantee No. : ………………….
Effective Date : ………………….
Date of Expiry : ………………….
BG Amount : ………………….
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
75
Section - 4
SCHEDULES A TO F
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
76
SECTION 4
PROFORMA OF SCHEDULES
(Operative Schedules to be supplied separately to each intendingTenderer)
SCHEDULE „A‟
Schedule of quantities ( As per Bill of Quantities attached)
(BOQ to be attached with Financial Bid)
SCHEDULE „B‟ –
Schedule of materials to be issued to the contractor. (Refer Clause 10 of Clauses of Contract)
S.No Description of
items
Quantity Rates in Figures &
words at which the
material will be
charged to the
contractor
Place of Issue
1 2 3 4 5
1. 52 kg. new rails Full quantity
required for the
work
Free of cost NCL, Khadia
Store/Premises
SCHEDULE „C‟ –
Tools and plants to be hired to the contractor. (Refer clause 34 of Clauses of Contract).
S.No Description Hire charges per day Place of Issue
1 2 3 4
- Not Applicable -
SCHEDULE „D‟
Extra schedule for specific requirements/documents for the work, if any.
- Not Applicable -
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
77
SCHEDULE „E‟ – NOT APPLICABLE
Schedule of components of Cement, Steel, other materials, POL,
Labour etc .for price escalation. (Refer Clause 10CC of Clauses
of Contract).
(To be worked out and filled by NIT approving authority. The
Components and their percentages may be modified depending on
the nature of work)
CLAUSE 10 CC
Component of Cement (Xc)
expressed as percent of total value of work _______%
Component of steel (X5)
expressed as percent of total value of work ______%
Component of other materials (XM) (except cement & steel)
expressed as per cent of total value of work ______%
Component of labour (Y)
expressed as percent of total value of work _______%
Component of P.O.L (Z)
expressed as percent of total value of work _______%
______________
Total 100 %_
SCHEDULE „F‟
Reference to General Conditions of Contract
Name of Work: Earthwork in formation, Construction of bridges, P-Way works and other
miscellaneous works in connection with balance work of KBJ rail line
between Krishnashila and Shaktinagar stations of EC Railway of Khadia
Project of NCL, District: Sonebhadra (U.P.)
Estimated cost of work: Rs. 33.91 Crore
Earnest money: Rs. 33.91 lakh
Performance Guarantee (Ref. Clause 1) 5% of Tendered value.
Security Deposit: (Refer clause 1A) 5% of Tendered value
Notice Inviting Tender and Instruction to Tenderers
Officer inviting tender: GM, Khadia, NCL
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
78
CONDITIONS OF CONTRACT
Definitions
2(iv) Employer Northern Coalfields Limited
2(v) Engineer-in-Charge Delegation of Power, NCL
2(vii) Accepting Authority Delegation of Power, NCL
2(ix) Percentage on cost of materials
and labour to cover all 15%
overheads and profits.
2(x) Standard Schedule of Rates DSR 2013
2(xiii) Date of commencement of work 15 days from the date of issue of LOA or the first
date of handing over of site whichever is later
9 (a) (ii) General Conditions of Contract RITES General Conditions of Contract
2011 Edition as modified & corrected upto
C.S.No. 4 dated 16.07.2013
CLAUSES OF CONTRACT
Clause 1
1 (i) Time allowed for submission of
P.G. from the date of issue of
Letter of Acceptance subject 15 days.
to maximum of 15 days
Maximum allowable extension
beyond the period provided in
(i) above subject to a maximum of 7 days.
7 days
Clause 2
Authority for fixing compensation under
Clause 2 Delegation of Power, NCL
Clause 2A
Whether Clause 2A shall be applicable NO
Clause 5
5.1 (a) Time allowed for execution of work 15 months from the date of start
Date of start 15 days from the date of issue of
Letter of Acceptance or the first date
of handing over of site whichever is
later
5.1 (b) TABLE OF MILESTONE(S):
General Construction Schedule/Bar Chart – For Guidance
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
79
SN Activity
No. of Months /
weeks
14 1511 12
BAR CHART
12 Trial Run
14Commissioning
& Handing over
13 CRS Inspection
9 Bridge Works
11
Laying &
Linking of Track
with welding
10 RUB
8 Design Mix
6Switch, Glued,
Derailing Switch
7 EarthWork
4Supply of
Ballast
5Supply of Rail
fittings
2Office & Lab
setup
3Supply of
Sleeper
1 Moblisation
8 9 101 2 3 4 5 6 7 13
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
80
Clause 5A – Shifting of stipulated date of completion
Competent Authority Accepting Authority as Specified in
Clause 2(vii) of Conditions of
Contract Above.
Clause 6 A Whether Clause 6 or 6A applicable Clause 6 applicable
Clause 7
Gross work to be done together with net
Payment / adjustment of advances for Rs. 150 lakh
material collected, if any, since the last such
payment for being eligible to interim payment
Clause 10A
i) Whether Material Testing Laboratory is to
be provided at site. YES
ii) If “YES” list of equipments to be provided Refer Annexure B1 of GCC & Clause of
SCC
Clause 10 B
Whether Clause 10 B (ii) to (v) applicable NO
Clause 10 CC
Whether Clause 10CC applicable NO
Clause 11
Specifications to be followed for execution For CPWD DSR Items:-
of work CIVIL WORKS
CPWD Specifications 2009 Vol. I & II
. ELECTRICAL WORKS
CPWD General Specifications
Part I Internal 2005
Part II External 1994
Part III Lifts & Escalators 2003
Part IV Substations 2007
Part V Wet Riser
Sprinkler System 2006
Part VI Heating, Ventilation &
Air Conditioning Works 2005
Part VII DG Sets 2006
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
81
For Non DSR Items and items of
Specialised nature in Railway Works etc.
Technical Specifications under Section No.
5.
Clause 12
Clause 12.2 Deviation Limit beyond which i) For Non-foundation items.
12.3 & 12.5 Clauses 12.2,12.3 & 12.5shall Plus 25%
apply Minus No limit
ii) For Foundation Items
Plus 100%
Minus No limit
Note: For Earthwork, individual classi-
fication quantity can vary to any extent
but overall Deviation Limits will be as
above.
Definition of Foundation item if
other than that described in Not Applicable
Clause 12.5
Clause 16 Competent Authority for
deciding reduced rates Delegation of Power, NCL
Clause 18 List of mandatory machinery, tools & plants to be deployed by the Contractor at
site:-
1. Excavator – 1 No.
2. Dozer – 1 No.
3. Tippers/Dumpers – 4 Nos.
4. Water sprinkling Tanker – 1 No.
5. Vibratory Pneumatic Roller – 1 No.
6. Transit Mixer – 2 Nos.
7. Automatic Concrete Batching Plant – 1 No.
8. Concrete Pump – 1 No.
9. Concrete Vibrator
(i) Needle Vibrators – 4 Nos.
(ii) Plate Vibrators – 1 No.
Clause 25
25 (i) Appellate Authority - Delegation of Power, NCL
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
82
Appointing Authority - Delegation of Power, NCL
Clause 36 (i) & (iii)
Minimum Qualifications & Experience required and Discipline to which should belong
Designation Minimum
Qualification
Minimum
working
experience
Discipline to which
should belong
Number
Principal
Technical
Representative
Graduation in
Civil
Engineering
10 Years Civil Engineering with
experience of
construction of bridges
1
Deputy Technical
Representative
Graduation /
Diploma in
Civil
Engineering
5 years for
graduate
engineer & 7
years for
diploma holder
Civil Engineering with
P-way background,
preferably retired
Railway Engineer with
P-way background.
1
Engineers Graduation /
Diploma in
Civil
Engineering
2 years for
graduate
engineer & 4
years for
diploma holder
Civil Engineering with
experience of
construction of bridges
& earthwork
2
Chainman Graduate NIL N.A. 1
36 (iv) Recovery for non-deployment of Principal Technical Representative and Deputy
Technical Representative
Designation Rate of Recovery per month (in Rs.) for non-
deployment
Principal Technical Representative Rs. 50000.00 from 1st day of start of work
Deputy Technical Representative Rs. 40000.00 from 15th
day of start of work
Engineer Rs. 25000.00 from 15th
day of start of work
Chainman Rs. 10000.00 from 15th
day of start of work
Clause 42
i) (a) Schedule/statement for determining DSR 2013
theoretical quantity of cement &
bitumen on the basis of Delhi
Schedule of Rates printed by CPWD
ii) Variations permissible on theoretical
quantities
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
83
a) Rails for fabrication of switches 5%
b) All other materials N.A.
RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION
Sl.
No.
Description of
Item
Recovery rate
1 52 kg new rails Cost of rail plus 25%
Clause 46
Clause 46.10
Details of temporary accommodation
including number of rooms and their
sizes as well as furniture to be made
available by the Contractor
Two rooms (one room of size 12‟x14‟ and other room of size 12‟x22‟) with Vitrified tiles
flooring, AC sheet roof and false ceiling-both rooms should be air conditioned (Total 3
Nos. of Air conditioners of 1.5 Ton capacity each).
Two toilets with wash basin in each toilet.
Sufficient lights (300 flux) and two plug points, Fans, A small pantry of 6‟x6‟size.
Two tables of 5‟x3‟ size and one table of 5‟x9‟ size.
6 executive cushion chairs and 10 visitors chairs of good quality.
3 tables of 4‟x3‟size and 6 steel chairs.
Whether Clause 46.11.1A applicable YES
Whether Clause 46.13A applicable YES
Clause 46.17
City of Jurisdiction of Court Sonebhadra (U.P.)
Clause 47.2.1
Sum for which Third Party Rs. 5.0 Lakhs per occurrence
Insurance to be obtained. with the number of occurrences limited to
four.
Clause 55
Whether clause 55 shall NO
be applicable.
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
84
Section – 5
TECHNICAL SPECIFICATIONS
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
85
SECTION 5
TECHNICAL SPECIFICATIONS
(A) – STANDARD CODES & SPECIFICATIONS :
1. Indian Railways Standards (IRS) Codes, Manuals and Specifications.
2. Indian Railway Signal Engineering Manual (IRSEM)
3. CPWD Specifications for Civil Works 2009 Vols I & II.
4. MORTH specification
5. Bureau of Indian Standards (BIS) Codes.
6. ELECTRICAL ENGINEERING WORKS
CPWD General Specifications for Electrical Works:-
Internal 2005
External 1994
HVAC 2004
Sub Stations 2007
D.G. Sets 2006
Wet Riser and Sprinkler Systems 2006
7. For items covered by CPWD Specifications, reference may be made to the
relevant CPWD Specifications. Where it is felt that the CPWD Specification
concerned does not reflect the full scope of work under any item, reference may be
given to IS or any other relevant Specifications.
8. Electrical Items not covered by printed CPWD Specifications, the broad guidelines
indicated in Para 3 under (A) Civil Engineering Works, may be followed in the
case of Electrical Works also.
9. For Pit-less in-motion Railway Electronic Weigh Bridge- RDSO Specification No
WD-29-MISC-05 with latest amendments.
(B) – SPECIAL SPECIFICATIONS
1.0 Railway Codes/ Manuals/ Specifications :
(i) Indian Railway Permanent Way Manual (IRPWM)
(ii) Indian Railway Bridge Manual (IRBM)
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
86
(iii) Manual for fusion welding of rails by Alumino Thermit Welding Manual
(ATWM)
(iv) Ultrasonic Flaw Detection Manual (USFDM)
(v) Durability of Concrete Structures (BS:14).
(vi) IRS Concrete Bridge Code - 1997.
(vii) Schedule of Dimensions – 2004 with latest correction slips.
(viii) RDSO Specifications of track ballast (GE : IRS-1, June-2004).
(ix) Guidelines for Earthwork in Railway Projects (GE: G-1, July 2003).
(x) RDSO specification no. WD-29-MISC-05 for Pitless In-motion Railway Electronic
Weighbridge.
(xi) Indian Railways Signal Engineering Manual Part I & II.
(xii) Indian Railways Telecommunication Engineering Manual
2.0 FASTENING FOR LAYING & LINKING OF TRACK
SN
Name of Fitting Drawing No. Conforming to
1. Elastic Rail
Clips(ERC)Mk -3
RDSO/ T-3701 T-31-1992
2. Elastic Rail clip for FF
Joint Sleepers ERC-J
T-4158 T-31-1992
3. GFN Liners - 66 RDSO/T-3707-GS &
RDSO/T-3708- NGS
T-44-1995
5. GRSP 6mm thick
RDSO/T-3711 T-47-2006
6. 610mm Long Fish
Plates 52 kg
RDSO/T-090(M) T-1-1966
7. 1(One) Meter Long
Fish Plates 52 kg
RDSO/T-5915 T-1-1996
8. Fish Bolts
RDSO/T-11501 T-23-1967
9. Single Coil Spring
Washers
RDSO/T-10773
T-42-1988
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014
87
Section - 6
DRAWINGS
TENDER NO.: RITES/RPO-LKO/KBJ/NCL AS AMENDED UNDER AMENDMENT NO. 2 DATED 23.01.2014