RWP Bela Conveyor Line Revamp Tender
RWP Bela Conveyor Line Revamp Tender
Signature Not
Verified
Digitally signed by
ATUL KUMAR
GAURAV
Date: 2023.02.27
[Link] IST
Reason: IREPS-CRIS
Location: New Delhi
Tender no. WMOT-3-2022
CHAPTER -1
Salient Features
NAME OF THE WORK: Revamping of Cold Wheel Area Conveyor Line of WFPS at RWP, Bela as per
the scope of work
1. DY. CME/WFPS/RWP/Bela acting for and on behalf of The President of India invites E-
Tenders through Indian Railways portal [Link] against e-tender no. WMOT-3-
2022 closing date 23.03.2023 at 15:00 hrs.
2. Bidders shall submit their original/revised bids up to closing date and time only. Manual
offers are not allowed against this tender, and any such manual offer received shall be
ignored.
3. Non-transferable tender documents containing complete description of the work, as also
other terms and conditions are available at [Link].
4. The Railways reserves the right on its own or in response to any clarification requested or
suggested by any person including that of the Tenderer to change/modify the tender
document before 15 days from due date of closing at its sole discretion.
5. Indian Railways Standard General Conditions of Contract, April 2022 (GCC, April 2022) and
its amendment/corrigendum up to latest correction slips shall form an integral part of this
tender document.
6. The tender document that is downloaded shall be submitted on-line along with other
associated documents at the time of bidding which shall be digitally signed as a token of
acceptance. The bidding document is a non-transferrable document that shall not be
transferred to any other agency. The digital signature shall be considered as your
confirmation that you have read and accepted all the terms & conditions laid down in the
Tender Documents.
7. In case of any contradiction in between Indian Railways Standard General Conditions of
Contract, April 2022 (GCC, April 2022) and this e-tender document, later shall prevail.
8. All the chapters and named documents mentioned below, taken together, if not scored off,
shall constitute the complete e-tender document hereinafter referred to as “e-tender
document” and have to be read together and acted upon accordingly. No part of the e-
tender document can be relied upon or acted upon in isolation.
Chapter No. Index of tender document Page/s
N/A Cover page N/A
1 Salient Features 1-2
2 E-Tender Notice 3-4
3 General Instructions 5-17
4 Standard general conditions of Contract 18-27
5 Scope of work 28-34
6 Special terms and conditions of Contract 35-36
Annexure-I (Model Form of Bank Guarantee Bond) 37-38
Annexure-II (Form for Agreement) 39
Annexure-III (Document of Authorization for LC) 40
Annexure-IV (Details of Works Completed) 41
Annexure Annexure-V (Details of Works in hand) 42
to tender Annexure-VI (Declaration form for relation with Railway 43
document Employee)
Annexure-VII (Declaration form for association with Railway 44
TENDER DOCUMENT
Officer)
Annexure-VIII (Form of Bank Guarantee Bond for Bid Security) 45-46
Annexure-IX (Form for Contractual Turnover Data) 47
Note: This tender document also includes above Nine (9) Annexure(s) (Annexure-I, II, III, IV, V, VI,
VII, VIII & IX).
1
Tender no. WMOT-3-2022
9. In the event of any conflict between the Books of Reference and contents of various
Chapters of these documents, the latter shall prevail.
10. Scope of the Work: Revamping of Cold Wheel Area Conveyor Line of WFPS at RWP, Bela as
per the scope of work.
11. Advertised value of work: The estimated cost of work covered under scope of this e-tender
is ` 1,02,64,820.00 (` One Crore Two Lakh Sixty-Four Thousand Eight Hundred Twenty
only).
12. Date and time of Closing: 23.03.2023 at 15:00 hrs.
13. Submission of Bid/Offer: Bidders are required to submit their bid/offer online only on
Indian Railway’s specialized tendering portal i.e. [Link] for the work mentioned
against tender no. WMOT-3-2022 available as link on the website. No manual offer is
acceptable against this tender. Hard copy of tender document shall not be sold from this
office for this tender. Please go through all the uploaded documents carefully and read the
general instructions for tendering, Standard General Conditions of Contract, Special terms
& Conditions of contract, scope of work etc. before submitting the online bid. Tender forms
are not transferable and the same is to be submitted through registered digital signature by
tenderer(s) on Indian Railway’s specialized tendering portal i.e. [Link].
14. Closing of the tender: The tenderer(s) shall submit their offer/bid online by 23.03.2023 up
to 15:00 hrs. At 15:00 hrs the tender would be closed, and will be opened online on
website [Link] on the same day after 15:00 hrs. In any case, if the tender
opening day is declared a holiday on account of any administrative reason, the tender shall
be opened on the next working day.
15. Amount of Bid Security: ` 2,01,300.00 (` Two Lakh One Thousand Three Hundred Only).
For complete details pertaining to Bid Security, please refer to Para 5 of Part-1 of Indian
Railways Standard General Conditions of Contract, April 2022 (GCC, April 2022).
Note:
Any firm recognized by Department of Industrial Policy and Promotion (DIPP) as
‘Startups’ shall be exempted from payment of Bid Security detailed above.
Labour Cooperative Societies shall deposit only 50% of above Bid Security detailed
above.
16. For ready reference, Indian Railways Standard General Conditions of Contract, April 2022
(GCC, April 2022)may be downloaded from Ministry of Railways (Railway Board)-Indian
Railway Website, whose download link is
[Link]
_April-2022_2022_CE-I_CT_GCC-2022_POLICY_27_04_22.pdf
17. Validity of the offer: A tenderer shall keep his offer open for a period of 60 days from the
date of opening of the tender.
18. Period of Completion: The overall completion period for this contract shall be 90 Days from
the date of issue of LOA (or) the actual date of commencement of service whichever is later.
The contractor shall complete the entire service within the above stipulated period.
19. Schedule of rate: Rates shall be quoted online in prescribed schedule on [Link]
only.
20. Specification of the work: The work shall be carried out as per specifications contained in
the scope of work of this e-tender document or otherwise referred to herein.
21. Advance to the Contractor: Not Applicable.
22. Price variation clause: Not Applicable
TENDER DOCUMENT
2
Tender no. WMOT-3-2022
CHAPTER -2
Tender Notice
E-tender no.: WMOT-3-2022 Due on: 23.03.2023
Dy. CME/WFPS, Rail Wheel Plant, Bela acting for and on behalf of President of India, invites open
e-tender through Indian Railways specialized tendering portal [Link] from reputed
firms based on single packet system for the under mentioned work:
1. Details:
1.1 Name of Work Revamping of Cold Wheel Area Conveyor Line of
WFPS at RWP, Bela as per the scope of work
1.2 Place of work RWP/Bela
1.3 Advertised Value ` 1,02,64,820.00 (` One Crore Two Lakh Sixty-Four
Thousand Eight Hundred Twenty only)
1.4 Bid Security ` 2,01,300.00 (` Two Lakh One Thousand Three
Hundred Only)
1.5 Quantity As per scope of work
1.6 Period of completion 90 Days
1.7 Date & Time of closing of tender 23.03.2023 at 15:00 hrs.
1.8 Validity of Offer 60 days
1.9 Other Features 1. Participation by Association of Partnership
(AOP)/Joint Venture (JV) firms is not applicable
for this tender.
2. Advance to contractor is not applicable.
3. Purchase preference clause is not applicable.
4. Price Variation Clause is not applicable.
2. Minimum eligibility criteria:
2.1. Technical Eligibility Criteria:
The tenderer must have successfully completed or substantially completed any one of the
following categories of work(s) during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited:
i) Three similar works each costing not less than the amount equal to 30% of advertised
value of the tender, or
ii) Two similar works each costing not less than the amount equal to 40% of advertised
value of the tender, or
iii) One similar work each costing not less than the amount equal to 60% of advertised value
of the tender.
Where Similar Work means:
“Repair/Maintenance/Revamping/Supply/AMC of Industrial machine / Conveyor
system / Non-CNC or CNC Machines”
NOTE:
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work experience
certificate issued by Public listed company having average annual turnover of Rs 500 crore
and above in last 3 financial years excluding the current financial year, listed on National
Stock Exchange or Bombay Stock Exchange, incorporated/registered at least 5 years prior to
the date of closing of tender, shall also be considered provided the work experience
certificate has been issued by a person authorized by the Public listed company to issue such
TENDER DOCUMENT
certificates.
In case tenderer submits work experience certificate issued by public listed company, the
tenderer shall also submit along with work experience certificate, the relevant copy of work
order, bill of quantities, bill wise details of payment received duly certified by Chartered
3
Tender no. WMOT-3-2022
Accountant, TDS certificates for all payments received and copy of final/last bill paid by
company in support of above work experience certificate.
Bidders/tenderers should ensure that tender document along with all the annexures
have been perused by them and have visited the site and have satisfied themselves as to
the nature of work and the site condition.
For ready reference, Indian Railways Standard General Conditions of Contract, April
TENDER DOCUMENT
2022 (GCC, April 2022)may be downloaded from Ministry of Railways (Railway Board)-
Indian Railway Website, whose download link is
[Link]
CC_April-2022_2022_CE-I_CT_GCC-2022_POLICY_27_04_22.pdf
All other details are available in tender document
Dy. CME/WFPS
Rail Wheel Plant-Bela
4
Tender no. WMOT-3-2022
CHAPTER-3
General Instructions
1. Definitions: In these Instructions to Tenderers, 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 Railway or Successor Railway authorized to deal with any matter,
which these presents are concerned on his behalf.
(b) “General Manager” shall mean the Officer-in-Charge of the general
superintendence and control of the Zonal Railway/Production Unit and shall also
include Addl. General Manager, General Manager (Construction) 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
Railway and shall also include Chief Engineer (Construction), Chief Electrical
Engineer, Chief Electrical Engineer (Construction), Chief Signal & Telecom Engineer,
Chief Signal & Telecom Engineer (Construction), Chief Mechanical Engineer 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 Zonal
Railway and shall mean and include Divisional Railway Manager of the Successor
Railway.
(e) “Engineer” shall mean the Divisional Engineer or Executive Engineer, Divisional
Signal & Telecom Engineer, Divisional Electrical Engineer, Divisional Mechanical
Engineer in executive charge of the works and shall include the superior officers,
both Open Line and Construction Organisations, of Engineering, Signal & Telecom,
Mechanical and Electrical Departments, i.e. the Senior Divisional Engineer/Deputy
Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy. Chief Signal &
Telecom Engineer, Senior Divisional Electrical Engineer / Deputy Chief Electrical
Engineer, Senior Divisional Mechanical Engineer and shall mean & include the
Engineers of the Successor Railway.
(f) “Tenderer” shall mean the person / firm / co-operative 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 include their representatives, successors and
permitted assigns.
(g) “Limited Tenders” shall mean tenders invited from all or some contractors on the
approved or select list of contractors with the Railway.
(h) “Open Tenders” shall mean the tenders invited in open and public manner and with
adequate notice.
(i) “Works” shall mean the works contemplated in the drawings and Bill(s) of
Quantities set forth in the tender forms and required to be executed according to
the specifications.
(j) “Specifications” shall mean the Specifications for Materials and Works of the
Railway as specified under the authority of the Ministry of Railways or Chief
TENDER DOCUMENT
5
Tender no. WMOT-3-2022
addresses or e-mail id shall be deemed to have reached the bidder duly and in time.
Important documents shall be sent by Registered Post or email also.
The bidder must keep the Railways informed regarding any change in address/e-
mail id/Contact details during the currency of tender of work in his own interest and same
shall be updated on [Link] in real time.
6
Tender no. WMOT-3-2022
7. Tenderer Credentials:
Documents testifying tenderer previous experience and financial status should be
produced along with the tender.
7.1 Tenderer(s) shall submit following documents along with his / their tender:
SN Description
7.1.1 Certificates and testimonials regarding contracting experience for the type of job for
which tender is invited (As per Para 2.1 of Chapter-2).
7.1.2 The tenderers shall submit requisite information as per Annexure-IX (Form for
Contractual Turnover Data) of this tender document, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from
Chartered Accountant duly supported by Audited Balance Sheet (As per Para 2.2 of
Chapter-2).
7.1.3 The tenderers shall submit a copy of certificate stating that all their
statements/documents submitted along with bid are true and factual. Standard
format of certificate to be submitted by the bidder may be downloaded by clicking
the link provided under heading “Submission of Document Verification Certificate” in
NIT header (Please download the format from the link provided under heading
“Submission of Document Verification Certificate” in NIT header of this tender on
[Link]). Non submission of above certificate by the bidder shall result in
summarily rejection of his/their bid. It shall be mandatorily incumbent upon the
tenderer to identify, state and submit the supporting documents duly self attested by
which they/he is qualifying the Qualifying Criteria mentioned in the Tender
Document.
Note: In addition to above certificate, in case of other than Company / Proprietary
firm, additional Annexure (named as Annexure-V(A)) shall also be submitted by the
each member of a Partnership Firm / Joint Venture (JV) / Hindu Undivided Family
(HUF) / Limited Liability Partnership (LLP) etc, as the case may be. Non submission
of above certificate(s) by the bidder shall result in summarily rejection of his/their
bid.
7.1.4 As per Para-8 of Chapter-3, the tenderer shall submit duly filled and signed
Annexure-VI (Declaration form for relation with Railway Employee) & Annexure-VII
(Declaration form for association with Railway Officer) of the tender document along
with his bid.
7.1.5 Tenderer/Bidder is required to submit all the documents in support of their firm
constitution/composition/form type as detailed at Para-30, 31 & 32 of Chapter-3 of
tender document.
7.1.6 List of works completed in the last 07 (seven) years, ending last day of month
previous to the one in which tender is invited. Along with giving details like
description of work, organization where 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 in the prescribed format
i.e. Annexure-IV (Details of Works Completed) to tender document shall also be
submitted.
7.1.7 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 in the prescribed format i.e.
TENDER DOCUMENT
7
Tender no. WMOT-3-2022
7.2 The Railway reserves the right to verify all statements, information and documents
submitted by the bidder in his tender offer, and the bidder shall, when so required
by the Railway, make available all such information, evidence and documents as
may be necessary for such verification. Any such verification or lack of such
verification, by the Railway shall not relieve the bidder of its obligations or
liabilities hereunder nor will it affect any rights of the Railway there under.
7.3 In case of any information submitted by tenderer is found to be false, forged or
incorrect at any time during process for evaluation of tenders, it shall lead to
forfeiture of the tender Bid Security besides banning of business for a period of
upto five years.
7.4 In case of any information submitted by tenderer is found to be false, forged or
incorrect after the award of contract, the contract shall be terminated. Bid
Security, Performance Guarantee and Security Deposit available with the railway
shall be forfeited. In addition, other dues of the contractor, if any, under this
contract shall be forfeited and agency shall be banned for doing business for a
period of upto five years.
8. Employment/partnership, etc. of retired railway employees:
(a) Should a tenderer
i) be a retired Engineer of the gazetted rank or any other gazetted officer working
before his retirement, whether in the executive or administrative capacity or
whether holding a pensionable post or not, in the Engineering or any other
department of any of the railways owned and administered by the President of
India for the time being, OR
ii) being partnership firm / joint venture (JV) / registered society / registered trust
etc have as one of its partners a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR
iii) being an incorporated company have any such retired Engineer of the gazetted
rank or any other gazetted officer working before his retirement as one of its
directors
AND
in case where such Engineer or officer had not retired from government service at
least 1 year prior to the date of submission of the tender
THEN
the tenderer will give full information as to the date of retirement of such Engineer or
gazetted officer from the said service and as to whether permission for taking such
contract, or if the Contractor be a partnership firm or an incorporated company, to
become a partner or director as the case may be, has been obtained by the tenderer
or the Engineer or officer, as the case may be from the President of India or any
officer, duly authorized by him in this behalf, shall be clearly stated in writing (by
filling information in Annexure-VII (Declaration form for association with Railway
Officer) to tender document and submitting it on IREPS portal) at the time of
submitting the tender.
(b) In case, upon successful award of contract, should a tenderer depute for execution of
the works under or to deal matters related with this contract, any retired Engineer of
gazette rank or retired gazetted officer working before his retirement in the
TENDER DOCUMENT
Engineering or any other department of any of the railways owned and administered
by the President of India for the time being, and now in his employment, then the
tenderer will ensure that retired Engineer or retired gazetted officer had retired from
government service at least 1 year prior to the date of his employment with tenderer
and in case he had retired from service within a year then he possesses the requisite
8
Tender no. WMOT-3-2022
permission from the President of India or any officer, duly authorized by him in this
behalf, to get associated with the tenderer.
(c) Should a tenderer or Contractor being an individual, have member(s) of his family or
in the case of partnership firm/ company / joint venture (JV) / registered society /
registered trust etc. one or more of his partner(s)/shareholder(s) or member(s) of the
family of partner(s)/shareholder(s) having share of more than 1% in the tendering
entity employed in gazetted capacity in the Engineering or any other department of
the railway, then the tenderer at the time of submission of tender, will inform the
authority inviting tenders the details of such persons (by filling information in
Annexure-VI (Declaration form for relation with Railway Employee) to tender
document and submitting it on IREPS portal).
Note:-If information as required as per 8.a), b), c) above has not been furnished, contract is liable
to be dealt in accordance with provision of clause 62 of Standard General Condition of contract.
9. Period of validity of tender:
The Tenderer(s) shall keep the offer open for a minimum period of 60 days (in case of two
packet system of tendering 90days) from the date of closing of the Tender. It is
understood that the tender documents have been issued to the Tenderer(s) and the
Tenderer(s), is / are permitted to tender in consideration of the stipulation on his / their
part that after submitting his / their tender subject to the period being extended further, if
required by mutual agreement from time to time, he will not resile from his offer or modify
the terms and conditions thereof in a manner not acceptable to the Chief Engineer/Dy.
Chief Engineer/Divisional Engineer of RWP/Bela. Should the tenderer fail to observe or
comply with the foregoing stipulation, the amount deposited or Bank guarantee bond
submitted as Bid Security for the due performance of the above stipulation, shall be
forfeited to the Railway.
10. Responsibility for damage to contractor’s materials:
a) The Railways Administration will not be responsible for any loss or damage to contractor’s
materials, equipments, tools and plants due to fire, flood or any other cause(s)
whatsoever.
b) The materials issued by the Railways to the contractor for use in the works shall be
treated as Contractor’s materials for this purpose, and the Contractor(s) shall make good
these materials in the event of any loss or damage thereto.
c) Works finished but not taken over by the Railways shall be treated as Contractor’s
materials for this purpose, and the Contractor shall be responsible for making good any
loss or damage thereto.
11. Bid Security:
11.1. The Bidder shall be required to deposit Bid Security of ` 2,01,300.00 (` Two Lakh
One Thousand Three Hundred Only) along with the Bid for the due performance
with the stipulation to keep the offer open till such date as specified in the Bid,
under the conditions of Bid.
11.2. The Bid Security shall be deposited either in cash through e-payment gateway or
submitted as Bank Guarantee bond from a scheduled commercial bank of India or
as mentioned in tender documents. The Bank Guarantee bond shall be as per
Annexure-VIII (Form of Bank Guarantee Bond for Bid Security) to tender document
TENDER DOCUMENT
and shall be valid for a period of 90 days beyond the bid validity period
11.3. Subject to exemptions provided under para 4 of Chapter-2 of this document, the
tender must be accompanied by a Bid Security as mentioned in tender documents,
failing which the tender shall be summarily rejected
11.4. For complete details pertaining to BID SECURITY, please refer to Para 5 of Part-I of
Indian Railways Standard General Conditions of Contract, April 2022 (GCC, April
9
Tender no. WMOT-3-2022
2022). For ready reference, GCC, April 2022 may be downloaded from Ministry of
Railway Website, whose download link is
[Link]
022/GCC_April-2022_2022_CE-I_CT_GCC-2022_POLICY_27_04_22.pdf
11.5. If his tender is accepted,
11.5.1. the Bid Security mentioned at sub Para 11.1 above deposited in cash
through e-payment gateway will be retained as part security for the due
and faithful fulfilment of the contract in terms of Clause 16 of the
Standard General Conditions of Contract;
11.5.2. the Bid Security mentioned at sub Para 11.1 above submitted as Bank
guarantee bond, will be encashed as part security for the due and
faithful fulfilment of the contract in terms of Clause 16 of the Standard
General Conditions of Contract.
The Bid Security of other Tenderers shall, save as herein before
provided, be returned to them, but the Railway shall not be responsible
for any loss or depreciation to the Bid Security that may happen thereto
while in their possession, nor be liable to pay interest thereon.
11.6. In case Contractor submits the Term Deposit Receipt/Bank Guarantee Bond
towards either the Full Security Depositor the Part Security Deposit equal to or
more than Bid Security, the Railway shall return the Bid Security so retained as per
sub Para 11.5 above, to the Contractor.
11.7. In case, submission of Bid Security in the form of Bank Guarantee, following
shall be ensured:
11.7.1. A scanned copy of the Bank Guarantee shall be uploaded on e-
Procurement Portal (IREPS) while applying to the tender.
11.7.2. The original Bank Guarantee should be delivered in person to the
official nominated as indicated in the tender document within 5
working days before closing date for submission of bids.
11.7.3. Non submission of scanned copy of Bank Guarantee with the bid on e-
tendering portal (IREPS) and/or non submission of original Bank
Guarantee within the specified period shall lead to summary rejection
of bid.
11.7.4. The Tender Security shall remain valid for a period of 90 days beyond
the validity period for the Tender.
11.7.5. The details of the BG, physically submitted should match with the
details available in the scanned copy and the data entered during bid
submission time, failing which the bid will be rejected
11.7.6. The Bank Guarantee shall be placed in an envelope, which shall be
sealed. The envelope shall clearly bear the identification “Bid for the
***** Project” and shall clearly indicate the name and address of the
Bidder. In addition, the Bid Due Date should be indicated on the right
hand top corner of the envelope.
11.7.7. The envelope shall be addressed to the officer and address as
mentioned in the tender document.
TENDER DOCUMENT
11.7.8. If the envelope is not sealed and marked as instructed above, the
Authority assumes no responsibility for the misplacement or premature
opening of the contents of the Bid submitted and consequent losses, if
any, suffered by the Bidder.
12. Minimum eligibility criteria: As per CHAPTER-2 of this tender document.
10
Tender no. WMOT-3-2022
13. General instructions for completing tender documents:
a) False / incomplete statement: Any statement/declaration made by the tenderer, if
proved wrong or false or incomplete or such as to withhold any information relevant to
the award of the tender, at any stage of the tender or in the event of his tender having
been accepted at any stage of the contract, shall tender his/their tender(s)/contract(s)
liable to be cancelled/rescinded. In case such a statement/declaration is found at the
contract stage, rights available to the Railways under GCC, April 2022 with all the
amendments/correction slips shall be applicable.
b) Cancellation of document etc.: The cancellation or amendment of any documents such
as power of attorney, partnership deed etc. Should be forthwith communicated by the
tenderer/contractor to the Railways in writing, failing which the Railways shall have no
responsibility or liability for any action taken on the strength of the documents
available with the Railways.
14. Rights of the Railway to Deal with Tender: The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the
lowest tender or any other tender and no tenderers(s) shall demand neither any
explanation for the cause of rejection of his /their tender nor the Railway to assign
reasons for declining to consider or reject any particular tender or tenders.
15. If the tenderer(s) deliberately gives / give wrong information in his / their tender or creates
/ create circumstances for the acceptance of his / their tender, the Railway reserves the
right to reject such tender at any stage.
16. If the tenderer(s) expire(s) after the submission of his / their tender or after the
acceptance of his / their tender, the Railway shall deem such tender cancelled. If a
partner of a firm expires after the submission of their tender or after the acceptance of
their tender, the Railway shall deem such tender as cancelled, unless the firm retains its
character.
17. Schedule of rates: Submission of this tender including the rates in the prescribed
Schedule shall be deemed to have been done after careful study of the tender documents
with full understanding of the implications thereof. Rates shall be quoted online in the
prescribed Schedule only.
18. Purchase preference: (Not applicable)
19. Care in Submission of bid/tender:
19.1
a) Bidders/tenderer(s) shall submit their original/revised bids through the website
[Link] up to closing date and time only as mentioned in NIT. Manual offers
are not allowed against this tender, and any such manual offer received shall be
ignored. Tenderer(s) can revise their bids any number of times till the closing
time/date of the tender, no manual offers shall be accepted.
b) Tenderer must submit documentary proof along with tender in support of eligibility
criteria, if mentioned in the tender notice.
c) 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
TENDER DOCUMENT
rates he enters in the tender forms are adequate and all inclusive to accord with the
provisions in Clause-37 of the Standard General Conditions of Contract for the
completion of works to the entire satisfaction of the Engineer.
d) Tenderers will examine the various provisions of The Central Goods and Services Tax
Act, 2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/ Union Territory
Goods and Services Tax Act, 2017(UTGST)/ respective state’s State Goods and
11
Tender no. WMOT-3-2022
Services Tax Act (SGST) also, as notified by Central/State Govt. & as amended from
time to time and applicable taxes before bidding. Tenderers will ensure that full
benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered while
quoting rates.
e) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST
Act shall submit GSTIN along with other details required under
CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract,
without which no payment shall be released to the Contractor. The Contractor shall be
responsible for deposition of applicable GST to the concerned authority.
f) In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST from
his/their bills under reverse charge mechanism (RCM) and deposit the same to the
concerned authority.
g) When work is tendered for by a firm or company, the tender shall be signed by the
individual legally authorized to enter into commitments on their behalf.
h) 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.
19.2 The tenderers shall submit a copy of certificate stating that all their
statements/documents submitted along with bid are true and factual. Standard
format of certificate to be submitted by the bidder may be downloaded by clicking the
link provided under heading “Submission of Document Verification Certificate” in NIT
header (Please download the format from the link provided under heading
“Submission of Document Verification Certificate” in NIT header of this tender on
[Link]). Non submission of above certificate by the bidder shall result in
summarily rejection of his/their bid. It shall be mandatorily incumbent upon the
tenderer to identify, state and submit the supporting documents duly self attested by
which they/he is qualifying the Qualifying Criteria mentioned in the Tender Document.
Note: In addition to above certificate, in case of other than Company / Proprietary
firm, additional Annexure (named as Annexure-V(A)) shall also be submitted by the
each member of a Partnership Firm / Joint Venture (JV) / Hindu Undivided Family
(HUF) / Limited Liability Partnership (LLP) etc, as the case may be. Non submission of
above certificate(s) by the bidder shall result in summarily rejection of his/their bid.
20. Opening of tender: Tender will be opened online on 23.03.2023 on IREPS website portal
i.e. [Link] after 15:00 hrs. The date and time of opening may be postponed at
the sole discretion of the Railways, if circumstances so warrant.
21. Rights of the Railway to deal with tender: The authority for the acceptance of the tender
will rest with the Railway. It shall not be obligatory on the said authority to accept the
lowest tender or any other tender, and tenderer(s) shall neither demand any explanation
for the cause of rejection of his/ their tender nor the Railway to assign reasons for
declining to consider or reject any particular tender or tenders.
22. If the tenderer(s) deliberately gives / give wrong information in his / their tender or creates
/ create circumstances for the acceptance of his / their tender, the Railway reserves the
TENDER DOCUMENT
12
Tender no. WMOT-3-2022
tender as cancelled / contract as terminated under clause 61 of the Standard General
Conditions of Contract.
24. Right of Railway to Deal with Tenders: The Railway reserves the right of not to invite
tenders for any of 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. In case if tender is accepted in part by
Railway administration, Letter of Acceptance shall be issued as counter offer to the
Tenderer, which shall be subject to acceptance by the Tenderer.
24.1 Two Packets System of Tendering: With a view to assess the tenders technically
without being influenced by the financial bids, 'Two Packets System of tendering'
shall be adopted wherein tender documents provide for the same.
24.2 Pre Bid Conference: Intenders having advertised value more than Rs 50 Crore or
as mentioned in the tender document, Railway shall conduct Pre Bid
Conference(s) with the prospective bidders.
24.3 Make in India Policy: Provisions of Make in India Policy 2017 issued by Govt. of
India, as amended from time to time, shall be followed for consideration of
tenders.
24.4 Permission to Bid for a bidder from a country which shares Land boundary with
India: Any bidder from the countries sharing a land border with India will be eligible
to bid in any procurement of works (including turnkey projects) only if the bidder is
registered with the Competent Authority. The Competent Authority for registration
will be the Registration Committee constituted by the Department for Promotion of
Industry and Internal Trade (DPIIT), Government of India. For interpretation of this
para, Department of Expenditure, Ministry of Finance, Government of India
letter [Link].6/18/2019-PPD dated 23/07/2020 shall be referred.
24.5 Clarification of Bids: To assist in the examination, evaluation & comparison and
pre-qualification of the Tender, the Railway may, at its discretion, ask any Bidder
for a clarification of its Bid. Any clarification submitted by a Bidder that is not in
response to a request by the Railway shall not be entertained or considered. The
Railway request for clarification and the response of the bidder in this regard shall
be in writing.
However, if a Bidder does not provide clarification of its bid by the date and time
communicated in the Railway request for clarification, the bid shall be evaluated
as per the documents submitted along with the bid.
25. Letter of acceptance: The acceptance of the e-tender shall be communicated to
successful bidder through IREPS portal i.e. [Link] on the registered e-mail Id.
The letter of acceptance will remain operative till a formal Contract / Agreement is
executed and signed by and between the Contractor and competent officer of the
Railways, for and on behalf of the President of India, after which the letter of acceptance
will merge in the said formal agreement.
26. The Railways shall not intimate to the tenderer whose tenders have not been accepted
and the result of their tender(s). However, Bid Security will be refunded as per
prescribed rules in GCC, April 2022; if applicable.
27. Execution of Contract Document: The Tenderer whose tender is accepted shall be
TENDER DOCUMENT
13
Tender no. WMOT-3-2022
Guarantee by the Contractor. Failure to do so shall constitute a breach of the agreement
affected by the acceptance of the tender. In such cases 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 other dues payable to the Contractor under this
contract. The failed Contractor shall be debarred from participating in the re-tender for
that work.
28. Annexure-I (Model Form of Bank Guarantee Bond) to tender document is the prescribed
format for the purpose of preparing Bank Guarantee Bond to be submitted as
Performance Guarantee by successful bidder. The use of this prescribed format ensures
that the bank guarantee bond meets the specific requirements of the tender and is
acceptable to the issuing authority.
29. Annexure-II (Form for Agreement) to tender document is the format for Contract
agreement that will going to be mutually signed between Railway and successful bidder
as per extant rules stipulated in GCC, April 2022.
30. Documents to be submitted in support of firm profile & details: The following documents
shall be submitted by the bidder in support of their firm’s profile & details:
SN Documents
1 Certificate for GSTN registration
2 PAN Card in which PAN is readable
3 Bank Mandate form (NEFT Details of Bank) along with cancelled cheque
4 Address, Contact/Mobile Nos. & Email-ids on duly signed & stamped firm’s letter
head.
14
Tender no. WMOT-3-2022
(i) The copies of MOA (Memorandum of Association) / AOA (Articles of
Association) of the company
(ii) A copy of Certificate of Incorporation
(iii) A copy of Authorization/Power of Attorney issued by the Company
(backed by the resolution of Board of Directors) in favour of the
individual to sign the tender on behalf of the company and create liability
against the company.
(iv) All other documents in terms Para 10 of the Tender Form (Second Sheet)
of GCC, April 2022.
(f) LLP (Limited Liability Partnership):
(i) A copy of LLP Agreement
(ii) A copy of Certificate of Incorporation
(iii) A copy of Power of Attorney/Authorization issued by the LLP in favour of
the individual to sign the tender on behalf of the LLP and create liability
against the LLP.
(iv) An undertaking by all partners of the LLP that they are not blacklisted or
debarred by Railways or any other Ministry / Department of the Govt. of
India from participation in tenders / contracts as on the date of
submission of bids, either in their individual capacity or in any firm/LLP
or JV in which they were / are partners/members. Concealment / wrong
information in regard to above shall make the contract liable for
determination under Clause 62 of the Standard General Conditions of
Contract.
(v) All other documents in terms of Para 10 of the Tender Form (Second
Sheet) of GCC, April 2022.
(g) Registered Society & Registered Trust:
(i) A copy of Certificate of Registration
(ii) A copy of Memorandum of Association of Society/Trust Deed
(iii) A copy of Power of Attorney in favour of the individual to sign the tender
documents and create liability against the Society/Trust.
(iv) A copy of Rules & Regulations of the Society
(v) All other documents in terms of Para 10 of the Tender Form (Second
Sheet) of GCC, April 2022.
(iii) If it is NOT mentioned in the submitted tender that tender is being submitted on
behalf of a Sole Proprietorship firm / Partnership firm / Joint Venture / Registered
Company etc., then the tender shall be treated as having been submitted by the
individual who has signed the tender.
(iv) After opening of the tender, any document pertaining to the constitution of Sole
Proprietorship Firm / Partnership Firm / Registered Company/ Registered Trust /
Registered Society / HUF/LLP etc. shall be neither asked nor considered, if
submitted. Further, no suo moto cognizance of any document available in public
domain (i.e., on internet etc.) or in Railway’s record/office files etc. will be taken for
consideration of the tender, if no such mention is available in tender offer
submitted.
(v) A tender from JV shall be considered only where permissible as per the tender
TENDER DOCUMENT
conditions.
(vi) The Railway will not be bound by any change of power of attorney or in the
composition of the firm made subsequent to the submission of tender. Railway
may, however, recognize such power of attorney and changes after obtaining
proper legal advice, the cost of which will be chargeable to the Contractor.
15
Tender no. WMOT-3-2022
32. The tenderer whether sole proprietor / a company or a partnership firm / joint venture (JV)
/ registered society / registered trust / HUF / LLP etc if they want to act through agent or
individual partner(s), should submit along with the tender, a copy of power of attorney duly
stamped and authenticated by a Notary Public or by Magistrate in favour of the specific
person whether he/they be partner(s) of the firm or any other person, specifically
authorizing him/them to sign the tender, submit the tender and further to deal with the
Tender/ Contract up to the stage of signing the agreement except in case where such
specific person is authorized for above purposes through a provision made in the
partnership deed / Memorandum of Understanding / Article of Association /Board
resolution, failing which tender shall be summarily rejected.
A separate power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any
other person, shall be submitted after award of work, specifically authorizing him/them to
deal with all other contractual activities subsequent to signing of agreement, if required.
Note: A Power of Attorney executed and issued overseas, the document will also have to
be legalized by the Indian Embassy and notarized in the jurisdiction where the
Power of Attorney is being issued. However, the Power of Attorney provided by
Bidders from countries that have signed the Hague Legislation Convention 1961
are not required to be legalized by the Indian Embassy if it carries a conforming
Appostille certificate.
33. Instructions for Payment through Letter of Credit (LC) arrangement:
33.1 It is an option for the contractor to take payment from Railways through a letter of
credit (LC) arrangement.
33.2 For all the tenders having advertised cost of Rs 10 lakh or above, the contractor
shall have the option to take payment from Railways through a letter of credit (LC)
arrangement.
33.3 This option of taking payment through LC arrangement has to be exercised in
IREPS (Indian Railway Procurement System_ the e-application on which tenders
are called by Railway) by the tenderer at the time of bidding itself, and the
tenderer shall affirm having read over and agreed to the terms and conditions of
the LC option.
33.4 The option so exercised, shall be an integral part of the bidder’s offer.
33.5 The above, option of taking payment through LC arrangement, once exercised by
tenderer at the time of bidding, shall be final and no change shall be permitted,
thereafter, during execution of contract.
33.6 In case tenderer opts for payment through LC, following shall be the procedure to
deal release of payment through LC:
33.6.1 The LC shall be a sight LC.
33.6.2 The contractor shall select his Advising/Negotiating bank for LC. The
incidental cost towards issue of LC and its operation thereof shall be
borne by the contractor.
33.6.3 SBI, New Delhi, Main Branch will be the nodal branch for issue of LC’s
based on online requests received from Railway Accounts Units for
tenders opened in financial year -19. SBI branches where the respective
TENDER DOCUMENT
Railway Accounts Office has its Account (local SBI branch) will be the
issuance/ reimbursing branch for LC issued under this arrangement.
The Bank shall remain same for this tender till completion of contract.
The incidental cost @0.15% per annum of LC value, towards issue of LC
and operation thereof shall be borne by the contractor and shall be
recovered from his bills.
16
Tender no. WMOT-3-2022
33.6.4 The LC shall be opened initially for duration of 180 to 365 days in
consultation with contractor. The LC shall be extended time to time as
per the progress of the contract, on the request of the contractor. The
value of LC to be opened initially as well as extended there after shall
be finalised by the engineer in consultation with the contractor on the
basis of expected progress of work.
33.6.5 The LC terms and conditions shall inter-alia indemnify and save
harmless the Railway from and against all losses, claims and demands
of every nature and description brought or recovered against the
Railways by reason of any act or omission of the contractor, his agents
or employees, in relation to the Letter of credit(LC). All sums
payable/borne by Railways on this accounts shall be considered as
reasonable compensation and paid by contractor.
33.6.6 The LC terms and conditions shall inter alia provide that Railways will
issue a Document of Authorisation (format enclosed as Annexure-III
(Document of Authorization for LC), after passing the bill for competed
work, to enable contractor to claim the authorized amount form their
bank.
33.6.7 The acceptable, agreed upon document for payments to be released
under the LC shall be the Document of Authorisation.
33.6.8 The Document of Authorisation shall be issued by Railway Accounts
Office against each bill passed by Railways.
33.6.9 On issuance of Document of Authorisation, a copy of Document of
Authorisation shall be posted on IREPS for download by contractor. A
digitally assigned copy of Document of Authorisation shall also be sent
by Railway Accounts Office to Railway’s bank (Local SBI Branch).
33.6.10 The contractor shall take print out of the Document of Authorisation
available on IREPS and present his claim to his bank (advising Bank) for
necessary payments as per LC terms and conditions. The claim shall
comprise of copy of Document of Authorization, bill of exchange and
Bill.
33.6.11 The payment against LC shall be subject to verification from Railway’s
Bank (Local SBI Branch).
33.6.12 The contractor’s bank (advising bank) shall submit the documents to
the Railway’s bank (Local SBI Branch).
33.6.13 The railway’s bank (issuing bank) shall, after verifying the claim so
received w. r. t. the digitally signed Document of Authorization received
from Railway Accounts Office, release the payment to contractor’s bank
(advising Bank) for crediting the same to contractor’s account.
33.6.14 Any number of bills can be dealt within one LC, provided the sum total
of payments to contractor is within the amount for which LC has been
opened.
33.6.15 The LC shall be closed after the release of final payment including PVC
amount, if any, to the contractor.
33.6.16 The release of performance guarantee or security deposit shall be dealt
TENDER DOCUMENT
17
Tender no. WMOT-3-2022
CHAPTER-4
Standard general conditions of Contract
1. It shall be governed through Indian Railway’s General Conditions of Contract, April 2022
(GCC, April 2022) with all correction slips up-to-date.
Note:
For ready reference, “GCC, April 2022” may be downloaded from Ministry of Railways
(Railway Board)-Indian Railway Website, whose download link is
[Link]
CC_April-2022_2022_CE-I_CT_GCC-2022_POLICY_27_04_22.pdf
Indian Railway’s General Conditions of Contract, April 2022 (GCC, April 2022) and it’s all
the amendments/correction slips are an integral part of this tender document.
2. Prevention of accidents:
The contractor shall be responsible for the safety his workmen and shall provide them
with necessary PPEs, standard wear and apparel consistent with the nature of work being
executed by his workmen.
A. The contractor shall ensure safety of his workmen by posting necessary flagmen,
whose job will be to caution the workmen of approaching trains, when his
workmen work on or near running railway line. Similar action would be taken,
while working on or near road in use.
B. The contractor shall protect the site of the work, excavated areas etc by adequate
fencing and or other suitable means to prevent accidents to his own workmen,
the railway men or any member of the public.
C. Should any accident take place, total cost of damage including the cost of
treatment, loss and or compensation to all affected person/organisation and the
Railway shall be payable by the contractor. In case the Railway, under any
circumstance or law of the country, pays such damage, the same shall be fully
recovered from the contractor dues.
3. Inspection of Registers and Records:
The Contractor shall maintain accurate records, plans and charts showing the dates and
progress of all main operations and the Engineer or his representative shall have access
to this information at all times. Records of observations made shall be handed over to the
Engineer’s representative. The Contractor’s representative will maintain the following
registers at site.
3.1 Site Order Register – The Contractor shall promptly acknowledge orders given
therein by Engineer or his representative and shall make all efforts to comply with
them. The Contractor shall report to the Engineer the compliance so that it can be
checked.
3.2 Labour Register - This register will be maintained to show daily strength of Labour
in different categories employed by the Contractor.
3.3 Log Book of events – All events are required to be chronologically logged in this
TENDER DOCUMENT
4. All the bidders/tenderers should ensure that they are GST compliant and their quoted tax
structure/rates are as per GST law.
18
Tender no. WMOT-3-2022
5. Other charges/taxes: Income Tax, Water charges, Conservancy charges etc. shall be
charged as per extant rules as applicable from time to time and will be deducted from the
bills of the Contractor.
6. Occupation and Use of Land: No land belonging to or in the possession of the Railway
shall be occupied by the Contractor without the permission of the Railway. The Contractor
shall not use, or allow to be used the site for any purposes other than that of executing
the works. Whenever non-railway bodies/persons are permitted to use railway premises
with competent authority’s approval, conservancy charges as applicable from time to
time may be levied.
7. The Contractor should take almost care to ensure that no damage to the Railways
property takes place due to any act of their workmen/staff, while carrying out the work
under this Contract. Any damaged caused by the contractor or their workmen/staff shall
be recovered from the Contractor.
8. The Contractor shall be fully responsible for accidents caused due to his or his
agents or workmen’s negligence or carelessness in regard to the observance of the
safety requirements and shall be liable to pay compensation. If any labour is injured,
the Contractor shall immediately arrange for FIRST AID and further make arrangements
for medical treatment for medical treatment by registered Medical Practitioner at his own
cost. If the Contractor fails to arrange medical assistance, the case will be referred to
Railway Medical authorities and the treatment cost will be recovered from the bills due to
the Contractor.
9. The Contractor shall take all precautionary safety steps to prevent any untoward incident
inside the railway premises.
10. The Contractor shall adhere to all applicable Labour rules/laws including Workman
compensation Act and other Laws. The Contractor must ensure that all workers working
as a part of this contract are paid minimum wages as per Minimum Wage Act. The
Contractor shall be responsible for any dispute arising due to Labour Laws/rules and it
shall be binding on Contractor to abide the decision of Labour commissioner in the
matter. For any act of Contractor or in case of any dispute in making payment to any
individual/organized body or institution, Railway shall not be liable for any payment in any
condition.
11. The Contractor shall coordinate with concerned departments and other agencies of
RWP/Bela Connected to this and has to work in close liaison with them. The contractor
shall maintain close co-ordination with the Engineer-in-charge of the work.
12. Labour Laws and Related Obligations: The Contractor shall be responsible for carrying out
all legal compliance and obligations required by the laws defined vide Para-54 to Para-60
of Part-II in Indian Railway’s General Conditions of Contract, April 2022 (GCC, April 2022).
Note: Please refer Para-54 to Para-60 of Part-II of “GCC, April 2022”.
13. Contractor shall abide by all laws of the land including, factories act.1948, Labour Laws
(ESI, PF Bonus Income Tax, Service Tax or any other extra taxes levied by the
Government) Companies Act, Tax Deduction liabilities, Welfare measures of its
employees and all other obligations that enjoin in such cases and are not essentially
TENDER DOCUMENT
enumerated and defined herein, though any such onus if applicable shall be the
exclusive responsibility of the Contractor, and it shall not involve the Railway in any way
what-so ever.
14. The Contractor shall comply with all statutory provisions applicable in this contract.
19
Tender no. WMOT-3-2022
15. Final authority: CAO/Rail Wheel Plant/Bela shall be the final authority for settling the
disputes, if any.
16. Statutory levies: Any statutory levies imposed by the State or Central Government from
time to time during the currency of the contract if applicable shall be borne by the
Contractor.
17. The rates of tax, statutory levies & Conservancy charges are subject to revision by Railway
Board and recovery shall be made as per revised rates at the time of making the
payment.
18. Errors, omissions and discrepancies: The tenderer(s) shall not take advantage of any
misinterpretation of the conditions due to typing or any other error and if any doubt shall
bring it to the notice of the Engineer without delay in case of any contradiction. Only the
printed rules and books should be followed and no claim for the misinterpretation shall
be entertained.
19. These conditions of Contract shall govern the works done under this contract in addition
to and/or in part supersession of the "Indian Railway’s General Conditions of Contract,
April 2022 (GCC, April 2022)" and specifications.
20. Where any of the terms and conditions specified in these special conditions of Contract is
at variance with any of the terms of the "Indian Railway’s General Conditions of the
Contract, April 2022" the special conditions will prevail.
21. Any special condition stated by the tenderer (s) in covering letter submitted along with the
tender shall be deemed as part of contract to such extent only as have explicitly been
accepted by the Railway.
22. Provisions of Contract Labour (Regulation and Abolition) Act, 1970:
22.1 The Contractor shall comply with the provision of the contract labour (Regulation
and Abolition) Act, 1970 and the Contract labour (Regulation and Abolition) Central
Rules 1971 as modified from time to time, wherever applicable and shall also
indemnify the Railway from and against any claims under the aforesaid Act and the
Rules.
22.2 The Contractor shall obtain a valid license under the aforesaid Act as modified from
time to time before the commencement of the work and continue to have a valid
license until the completion of the work. Any failure to fulfill the requirement shall
attract the penal provision of the Act.
22.3 The Contractor shall pay to the labour employed by him directly or through sub-
contractors the wages as per provision of the aforesaid Act and the Rules wherever
applicable. The Contractor shall notwithstanding the provisions of the contract to
the contrary, cause to be paid the wages to labour, indirectly engaged on the works
including any engaged by sub-contractors in connection with the said work, as if the
labour had been immediately employed by him.
22.4 In respect of all labour directly or indirectly employed in the work for performance of
the Contractor's part of the contract, the Contractor shall comply with or cause to
be complied with the provisions of the aforesaid Act and Rules wherever applicable.
22.5 In every case in which, by virtue of the provisions of the aforesaid Act or the rules,
TENDER DOCUMENT
the Railway is obliged to pay any amount of wages to a workman employed by the
Contractor or his sub-contractor in execution of the work or to incur any expenditure
on account of the contingent, liability of the Railway due to the Contractor's failure
to fulfill his statutory obligations under the aforesaid Act or the rules, the Railway
will recover from the Contractor, the amount of wages so paid or the amount of
expenditure so incurred and without prejudice to the rights of the Railway under the
20
Tender no. WMOT-3-2022
Section 20, Sub-Section (2) and Section 2, Sub-Section (4) of the aforesaid Act, the
Railway shall be at liberty to recover such amount or part thereof from Contractor’s
bills/Security Deposit or any other dues of Contractor with the Government of India.
The Railway shall not be bound to contest any claim made against it under Sub-
Section (1) of Section 20 and Sub-Section (4) of Section 21 of the aforesaid Act
except on the written request of the Contractor and upon his giving to the Railway
full security for all costs for which the Railway might become liable in contesting
such claim. The decision of the Chief Engineer regarding the amount actually
recoverable from the Contractor as stated above shall be final and binding on the
Contractor.
23. Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952: The
Contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident
Fund Scheme, 1952; Para 3 & 4 of Employees’ Pension Scheme, 1995; and Para 7 & 8
of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time
through enactment of “Employees Provident Fund & Miscellaneous Provisions Act,
1952”, wherever applicable and shall also indemnify the Railway from and against any
claims under the aforesaid Act and the Rules.
24. Provisions of Payments of Wages Act: The Contractor shall comply with the provisions of
the Payment of Wages Act, 1936 and the rules made thereunder in respect of all
employees employed by him either directly or through petty Contractors or sub-
contractors in the works. If in compliance with the terms of the contract, the Contractor
directly or through petty Contractors or sub-contractors shall supply any labour to be used
wholly or partly under the direct orders and control of the Engineer whether in connection
with the works to be executed hereunder or otherwise for the purpose of the Engineer,
such labour shall nevertheless be deemed to comprise persons employed by the
Contractor and any moneys which may be ordered to be paid by the Engineer shall be
deemed to be moneys payable by the Engineer on behalf of the Contractor and the
Engineer may on failure of the Contractor to repay such money to the Railways deduct the
same from any moneys due to the Contractor in terms of the contract. The Railway shall
be entitled to recover the same from Contractor’s bills/Security Deposit or any other dues
of Contractor with the Government of India all moneys paid or payable by the Railway by
way of compensation of aforesaid or for costs of expenses in connection with any claim
thereto and the decision of the Engineer upon any question arising out of the effect or
force of this Clause shall be final and binding upon the Contractor.
25. Minimum Wages Act, 1948/Rules 1950: The Contractor shall be responsible for ensuring
compliance with the provision of the Minimum Wages Act, 1948 (hereinafter referred to
as the "said Act") and the Rules made there under in respect of any employees directly or
through petty contractors or sub- contractors employed by her/them. Following are the
salient features of the Minimum Wages Act, 1948 for which the contractor shall produce
a certificate of compliance which shall be verified by the railway engineer and placed on
record:
25.1 Wages to Labour:
a. The Contractor shall display of Notices in English and Hindi/Local vernacular
language in the workplace and other wise make all workers aware regarding the
TENDER DOCUMENT
minimum rates of wages fixed, hours of work, wage period, abstract of laws &
rules made there under, date & place of payment, Name, address & contact
details of the Labour Enforcement Officer.
b. The contractor shall maintain the Register of Muster Roll, Register of Wages,
Register of Fines, Register of deductions for damages/loss, Register of Overtime
at the workplace in the prescribed formats under the law.
21
Tender no. WMOT-3-2022
c. The contractor shall issue monthly wage slips to all workers showing the details of
the gross wages, deductions if any and the net wages.
d. The Contractor shall submit Annual Return in the prescribed form to the
concerned Labour Enforcement Officer (Central).
25.2 Proof of Payment of Wages: Bank remittance of salaries of all the Contractor's
workers and to produce the documents to the effect to Railways for claiming
monthly bills.
25.3 Weekly Rest: The contractor shall also provide weekly rest on staggered basis to
all workers and comply with all other provisions of the law.
26.
26.1 Contractor is to abide by the provisions of various labour laws in terms of clause
54, 55, 55-A and 55-B of Indian Railways Standard General Conditions of Contract.
In order to ensure the same, an application has been developed and hosted on
website ‘[Link]’. Contractor shall register his
firm/company etc. and upload requisite details of labour and their payment in this
portal. These details shall be available in public domain. The Registration/ updation
in Portal shall be done as under:
26.1.1 Contractor shall apply for onetime registration of his company/firm etc. in
the Shramikkalyan portal with requisite details subsequent to issue of
Letter of Acceptance. Engineer shall approve the contractor’s registration
in the portal within 7 days of receipt of such request.
26.1.2 Contractor once approved by any Engineer, can create password with login
ID (PAN No.) for subsequent use of portal for all Letter of Acceptances
(LoAs) issued in his favour.
26.1.3 The contractor once registered on the portal, shall provide details of his
Letter of Acceptances (LoAs) / Contract Agreements on shramikkalyan
portal within 15 days of issue of any LoA for approval of concerned
Engineer. Engineer shall update (if required) and approve the details of
LoA filled by contractor within 7 days of receipt of such request.
26.1.4 After approval of LoA by Engineer, contractor shall fill the salient details of
contract labours engaged in the contract and ensure updating of each
wage payment to them on shramikkalyan portal on monthly basis.
26.1.5 It shall be mandatory upon the contractor to ensure correct and prompt
uploading of all salient details of engaged contractual labour & payments
made thereof after each wage period.
26.2 While processing payment of any ‘On Account Bill’ or ‘Final Bill’ or release of
‘Advances’ or ‘Performance Guarantee / Security deposit’, contractor shall submit a
certificate to the Engineer or Engineer’s representatives that “I have uploaded the
correct details of contract labours engaged in connection with this contract and
payments made to them during the wage period in Railway’s Shramikkalyan portal
at ‘[Link]’ till ____Month, ____Year.”
27. Railways not to provide quarters for Contractors: No quarters shall normally be provided
by the Railway for the accommodation of the Contractor or any of his staff employed on
the work. In exceptional cases where accommodation is provided to the Contractor at the
TENDER DOCUMENT
Railway's discretion, recoveries shall be made at such rates as may be fixed by the
Railway for the full rent of the buildings and equipments therein as well as charges for
electricity, water supply and conservancy.
28. Damage to Railway Property or Private Life and Property: The Contractor shall be
responsible for all risk involved in the work rendered and for trespass and shall make
22
Tender no. WMOT-3-2022
good at her own expense all loss or damage whether to the works/services themselves or
to any other property of the Railway or the lives, persons or property of others from
whatsoever cause in connection with the and this although all reasonable and proper
precautions may have been taken by the Contractor, and in case the Railway shall be
called upon to make good any costs, loss or damages, or to pay any compensation,
including that payable under the provisions of the Workmen's Compensation Act or any
statutory amendments thereof to any person or persons sustaining damages as aforesaid
by reason of any act, or any negligence or omissions on the part of the Contractor; the
amount of any costs or charges including costs and charges in connection with legal
proceedings, which the Railway may incur in reference thereto, shall be charged to the
Contractor. The Railway shall have the power and right to pay or to defend or compromise
any claim of threatened legal proceedings or in anticipation of legal proceedings being
instituted consequent on the action or default of the Contractor, to take such steps as
may be considered necessary or desirable to ward off or mitigate the effect of such
proceedings, charging to Contractor, as aforesaid, any sum or sums of money which may
be paid and any expenses whether for reinstatement or otherwise which may be incurred
and the propriety of any such payment, defense or compromise, and the incurring of any
such expenses shall not be called in question by the Contractor.
29. Provisions of “The Building and Other Construction Workers (Regulation of Employment
and Conditions of Service) Act, 1996” and “The Building and Other Construction Workers’
Welfare Cess Act, 1996”: The tenderers, for carrying out any construction work, shall get
themselves registered with the Registering Officer under Section-7 of the Building and
Other Construction Workers Act, 1996 and Rules made thereto by the concerned State
Govt., and submit Certificate of Registration issued by Registering Officer of the
concerned State Govt. (Labour Dept.). The Cess shall be deducted from contractor’s bills
as per provisions of the Act.
30. Reporting of Accidents: The Contractor shall be responsible for the safety of all
employees directly or through petty contractors or sub-contractor employed by him on the
works and shall report serious accidents to any of them however and wherever occurring
on the works to the Manager or the Manager’s Representative and shall make every
arrangement to render all possible assistance.
31. Provision of Workmen’s Compensation Act: In every case in which by virtue of the
provisions of Section 12 Sub-Section (1) of the Workmen's Compensation Act 1923,
Railway is obliged to pay compensation to a workman directly or through petty Contractor
or sub-contractor employed by the Contractor in executing the work, Railway will recover
from the Contractor the amount of the compensation so paid, and, without prejudice to
the rights of Railway under Section 12 Sub-section (2) of the said Act, Railway shall be at
liberty to recover such amount or any part thereof from Contractor’s bills/Security Deposit
or any other dues of Contractor with the Government of India. Railway shall not be bound
to contest any claim made against it under Section 12 Sub-Section (1) of the said Act
except on the written request of the Contractor and upon his giving to Railway full security
for all costs for which Railway might become liable in consequence of contesting such
claim.
32. Compliance to rules for Employment of Labour: The Contractor shall conform to all laws,
TENDER DOCUMENT
bye-laws rules and regulations for the time being in force pertaining to the employment of
local or imported Labour and shall take all necessary precautions to ensure and preserve
the health and safety of all staff employed directly or through petty Contractors or Sub-
Contractors on the works.
23
Tender no. WMOT-3-2022
33. Preservation of Peace: The Contractor shall take requisite precautions and use his best
endeavours to
I. Prevent any riotous or unlawful behaviour by or amongst his workmen and other
employed directly or through the petty Contractors or sub-contractors on the
works and for the preservation of peace and protection of the inhabitants and
II. Security of property in the neighbourhood of the works. In the event of the
Railway requiring the maintenance of a Special Police Force at or in the vicinity of
the site during the tenure of works, the expenses thereof shall be borne by the
Contractor and if paid by the Railway shall be recoverable from the Contractor.
34. Outbreak of Infectious Disease: The Contractor shall remove from his camp such labour
and their families as refuse protective inoculation and vaccination when called upon to
do so by the Engineer or the Engineer's Representative on the advice of the Railway
Medical Authority. Should cholera, plague, or other infectious disease break out, the
Contractor shall burn the huts, beddings, clothes and other belongings of or used by the
infected parties and promptly erect new huts on healthy sites as required by the
Engineer, failing which within the time specified in the Engineer's requisition, the work
may be done by the Railway and the cost thereof recovered from the Contractor.
35. Treatment of Contractor's Staff in Railway Hospitals: The Contractor and his staff, other
than labourers and their families requiring medical aid from the railway hospital and
dispensaries will be treated as private patients and charged accordingly. The Contractors'
labourers and their Families will be granted free treatment in railway hospitals and
dispensaries where no other hospitals or dispensaries are available provided the
Contractor pays the cost of medicines, dressing and diet money according to the normal
scale and additional charges for special examinations such as pathological and
bacteriological examination, X-Ray, etc. and for surgical operation.
36. Restrictions on the Employment of Retired Engineers of Railway Services Within One Year
of their Retirement: The Contractor shall not, if he is a retired Government Engineer of
Gazetted rank, himself engage in or employ or associate a retired Government Engineer
of Gazetted rank, who has not completed one year from the date of retirement, in
connection with this contract in any manner whatsoever without obtaining prior
permission of the President and if the Contractor is found to have contravened this
provision it will constitute a breach of contract and administration will be entitled to
terminate the contract and forfeit his Performance Guarantee as well as Security Deposit.
37. Non-Employment of Labourers below the age of 15: The Contractor shall not employ
children below the age of 15 as labourers directly or through petty Contractors or sub-
contractors for the execution of work.
38. Medical Certificate of Fitness for Labour: It is agreed that the Contractor shall not employ
a person above 15 and below 19 years of age for the purpose of execution of work under
the contract unless a medical certificate of fitness in the prescribed form (Proforma at
Annexure-VIII of GCC, April 2022) granted to him by a certifying surgeon certifying that he
is fit to work as an adult, is obtained and kept in the custody of the Contractor or a
person nominated by him in this behalf and the person carries with him, while at work; a
token giving a reference to such certificate. It is further agreed that the responsibility for
TENDER DOCUMENT
having the adolescent examined medically at the time of appointment or periodically till
he attains the age of 19 years shall devolve entirely on the Contractor and all the
expenses to be incurred on this account shall be borne by him and no fee shall be
charged from the adolescent or his parent for such medical examination.
24
Tender no. WMOT-3-2022
39. Period of Validity of Medical Fitness Certificate: A certificate of fitness granted or renewed
for the above said purposes shall be valid only for a period of one year at a time. The
certifying surgeon shall revoke a certificate granted or renewed if in his opinion the holder
of it, is no longer fit for work in the capacity stated therein. Where a certifying surgeon
refuses to grant or renew a certificate or revoke a certificate, he shall, if so required by
the person concerned, state his reasons in writing for doing so.
40. Medical Re-Examination of Labourer: Where any official appointed in this behalf by the
Ministry of Labour is of the opinion that any person employed in connection with the
execution of any work under this contract in the age group 15 to 19 years is without a
certificate of fitness or is having a certificate of fitness but no longer fit to work in the
capacity stated in the certificate, he may serve on the Contractor, or on the person
nominated by him in this regard, a notice requiring that such persons shall be examined
by a certifying surgeon and such person shall not if the concerned official so directs, be
employed or permitted to do any work under this contract unless he has been medically
examined and certified that he is fit to work in the capacity stated in the certificate.
EXPLANATIONS:
(1) Only Qualified Medical Practitioners can be appointed as "Certifying Surgeons" and
the term "Qualified Medical Practitioners" means a person holding a qualification
granted by an authority specified in the Schedule to the Indian Medical Degrees
Act, 1916 (VII to 1916) or in the Schedule to the Indian Medical Council Act, 1933
(XXVII) of 1933.
(2) The Certifying surgeon may be a medical officer in the service of State or Municipal
Corporation.
41. Procedures for safe Working in side workshop premises, where ever applicable:
Contractor shall ensure the follow up of working safety procedures inside workshop
premises by their staff:
41.1 Suitable scaffolds should be provided for workmen for all works that cannot
safely be done from the ground or from solid construction except such short
period work as can be done safely from ladders. When a ladder is used an extra
labourer shall be engaged for holding the ladder and if the ladder is used for
carrying materials as will, suitable foot-holds and hand hold shall be provided on
the ladder and the ladder shall be given an inclination not steeper than one
horizontal to four vertical.
41.2 Scaffolding or staging more than 3.5 meters above the ground or floor swung or
suspended from an overhead support or erected with stationary support shall
have a guard rail properly attached bolted, braced and otherwise secured above
the floor or platform of such scaffolding or staging and extending along the entire
length thereof with only such opening as may be necessary for the delivery of
materials. Such scaffolding or staging shall be so fastened as to prevent it from
swaying from the building or structure.
41.3 Working platform gangways and stairways should be so constructed that they
should not sag unduly or unequally, and where the height of platform or the
gangway or the stairway is more than 3.5 meters above ground level or floor level,
they should be closely boarded, should have adequate width and should be
TENDER DOCUMENT
25
Tender no. WMOT-3-2022
each additional meter of length. Uniform steps spacing shall not exceed 300 mm.
Adequate precaution shall be taken to prevent danger from electrical equipment.
No materials on any of the sides of work shall be so stacked or placed as to
cause danger for inconvenience to any person or the public. The contractor shall
provide all necessary fencing and lights to protect the public from accident, and
shall be bound to bear the expenses of defence of every suit action or other
proceeding at law that may be brought by any persons for injury sustained owing
to neglect of the above precautions and to pay any damages and cost which may
be awarded in any such suit action or proceedings to any such persons or which
may with the consent of the contractor be paid to compromise any claim be any
such person.
41.5 Before any demolition work is commenced and also during the process of the
work:
41.5.1 All roads and open areas adjacent to the work site shall either be closed
or suitable protected.
41.5.2 No electric cable or apparatus which is liable to be a source of danger
over a cable or apparatus used by the operator shall remain electrically
charged.
41.5.3 All practical steps shall be taken to prevent danger to persons employed
from risk of fire or explosion of flooding. No floor, roof or other part of the
building shall be so overloaded with debris or materials as to render it
unsafe.
41.5.4 All necessary personal safety equipment as considered adequate by the
Engineer- in- charge should be kept available for the use of the persons
employed on the site and maintained in ready to use/working condition.
42. The Contractor should take care of all safety precautions in respect of workers engaged
by him by providing adequate safety appliances. Contract shall ensure the standard
prescribed safety practices are being adopted at all times to avoid any mishap/incidents
failing which contractor shall be liable for penalty and also for compensation to be paid to
his labourers. The Contractor should take instructions from safety department of
RWP/Bela regarding safety measures & appliances. The Contractor shall report all
accidents immediately to the Department who will make arrangements for forwarding of
the reports to the concerned authorities. The contractor shall provide necessary medical
attention to the accidents victims at his own cost.
43. This work shall be governed by the Indian Railway’s General conditions of Contract, April
2022 (GCC, April 2022) with all the latest correction slips and amendments from time to
time.
44. Tenderer(s) are required to quote their rates online in the prescribed schedule for this
tender on [Link].
45. The rates quoted in the schedule should be inclusive of all the expenses such as wages
and other benefits payable to the labour(s) with the statutory taxes, cost of PPEs and cost
of consumables if applicable. Railway shall not be liable to pay any other charges except
the accepted rates approved as per schedule of rates.
TENDER DOCUMENT
26
Tender no. WMOT-3-2022
48. Determination of Contract and Settlement of Disputes: The determination, Termination
and settlement of disputes shall be dealt as per applicable clauses of GCC, April 2022 of
Indian Railways.
49. In addition to conditions mentioned in this tender document, the GCC, April 2022 of
Indian Railways and amendments /corrections made there on time to time, shall also be
applicable.
50. Statutory Deductions: -All Statutory charges payable to Central/State Governments shall
be deducted from the contractor bill as applicable from time to time.
50.1. Income Tax: - In terms of Clause 194-C of the Income Tax Act 1961, 2% Income
Tax or at rates as applicable from time to time will be deducted at source from
the sums payable. The tenderer should invariably indicate the Permanent Account
Number (PAN) allotted by the Income Authorities while submitting the offer.
50.2. GST: - GST will be payable / recovered as per law enforce.
50.3. TDS on GST: Will be payable as per extant rules.
50.4. Security Deposit (SD): will be deducted as per GCC, April 2022- provisions.
51. Registration With ESI: -
51.1 The Contractor should be registered with ESI and is in position of the requisite
Code No. a copy of which should be furnished to the Controlling officer.
51.2 Any new Contractor, who is not already registered with ESI and is engaged by
RWP, should get registered with ESI and produce the requisite code No. within
one month from the date of awarding the contract.
51.3 The labourers engaged by the contractor are all registered with ESI and allotted
with a ESI code No. The documentary evidence in support of such registration
should also be furnished by the Contractor to the Controlling Officer at the time
of engaging labourers.
51.4 The Contractor should maintain a register for having distributed the ESI card
(after collecting the same from ESI office) to each employee and obtain the
acknowledgement of the labourers.
51.5 Each labourer should be in possession of ESI card whenever they are engaged by
the Contractor for the work in RWP.
52. REGISTRATION WITH P.F. COMMISSIONER: -
52.1 The Contractor should be registered with P.F. Commissioner and is in position of
the requisite P.F. Code No. allotted in favour of him. A copy of which should be
furnished to the Controlling officer.
52.2 Any new Contractor, who is not already registered with P.F. Commissioner and is
engaged by RWP, should get registered with P.F. Commissioner and produce the
requisite P.F. code No. within one month from the date of awarding the contract.
The documentary evidence in support of such registration should also be
furnished by the Contractor to the Controlling Officer
52.3 The labourers engaged by the contractor are all registered with P.F.
Commissioner and allotted with a P.F. code No. The documentary evidence in
support of such registration should also be furnished by the Contractor to the
Controlling Officer at the time of engaging labourers.
52.4 The Contractor should maintain a register of employees along with P.F. Nos. and
details of the contribution made towards P.F. both by the employees (Contract
labourers) and the employer (Contractor). Each labourer should be in possession
of P.F. No. whenever they are engaged by the Contractor for the work in RWP.
Those registered should be got checked by the controlling officer periodically.
TENDER DOCUMENT
27
Tender no. WMOT-3-2022
CHAPTER-5
Scope of Work
Name of work: “Revamping of Cold Wheel Area Conveyor Line of WFPS at RWP, Bela
as per the scope of work”.
1. The schedule wise details along with involved Quantity that shall be covered under this
contract for work of “Revamping of Cold Wheel Area Conveyor Line of WFPS at
RWP, Bela as per the scope of work” are tabulated as under:
SN Description of work Unit Qty
MECHANICAL WORK:
FOR LINE 4 AND ITS GRINDING LINES
1 Overhauling of Turn Table cum Kicker. Overhauling work include:
(i) Changing of flexible hose pipes & seamless metallic pipes (3/8
inch and ½ inch metallic seamless pipe should be changed into
½ inch and ¾ inch respectively.).
(ii) Servicing of pneumatic cylinder (03 nos.).
(iii) Replacement and fitment of central bearings (02 nos.) and
bushes (02 nos.).
9
(iv) Alignment of main rail, guide rail, supporting angles and frame Nos.
structure with forward and backward gravity conveyor.
(v) Replacement and fitment of Flow regulator lubricator valves, shut
off valve, flow control valve and DC solenoid valves with tuning as
per requirement (04nos).
(vi) Fitment of PU pads in kicker.
Overhauling work will not be considered completed until proper movement
of wheel without any leakage of compressed air
2 Overhauling of kicker cum Wheel Lifter. Overhauling work includes:
(i) Changing of flexible hose pipes & seamless metallic pipes. (3/8
inch and ½ inch metallic seamless pipe should be changed into
½ inch and ¾ inch respectively.
(ii) Servicing of pneumatic cylinder (02 nos.).
(iii) Replacement and fitment of bushes (02 nos.).
(iv) Alignment of main rail, guide rail, supporting angles and frame
structure with forward and backward GA conveyor. Nos. 1
(v) Replacement and fitment of flow regulator lubrication valve, shut
off valve, flow control valve and DC solenoid valve with tuning as
per requirement.(04nos)
(vi) Fitment of PU pad in kicker.
(vii) Servicing of needle rollers for lifting arrangement (08 nos.)
Overhauling work will not be considered completed until proper movement
of wheel without any leakage of compressed air.
3 Overhauling of escapement. Overhauling work include –
(i) Servicing of cylinder – (01 no).
(ii) Alignment of main rail, guide rail, supporting rail and frame
structure with forward and backward side gravity conveyor.
(iii) Replacement and fitment of bush (02nos).
TENDER DOCUMENT
Nos. 10
(iv) Replacement and fitment of Flow Regulator Lubricator valve ,
shut off valve ,DC solenoid valve, flow control valve and stopper
arrangement(5nos).
Overhauling work will not be considered completed until proper movement
of wheel without any leakage of compressed air
28
Tender no. WMOT-3-2022
4 Overhauling of Lifter cum Kicker cum Turn Table. Overhauling work include
–
(i) Servicing of Pneumatic cylinders (03 nos.).
(ii) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward gravity conveyor.
(iii) Replacement and fitment of Filter regulator lubricators, flow
control valves, shut off valve, wheel stopper and DC solenoid
valves with tuning as per requirement (05nos).
(iv) Replacement and fitment of bearings (02 nos.) and bushes (02 Nos. 3
nos.).
(v) Servicing of needle rollers (08 nos.) provided for lifting
arrangement.
(vi) Replacement and fitment of flexible hoses and seamless metallic
pipes. (3/8 inch and ½ inch metallic seamless pipe should be
changed into ½ inch and ¾ inch respectively.)
Overhauling work will not be considered completed until proper movement
of wheel without any leakage of compressed air
5 Overhauling of kicker cum lifter cum turn table with pitching arrangement.
Overhauling work includes –
(i) Servicing of cylinder (03 nos.).
(ii) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward gravity conveyor.
(iii) Replacement of Filter regulator lubricators, flow control valves,
shut off valve, wheel stopper and DC solenoid valves with tuning
as per requirement (05nos).
(iv) Replacement and fitment of bearings (02nos.) and bushes (02 1
Nos.
nos.).
(v) Servicing of needle rollers (08 nos.) provided for lifting
arrangement.
(vi) Replacement and fitment of flexible hoses and metallic
pipes((3/8 inch and ½ inch metallic seamless pipe should be
changed into ½ inch and ¾ inch respectively.)
(vii) Servicing of pitching arrangement.
Overhauling work will not be considered completed until proper movement
of wheel without any leakage of compressed air
6 Overhauling of Warpage station. Overhauling work include –
(i) Servicing of cylinder (04 nos.).
(ii) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward upender/ downender
arrangement.
(iii) Replacement and fitment of Filter regulator lubricators, flow control
valves, wheel stopper and DC solenoid valves with tuning as per
requirement.
(iv) Replacement and fitment of bearings (02 nos.) and bushes (02 1
Nos.
nos.).
(v) Servicing of needle rollers (08 nos.) provided for lifting arrangement.
(vi) Replacement and fitment of flexible hoses and metallic pipes (3/8
inch and ½ inch metallic seamless pipe should be changed into ½
inch and ¾ inch respectively).
TENDER DOCUMENT
29
Tender no. WMOT-3-2022
7 Overhauling of upender and downender arrangement. Overhauling work
includes –
(i) Servicing of cylinder (10 nos.).
(ii) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward upender/ downender
arrangement.
(iii) Replacement and fitment of Filter regulator lubricators, flow control
valves, wheel stopper, shut off valve and DC solenoid valves with
tuning as per requirement (05nos).
(iv) Replacement and fitment of bearings (02 nos.), bushes (02 nos.), 1
Nos.
simplex chain and sprockets.
(v) Servicing of needle rollers (08 nos.) provided for lifting arrangement.
(vi) Replacement and fitment of flexible hoses and metallic pipes (3/8
inch and ½ inch metallic seamless pipe should be changed into ½
inch and ¾ inch respectively).
(vii) Servicing of pitching arrangement.
(viii) Servicing of Live rollers (32 nos.).
(ix) Servicing of gear box (01 no.).
Overhauling work will not be considered completed until proper
movement of wheel without any leakage of compressed air
8 Alignment of gravity conveyor (60 meters) with foundation bolt
tightening. Overhauling work includes alignment of main rail, guide rail, 1
Nos.
supporting angle and frame structure with forward and backward turn
tables /escapements.
9 Magnaglow station –
(i) Fitment of gear box (01 no), Wheel rotator (02 nos.), water pump
(01 no) and Boom (01 no.).
(ii) Servicing of wheel kicking arrangement.
(iii) Servicing of circulation system of water mixed with magnetic
powder.
(iv) Servicing of cylinder (10 nos.).
(v) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward upender/ downender
arrangement. Nos. 1
(vi) Replacement and fitment of Filter regulator lubricators, flow
control valves and DC solenoid valves with tuning as per
requirement.
(vii) Replacement and fitment of bearings (02 nos.), bushes (02 nos.),
simplex chain and sprockets.
(viii) Replacement and fitment of flexible hoses and metallic pipes
(3/8 inch and ½ inch metallic seamless pipe should be changed
into ½ inch and ¾ inch respectively).
Note – Whole work will be carried out as per instruction of SSE/IC/MWFPS.
10 Overhauling of Grinding station. Overhauling work includes –
(i) Replacement and fitment of bearings (16 nos.), wheel rotators
(08 nos.), Bush (08 nos.), foot operated valves and hand
operated valves (16 nos.), Air motor (04 nos.), Simplex chain (04
nos.), Sprocket (01 no.), Wheel support live rollers (08 nos.) and
4
TENDER DOCUMENT
30
Tender no. WMOT-3-2022
control valves and DC solenoid valves with tuning as per
requirement.
Overhauling work will not be considered completed until proper movement
of wheel without any leakage of compressed air
FOR MAIN LINE 1 & 2 AND ITS GRINDING LINE
11 Wheel loading station – Overhauling work of loader – Overhauling work
includes
(i) Replacement of flexible hoses. Seamless pipe, Pneumatic
cylinders, flow regulator lubricator valve, shut off valves, DC Nos. 2
solenoid valves, flow control valves.
(ii) Repairing of damage portion of structure of loaders and its
proper alignment of rails with next conveyor lines.
12 BHN Machine – Overhauling work of BHN machine – Overhauling work
includes
(i) Replacement of flexible hoses. Seamless pipe, Pneumatic
cylinders, flow regulator lubricator valves, shut off valves, DC
solenoid valves and flow control valves. 2
Nos.
(ii) Replacement of all guide rails, angles, main rail, supporting
frame with proper alignment for smooth movement of wheels.
(iii) Replacement of kicker, bushes, shaft, rollers and pins.
(iv) Making of main rail of BHN machine.
(v) Complete overhauling of kicking arrangement system.
13 Overhauling of turn table cum kickers – Overhauling work includes
(i) Replacement of flexible hose pipes and seamless pipes.
(ii) Replacement of defective Pneumatic cylinder, shafts, central
bearings (02 nos.) and bushes (02 nos.).
(iii) Alignment of main rail, guide rails, supporting angles and frame 26
Nos.
structure with forward and backward gravity conveyors.
(iv) Replacement of flow regulator lubricator valves, shut off valves,
flow control valves and DC solenoid valves with tuning as per
requirement.
(v) Fitment of PU pad in kicker.
14 Overhauling of Escapement – Overhauling work includes
(i) Replacement of flexible hose pipes and seamless pipes.
(ii) Replacement of Pneumatic cylinder and repairing of kickers.
(iii) Alignment of main rail, guide rail, supporting angles and frame 23
Nos.
structure with forward and backward gravity conveyors.
(iv) Replacement of flow regulator lubricator valves, shut off valves,
flow control valves and DC solenoid valves with tuning as per
requirement
15 Overhauling of Lifter cum kicker cum turn table – Overhauling work includes
–
(i) Replacement of flexible hose pipes and seamless pipes.
(ii) Replacement of defective Pneumatic cylinder, shafts, central
bearings (02 nos.) and bushes (02 nos.).
(iii) Alignment of main rail, guide rail, supporting angles and frame 2
Nos.
structure with forward and backward gravity conveyors.
(iv) Replacement of flow regulator lubricator valves, shut off valves,
TENDER DOCUMENT
31
Tender no. WMOT-3-2022
16 Overhauling of Lifter cum kicker cum turn table with Pitching arrangement –
Overhauling work includes –
(i) Replacement of flexible hose pipes and seamless pipes.
(ii) Replacement of defective Pneumatic cylinder, shafts, central
bearings (02 nos.) and bushes (02 nos.).
(iii) Alignment of main rail, guide rail, supporting angles and frame
structure with forward and backward gravity conveyors. Nos. 1
(iv) Replacement of flow regulator lubricator valves, shut off valves,
flow control valves and DC solenoid valves with tuning as per
requirement.
(v) Fitment of PU pad in kicker.
(vi) Servicing of needle roller provided for lifting arrangement (08
nos.).
(vii) Servicing of pitching arrangement.
17 Overhauling of Warpage station – Overhauling work includes
(i) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward upender / downender
arrangement.
(ii) Replacement and fitment of Filter regulator lubricators, flow
control valves, wheel stopper and DC solenoid valves with tuning
as per requirement.
(iii) Replacement and fitment of bearings (02 nos.) and bushes (02 Nos. 1
nos.).
(iv) Servicing of needle rollers (08 nos.) provided for lifting
arrangement.
(v) Servicing of pitching arrangement.
(vi) Servicing of Live rollers (32 nos.).
(vii) Replacement of defective pneumatic cylinders, flexible hose
pipes and metallic pipes.
18 Overhauling of Upender and Downender arrangement – Overhauling work
includes –
(i) Alignment of main rail, guide rail, supporting angle and frame
structure with forward and backward upender/ downender
arrangement.
(ii) Replacement and fitment of Filter regulator lubricators, flow
control valves, wheel stopper, shut off valve and DC solenoid 1
Nos.
valves with tuning as per requirement (05nos).
(iii) Replacement and fitment of bearings (02 nos.), bushes (02 nos.),
simplex chain and sprockets.
(iv) Replacement of flexible hose pipes, defective cylinders and
metallic pipes.
(v) Servicing of pitching arrangement.
(vi) Servicing of live rollers (32 nos.).
19 Overhauling of Magnaglow station– Overhauling work includes–
(i) Servicing of wheel rotating assembly and kicking arrangement
system.
(ii) Alignment of main rail, guide rail, supporting angle and boom
TENDER DOCUMENT
structure. 3
Nos.
(iii) Cleaning of water pipes, drainage pipes and tanks.
(iv) Replacement of defective pneumatic cylinders, kicker, bearings,
DC solenoid valves, flow regulator lubricator valves, flow control
valves, flexible hose pipes and metallic pipes fitted in circulation
systems.
32
Tender no. WMOT-3-2022
20 Overhauling of UT station – Overhauling work includes –
(i) Replacement of defective cylinders, shut off valves, DC solenoid
valves, flexible pipes, metallic pipes, flow regulator lubricator and
flow control valves.
(ii) Servicing of wheel rotating assembly and wheel kicking
arrangement system. Nos. 3
(iii) Complete cleaning of UT system and drainage system.
(iv) Alignment of UT conveyor system for smooth moving of wheels.
(v) Servicing of 16 nos. rollers.
(vi) Replacement of damage main rail, guide rails, angles and
repaired of structure of UT.
21 Overhauling work of Grinding station– Overhauling work includes–
(i) Replacement and fitment of bearings (16 nos.), wheel rotator (01
no.), bush (01 no.), foot operated valve and hand operated valve
(16 nos.), Air motor (04 nos.), Simplex chain (04 nos.), sprocket 3
Nos.
(01 no.), wheel support rollers (08 nos.) and PU pads (08 nos.).
(ii) Replacement of flexible hoses, metallic pipes, filter regulator
lubricator valves, flow control valves and DC solenoid valves with
proper tuning as per requirement.
22 Alignment of gravity conveyor (175 meters) with foundation bolt tightening.
Overhauling work includes alignment of main rail, guide rail, supporting 1
Nos.
angle and frame structure with forward and backward turn tables
/escapements.
ELECTRICAL WORK:
FOR LINE 4 AND ITS GRINDING LINES
23 (i) Developing PLC Logic for making line-4 functional. Line-4
consisting of different conveyor turn table, escapement stations,
warpage etc. Like: FR 34B, ESC-32, CG-3 ESC-33, CG-5, ESC-34,
FR-56, FR-51YFR-34, FR35, FR-36A, FR-37C, ESC-36, ESC-37, 1
Nos.
CG-4, ESC-38, DG-2, FR-51B, ESC-40, FR-48B, FR-48Z, FR-39B,
ESC-41, FR-37D, FR-37F, FR-75B, ESC-42, FR-69, FR-53, FR-8X.
(ii) Replacement/Repair of defective modules of RI/O3 of CP2,
which fails during communication with CP2 & CP3.
24 (i) Wiring & Tagging of RI/O3 of CP2 Panel.
(ii) Wiring & Tagging from RI/O3 Panel to CP2 & CP3 Panel.
(iii) Wiring & Tagging of RI/O3 Panel to Field Junction Box. Nos. 1
(iv) Wiring & Tagging of Junction Box to field equipment like limit
switches & Solenoid coil for operation of conveyor.
25 (i) Arrangement to make functional, the Control Panel of Line-4 Dark
Room.
(ii) Fitment of UV & White light. 1
Nos.
(iii) Wiring & Tagging of Magnetic Boom Circuit with Control Panel.
(iv) Wiring & Tagging of MPT Operating Desk circuit With Control
Panel.
FOR MAIN LINE 1 & 2 AND ITS GRINDING LINE
26 (i) Wiring & Tagging 86 Nos. junction box to limit switch & solenoid
coil.
(ii) Wiring & tagging of Cleaning Machine 1 & 2 from Panel to
TENDER DOCUMENT
33
Tender no. WMOT-3-2022
TENDER DOCUMENT
34
Tender no. WMOT-3-2022
CHAPTER-6
SPECIAL TERMS AND CONDITIONS OF CONTRACT
1. The successful tenderer shall execute the contract as per Scope of work i.e. Chapter-5 of
this tender document.
2. Railway shall not provide any assistance for transportation, food and for lodging.
3. Contractor shall arrange the necessary transport facility on their own cost for shifting of
materials and men to RWP/BELA site.
4. Contractor shall not be entitled to any claim or compensation for any damage or loss.
5. Railway reserve the right to deduct the amount equivalent to loss caused to Railway by the
contractor due to mishandling of material/job/work from contractor’s bill.
6. Contractor shall have no claim on account of any expenditure incurred by them other than
specially agreed to this contract.
7. The Tenderer(s) are advised to visit RAIL WHEEL PLANT, Bela in their own interest for
detailed study of the requirements for the execution of the contract. They shall seek
clarifications, if any, well in advance before submitting the offer.
8. Rates quoted online in prescribed schedule on [Link],[Link] shall be inclusive of
labour, material, transportation, and all types of taxes etc
9. Breakdown Maintenance during warranty period:
9.1. There will be no limit for breakdown visits.
9.2. Communication for breakdown will be provided by concerned SSE through phone,
mail etc. The work on breakdown must be started within 24 hours from time of
communication.
9.3. Failure to make the machine available will attract penalty as per “penalty clause”
mentioned at Para-12 of this Chapter.
10. Completion period: The total completion period for this contract shall be 90 days from the
date of issuance of LOA or the actual date of work commencement, whichever is later. The
contractor is responsible for completing the entire project within the specified time frame.
11. Warranty Clause:
11.1 The work performed under this contract will be under warranty for one year from the
date of work completion i.e. Date of Completion of all 26 schedules at Para-1 of
Chapter-5.
11.2 The warranty shall cover the workmanship and service quality concerned with all the
items fitted, repaired or replaced during the execution of the contract.
11.3 Any breakdown during the warranty period shall be attended to within 24 hours from
the time of reporting the issue, and the problem shall be rectified within 7 days.
11.4 The warranty period will be extended by the number of days during which the machine
remains in a state of breakdown due to items covered under warranty.
12. Penalty Clause:
12.1. Entire work covered under this contract shall be accomplished in stipulated
completion period from actual date of commencement. Further delay in Completion
period shall result in imposing penalty of Rs 5000.00 per day with subject to upper
ceiling @10% of contract value.
12.2. Any breakdown that occurs during the warranty period shall be rectified within 7 days
TENDER DOCUMENT
35
Tender no. WMOT-3-2022
(Mechanical & Electrical) which shall be further forwarded to bill passing authority
along with work measurement/completion certificate.
20.6 TDS and GST will be deducted at source as per extant rules of Government of India.
20.7 The bill passing authority will be Dy. CME/WFPS or another representative
nominated by him.
36
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-I
Model Form of Bank GUARANTEE BOND
( G u a r a n t e e - B o n d o f fe r e d b y - B a n k s t o R a i l w a y s i n c o n n e c t i o n w i t h t h e e x e c u t i o n o f C o n t r a c t s )
2. We _____________________________________do
(indicate the name of the bank) hereby undertake to
pay the amounts due and payable under this Guarantee without any
demur merely on a demand from the Government stating that the amount
claimed is due by way of loss or damages caused to or would be caused to
or suffered by the Government by reason of any breach by the said
Contractor(s) of any of the terms or conditions contained in the said
Agreement or by reason of the Contractor(s) failure to perform the said
Agreement. 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.________________________________________.
37
Tender no. WMOT-3-2022
that it shall continue to be enforceable till all the dues of the Government
under or by virtue of the said Agreement have been fully paid and its
claims satisfied or discharged or till ____________________
____________________ (Office/Department), Ministry of
________________________ certifies that the terms and conditions of the
said Agreement have been fully and properly carried out by the said
Contractor(s) and accordingly discharges the Guarantee. Unless a demand
or claim under this Guarantee is made on us in writing on or before the
________________________________, we shall be discharged from all
liability under this Guarantee thereafter.
5. We __________________________________
(indicate the name of the bank) further agree with the
Government that the Government 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 Agreement or to extend
time of performance by the said Contractor(s) from time to time or to
postpone for any time or from time to time any of the powers exercisable
by the Government against the said Contractor(s) and to forbear or enforce
any of terms and conditions relating to the said agreement and we shall
not be relieved from our liability by reason of any such variation or
extension being granted to the said Contractor(s) or for any forbearance,
act or omission on the part of the Government or any indulgence by the
Government to the said Contractor(s) 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.
6. This Guarantee will not be discharged due to the change in the constitution
of the Bank or the contractor(s)/Supplier(s).
7. We _____________________________________,
(indicate the name of the bank) lastly undertake not to
revoke this Guarantee during its currency except with the previous consent
of the Government in writing.
For ___________________________________
(indicate the name of Bank)
TENDER DOCUMENT
38
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-II
___________ RAILWAY
CONTRACT AGREEMENT OF WORKS
CONTRACT AGREEMENT NO. _________________________ DATED ___________
Witnesses:
_____________________________ _____________________________
_____________________________ _____________________________
39
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-III
DOCUMENT OF AUTHORIZATION
Reference: (i) Works Contract/Supply Contract No……………Dated……………..
(ii) Inland Letter of Credit No……………………………..Dated……………………..
The beneficiary of the aforementioned Letter of credit M/s ….... (NAME AND VENDOR
CODE)………………. (Vendor Code…………….as per IREPS………..) is entitled to receive payment,
aggregating INR ……$$$.......(FROM ABSTRACT OF BILL PASSED)….. out of a total LC amount of
INR……. (FROM MASTER TABLE OF LC OPENDED) ……… against the first/second* commercial
invoice No. (FROM IPAS) dated FROM IPAS for INR (FROM IPAS)………….. raised
against the above contract from State bank of India……………..(Branch-FROM LC MASTER
TABLE)…….. on the strength of this Certificate.
The details of Payments already made to the beneficiary under this letter of Credit are as follows:
Total Paid
Name
Designation
Office Seal
TENDER DOCUMENT
40
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-IV
Details of Work Completed in Qualifying Period
(Q u al if yi n g P e ri od = l a s t 0 7 ( s ev e n) y e a rs, e n di ng l a s t d a y of m on t h p re vi ou s t o t he o n e i n
wh i ch t e nd er i s i n vi t ed )
Letter of Acceptance/
Client/Department
Name of work
Contract No.
Rupees)
SN
work
TENDER DOCUMENT
41
SN
Name of work
Letter of Acceptance/
Tender no. WMOT-3-2022
Contract No.
Nature/scope of contract
Date of
Award of Contract
ANNEXURE-V
Date of Commencement
Details of Work in hand in Qualifying Period
(Q u al if yi n g Pe r iod = l a s t 0 7 ( se ve n ) y e a rs , e nd i ng l a st d a y of m o n t h p re vi o us to th e o n e i n
42
TENDER DOCUMENT
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-VI
I/WE THE UNDER SIGNED HEREBY SOLEMNLY DECLARE AND CERTIFY THAT I /WE DO NOT HAVE ANY
OF OUR RELATIVE/RELATIVES EMPLOYED IN THE INDIAN RAILWAY (MECHANICAL DEPARTMENT/ANY
OTHER DEPARTMENT OF INDIAN RAILWAY) EXCEPT THE NAMES MENTIONED HEREIN UNDER:
1……………………………………………………..
2……………………………………………………..
3……………………………………………………...
AND SO ON.
43
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-VII
DECLARATION REG ARD ING ASSOCIATION OF RLY. OFFICER(S) OR RETIRED RLY.
OFFICER(S) WITH B IDDER/TENDERER(S)
7
TENDER DOCUMENT
44
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-VIII
(Bid Security)
Bank Guarantee Bond from any scheduled commercial bank of India
(On non-judicial stamp paper, wh ich should be in the name of the Executing Bank )
Date:......................................................
demanded.
4. The guarantee hereinbefore shall not be affected by any change in the constitution
of the Bank or in the constitution of the Bidder.
5. The Bank agrees that no change, addition, modifications to the terms of the Bid
document or to any documents, which have been or may be made between the
Railway and the Bidder, will in any way absolve the Bank from the liability under this
45
Tender no. WMOT-3-2022
guarantee; and the Bank, hereby, waives any requirement for notice of any such
change, addition or modification made by Railway at any time.
6. This guarantee will remain valid and effective from…….…….[insert date of issue]till
………..[insert date, which should be minimum 90 days beyond the expiry of validity
of Bid]. Any demand in respect of this Guarantee should reach the Bank within the
validity period of Bid Security.
7. The Bank Guarantee is unconditional and irrevocable.
8. The expressions Bank and Railway herein before used shall include their respective
successors and assigns.
9. The Bank hereby undertakes not to revoke the guarantee during its currency,
except with the previous consent in writing of the Railway. This guarantee is subject
to the Uniform Rules for Demand Guarantees, ICC Publication No.758.
10. The Bank hereby confirms that it is on the SFMS (Structured Financial Messaging
System) and shall invariably send the advice of this Bank Guarantee to the following
bank details –
Witness:
1 Signature, Name & Address & Seal
Note: All italicized text is for guidance on how to prepare this bank guarantee and shall
be deleted from the final document.
46
Tender no. WMOT-3-2022
(ANNEXURE TO TENDER DOCUMENT)
ANNEXURE-IX
(Reference -Para 10.2 of Part-I & 17.15.2 of Tender Form (Second Sheet) of Annexure I of GCC, April 2022)
NAME OF BIDDER:
(Seal)
47