0% found this document useful (0 votes)
62 views18 pages

Tender for AC Installation at Bhilai

The document is a tender notice from the South East Central Railway for the provision of a trough with wiring and dummy plate for AC installation of 3 phase locomotives at the Electric Loco Shed in Bhilai, with an estimated cost of approximately Rs. 48.42 lakhs. The tender requires online submission through the IREPS portal, with a bid security of Rs. 96,900 and a completion period of two years. It outlines the necessary qualifications, documents required, and conditions for participation in the tender process.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
62 views18 pages

Tender for AC Installation at Bhilai

The document is a tender notice from the South East Central Railway for the provision of a trough with wiring and dummy plate for AC installation of 3 phase locomotives at the Electric Loco Shed in Bhilai, with an estimated cost of approximately Rs. 48.42 lakhs. The tender requires online submission through the IREPS portal, with a bid security of Rs. 96,900 and a completion period of two years. It outlines the necessary qualifications, documents required, and conditions for participation in the tender process.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

ro

SOUTH EAST CENTRAL RAILWAY


EfuuT ad qtu ffi

c
NAME OF THE WORK/OI-q O-t qFI

"Provision of troirgh (solid roof) with wiring & dummy plate for AC installation
of 3 phase locomotives at Electric Loco Shed, Bhilai for 02 years."

"Sfrfr:u,ffirns, ftrdr{fr s frqiGil-rrifr ffiBrrril+fdqgu'CdrsErO E


grc;:.. [Link],r.. 0,ff+frtg,,

TENDER DOCUMENT

frfuqT rrrrr

qRs qrsd ffiAfrtffiToo qo ero),


{dko, EMI trs,
qftq Xd
q*q H,
W
Signature Not o
Verified TENDER NoTICE No. TRS-BIA- 2 4- 2 5 -Trough- 1 B
,q
Digitally signed by

o
SHYAM KUMAR
KURREY
Date: 2025.03.04
[Link] IST
Reason: IREPS-CRIS
Location: New Delhi
trU
i

GOVERNMENT OF INDI,A
I
(MTNISTRY OF RAILWAYS)
]
!
SOIITH EAST CENTRAL RAILWAY I
I
{

ELECTRICAL TMCTION ROLLING STOCK DEPARTMENT,


BHILAI - 490025,

Sr. Description Page no.


No.

L. Cover Page.

2. Index.
3. Instructions to tenderers For E-Tender
4. Tender Form

5. Tender Notice.
6. Price Schedule - Annexure-I.

7. Scope of Work- Annexure-ll

8. Special Terms & Conditions -Annexure-lll.

9. General terms & conditions of contract - Annexure-lV.

10. Standard Format for Declaration certificate - Annexure-V


Format for Certificate Partnership Firm/ lV ILLP /HUF / -
LI
Annexure - V(A)
L2 Form ofBank Guarantee - Annexure-Vl.
13 Bank Mandate form- Annexure-Vll
l4 - Annexure-VIII
Bid Security
Insurance Surety Bond for Performance Security-
15
I
Annexure -lX a

L6 Letter of Credit- Annexure- X

TENDER NOTICE No. TRS-BIA-24-25-Trougtr-1 8


I ',&I:

INSTRUCTIONS TO TENDERERS FOR E-Tender

1. E-tender have been invited for and on behalf of the President of India through website
[Link] for the work mentioned against the tender notice number available in the
website. Tenderers are to bid online only in the above mentioned website. All Mandatory fields
marked with (*) have to be filled in by the tenderer. No Manual offer is acceptable against this
tender. No Tender document in hard copy will be sold against this tender number. Please read
the Instructions to Tenderers for e-tendering General Conditions of Contract- April2022 or
latest, Special Condition of Contract before filling the e-tender online.

2. E-Tender forms are not transferable and the same is to be submitted with digital signature by
personnel already registered with the site.

3. The submitted e-tender forms will be considered as digitally signed by the tenderer as a
confirmation from the tenderer that the tenderer has read, agreed and accepted all the
conditions and laid down documents referred below as well as Schedule of Tender, General
and Special Conditions.

4. The tender offer complete in all respect and with all documents is to be submitted online by e-
tendering process through the website [Link] before the closing time/date of this
tender as mentioned in the NIT (Notice Inviting Tender). Tenderer can revise the bids any
number of times till the closing time/date of the tender. No manual offers shall be accepted.

5. The Railway, of its own or in response to any clarification requested/suggested by any person
including that from the tenderer, may modify this tender document at its sole discretion 15
days prior to date of opening of the tender as corrigendum.

6. Corrigendum as required may be issued upto L5 days prior to the opening of the tender. These
corrigenda of this tender, if any, as issued time to time will be available on website at least 15
days in advance of closing of tender. The tenderers are requested to check the website before
submitting their offer whether any such corrigendum to the tender has been issued or not and
revise the offer if required accordingly.
I

7. This document is the Standard Tender Document which consists of the Instruction to the
Tenderers, NIT (Notice Inviting Tender), General Conditions of the Tender, Special conditions
of the tender, Specifications and Scope of the works, other documents attached & various
Annexure etc. All the above mentioned documents taken together if not scored off, shall
constitute the complete tender document hereafter referred to as "Tender Document" & have
to be read together & acted upon accordingly. No part of the tender document can be relied
upon or acted upon in isolation.

8. The Railway and the website will have no responsibility for incorrect evaluation of cost and
thereby incorrect cost of work and ranking of tenderers, if the schedule is not filled in correctly
and unambiguously for each item. No claim or clarification of a tenderer regarding applicability,
inclusion or exclusion of any element of tax or duty or any other change in the offer
subsequently (after opening of the tenderJ will be entertained. For this the tenderers are
advised to read the Instructions, General Conditions, Special Conditions and other Instructions
carefully before submission of tender.

TENDER N offuNo. rRS-BtA -24-25-r rou-t-qh7


/- ;: ')
\h
\Z
sf,r"a't{'t'it:'r
As-:t.n '-', 1 1''l';i
\t [Link];.1":;;,'1ii,::ii
\ s' E'c' Rg' Bhitai
r\'

9. In case of any problem with the portal is faced while filling the e-tender, Tenderers are advised
to contact with the Helpdesk of IREPS portal who will render all help and assistance related
with the website and portal except that related with the details of the tender. Railway will not
take any responsibility for non-participation in the e-tender online for the reasons ielated to
the website and portal or server etc beyond the control of railways.

10. Railway and the IREPS website will not take the responsibility for any online payment made by
the tenderer and debited from his/their account towards the tender cost due to wrong or
manipulation of the menus or any reasons related with the IT or found unsuitable for the
tender etc. Railway and IREPS website will not entertain any claim in this regard or refund the
paid amount.

11. All documents uploaded or information furnished in the website is digitally signed by the
competent authority.

t2. This tender document includes many chapters/items/Conditions/lnstructions Iike as


Undertakings, Technical Compliance, Commercial compliance, standard Technical Criteria,
Standard Financial Criteria, Similar Nature of Worh General Instructions to Tenderers for.=,
tendering Special Conditions of Contract-General and list documents to be uploaded and
deposited, Notice Inviting Tender (NIT), Tender Form, Special Condition of Work are available
in the IREPS portal and all the items including all other documents referred to herein, if not
scored off, shall constitute integral part of this tender document and shall be read and acted
upon together. No part of this tender document shall be read, relied and/or acted upon in
isolation.

13. The General condition of contract -April 2022 editions with all correction slip issued time to'
time and upto date. Here in after referred to as GCC April2022 (Works) Or Latest for the
purpose of General condition of contract.

sel. a. l:. :11.


i;[Link])
As-.: i.' :t t. i;RS!
E g'r. iift, fiisr$
S S.C. Rty. Bhitai

TENDER NOTICE No. TRS-BI A-24-25-Trough- I 8


l{t

TENDER FORM
Tender No.
Name of Work

To
The President of India
Acting through the Railway
t. t/We have read the various conditions to tender attached hereto and agree to
abide by the said conditions. I/We also agree to keep this offer open for acceptance for a period
of 60 days from the date fixed for closing of the tender and in default thereof, I/We will be liable
for forfeiture of my/our "Bid Security". I/We offer to do the work for Railway, at the rates
quoted in the attached bill(s) of quantities and hereby bind myself/ourselves to complete the
work in all respects within -
months from the date of issue of letter of acceptance of the
tender.

2. I/We also hereby agree to abide by the Indian Railirays Standard General Conditions of
Contract, with all correction slips up-to-date and to carry out the work according to the Special
Conditions of Contract and Specifications of materials and works as laid down by Railway in the
annexed Special Conditions/Specifications, Standard Schedule of Rates (SSOR) with all correction
slips up-to-date for the present contract.

3. A Bid Security of t online/ submitted as Bank Guarantee


has already been deposited
bond. Full value of the Bid Security shall stand forfeited without prejudice to any other right or
remedies in case my/our Tender is accepted and if:

ta) I/We do not submit- the Performance Guarantee within the time specified in the Tender
documenU
(b) I/We do not execute the contract documents within seven days after receipt of notice issued by
the Railway that such documents are ready; and
(c) I/We do not commence the work within fifteen days after receipt of orders to that effect.

+. (a) I/We amfare a Startup firm registered by ...... Department of Industrial Policy
and Promotion IDIPP) and my registration number is valid upto .... (Copy
enclosed) and hence exempted from submission of Bid Security.
5. We are a Labour Cooperative Society and our Registration No. is .. with
....and hence required to deposit only 50%o of Bid Security.

6. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to bewyeen us
and indicated in the letter of acceptance of my/our offer for this work.

Signature of Tenderer(s)

Name:
Address:
Date..........

TENDERNO CENo. TRS-BIA-


rq

Tender Notice

Tender Notice No. : TRS-B I A-24 -ZS -Trough- 1 8

For and on behalf of THE PRESIDENT oF INDIA, Sr. Divisionar Electrical Engineer (TRSI South East
Central Railway, BHILAI, invites E-tender the following work in Erectric Loco Shed, [Link]., Bhilai
from n expenenced
ienced contractor
I Name of work Provision of trough (solid roof) with wiring & dummy
plate for AC installation of 3 phase locomotives at
Electric Loco Shed, Bhilai for 02 years.
2 Location Electric Loco shed, Bhilai.
3 Quantity As per price schedule.

4 Approx. cost of the work Rs.48,41,999.85/- (Rupees: Forry Eight Lakh Forty
One Thousand Nine Hundred Ninety Nine and Eighty
Five Paisa Only) (including GST@180/oJ.
5 Bid SecurityAmount Rs. 96,900/-, {Rupees Ninety Six Thousand Nine
Hundred only) to be deposited through net bankir
0r payment getway in "http:/ /[Link]." \s
6 Completion period of the The entire work shall be completed within 02 years
work from the date ofissue ofLetter ofAcceptance.
7 Address of the office from Sr. Divisional Electrical Engineer (TRS), Electric Loco
which e-tender initiated shed, Bhilai, South East Central Railway, P.0.- B.M.Y.
Charoda, District: Durg (C.G.) - 490025.
B ValidiW of offer 60 days.
9 Website particulars and " http ://[Link]. [Link]."
notice board location where
complete details of tender
can be seen etc.
10. Eligibility criteria.- Nil
11. TENDERCREDENTIALS:
Documents testiffing tenderer previous experience and financial status should be
produced along with the tender.
Tenderer(s) who is /are not borne on the approved list of the Contractors of South Er --
Central Railway shall submit along with his/their tender:

i, Certificates and testimonials regarding contracting experience for the type of job
for which tender is invited with list of works carried out in the past.
ii. Certificates which may be an attested Certificate from the clien! Audited Balance Sheet
duly certified by the Chartered Accountant etc 'regarding contractual payments
received in the past.
iii. The list of personnelf organization on hand and proposed to be engaged for the
tendered work. Similarly list of Plant & Machinery available on hand and proposed to
be inducted and hired for the tendered work.
lv. A copy of certificate stating that they are not liable to be disqualified and all their
statement/documents submitted along with bid are true and factual. Standard format
of the certificate to be submitted by the bidder is enclosed as Annexure-V. In addition
to Annexure-V. in case of other Company/Proprietary firm- Annexure -V(A), Shall also
be submitted by the each member if a Partnership Firm/loint Venture (|V)/ Hindu
Undivided Family (HUF)/ Limited Liability Partnership (LLP) etc. as the case may be.
Non submission of a copy of certificate by the bidder shall result in summarily
rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to
identiff state and submit the supporting documents duly self attested / digitally
signed by which they/he are/is qualiffing the Qualiffing Criteria mentioned in the
Tender Document.
V. The Railway reserves the right to veri$r 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 b.e 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 rightd of the Railway there under.
a) 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 two years.
b) In case of any information submitted by tenderer is found to be false forged or
incoirect 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 two years.

12. TENDER OPENING.


Lz-L The date and time of opening of tender will be same as that of date and time of closing the
tender as specified in NIT.
L2.2 No vendor shall be required to be present in the Railways officefor any E-Tender opening
process. They can obtain totally transparent bid tabulation statement by logging on to the
website, after the scheduled time and date of tender opening.
L23 Railway does not guarantee opening of tenders at the specified date and time due to reason
beyond control and hence, tenders can be opened after due date and time as stipulated
under the tender notice.
L2.4 The tender document and other details can be obtained from the website:

[Link]. The bidding for the tender is to be submitted through e-tendering on


above website. Manual offers are not allowed against this tender and any manual offer if

v
received shall not be accepted and will be summarily rejected.

\o
TENDERNOTIC E No. TRS_BIA_2a_25_Troushffi

\
rq

13. BIDDER SHOULD SUBMIT FOLTOWING DOCUMENT DUIY SIGNED AND SEALED OR
DIGITALTY SIGNED ALONG WITH BID. NON SUBMISSION BY BIDDER SHALL RESULT IN
suMMARrLy REIECTTON OF HrS/THETR BrD.

Document required
SN Description Attachment
in the form
t Declaration certificate as proforma placed at Annexure-V Mandatory
Annexure-V of Tender Document.
2 It is mandatory document for other than company Annexure-V(A) Mandatory
/proprietary firm, Annexure-V(A) shall also be
submitted by the each member of a partnership
firm / foint Venture (lV)/ Hindu Undivided
Family (HUF)/ Limited Liability Partnership
(LLP) etc, as the case may be. In addition to
Annexure V, (i.e. both the format Annexure -V &"
Annexure - V tA) to be submitl.
3 The Earnest Money Deposit/Bid Security shall be Annexure-VIII Mandatonz
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 and
shall be valid for a period of 90 days beyond the bid
validity period. The details are given below as Sr. no.
02 of General Terms and Conditions of Contract of
Tender Document. The original Bank Guarantee
should be delivered to DEE(TRS)/BIA of Electric
Loco Shed, Bhilai, Charoda, Pin-
490025(Chhattisgarh) before closing date for
submission of bids (i.e. excluding the last date of
submission of bids).

4 Authority of Signatory: Authority of Signatory Mandator"


Tender bidding form to be uploaded must be document.
submitted by Tenderer along with Valid documents
in support of Authority of Signatory in favour of
person who signed in tender document. Without
valid documents in support of Authority of Signatory
tender form may be rejected by Railways.

ffg-d 3Tfu{.ilr (ao ao rrro),ft-d-$


fnr d nqqft d fug dprT B-{fi oir t)
-$K
*iir '.', -- ''", :jIfi'E) 9re4,'-
TENDER NOTTCE No. rnS-nfu-2+iz5=nffi r.A

| .l i-. 1<r ;: [Link];i


,ro

Annexure -I
Eelur Td qEq tqi
TenderNoticeNo. : TRS-BIA-24-25-Trough-18

Name of Work : Provision of trough (solid roofJ with wiring & dummy plate for AC
installation of 3 phase locomotives at Electric Loco Shed, Bhilai for 02
years.

Completion : The entire work shall be completed within 02 years from the date of
Period issue ofLetter ofAcceptance.

PRICE SCHEDUTE AND qUANTITIES


The tenderer should carefully study all instructions, terms and conditions as mentioned in
Conditions of Contract and Special Conditions and Price Schedule of this tender before quoting their
offer in the following Price Schedules.

Sr. Qty. UnitRate Amount


Description
No. (In Nos.) (perAC Cab) (in Rs.)
Provision of trough with necessary wiring
t up-to junction box in Electric Locomotives, 70 45762.7L 3203389.7
[35 locos = 70Nos. Cab AC].
After providing trough necessary dummy
plate with gasket & sealant to arrest water
2 50 18000.00 900000
seepage in Electric locomotives (25 locos=
50 Nos. Cab AC).
3 Sub Total 4\03389.7
4 GST@180/n 73861,0.L46
5 Total (Sr. No.3+4) 48,+1,999.85

(ln word-: Rupees Forty Eight Lakh Forty t?:[|Hiljd Nine Hundred Ninety Nine and Eighry Five

. Note: ,
\.--
(D Taxes and levies will be deducted at source as applicable. (As per General Conditions of
Contract of Indian Railways).
(iD The schedule rate is inclusive of all taxes i.e. GST @18ol0, as applicable and all other
charges livable by the Govt. from time to time.

(iiD Rate quoted should be in percentage (%o)


'Above/Below/At Par" and should be inclusive
of GST and levies including contractor's profits, expenditure to fulfil the contract
conditions or any such taxes enforced by the Railway, State/Central Gow. of Labour
Ministry time to time.
I fq*

Annexure-II

Scope of work
Name of work Provision of trough (solid roof) with wiring & dummy plate
for AC installation of 3 phase locomotives at Electric Loco
Shed, Bhilai for 02 years.
Schedule ofRates As detailed in Annexure -l
Special terms & conditions As detailed in Annexure -lll
General terms & conditions As detailed in Annexure -lV
ofcontract
Completion Period : The entire work shall be completed within 02 years from the
date of issue of Letter of Acceptance.

The subiect work involves provision of trough (solid roofJ with wiring & dummy plate for AC
installation as per RDSO Modification sheet No. RDSO/201B/EL/MS/0469,(Rev-0), Dated-
08.05.2018 or latest and RDSO/20L7 /EL/MS/046L (Rev-0),Dated- 23.08.20L7 or latest.

Details of Scope of work


1. Erection including Fabrication & Mechanical Modification by the contractor:
(aJ Dismantling of ceiling perforated sheet.
(b) Removing of thermal insulation.
(c) Gas cutting on roof of the cab.
[d) Erection oftrough on rooffor AC.
(e) Erection of grill arrangement of AC.
(fJ Erection of 08 mm thick silicon rubber gasket.
(g) Shifting and fitment of flasher light, horn with pipe line along and foundation.
(h) Grinding and leveling of cutting roof.
[i) Mounting of channels/angles/strips for erection of AC unit.
fi) Provision of metal sheet/angles/channels for prevention of leakage from roof.
(k) Prorlision of dummy plate to be provided by contractorsI if required).(size 1140mm X 930
mm X 5 mmJ as per RDSO MS No. RDSO/201718L/MS/046L, Rev-(0),Dt:23.08.2017 or
latest.
(lJ Apply metal putty on the roof of cab for prevention of leakage.
[m) Welding and strengthening by proving MS strips at the bottom of AC unit.
(n) Erection of existing previously dismantled thermal insulation
(o) Erection of existing previously dismantled ceiling perforated sheet.
[p) Shifting and fitment of spotlight/cab light to adjust AC arrangement.
(q) Erection of aluminum strip on the joints of ceiling perforated sheet.
(r) Laying of GI pipe of required size for drain out water from AC.
(s) All necessary safety precaution should be taken before cutting and welding.
. (tl After cutting of solid roof, sample of AC unit to be fitted and to be checked for proper
fitting of AC unit in each cab.

/': ', ..-;


{.i..,: .r. r, i.i':i:f
iii;. Lli
IY'

2. Electrical Work-
(a) Provision of duct for laying of cable along with cable tie.
(b) Necessary fabrication (foundation) required for control panel fitment.
(c) Necessary fabrication (foundation) required for operator switch panel.
(d) Harnessing bunching, crimping lugging and crimping of air-conditioner cables (if
required)
(e) All electrical work will be done by the contractor staff under the guidance of
consignee/instruction of Railway.
(fJ Approximate 150 meter cable for 01 loco (2.5 mm2, 4GKW, 1.5Kfl from HBZ to both cab
control unit with sleeve.(cable should be from approved source CLW/RDSO)
(g) One contactor { Rating 80 Amp. ( LCIDB0F\AIJ } and one Three phase main MCB (10Amp. )
of air conditioner to be provided in HB2 panel
(h) 04 Pin coupler Receipticalsize-?4 (mobile & fix), Qty- 02NqJ .

3. All necessary testing for execution of work to be done by contractor as per instructed by Railway.

4. Material: - All required equipment i.e. tools, tackle etc. & manpower shall be arranged by
contractor.
5. As per site requirement if any other equipment or accessories that are required for subject work
shall be provided by Contractor. No any extra payment will be paid by Railway if any extra
equipment or item is used for complete the modification work except item mention in tender.
6. The work done as per instruction of Railway Representative. Contractor should take necessary
advise from consignee.

7. Inspection:
foint inspection will be done by railways and contractors authorized representative at
locomotives. A final joint inspection note will be prepared after satisfactory trials. The fitment of
essential spares in the work will be jointly inspected by Railways and contractors authorized
represenfative for ensuring trouble free performance.
\-tl
B. Consignee:
For mechanical work SSE[M-7J /ELS and Electrical work SSE(E.6)/ELS and overall SSE[E-6J
/ELS lBl A will be consignee.

't6..{
$"
qREl-ref,ftEtfr oTk+il (oo ao Ero),M
fTrcd a rr,qqfr d fuq den v{qrt tr *)
o

GD
tsB

Annexure- III
SPECIAL TERJT{SAND CONDITIONS OF CONTRACT

Name of work Provision of trough (solid roof) with wiring & dummy plate
for AC installation of 3 phase locomotives at Electric Loco
Shed, Bhilai for 02 years.
Schedule ofRates As detailed in Annexure-l
Scope of work As detailed in Annexure -ll
General terms & conditions As detailed in Annexure -lV
ofcontract
Completion Period The entire work shall be completed within 02 years from the
date of issue of Letter of Acceptance.

Tenderer's who will indenting for participating for said work the following condition/instruction
should be read carefully before submission of his tender:

1. Quantity:
35 nos. of locos for provision of trough (solid roof) with wiring, & 25 nos. of Iocos f
installation of dummy plate with sealant to arrest water seepage of 3 phase locomotivE(
However, the Railway reserves the right to vary the quantity based on actual arising.

2. Time schedule and Programme:


Time is the essence of the contract. Tenderer shall indicate detailed schedule fProgramme)
of execution of work before actual start of work and start the work within 15 days from the
date of issue of LOA, so as to complete the whole work in SCHEDULED TIME. The period of
completion of work is 24 months from the date of issue of LOA.
3. Completion Period of Contract:
The work is to be completed within 2 years (24 monthsJ from the date of issue of Letter of
Acceptance (LOA), which can be increased/decrease by the Competent Authority.
+. DURATION of Work
4.1 For provision of trough (solid roof,) with wiring up-to junction box in 01 Loco [i.e 02 cabs),
the contractor have to complete the work within 04 days from the date of handing over of
the,Loco.
4.2 For installation of dummy plate with sealant to arrest water seepage in 01 Loco [i.e UY
cabs), the contractor have to complete the work within 01 day from the date of handing
over ofthe Loco.
4.3 For provision of trough (solid roofJ with wiring up-to junction box and installation of
dummy plate with sealant to arrest water seepage in 01 Loco (i.e 02 cabs), the contractor
have to complete the work within 05 days from the date of handing over of the Loco.
4.4 Firm should response within 12Hrs. from the time of ihtimation by Railway through
,Call/Mail/Whatsapp.

4.5 Normal working hours should be from 8:00 AM to 5:00 pM.

.
ff
\ra.r,,
-flv
i'lr
.
[Link].n
TENDERNOTICE{{*o.'TRS-BIA-24-iS-rrough-18
v..1...... .
r',- r -. ,:;
.--.r

-,,
r, , i [Link]
/
I W
tl'
5. Handing/taking over of locomotive/work: The contractor shall bind to execute the work
under the contract and complete in all respect to the satisfaction of Engineer. The Engineer-
in charge shall determine the date and time on which the work is considered to have been
completed in support of which his certificate shall be regarded as sufficient evidence. For all
purposes contractors shall be bond to observe any such determination by the Engineer.
6. Use of Materials:
The materials used for above work should be of OEM standard or should be procured from
RDSO/CLW approved sources. Purchase proof document should be submitted for the same.
7. Warranty:

7.7 All relevant work of under executed by the Contractor shall be'free from any defect/fault of
materials andf or bad workmanship and shall warranted for a period of 12 (Twelve)
months from the date of successful modification work for satisfactory performance.
7.2 If any defect arises or failure occurs in executed work during the warranty period due to
defective / faulty / substandard materials and/or faulty/ bad workmanship on contractor's
part the contractor shall be bound to rectifii the same free of cost
If any defect/failure is noticed during the warranty period, contractor will recti$r the
defect/failure free of cost, within 15 days time (subjectto availability of loco in shed) from
7.3 the date of receipt of failure advice from the Railway's Engineer. During the warranty
period, all the to & fro transportation charges as well as cost of materials, labour and any
other associated charges will be borne by the contractor & Railway will not pay any
additional amount in this regard.
7.4 The decision of Railway regarding the cause of failure and nature of rectification to be
carried out by the contractor during the warranty period shall be final and binding on'the
part ofthe contractor.
7.5 If contractor fails to arrange rectification of defect during the warranty within a period of
L5th days from the date of receipt of failure advice from the Railway's Engineer by email,
penalty will be imposed @Rs.1000/- per day/per case from the 16m day and the same
would be adjusted against final outstanding bills /security deposit (upto a mlx of 5o/o of the
total contract value.J with the Railway or other zonal Railway.
8 Penalty:
8.1 If firm not respond within 12Hrs wbrking hours. from the time of intimation by Railway,
after 12 hrs. a penalty will be imposed Rs.1000/- per day per loco.
8.2 If contractor not completes the work within stipulated time as mentioned in Sr.4.1,4.2 & 4.3
of special terms and condition of contract then a penalty of Rs.2000 /- per day per loco will
be imposed.
8.3 Any adverse remarks in violation of conditions of tender, a penalty of Rs.S00/- per case will
be imposed
8.4 Penalty will be imposed @ Rs. 200/- per man, per day for not wearing of helmet, Uniform
and safety shoes while working in Railway premises on the basis of report of any Railway
officials
8.5 The penalty will normally be deducted from the bills & if no bill is due, amount due will be
adjusted against SD/PBG etc. The total LD to be deducted shall be subject to the maximum
limit as per Clause no. 17(B) of GCC April 2022 or latest.

TENDER

d'l
[ ""r

8.6 However, maximum cumulative penalty on the entire work should not exceed beyond 5olo
of the contract value. If penalty exceeds beyond 5o/o of the contract value, process may be
initiated to terminate the contract.
8.7 The decision of Railway Administration in this respect shall be final and binding and no
claim in this respect shall be entertained.

9. Custody of Material for DMTR: All required materials supplied by contractor to be


deposited at the custody store of ELS/Bhilai (for DMTR). A receipt for the deposited items
must be obtained, and a copy of this receipt should be submitted to the Sr. DEE/TRS/BIA
office for further processing.
10. PACKING TRANSPORT & OTHER CHARGES:
All the transport required for execution of work and for rectification of the defects noticed
during warranty period will be arranged by the contractor at their own cost. For carrying
out the work/rectifications at railway's site, the contractor will have to make his own
arrangements for labours & tools etc. Necessary Electricity & Electrical connection points
shall be provided at Electric Loco Shed, Bhilai on free of cost.
11. DAMAGE To RAILwAY PRoPERTy:
The contractor shall ensure that all the Railway equipments, fittings, parts are wel
protected and do not suffer any damages during the course of the work or afterwards as-a'
result of his work. The contractor shall be liable to rectiff, pay for direct losses, damages
caused to the Railways by him or his workmen knowingly / unknowingly while they are in
Railway premises working or not working. The amount shall be determined by the Railway.
t2. RELEASE MATERIAL :
All the released material will be return to Railways
All the Released material shall be handed over to consignee of ELS /Bhilai with proper
accountable by the contractor before preparation of bill. Tenderer shall take into .

consideration this aspect while quoting the rates.


13. Issue of Entry Permit:
The tenderer shall provide all the required details about each personnel for the contractual
work along with passport size colour photographs and police verification certificate to the
office of [Link]/TRS/BIA for issue of Entry Permits. The entry permits of each personnel
will be valid only for entry purpose to carry out the specific work assigned to him and
validity of the entry permit will be up to DOC. Contractor shall be given adequate number of
entry permit cards for distribution among their workers. The contractor shall maintai-
register for issue of entry permit cards and shall inform to railway administratio*'
immediately on the prescribed form. It shall be the responsibility of contractor to ensure
that entry permit is properly collected from their staff. The contractor shall be responsible
for antecedents / police verification of the staff employed by them for railway works.

All losses and non-return of these cards should be properly informed at all levels and only
after due verification by the office of [Link]/TRS/BIA, the duplicate card will be issued
,(mentioning DUPLICATE over it) bearing detail of the old card number mentioned on it.
Each personnel employed by contractor must carry the 'Entry Permit'while carrying out
the contractual work within railway premises. Whenever labour is changed, old Entry
permit is to be returned by contractor.

TENDERNOTICE No.
I rlt

14. PTACE OF WORK:


The proposed work will be carried out by the firm at Electric Loco Shed/Bhilai premises.
15. INSPECTION:
foint inspection & final inspection to be done by authorized representative of
[Link]/TRS/BIA and the authorized representative of the contractor for execution of work.

16. MACHINE AND PLANTS:


The contractor should have to provide all necessary machinery tools, equipmen! ladders,
trolley, materials and sufficient trained/skilled manpower for the execution of work.
L7. The necessary reasonable space, electricity, Crane and water in connection with this
contract will be provided by Railways free of cost and space for storage of material
equipments, and other accessories. However, this shall not be utilized by the contractor for
any other purposes.

18. Payment:
All the claims for payment i.e. contractor's invoices "shall be accompanied with by the
following documents.
1. Material receipt certificate,
2. Railway's inspection certificate.
3. Railway's acceptancecertificate.
4. Guarantee/warrantycertificate.
5. |oint inspection report
6. GST Invoice certificate.
' 7. Documentary proof for all material used is of approved source.
t00o/o payment will be made on particular work completed and duly inspected and
accepted by consignee provided that balance amount of security deposit will be recovered
from firm's on account bills at the rate of 60/o of the bill amount till the full security deposit
is recovered.
Bills in one set complete in all respects together with receipt challan, joint checking report
and other relevant documents shall be submitted to the Sr. Divisional. Electrical Engineer
(TRS); S.E.C. Railway, Bhilai who after passing the bill will forward the same to Sr. Divisional
Finance Manger S.E.C. Railway, Raipur for payment directly to the firm, within a reasonable
period from the date of receipt of the bill accompanied with inspection certificate and other
relevant documents.
19. MODE OF PAYMENT:
PAYMENT THRoucH ECS/EFT (wherever this facility is available.)

(i) Contractor to give consent in a mandate form for receipt of payment through ECS/EFT.
(ii)
' Contractor to provide the details of Bank A/c in line with RBI guidelines for the same.
These detailswill include Bank Name, Branch Name & address, Account type, Bank A/c
No. and Bank & Branch code as appearing on MICR cheque issued by bank.'
(iii) Contractor to attach certificate from their bank certiffing the correctness of all above
mentioned information (as mentioned in point (ii) above).
(iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is not available,
payment will be released through Cheque.

TENDER T RS-B
A',,
IA -24 -2 5 -Trough\U-ff7
ffiLlll;::ll ?r.'[Link])
11Ij-:' :.: i, :
_{TF::)
( !t ,.; ,. i , ;, ,l;r:l$ '

I i: :i:, l-li\,.. ehil*i


['*9

20. PAYMENT THR0UGH ,LETTER oF CREDIT,.


For all the tenders having advertised cost of Rs. 10 Lakh or above, the contractor shall
have the optibn to take payment from Railways through a letter of credit(LC)
arrangement as per Railway Board vide letter no. 20L8/CE-L/CT/9. Dt. 04.06.2018
separately attached.
21. POST PAYMENT AUDIT:
It is an agreed term of the contract that the Railway reserves to itself the right to carryout
. a post payment audit and or technical examination of the works and the final bills,
including all supporting vouchers, abstract etg and to make a claim on the contract for the
refund of any excess amount paid to him if as a result of such examination any over
payment to him is discovered to have been made in respect of any work done or alleged
to have been done by him under the contract.
22. INCOME TAX:
The contractors are liable to pay Income Tax through each bill. Income tax @ 270 shall be
deducted from bill. Tenderer may consider this" aspect while quoting for the work.
However, rules or circular as valid at the time of billing will be applicable irrespective -"
anything written above.
23. Taxes and Duties:
i. Taxes are applicable as per Goods & Service Tax Act ZOL7.
ii. Income tax deductions: Being a works contrac! income tax @ 2o/o grossamount
excluding GST amount or as applicable is recoverable from contractor's bill.
iii. TDS for GST (Goods & Service Tax) @ 2o/o on gross amount excluding GST amount
or as applicable is recoverable from contractor's bill.

24. General:
24.1 No claim for idle labour and or idle machinery etc on any account will be entertained.
Similarly no claims shall be entertained for business loss or iny such loss.
24.2 It should be specifically noted that some of the detailed drawings may not have finalized
!f qt e Railway and will, therefore, be supplied to the Contract"or as and when they are
finalized on demand. No compensation whatsoever on this account shall be payable by ttre
R4ilway Administration. No claim whatsoever will be entertained by ttie Railway o-
account of any delay or hold up of the work(s) arising out delay in appioval of drawing-
changes modifications, alterations, additions, omissions and siie Iay out plan or detaiGd
drawings and design and orlate supply of such materials as are required to be arranged by
the Railway or due to any other factor on Railway account.

24.3 Labour, transport,-material handling equipmenf tools, tackles, machines and equipment
shall not be provided by the Railway for execution of work unless otherrryise sp'eciflcally
mentioned
24.4 ' Tenderer may inspect the Electric Loco Shed, Bhilai to assess the nature and quantum of
work before quoting.

24.5 The responsibility for safe custody of the Contractor's materials, tools etc. will be of the
Contractor. Before entering the material to shed premises gate pass clearance is required.

W
TENDERNOTICE
rq

24.6 It will be the responsibility of the Contractor to ensure that all his workmen observe
industrial safety rules, procedures, methods, practices etc. Railway will not be responsible
for any accident (fatal or non-fatal) or injury minor/major to the personnel of contractor
or the financial implication arising there from.
24.7 In case of injury/death of Contractor staff in the shed premises, no claim of compensation
will be entertained bythe Railway.
24.8 Contractor shall ensure that all loco equipments, fittings, are well protected and also do
not suffer any damages during the course of work or afterwards as a result of the work.

24.g The Contractor shall be liable to pay for direct losses, damages caused to Railways by you
or your workmen knowingly / unknowingly while they are in Railway premises working
or not working. The amount shall be determined by the Sr. Divisional Electrical Engineer,
(TRS) Electric Loco shed, Bhilai where the case / incidence occur. Railway will not provide
any type of transport to Contractor for bringing his staff on duty.

24.L0 During duty hours, your staff on duty in shed premises should not consume any liquor or
any intoxication. In case if it is noticed that they are under influence of liquor or
intoxication, guilty of moral turpitudg penalty of Rsl 10OO/- per person per incident
will be imposed and the person will not be deputed to work further.

[Link] In case of theft / pilferage or any other loss caused to Railways due to negligence or
improper discharge of duties by your staff you will have to make good all kinds of losses to
Railways.

24.L2 As Railway's maintenance work is also going on the locomotive along with this
modification work during that period exclusive availability of loco will not be entertained.

24.t3 During execution of worh proper safety to be ensured by contractor.


24'14 It may be noted here that the latest conditions of General Conditions of Contract (GCC
April 2022 (Works) Or Latest) of S.E.C. Railway, provisions of relevant codes, manuals,
circular etc, are generally applicable for works portion on whole, IRS conditions will be
applicable for equipment's portion.
2+.15 Facility of EOT Crane for loading/Unloading of material in the shed premises shall be
provided by Railway's free of cost.

24.L6 Necessary Electricity & Electrical connection shall be provided at Electric Loco Shed, Bhilai
on free of cost for the work as per scope of work of tender document.
24.L7 In addition to the conditions laid down the actual conditions such as GCC etc. prevailing at
the time of signing the contract document shall supersede any of the provision as
mentioned in the tender document.
24.L8 All the legal and financial implications as a result of modification in Government policy and
act will be accordingly accommodated and shall be acceptable to the contractor.
|' {P'

[Link] The Railways will also be authorized to recover the amount of loss suffered by the
Railways from the contractor. Under these provisions the decision and determination by
the Railways or its authorized representative shall not be challenged in any court of law or
arbitration or otherwise and the contractor after signing this agreement hereby
irrevocably authorizes the Railways to set off and adjust such loss or damage against the
amount of security deposit and/or outstanding payment and in th e event olshort fall, the
contractor shall immediately on issuing a certificate by the Railways, pay the same amount
to the Railways without demur or objection.

[Link] The contractor has to make own arrangement to protect their staff and surroundings from
the danger to health & of fire. The contractor will provide his men the protective gears
such as protective glasses, shoes, helmet, dress etc. on his own cost.

25. Police verification of Contractual staffs - The police verification for all contractual staff
will ensure that the contractual staff are reliable and do not a risk to all users and Railway
employees.
Contractors'shall not deploy person of bad character or any person whose antecedents
have not been investigated by the police and shall idsue an appointment certificate, which
shall contain a photograph of the employee speciffing the employee's name, father's narn--
address and the place at which employed, with his/her left/right'hand thumb impression
affixed thereon in printer's ink which he will carry with him/her while on duty. The
expenses for such verification as necessary shall be borne by the contractor
Police verification of the staffs is to be submitted by the contractor
26. Completion Period:
Entire work should be completed within 24 (Twenty Four) months from date of issue of
letter of acceptance (LOA).
27. General conditions of contract of Indian Railway -April 2022 or latest will prevail
wherever not specified otherwise.

K
qR*A%- sltu{nl (oo ao €ro),f,rc,rg '
(lTrrd d {rwqfr d ffrg aqT s=rft1 siR t)
,g_

TENDER NOTICE No. TRS-BIA-24-25-Trough- 18

You might also like