You are on page 1of 103

-1-

Tender No.: ALD/713-Sig/OT/2015 - 16/48 Dated: 07.12.2015

NAME OF WORK: - Provision of Hot stand - by arrangement at electronic


interlocked stations of Allahabad and Agra Divisions of North Central Railway.

BOOK NO –

COST (BY CASH) – Rs. 10700.00 (Rs. Ten Thousand Seven Hundred Only)
COST BY POST – Rs.11200/- (Rs. Eleven Thousand Two hundred Only)

Contractor For Chief Signal and Telecom Engineer


-2-
INDEX
Part Chapter Description Page

I Tender Notice 5 to 12

II Top Sheet 13

III Check List 14

Instructions to tenderers and


IV conditions of tendering 15 to 26
Pt - I:
Technical
Bid
V Special conditions of the contract 27 to 53

Forms of Tender
VI 54 to 67

VI Requirement of JV’s 68 to 74

TECHNICAL SPECIFICATION (List


VII of sources of Specifications & 75 to 91
Drawings)

Pt-II:
Financial VIII Financial Bid Sheet (Tender Schedule) 92 to 103
Bid

Contractor For Chief Signal and Telecom Engineer


-3-
CERTIFICATE REGARDING DOWNLOADING OF TENDER DOCUMENT FROM THE
WEBSITE.

Tender Notice No:- ALD / 713-Sig/OT/ 2015-16/48 Date 07.12.2015.

We certify that the tender document has been downloaded from the website
as mentioned in NIT & the same is being submitted by us as our offer. If at
any stage, there is any difference found between the office copy of tender
document and downloaded copy, office copy of the tender document will be
treated as final and the same shall be binding.

TENDERER

Contractor For Chief Signal and Telecom Engineer


-4-

PART-I: TECHNICAL BID

Name of Work: - Provision of Hot stand - by arrangement at electronic


interlocked stations of Allahabad and Agra Divisions of North Central Railway.

Contractor For Chief Signal and Telecom Engineer


-5-
CHAPTER- I
NORTH CENTRAL RAILWAY
ALLAHABAD DIVISION
Tender Notice
Tender Notice No. ALD/713-Sig/OT/2015 - 16/48 Signal & Telecommunication Branch
Date: 07.12.2015. Office of Divisional Railway Manager
North Central Railway, Allahabad.
Divisional Railway Manager (Signal & telecommunication), N. C. Railway ALD for and on behalf of the President
of India invites open tender on two packet system on prescribed tender forms in sealed envelope, from
reputed contractors / joint venture firms with adequate experience and financial capability, for the following
work up to 12.00 hrs on the opening date of tender mentioned therein.
The tender shall be in two parts i.e. (i) Technical Bid and (ii) Financial Bid, which shall be sealed separately and
super scribed as Technical Bid (Packet-I) and Financial Bid (Packet- II) and both shall be sealed in a larger outer
envelope addressed to "Divisional Railway Manager (Signal & telecommunication), North Central Railway,
ALD" and it shall be deposited in the tender box nominated for this purpose in the offices of Divisional Railway
Manager (Signal & telecommunication)/ALD & IRPMU/NDLS.
On due date of opening, only Technical Bid (Packet-I) will be opened. Tenderers, who qualify in the Technical
Bid, shall be invited separately for opening of financial bid. Packet-II (date of opening will to be decided
afterwards). If date of opening is declared a holiday, the offers shall be opened on the next working day at the
same time.
‘Price Bid’ (financial–bid) of tenderers whose ‘Technical Bid’ is considered as invalid will not be opened.
The details of the Tender are as under:-
Tender Approx. Earnest Cost of Date of Closing
S
No. & Name of Work Cost of Money Tender Completion / Opening of
N
Date work (`) (`) Form (`) Period tender
Provision of Hot stand -
ALD / 713- 10700/- +
by arrangement at
Sig/OT/ Rs.500 20.01.2016 at
electronic interlocked 2067.81 Twelve
1 2015-16/ 1183910/- extra if 12:00hrs /
stations of Allahabad Lacs Months
48, Date required 12:30hrs
and Agra Divisions of
07.12.2015 by post.
North Central Railway.
PARTICULAR OF EARNEST MONEY:
The prescribed amount of Earnest Money as above must be deposited along with the tender form either in
Cash with Divisional Cashier & Pay Master (DCPM), North Central Railway Allahabad or in any of the following
forms duly pledged in favour of Senior Divisional Finance Manager, North Central Railway, Allahabad:
(i) Banker’s Cheque / Demand Drafts duly pledged in favour of Senior Divisional Finance Manager, North
Central Railway, Allahabad. These forms of earnest money could be either of the State Bank of India or
of any of the Nationalized Banks. No confirmatory advice from Reserve Bank of India will be necessary.
(ii) Banker’s Cheque/Demand Drafts duly pledged in favour of Senior Divisional Finance Manager, North
Central Railway, Allahabad executed by the Scheduled Banks (other than the State Bank of India and the
Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railway will not,
however, accept Banker’s cheques/Demand Drafts without getting in writing the concurrence of the
Reserve Bank of India.
If the tenderers submit earnest money in any form other than prescribed above, their tender shall not be
accepted. Tenders without earnest money shall be summarily rejected.
Contd…… 2

Contractor For Chief Signal and Telecom Engineer


-6-
-2–
COST OF TENDER FORM :
The cost of tender form is prescribed above. The cost of the tender form is non- refundable and the tender
form is not transferable.
AVAILABILITY OF TENDER FORM :
Tender forms shall be available for sale on any working day from 22.12.2015 to 19.01.2016 between 10.00 hrs.
to 16.00 hrs and up to 11.00 hrs on 20.01.2016 in the Office of the Senior Divisional Signal &
Telecommunication Engineer, Co-ordination, North Central Railway, Nawab Yusuf Road, Allahabad - 211001
(U.P.).
In this period, the tender form can be obtained from Tender Clerk of above office on cash payment for the
cost of tender form as mentioned above. More over, Tender form may also be obtained with the other mode
of payment viz. Money Receipt from Divisional Cashier & Pay Master (i.e. D.C.P.M.), Divisional Cash Office,
North Central Railway Allahabad, Crossed Demand Draft or Bankers Cheque duly pledged in favour of Senior
Divisional Finance Manager, North Central Railway, Allahabad. The cost of Tender form is non – refundable.
No other mode of payment will be acceptable.
If Tenderers are desirous of getting the Tender documents by registered post, they should send additional
postal expenses @ Rs. 500/- only (Non-refundable) per tender form. Tender forms requested by registered
post will be on the risk of the applicant. However, no responsibility will be taken by Railway for delay/ loss/
non-receipt of tender documents sent to them by post.
The Tender Documents can also be downloaded from Railway’s web site www.ncr.indianrailways.gov.in or
from the web site www.tenders.gov.in and used, for which the cost of tender document should be submitted
along with the tender in shape of crossed demand draft or Bankers Cheque (Non refundable) payable at
Allahabad in favour of Senior Divisional Finance Manager, North Central Railway, Allahabad. Tenderer(s) using
the tender document downloaded from the website, should watch the website for the corrigendum/
addendum to the NIT/ Tender document, if any, as there will not be any separate communication for the
same.
Railway administration will not be responsible for any delay / difficulties/ inaccessibility of the down - loading
facility from Internet for any reason whatsoever. In case of any discrepancy between the English version of
tender notice and its Hindi translation, the concerned content of English version shall prevail and will be
binding on the tenderer(s). In case of any discrepancy between the tender documents downloaded from
Internet and the approved master copy available in the office, the Latter shall prevail and will be binding on
the tenderer(s). No claim on this account will be entertained.
AMENDMENT TO TENDER DOCUMENTS:-
(i) At any time prior to the deadline for the submission of tenders, the Engineer may for any reason, whether
at his own initiative or in response to a clarification or query raised by a prospective tenderer, modify the
tender documents by an amendment.
(ii) The said amendment in the form of an addendum will be sent to all prospective tenderers who have
received the tender documents, on or prior to last date mentioned. This communication will be in writing
or by fax and the same shall be binding upon them for which the prospective tenderers will have to
submit their fax number in the office from where the Tender document is purchased. Prospective
tenderers should promptly acknowledge receipt thereof by fax to the Engineer.
(iii) Tenderers using the tender document downloaded from the website, should watch the website for the
Corrigendum/ addendum to the NIT/ Tender document, if any as per above, for which he will be solely
responsible and railway will not entertain anything whatsoever, for any unawareness in this regard, and
the railways stand will be final & binding on the tenderers.
Contd…… 3

Contractor For Chief Signal and Telecom Engineer


-7-
-3–
PLACE OF DROPPING OF COMPLETED TENDER FORM :
The Tender Documents duly filled in all respects and placed in a seal covered envelope super scribed with
Name of work, tender number and tender notice number must be deposited in Tender box nominated for this
purpose within due date and time at any one of the following locations:-
1. In the office of the Senior Divisional Signal & Telecommunication Engineer/ Co-ordination/ North
Central Railway/ Divisional Railway Manager’s Office Nawab Yusuf Road, Allahabad - 211001 (U.P.).
2. In the office of the Chief Administrative Officer, Indian Railway Project Management Unit (IRPMU),
IRCOT building, Shivaji Bridge, behind Shanker Market, C. Place, New Delhi.
If Tenderer(s) is / are desirous to submit their tender by registered post, the tender must be posted in such a
manner so as to reach the office of the Senior Divisional Signal & Telecommunication Engineer/ Co-ordination/
North Central Railway/ Divisional Railway Manager’s Office Nawab Yusuf Road, Allahabad - 211001 (U.P.) by
that time and date positively.
Tender Box will be closed at 12.00 hrs. on the closing date (i.e. due date of opening of tender).
TIME, DATE & PLACES OF OPENING OF TENDER :
Tenders will be opened publicly at 12.30 hours on due date at the places as specified above for ‘dropping of
completed tender form’.
In case tender opening date happens to be holiday, Tenders will be received and opened on the next working
day at the same time and at the same places. Tenders, which are received after the time and date specified
above, shall not be considered. If any tenderer is interested to be present at the time of opening of tender, he
may do so at his own expenses.
VALIDITY OF TENDER :
The tenderers shall keep the offer open for a minimum period of 90 days from the date of opening of tender
and being extended further if required by mutual agreement from time to time. Any contravention of the
above conditions will make the tenderer liable for forfeiture of his Earnest Money deposit. The tenderer
cannot withdraw their offer within the period of validity/extended validity.
TECHNICAL AND FINANCIAL ELIGIBILITY CRITERIA:
Tenderer should submit documents in support of minimum eligibility criteria along with the tender. No
document in support of minimum eligibility criteria will be accepted / entertained after opening of tender.
Minimum Eligibility Criteria for the work is as under:

(i) The tenderer should have completed at least one similar single work up to the date of opening of
tender [as defined under item No. (iii) below] for a minimum value of 35% of the Advertised Tender
value in the last three financial years (i.e. current year and three previous financial years).
(ii) Total contract amount received by the tenderer during the last three financial years and in the current
financial year should be minimum 150% of Advertised Tender value of work. Tenderer is required to
submit certificate to this effect which may be an attested certificate from employer/ Client, audited
balance sheet duly certified by the Chartered Accountant.
(iii) “Similar work” for minimum eligibility criteria is defined as below:
SN Tender Notice Number Similar work for minimum eligibility criteria

1 ALD / 713-Sig/OT/ 2015-16 / 48 Date Any EI / PI / RRI work with or without outdoor work.
07.12.2015

Contd…… 4

Contractor For Chief Signal and Telecom Engineer


-8-
-4–
DETAIL OF PERFORMANCE GUARANTEE:
Successful tenderer will submit performance guarantee amounting to 5% of the contract value in any shape as
given in tender form pledged in favour of Sr.DFM/NCR/ALD within 30 days from the date of issue of Letter Of
Acceptance (LOA). If failed to submit the same within this time limit, than from 31st day to 60th day a penal
interest will be charged @15% per annum. In case the contractor fails to submit the requisite Performance
Guarantee even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting
EMD and other dues, if any payable against the contract. The failed contractor will be debarred from
participating in re-tendering for that work.
Applicability JVs/consortiums/ MOU’s
JVs/ Consortium/ MOUs shall be considered.
Price Variation Clause
Price Variation Clause will be applicable for all tenders of value more than ` 50 Lakh irrespective of
completion period.
RIGHT OF RAILWAY TO DEAL WITH TENDER:
Railway Administration reserves the right to postpone /modify or to cancel any one or all the tenders without
assigning any reasons.
MODE OF PAYMENT:
The payment to the contractor will be made through EFT/ECS.
Allocation: 26-3300-03 For Estimate No. S&T/082/2015.
43-3300-03 For Estimate No. Agra/N/WKS/EI/Hot Stand by.

Sr.Divl. Sig. & Telecomm. Engineer/Sig.


North Central Railway, Allahabad.
For & on behalf of the President of India.
Copy to :
1. The C. S. T.E./N.C.Rly./Allahabad for kind information please.
2. The C.A.O. (IRPMU)/NDLS for kind information please.
3. The Dy. C. V. O./ Engg. /N.C.Rly./Allahabad for kind information please.
4. The Chief Public Relation Officer/ NCR/ Allahabad for wide publication please.
5. DRM/ NCR/ALD, JHS, AGRA for kind information please.
6. Dy. C.S.T.E./C/ALD for kind information please.
7. Sr. D.S.T.E./N.C.Rly./AGRA & JHANSI for kind information please.
8. Sr. DFM/NCR/ALD. Sr. DFM is requested to kindly ensure to depute a Finance representative for
opening of tender.
9. Sr. DSC/RPF/ NCR/ Allahabad.
10. Sr. DSTE/ALJN for kind information. Please ensure opening of tenders in the office of CAO / IRPMU
/ NDLS at the scheduled time and date.

Contractor For Chief Signal and Telecom Engineer


-9-
mRrj e/; jsyos
bykgkckn e.My
fufonk lwpuk
fufonk lwpuk Ik=kad % , ,y Mh@713&flx@vks Vh@2015&16@48 ladsr ,oa nwjlapkj 'kk[kk
fnukad % 07.12.2015 e.My jsy izcU/kd dk;kZy;
mRrj e/; jsyos] bykgkckn
Hkkjr ds jk"Vªifr ds fy;s ,oa mudh vksj ls eaMy jsy izcU/kd@ ladsr ,oa nwjlapkj @mRrj e/; jsy bykgkckn }kjk
eksgjcUn fyQkQs esa i;kZIr foRrh; {kerk ,oa vuqHko lfgr izfrf"Br Bsdsnkjksa @ TokbaV osapj QeZ ls fuEufyf[kr dk;Z
ds fy;s nks iSdsV flLVe ij [kqyh fufonk fu/kkZfjr izi= ij fufonk [kqyus ds fnukad 12-00 cts rd vkeaf=r dh
tkrh gS A
fufonk nks Hkkxksa esa gksxh ¼v½ rduhdh cksyh (Technical Bid) vkSj ¼c½ foRrh; cksyh (Financial Bid), bu nks
iSdsVksa ij i`Fkd&i`Fkd rduhdh cksyh ¼iSdsV Ø-A½ o foRrh; cksyh ¼iSdsV Ø- AA½ vafdr dj o i`Fkd&i`Fkd lhycan
dj ,d cM+s fyQkQs esa eaMy jsy izca/kd ¼ladsr ,oa nwjlapkj½] mRrj e/; jsyos] bykgkckn dk irk vafdr dj Hkyh
Hkkafr can dj bl mÌs'; gsrq fu/kkZfjr fufonk cDls esa tks fd eaMy jsy izca/kd ¼ladsr ,oa nwjlapkj½ dk;kZy;
bykgkckn ,oa vkbZ vkj ih ;e ;w f'kokth fczt ubZ fnYyh esa j[kk tk;sxk es Mkyk@tek fd;k tk,xkA
fufonk [kqyus dh fu/kkZfjr frfFk ij dsoy rduhdh cksyh ¼iSdsV&A½ dks gh [kksyk tk,xkA dsoy mUgha fufonkdkj¨a tks
rduhdh cksyh esa oSËk ik, tk,axs mudks i`Fkd :i ls foRrh; cksyh ¼iSdsV&AA½ [kksyus gsrq vkeaf=r fd;k tk,xk
¼ftldh frfFk ckn esa fu/kkZfjr gksxh½A ;fn fufonk [kqyus dh rkjh[k ij vodk'k ?kksf"kr gksrk gS rks vxys dk;Z fnol
ij mlh le; fufonk [kksyh tk,xhA
ftu fufonkdkjksa dh rduhdh cksyh voS/k ?kksf"kr dj nh tk,xh mud® foRrh; cksyh @ dher cksyh ¼iSdsV&AA½
[kqyokus dk nkok djus dk dksbZ vf/kdkj ugha gksxkA
dk;Z dk fooj.k fuEu izdkj gS A
vuqekfur /kjksgj fufonk dk;Z fufonk
Dz- fufonk la- rFkk
dk;Z dk fooj.k ewY; jkf'k izi= dk lekiu cUn@[kqyus
la- fnukad
¼`.½ ¼`.½ ewY; ¼`.½ dh vof/k dh frfFk
mRrj e/; jsyos ds
10700/-
, ,y Mh@ bykgkckn ,oa vkxjk
+ 500/- 20.01.2016
713&flx@vksVh e.Myksa ds bysDVªkfud
2067.81 vfrfjDr 12 12-00@
1 @2015&16@48 bUVjykfdax okys 1183910/-
yk£ ;fn Mkd ekg 12-30
fnukad % LVs'ku¨a ij gkV LVSUM
}kjk cts
07.12.2015. ckb O;oLFkk dk
pkfg;s
izkoËkkuA
/kjksgj jkf'k dk fooj.k%
fufonknkrkvksa dks mijksDr /kjksgj jkf'k fufonk izi= ds lkFk ;k rks uxn e.My dks"kkf/kdkjh mRrj e/; jsyos]
bykgkckn dk;kZy; esa] vFkok fuEu fyf[kr izk:iksa esa ls dksbZ ,d tks fd ofj"V e.My foRr izca/kd] mRrj e/; jsyos]
bykgkckn ds uke bykgkckn esa ns; gks] fufonk izi= ds lkFk vo'; tek djuk pkfg;sA
1- cSadlZ psd@ fMekaM MªkQ~V tks fd ofj’B e.My for izcU/kd] mRrj e/; jsyos] bykgkckn ds uke ns; gks vkSj
tk fd Hkkjrh; LVsV cSad vFkok fdlh jk"Vªh;d`r cSad }kjk fuxZr gksA blds fy;s fjtoZ cSad }kjk iqf’V&lwpuk
dh vko”;drk ugha gksxhA
2- fjtoZ cSad }kjk bl mns'; gsrq vuqeksfnr lwph esa fu/kkZfjr cSad ¼ Hkkjrh; LVsV cSad vkSj jk"Vªh;d`r cSadksa ds
vfrfjDr½ }kjk tkjh cSadlZ psd@fMekaM Mªk¶V tks fd ofj’B e.My for izcU/kd] mRrj e/; jsyos] bykgkckn
ds uke ns; gksA jsyos }kjk ,slh cSadlZ psd@fMekaM Mªk¶V dks fjtoZ cSad ds fyf[kr lgefr ds fcuk Lohdkj ugha
fd;k tk;sxkA
dze'k%-----2@&
Contractor For Chief Signal and Telecom Engineer
- 10 -
&2&
;fn fufonknkrk fufonk izi= ds lkFk /kjksgj jkf'k mijksDr ds vfrfjDr fdlh vU; :i esa tek djrs gS rks mudh
fufonk izi= Lohdkj ugha fd;k tk;sxkA fcuk mfpr /kjksgj jkf'k ds fufonk fdlh Hkh ifjfLFkfr esa Lohdkj ugha dh
tk;sxh vkSj iw.kZr;k vLohd`r dj nh tk;sxhA
fufonk izi= dk ewY;%
fufonk izi= dk ewY; mijksDr of.kZr gSA fufonk izi= dk ewY; okil ugha gksxk vkSj fufonk izi= vgLrkarj.kh; gSA
fufonk izi=ks dh miyC/krk %
fufonk izi= ofj"B eaMy ladsr ,oa nwj lapkj vfHk;Urk@leUo;@mRrj e/; jsyos] uokc ;qlqQ jksM] bykgkckn &
211001 ¼m-iz-½ ds dk;kZy; esa fdlh Hkh dk;Z fnol ij fnukad 22-12-2015 ls 19-01-2016 rd 10-00 cts ls 16-00
cts ds e/; rFkk fnukad 20-01-2016 d¨ 11-00 cts rd fcØh gsrq miyC/k jgsxkA bu vof/k;ksa esa fufonk izi= mijksDr
dk;Zky; ds fufonk fyfid] ls rRdky uxn Hkqxrku ij ;k e.My [ktkUph ,oa is ekLVj ¼mRrj e/; jsyos bykgkckn½
dh euh jlhn ij izkIr fd;k tk ldrk gSA blds vfrfjDr fufonk izi= ØzkLM fMekaM Mªk¶V vFkok cSdlZ psd ds
:i esa] ftldk Hkqxrku bykgkckn esa miyC/k gks] ofj"B e.My foRr izcU/kd mRrj e/; jsyos bykgkckn ds uke
fuLikfnr fd;k gks] ds izLrqr djus ij Hkh izkIr fd;s tk ldrs gSA blds vykok fdlh vU; fof/k ls fd;k x;k
Hkqxrku Lohdk;Z ugha gksxkA
;fn fufonknkrk fufonk QkeZ jftLVMZ Mkd }kjk eaxokuk pkgs rks izfr fufonk izi= :-500@& dh nj ls vfrjfDr
Mkd [kpZ ds fy;s ns; gksxk tks okil ugha fd;k tk;sxkA Mkd }kjk eaxok;s @ Hksts x;s fufonk izi= fufonk nkrk
ds tksf[ke ij gksaxsA Mkd }kjk Hksts x;s fufonk izi=ksa ds foyEc ls igqapus@ xqe gks tkus ;k u izkIr gksus ds fy;s
jsyos dh ftEesnkjh ugha gksxhA
fufonk QkeZ jsyos dh csc lkbV www.ncr.indianrailways.gov.in vFkok csc lkbV www.tenders.gov.in
ds }kjk Hkh Mkmu yksM dj iz;ksx fd;k tk ldrk gS A blds fy;s fufonknkrk dks fufonk QkeZ dk ewY; ¼tks okil
ugha fd;k tk;sxk½ ØzkLM fMekUM Mªk¶V vFkok cSadlZ psd ds :i esa] ftldk Hkqxrku bykgkckn esa miyC/k gks] ofj"B
e.My foRr izcU/kd mRrj e/; jsyos bykgkckn ds uke fuLikfnr fd;k gks] fufonk QkeZ ds lkFk tek djuk vko';d
gS A fufonknkrk¼vksa½ tks fd jsyos dh csc lkbV ls Mkmu yksM fd;k x;k fufonk izi= mi;ksx dj jgsa gS] dks pkfg;s
fd os fufonk lwpuk @ fufonk izi= ls lEcfU/kr leLr dksfjtsUMe @ ,MUMe ¼;fn gS rks½ dks jsyos dh csc lkbV
ij ns[krsa jgsa] bl lEcU/k esa vyx ls dksbZ Hkh lwpuk ugha nh tk;sxhA
bUVjusV ls MkmuyksfMax esa fdUgh dkj.kksa ls foyEc] dfBukb;ka] bu,DlslfcfyVh ls lEcfU/kr fdlh Hkh izdkj dh
leL;k ds fy;s jsy iz'kklu ftEesnkj ugha gksxk A ;fn vaxz¢th fufonk lwpuk vkSj mlds fgUnh vuqokn ds fdlh en
esa dksbZ vUrj ik;k tkrk gS rks vaxz¢th fufonk lwpuk esa iznRr en fooj.k gh ekU; gksxkA ;fn Mkmu yksM fd;s x;s
fufonk izi= vkSj bl dk;kZy; esa miyC/k fufonk izi= dh vuqeksfnr ekLVj izfr esa dksbZ vUrj ik;k tkrk gS rks bl
dk;kZy; esa miyC/k vuqqeksfnr ekLVj izfr gh ekU; gksxhA bl lEcU/k esa fdlh Hkh izdkj ds nkos Lohdk;Z ugha gksaxsA
fufonk izi= esa la'kks/ku
¼v½&fufonk tek djus dh frfFk ls iwoZ fdlh Hkh le; bathfu;j fdlh Hkh dkj.k ls tks mlds Lo;a dh igy ;k
lacaf/kr fufonknkrkvksa ds }kjk ekWxs x;s Li"Vhdj.k ;k lwpuk ds ifjisz{; esa gksa fufonk izi= esa la'kks/ku dj
ldrk gSA
¼c½&dfFkr la'kks/ku ,d 'kqf/ni= ds #i esa leLr lacaf/kr fufonkdkjksa dks tks fufonk izi= izkIr dj pqds gSa] vfUre
frfFk ;k mlls iwoZ Hkstk tk;sxk A ;g laisz"k.k fyf[kr ;k QSDl ds }kjk gksxk rFkk leLr lacaf/kr fufonkdkjksa ij
ckË;dkjh gksxk bl gsrq lEcfU/kr fufonkdkj dks] fufonk izi= [kjhnrs le;] dk;kZy; esa viuk QSDl uEcj
lwfpr djuk vko’;d gSA lacaf/kr fufonkdkj la'kks/ku@'kqf/ni= izkIr gksus dh ikorh Rofjr :i ls VSyhQSDl
}kjk bathfu;j dks nsaxsA
¼l½&fufonkrk¼vksa½ tks fd jsyos dh csolkbV ls Mkmu yksM fd;k x;k fufonk izi= mi;ksx dj jgs gS dks pkfg;s fd
os fufonk lwpuk@fufonk izi= ls lEcfU/kr leLr dksfjtsUMe@,MUMe ¼;fn gS rks½ dks jsyos dh csolkbV ij
ns[krs jgs]a ftlds fy;s os iw.kZr% mRrjnk;h gksaxs rFkk jsyos bl laca/k esa xSj tkx#drk ds fy;s dqN Hkh fopkj
ugh djsxh pkgs tks Hkh gks] jsyos dk i{k vafre rFkk fufonkdkjksa ij izfrc) gksxkA
dze'k%-----3@&

Contractor For Chief Signal and Telecom Engineer


- 11 -
&3&
iw.kZ :i ls Hkjs gq;s fufonk izi=ks dks tek djuk
fufonknkrkvksa dks iw.kZ :i ls Hkjs gq;s fufonk izi=ks dks lhy can fyQkQs es]a ¼ftl ij fufonk dk;Z dk uke] fufonk
lwpuk la[;k rFkk fufonk la[;k Li"V :i ls fy[kk gksuk pkfg;s ½ es Hkj dj fufonk QkeZ Mkyus gsrq ukfer ckDl esa
fu/kkZfjr frfFk] le; ds Hkhrj fuEukafdr LFkkuksa esa ls fdlh ,d ij Mkyuk pkfg;sA
1- ofj"B eaMy ladsr ,oa nwj lapkj vfHk;Urk @leUo;@ mRrj e/; jsyos @eaMy jsy izcU/kd dk;kZy;] uokc
;qlqQ jksM] bykgkckn &211001 ¼mRrj izns'k½ ds dk;kZy; esaA
2- eq[; iz'kklfud vf/kdkjh] Hkkjrh; jsy ifj;kstuk izcU/ku bdkbZ ¼vkb vkj ih ,e ;w½] bjdkV fcfYMax] f'kokth
fczt] 'kadj ekdsZV ds ihNs] dukV Iysl] uà fnYyh ds dk;kZy; esaA
fufonknkrk¼vksa½ ;fn fufonk izi= Mkd@ iksLV }kjk Hkstuk pkgrs gSa rks mUgsa pkfg;s fd os fufonk izi= bl izdkj ls
Hkstsa ftllsa fd fufonk izi= ofj"B eaMy ladsr ,oa nwj lapkj vfHk;Urk@leUo;@mRrj e/; jsyos @eaMy jsy
izcU/kd dk;kZy;] uokc ;qlqQ jksM] bykgkckn &211001 ¼mRrj izns'k½ ds dk;kZy; esa fu/kkZfjr le;@ frfFk rd
vo'; izkIr gks tk;sA
fufonk ckDl] fufonk can gksus dh frfFk vFkZkr fufonk [kqyus dh fu/kkZfjr frfFk dks 12-00 cts can dj fn;k tk;sxkA
fufonk [kqyus dk le;] frfFk rFkk LFkku
fufonk iwoZ fu/kkZfjr frfFk dks 12-30 cts lkoZtfud :i ls fu/kkZfjr le; ij fu/kkZfjr ^iw.kZ :i ls Hkjs gq;s fufonk
izi=ks dks tek djuk ds gsfMax esa n'kkZ;s x;s* LFkkuksa ij [kksyh tk;sxh A
vxj ml fnu fdlh dkj.ko'k dk;kZy; cUn jgs rks fufonk vxys fnu] dk;Z fnol ij mlh le; ij fu/kkZfjr le;
rd @ ls izkIr dh tk;sxh ,ao [kksyh tk;sxh A fu/kkZfjr le;@ frfFk ds i'pkr izkIr fufonk izi= ij fopkj ugha
fd;k tk;sxkA fufonknkrk¼vksa½ ;fn fufonk [kqyus dh frfFk@ le;@ LFkku ij mifLFkr gksuk pkgrsa gSa rks os vius
[kpsZ ij mifLFkr jg ldrsa gSa A jsyos iz'kklu blds fy;s fdlh Hkh izdkj dk [kpZ ogu ugha djsxkA
fufonk dh oS/krk
leLr fufonknkrk fufonk [kqyus ds 90 fnu rd vius fufonk vkQj [kqys j[ksaxs vkSj vko';drkuqlkj le; & le;
ij vkilh lgefr ls oS/krk frfFk dks Hkh c<+k;saxsA mi;qZDr 'krksZa ls gVus dh n'kk esa fufonknkrk }kjk tek dh xbZ
jkf'k tCr dj yh tk;sxhA fufonknkrk vius vkQj dks oS/krk frfFk@ c<+kbZ xbZ oS/krk frfFk esa okil ugh ys ldrs
gSA
rduhdh ,oa foRrh; ik=rk dh 'krsZ%a
fufonknkrk dks mlh izd`fr ds dk;Z ds fy;s oÆ.kr U;wure okaNuh; vk/kkj ds leFkZu esa lHkh izi= fufonk izi= ds
lkFk gh izLrqr djus g¨axs A fufonk [kqyus ds i'Pkkr~ U;wure okaNuh; vk/kkj ds leFkZu esa d¨Ã Hkh izi= u r¨ Lohdk;Z
g¨xk v©j u gh mu ij foPkkj fd;k tk,xkA
fufonk lwpuk esa mfYyf[kr dk;kZs ds fy;s U;wure vgZrk ekud
¼A½ fufonknkrk dks dze la[;k ¼AAA ½ esa uhps fn;s x;s mYys[k ds vuqlkj mlh izd`fr dk de ls de ,d dk;Z
foxr rhu foRrh; o"kksZ esa ¼vFkkZr orZeku ,oa fiNys rhu foRrh; o"kZ½ iw.kZ djus dk vuqHko gksuk pkfg;s]
ftldk ewY; orZeku foKkfir fufonk ds ewY; dk U;wure 35 izfr'kr gks A
¼AA½ fufonknkrk dks orZeku ,oa foxr rhu foRrh; o"kskZ esa orZeku foKkfir fufonk ds ewY; dk U;wure 150
izfr'kr /kujkf'k Bsds ds Hkqxrku ds :i esa izkIr gksuh pkfg;s A fufonknkrk dks bl vk'k; dk izek.ki= izLrqr
djuk gksxk tks fd fu;ksDrk@DykbUV }kjk lR;kfir rFkk pkVMZ ,dkmUVsUV }kjk izekf.kr cSysUl 'khV gksuk
pkfg;s A
¼AAA½ mlh izd`fr ds dk;Z ds fy;s U;wure okaNuh; vk/kkj fuEufyf[kr gS A
dze
fufonk lwpuk la[;k mlh izd`fr ds dk;Z ds fy;s U;wure okaNuh; vk/kkj
la0
, ,y Mh@713&flx@vks Vh@2015&16@48 ,suh bZ vkbZ@ih vkbZ@vkj vkj vkbZ odZ foFk vkj
1-
fnukad % 07-12-2015 fonkmV vkmVMksj odZA

dze'k%-----4@&

Contractor For Chief Signal and Telecom Engineer


- 12 -
&4&
ijQkesaZl xkjaVh%
lQy fufonk nkrk dks Bsds dk Lohdzfr i= fuxZr gksus ds 30 fnuks ds vUnj Bsds ds iw.kZ jkf'k ds 5% ds cjkcj ds
ewY; dh ijQkesaZl xkjaVh] tek djuh gksxh tsk ofj"B e.My foRr izca/kd] mRrj e/; jsyos] bykgkckn ds uke esa ns;
gks A ;fn bl le;kof/k es mDr jkf'k dks tek djus es Bsdsnkj vlQy gks tkrk gS rks 31osa fnu ls 60osa fnu rd
15% okf"kZd nj ls n.M C;kt nsuk gksxk A ;fn 60osa fnu rd Bsdsnkj ijQkesaZl xkjaVh tek djus esa vlQy jgrk gS
rks Bsdk fujLr dj fn;k tk;sxk rFkk /kjksgj jkf'k rFkk vU; dksbZ jkf'k ;fn gks rks] mls tCr dj fy;k tk;sxk A
vlQy Bsdsnkj dks nksckjk ml fufonk esa Hkkx ysus ls cfg"d`r dj fn;k tk;sxk A
ts-ch-,l-@dulksfVZ;e@,e-vks-;w^ ,l
ts-ch-,l-@dulksfVZ;e@,e-vks-;w-,l Lohdkj gksxsa A
izkbl oSjh,'ku Dykt
dk;Z lekiu dh vof/k dks /;ku esa j[ks fcuk 50 yk[k :i;s ls vf/kd ewY; dh lHkh fufonkvksa ds fy;s ewY;
ifjorZu dk micU/k ykxw gksxk A
fufonk Mhfyax gsrq jsyos ds vf/kdkj
jsyos iz'kklu dk] fdlh Hkh le; fcuk dkj.k crk;s dksbZ ,d ;k lkjh fufonkvksa dks LFkfxr@la'kksf/kr@fujLr
djus dk vf/kdkj lqjf{kr gSA
Hkqxrku dk rjhdk
Bsdsnkj dk Hkqxrku b0 ,Q0 Vh0 @ b0 lh0 ,l0 ds ek?;e ls fd;k tk;sxk
vy¨ds'ku % 26&3300&03 : bLVhesV ua0 S&T/082/2015.
43&3300&03 : bLVhesV ua0 Agra/N/WKS/EI/Hot Stand by

ofj0 eaMy ladsr ,oa nwj lapkj vfHk;Urk@flxå


mRrj e/; jsyos] bykgkckn
Hkkjr ds jk"Vªifr ds fy;s rFkk mudh vksj ls

izfrfyfi%&
1& eq[; ladsr ,oa nwjlapkj vfHk;Urk@mRrj e/; jsyos@bykgkckn dks lwpukFkZ A
2& eq[; iz'kklfud vf/kdkjh] Hkkjrh; jsy ifj;kstuk izcU/ku bdkbZ ¼vkb vkj ih ,e ;w½ uà fnYyh dks lwpukFkZA
3& mi eq[; lrdZrk vf/kdkjh@bUth0@mRrj e/; jsyos@bykgkckn dks lwpukFkZ A
4& eq[; tulEidZ vf/kdkjh] mRrj e/; jsyos bykgkckn dsk v[kckj esa lEiknu ,oa C;kid izpkj @a izlkj djus
gsrq Hksth tk jgh gS A
5& e.My jsy izcU/kd bykgkckn] >kWalh] vkxjk dks lwpukFkZA
6& fMIVh lh ,l Vh bZ@ lh @bykgkckn dks lwpukFkZ A
7& ofj0 eaMy ladsr ,oa nwj lapkj vfHk;Urk@mRrj e/; jsyos@vkxjk ,oa >kWlh dks lwpukFkZ
8& ofj"B e.My foRr izcU/kd mRrj e/; jsyos bykgkckn dks lwpukFkZ@ vko';d dk;Zokgh gsrq A vki ls
vuqjks/k gS fd vki vius ls lEcfU/kr izR;sd LFkku ij fu/kkZfjr frfFk ,oa le; ij ukfer fufonk ckDl dks
[kqyokus gsrq foRr izfrfuf/k vo'; fu;qDr djus dh d`ik djsaA
9& ofj"B dekUMsaV jsyos lqj{kk cy] mRrj e/; jsyos] bykgkckn
10& ofj0eaMy ladsr ,oa nwj lapkj vfHk;Urk@mRrj e/; jsyos@vyhx< dks vko';d dk;Zokgh gsrq A vki eq[;
iz'kklfud vf/kdkjh] Hkkjrh; jsy ifj;kstuk izcU/ku bdkbZ ¼vkb vkj ih ,e ;w½ uà fnYyh d¢ dk;kZy; e¢a
fu/kkZfjr frfFk ,oa le; ij fufonkv¨a dks [kqyokus dh d`ik djsaA

Contractor For Chief Signal and Telecom Engineer


- 13 -
TOP S HEET

1) Tender Notice No. : ALD/713-Sig/OT/2015 - 16/48 Dated 07.12.2015

2) Name of work : Provision of Hot stand - by arrangement at electronic


interlocked stations of Allahabad and Agra Divisions of
North Central Railway.

3) Approximate cost : Rs. 2067.81 lakhs

4) Completion period : Twelve (12) months

5) Earnest Money : Rs. 1183910/-

6) Date from which tender : 22.12.2015 to 19.01.2016 from 10.00 Hrs to 16.00
documents will be available for Hrs. and on 20.01.2016 upto 11.00 Hrs
sale.

7) Date of opening : 20.01.2016 will be opened at 12.30 Hrs.

8) Cost of tender document : Rs. 10700/- by cash


Rs. 11200/- by Post
9) Sold to : M/s.

10) Validity of offer : 90 Days

Details of deposit of cost of :

Tender Document……………………………MR No. …………………………….. Date ………………………


Rs………………………….
Issued by: Chief Booking Clerk, NC Railway /

Signature of Contractor Signature of Issuing Official

Contractor For Chief Signal and Telecom Engineer


- 14 -
CHECK LIST

S.No. Items Remark


1. Are you eligible as per qualification Criteria of special condition of tender And Yes / No
submitted the documents in support?

2. Have you purchased the Tender Document? Yes / No

3. Have you submitted Earnest Money in favour of Sr. Divisional Finance Yes / No
Manager, N.C.Railway, Allahabad.

4. Have you furnished valid Sales Tax Clearance Certificate (latest)? Yes / No

5. Have you furnished documents testifying Previous experience and financial Yes / No
Status?

6. Have you furnished the constitution of The firm duly attested & the power of Yes / No
Attorney?

7. Have you furnished the documents As required under Para –6 of Instructions Yes / No
to Tenderers?

8. Have you enclosed bar chart / pert Chart along with your tender indicating the Yes / No
completion period of various Activities and noted to complete the work As per
the completion period and time - Schedule defined.

SIGNATURE ……………………………………

Name ( . . . . . . . . . . . . . . . )

SEAL OF THE TENDERER.

Contractor For Chief Signal and Telecom Engineer


- 15 -
CHAPTER- II
INSTRUCTIONS TO TENDERERS AND CONDITIONS OF TENDERING

1. GENERAL INSTRUCTIONS:
1.1 Tenders are invited on behalf of President of India acting through Divisional Railway Manager (Signal &
telecommunication), N. C. Railway, Allahabad, from established and reliable contractors for the work
“Provision of Hot stand - by arrangement at electronic interlocked stations of Allahabad and Agra
Divisions of North Central Railway.”
1.2 The General Conditions of contract, Special Conditions of Contract, Instructions to tenderers and
conditions of tendering, Technical Specifications, including schedule of work & supplies including all
Annexure & forms etc. shall, hereafter, be collectively referred to as the "Tender papers". Any
clarifications required by the tenderer may be obtained from the office of Sr DSTE/Co./ALD.
2. INTERPRETATIONS:
The following terms wherever occurring in the tender papers and wherever used throughout the
execution of the work, shall, unless excluded by or repugnant to the context, have the meaning attributed
there to as follows: -
"CONTRACT" Means the Agreement or Work Order resulting from the acceptance by the Purchaser of this
tender either in whole or in part.
"CONTRACTOR” Means the successful Tenderer, i.e., the Tenderer whose Tender has been accepted
either in whole or in part.
“CONTRACTOR’S REPRESENTATIVE” Shall mean a person in supervisory capacity who shall be so declared
by the contractor and who shall be authorized under a duly executed power of attorney to receive
materials issued by the Purchaser to the Contractor for the works. He shall be responsible for proper
execution of works at each or all places and shall take orders from Purchaser's Engineers and carry out
the same.
"ENGINEER" Shall mean the Divisional Engineer / Divisional Electrical Engineer / Divisional Signal &
Telecom Engineer, Assistant Engineer or the Assistant Signal & Telecom Engineer in executive charge of
the Railway works and shall include the superior officers of the Railway. He is responsible for ensuring
that all field works covered by the contract are carried out in accordance with approved designs, drawings
and specifications and conditions of contract as agreed to.
“ENGINEER’S REPRESENTATIVE" Shall mean the Sr. Section Engineers / Section Engineers in direct
charge of the works of Signal & Telecom. / Civil / Electrical Engineering department of Railway.
"EQUIPMENT” Means all or any equipment considered necessary by the Purchaser's Engineers for the
satisfactory operation, as a whole, of the installations.
“GENERAL MANAGER" Means the officer in Administrative charge of this Railway and shall mean and
include the officers to whom the functions are delegated. His postal address shall be intimated to the
successful Tenderers in due course.
"MONTH” Means One English Calendar Month.
"MATERIALS” Means all equipment, components, fittings and other materials including raw materials
required to complete the work.
"PURCHASER” Means the President of India acting through his accredited officers or any one of them.
Subject as otherwise provided in this contract, all notices to be given and all other action to be taken on
behalf of President of India may be given or taken on his behalf by General Manager, North Central
Railway Allahabad / Chief Administrative Officer, North Central Railway New Delhi or any other

Contractor For Chief Signal and Telecom Engineer


- 16 -
representative of the North Central Railway Administration nominated by him.
“PURCHASER’S ENGINEERS" Means the CSTE /Allahabad, North Central Railway or successor who will
decide all matters relating to survey, design, manufacture, installation and commissioning of the
plant and equipment at site.
"RAILWAY” Shall mean the President of the Republic of India or the Administrative Officers of the Railway
or of the successor Railway authorized to deal with any matters with which these present are concerned
on his behalf.
"SUB-CONTRACTOR" Means an individual or a firm of Contractor or a Company registered under
Indian Company Act or an approved supplier of materials to whom the Contractor sublets portions of the
contract after obtaining specific prior approval of the Purchaser in writing to sub-letting of contract.
"SITE" Means the areas to be taken up for the execution of works, together with any other area or
areas as shall be determined by the Purchaser's Engineers, which may be placed at the disposal of the
Contractor for the purpose of the contract and also such area or areas used for store yards, works yards
or workshop in proximity of the works as the Purchaser' Engineers may have authorized as an extension
of the site, irrespective of the terms and conditions under which they are occupied by the Contractor.
"TENDERER" Means and includes any firm of engineers or Contractors or any company or body, corporate
or otherwise, who submit the Tender which has been invited.
“WORK OR WORKS" Means all or any of the items of the work for which the Tenderer/ Contractor has
Tendered/contracted according to the specifications, drawings and Annexure here to annexed or to be
implied there from, or incidental thereto or to be hereafter specified or required in such
explanatory instructions and drawings, being in conformity with the original specifications, drawings,
Annexure and schedules, and also such instructions and drawings additional to the aforementioned as
may from time to time be issued by the Purchaser's Engineer during the progress of the contracted
work.
"WRITING” Includes all matters written, typewritten or printed either in whole or in part.
3. LOCAL CONDITIONS :
3.1 It will be imperative on each tenderer to fully acquaint himself with all the local conditions and factors
which would have any effect on the performance of the contract and cost of the stores. The purchaser
shall not entertain any request for clarifications from the tenderer regarding such local conditions. No
request for the change of price or time schedule of delivery of stores shall be entertained after the offer is
accepted by the purchaser on account of any local condition or factor.
3.2 In the event of the tenderer desiring to have a field survey before furnishing his quotations, he may apply
to Railways for permission in this regard. Such permission will be given in writing by the Railways but the
expenses in this regard will be borne by the tenderer completely.
3. 3 The intending tenderer is advised to study the tender papers carefully. Any submission of a quotation by
the tenderer shall be deemed to have been done after a careful study and examination of these
documents with full understanding of the implication thereof. These conditions and specifications shall
be deemed to have been accepted unless otherwise, specifically commented upon by the Tenderer in his
quotation. Failure to adhere to anyone or all these instructions may render his offer liable to be ignored
without any reference.
3.4 Should a tenderer find discrepancies in or omission from the drawing or any of the Tender papers or he
has any doubt to their meaning, he should at once notify the Railway who may send a written clarification
to all tenderers.

Contractor For Chief Signal and Telecom Engineer


- 17 -
4. COMPLIANCE TO TENDER CONDITIONS, SPECIFICATION & DRAWINGS:
4.1 The tenderer shall indicate paragraph by paragraph for each section and each clause and sub-clause of all
annexure of technical specifications of the tender document that either his tender complies in every
respect with the requirements of each clause and sub-clause or if not, precisely how they differ from the
requirements of the tenderer. In later case, the tenderer shall enclose a separate statement as per pro-
forma given, indicating only the deviations for any clause or sub-clause of General Conditions of Contract,
Special Conditions of Contract, Instructions to tenderers and conditions of tendering, Technical
Specification etc. which he proposes with "detailed justifications for deviations proposed". The purchaser,
reserves the right to accept or reject these deviations and his decision thereon shall be final (see Form 5).
4.2 The equipment & material offered shall be in accordance with the drawings and specifications. Details of
variation from the drawings and specifications, if any, should be clearly indicated and in such an event, a
certificate from the users must be furnished to the effect that the product offered performs the requisite
functions satisfactorily & is an alternative acceptable in one or more other countries. The name of users
in those foreign countries should also be indicated.
4.3 Firms who have not carried out the works and supplied the items tendered for in this case for the Indian
Railways in the past should give details of supplies and works carried out and the customers along with
their performance certificates.
5. EARNEST MONEY/BID GUARANTEE:
5.1 The tenderer shall deposit in favour of the Sr. Divisional Finance Manager, N.C.Railway, ALD, a sum of
Rs.1183910/- (Rupees Eleven Lakhs Eighty Three Thousand Nine Hundred and Ten only).The Earnest
Money receipt shall be incorporated in the original copy of the tender document. The other copies of the
offer shall contain true copies of Earnest Money receipt.
The Earnest Money should be furnished either in cash or in any of the following forms:
(a) Banker’s Cheque / Demand Drafts duly pledged in favour of Senior Divisional Finance Manager, North Central
Railway, Allahabad. These forms of earnest money could be either of the State Bank of India or of any of the
Nationalized Banks. No confirmatory advice from Reserve Bank of India will be necessary.
(b) Banker’s Cheque/Demand Drafts duly pledged in favour of Senior Divisional Finance Manager, North Central
Railway, Allahabad executed by the Scheduled Banks (other than the State Bank of India and the Nationalized
Banks) approved by the Reserve Bank of India for this purpose. The Railway will not, however, accept Banker’s
cheques/Demand Drafts without getting in writing the concurrence of the Reserve Bank of India.
NOTE: (a) In case the Earnest Money is deposited in cash the payment should be made to the Divisional
Cashier, N.C.Railway, ALD and cash receipts obtained from him should be furnished along with the
tender.
5.2 No reference to the previous deposit of Earnest Money & Security Deposit for adjustment against the
present tender will be accepted and any request for recovery from any Security Deposit against present
tender will not be entertained.
5.3 The Earnest Money shall remain deposited with the Purchaser for the period of 120 days from the date of
opening of the tender. If the validity of the offer is extended, the Earnest Money Deposit duly extended
shall also be furnished, failing which the offer after the expiry of the aforesaid period shall not be
considered by the Purchaser.
5.4 No interest will be payable by the Purchaser on the Earnest Money.
5.5 The Earnest Money deposited is liable to be forfeited if the tenderer withdraws or amends impairs or
derogates from the tender in any respect within the period of validity of his offer.
5.6 If the successful tenderer fails to furnish a Contract Performance Guarantee (Security Deposit) as
required in the Special Conditions of Contract and fails to return the formal contract duly signed within

Contractor For Chief Signal and Telecom Engineer


- 18 -
(30) thirty days of the receipt of the formal contract, then the Earnest Money shall be liable to be
forfeited by the Purchaser.
5.7 The Earnest Money of all unsuccessful tenderers will be returned by the Purchaser within reasonable time
after the finalization of the tender.
5.8 Any tender not accompanied by Earnest Money in one of the approved forms will be summarily rejected.
5.9 Tenders with any special conditions may be rejected.
6. SUBMISSION OF OFFERS:
6.1 All offers in the prescribed forms should be submitted before the time and date fixed for the receipt of
the offers. Offers received after the stipulated time and date will be dealt with as per rules in vogue in
the Railways.
6.1.1. As mentioned in the tender notice, with a view to assess the tenders technically without being
influenced by the financial bids, “Two Packets System for tendering” shall be adopted for award of
contract. In this system, the tenderers shall submit their quotation/offers in two sealed envelopes;
with one cover containing the Technical & Commercial offers and the other cover containing the
Financial Bids. The documents to be submitted in the 1st packet and marked as “PART-I: TECHNICAL
BID” by the bidder shall be with the objective of scrutinizing the capability, possession of appropriate
machinery & equipments, Financial strength, experience etc of the tenderers to complete the work in
time.
6.1.2. “Financial Bid” Documents to be submitted in the 2nd packet and marked as “PART II:
FINANCIAL BID” by the bidder.
6.1.3. Both the Packets shall be placed in the 3rd envelope and dropped in the special tender box latest by
12.00 Hrs, on 20.01.2016.
6.1.4. The technical details and commercial conditions shall be read out before the tenderers or their
representatives at the time of opening of tenders and the same shall be evaluated by the Tender
Committee. If the offers are found acceptable by the competent authority (as prescribed by Railway
Board from time to time for the estimated value of tender invited), the 2nd packet of Financial Bid
shall be opened on a date and time to be notified later to the technically accepted bidders only, and
the tenders shall be processed for finalization in the normal manner. However, if on the basis of
information contained in the first packet, theTender Committee needs clarifications regarding designs,
specifications etc; discussion shall be held with each individual party/tenderer after obtaining approval
of the Competent Authority.
Note 1.The rates shall be entered in both figures and words in the financial bid sheet. In case of discrepancy,
the rates quoted in words shall prevail.
Note2. In case of an individual submitting a bid and if the bidder expires after such submission or the
acceptance of his bid, the Railway shall deem such bid contract as cancelled. If a partner of firm expires
after the submission of the tender, it will be binding on the other partner to honour the commitments
made on behalf of the company.
1. The 1st packet superscripted as “Technical Bid” should contain:
a. The complete tender document titled “Part –I: Technical bid” containing all the pages duly filed and
signed, In case no information is to be filed in then it should be stated as “NIL”.
b. Documentary proof of eligibility criteria, as detailed in tender notice.
c. Copy of partner ship Deed duly registered along with power of Attorney if any.
d. Details of logistic support required for this work.

Contractor For Chief Signal and Telecom Engineer


- 19 -
e. Particulars of Earnest money deposit of Rs. 1183910.00 shall be submitted in the Technical Bid.
The firms should note that the technical bid should contain all the details, which shall determine their
financial offer & the financial offer must not contain any conditional financial bid. Financial bid with
any technical condition will not be considerer.
2. The 2nd packet superscripted “Financial Bid” shall contain separately:
The financial offer i.e. rate in the schedule of work in the financial bid sheet provided for the purpose.
The financial implications of the special conditions quoted by tenderer in the “Technical Bid” should be
fully reflected in the rate quoted by the bidder and no technical condition having financial
repercussion should be included in the Financial Bid.
In the first stage the technical bids will be evaluated giving due consideration to their fulfillment of all
eligibility criteria. The successful bidders will be short-listed and their financial bid (sealed Packet II)
will be opened on la later date to be intimated in advance, only to the technically accepted bidders.
6.2 In case the date of opening happens to be a holiday or Bandh, the tender will be received and opened
at the same time on the next working day.
6.3 All offers shall be either type written or written neatly in indelible ink in English. Each page of the
offer must be numbered consecutively. A reference to total number of pages comprising the offer
must be made at the top right hand corner of the top page. All the supporting documents should be
submitted either in original or duly attested by a gazetted officer or notary public unless stated
otherwise in these documents. The original documents shall be produced for verification when called
for.
6.4 All copies of the tender paper shall be signed in ink by the tenderer on each page including closing
page, in token of his having studied the Tender papers carefully.
6.5 PRICE QUOTATION: Rates are to be quoted as mentioned in the schedule of work attached hereinto.
6.5.1. Schedule of work to be executed and supply of material to be made is enclosed.
6.5.2 (a) Rates are to be offered in % above / % below/ at par on the total estimated cost of the work only for
which rates for each item of schedule have already been indicated by Railway on the Tender
schedule.
(b) Tenderer will indicate their rates in the form of % above / at par / % below on overall estimated cost of
tender, in the space provided for this at the end of the schedule of work. Percentage (above / at par /
below) should be indicated in figures as well as in words. If this space is left blank by the tenderer, the
value of Schedule items will be treated at par and accordingly it will be evaluated. Moreover in case
the offer is received showing the figure only without indicating whether it is above or below then the
offer will be considered as below only.
(c) All corrections and over writing must be signed /attested.
(d) Tenderer must sign along with seal on all pages of their offer.
(e) Tender forms not accompanied by the requisite EMD will be summarily rejected.
6.5.3 If there is any variation between the rates quoted in figures and in words the lesser rates / amount
shall be taken as correct. If more than one or improper rate is tendered for the same item, the tender
is liable to be rejected.
6.5.4 The estimated rates given by the tenderer/s shall be inclusive of all octroi or any other taxes. No claims
for octroi or any other taxes etc., shall be entertained by the Railways at any stage and on any grounds
what so ever. Sales Tax, Octroi, Royalty, Toll Tax or any other Tax (es) levied by the Central or State
Govt. or Local Bodies shall be borne by the tenderer, No part of such taxes on contractors
labour/materials or any other amount will be paid by the Railway. This should be kept in view before
tendering. If, any further increase to the existing rates of sales Tax is made or levies is imposed by the

Contractor For Chief Signal and Telecom Engineer


- 20 -
state Govt. after the date of receipt of the tender and the same is required to be borne by the
contractors, then the recovery of said amount will first be made as required under law and
subsequently the same will be reimbursed to the concerned Sales Tax authority to the effect that the
sum has already deposited is not refundable to the contractor. .
6.5.5. The rates to be quoted should take into account the credit available on inputs under the MODVAT
Scheme introduced with effect from 1st March, 1986. The tenderer/s should also give declaration in
their offers as under:-
“We hereby declare that in quoting the above price, we have taken into account the entire credit on
inputs available under the MODVAT Scheme introduced with effect from 01.3.86”.
We further agree to pass on such additional duties as set off as may become available in future in
respect of all the inputs used in the manufacture of the final product on the date of supply under the
MODVAT scheme by way of reduction of our price and advise the purchase accordingly.”
6.5.6 The price quoted by the Tenderer shall include the prices of materials including all incidental charges
for transport, loading/un-loading and handling of materials, for arranging dispatch by rail direct from
manufacturer’s factory and completing all necessary formalities in this respect, such as submission of
forwarding notes, arranging placement of wagon, collection of Banker’s charges for Bank guarantee,
Indemnity bonds inclusive of cost of stamp etc. as also siding or shunting charges, if any, levied by the
Railways. It will also include:-
a) Cost of transportation of materials supplied by the Railway from the place of delivery to the site of
work.
b) Cost of transportation of all materials to be supplied by the contractor, to the site of work.
c) Collection of balance materials left over after the work, if any, and materials released and handing
over to the Railway Engineer’s representative at specified location and stocking in an orderly way.
6.5.7 The tenderers should quote their prices taking into account the rates of Sales Tax as Leviable in the
event of Sale to the Central Government Organisation etc. It is clarified that no any concessional form
will be issued by Railways to the contractor. The contractor are required to get their firms registered
with Commercial tax department with in the period of 01 month from the date of issue of letter of
acceptance and will submit the relevant registration certificate in the office of Sr.DSTE/Co/ALD. Also
necessary forms will be arranged by contractors from Commercial tax department for transportation
of material. They should also keep in view the provision for losses and wastage in transit and
installation and commissioning.
6.5.8 The prices quoted by Tenderer shall include cost of execution and testing and all cost of Administration
of Contract, insurance premium, Bankers charges for guarantees, cost of storage. The prices shall
include cost of works and adjustments necessary to be done by the contractor during or after tests
carried out by the purchaser.
6.5.9 Possible fluctuation of market rates must be taken into consideration before quoting the rates and no
claim on this account shall be entertained afterwards.
6.5.10 All taxes, duties and levies (including octroi etc,) arising out of the transaction between the Contractor
and his Sub-Contractors, suppliers for this work will be included in the rates quoted by the Contractor
in the relevant Schedule.
6.5.11 The tenderer/s shall not increase his/their rate in case Railway Administration negotiates for the
reduction in rates, such negotiations shall not amount to cancellation or withdrawal of the original
offer and rates originally quoted will be binding on the tenderer/s.
6.5.12 Commercial terms and conditions if any.
6.5.13 Tender documents (except schedule) duly signed with seal on each page.

Contractor For Chief Signal and Telecom Engineer


- 21 -
6.5.14 Duly filled tender schedule- of tender document.
6.5.15 Contractor will submit a pert chart / bar chart indicating detailed program of completion of various
activities and also indicating number of persons including skilled staff / supervisory which he would be
employing for each activities so as to complete the work in the defined period as per the pert/bar
chart. Tenders not accompanied with this may be considered incomplete and may be rejected.
6.6 ATTESTATION OF ALTERATION: No scribbling is permissible in the tender documents. Tender
containing erasures and alterations in the tender documents are liable to be rejected. Any correction
made by the tenderer/tenderers in his/their entries must be attested by him/them.
7. CONSTITUTION OF FIRM & POWER OF ATTORNEY:
7.1 Any individual(s) signing the tender or other documents connected therewith should specify whether
he is signing: -
(a) As sole proprietor of the concern or as attorney of the sole proprietor;
(b) As a partner or partners of the firm;
(c) As a Director, Manager or Secretary in the case of Limited Company duly authorized by a resolution
passed by the Board of Directors or in pursuance of the authority conferred by Memorandum of
Association.
In the case of a firm not registered under the Indian Partnership Act, the names of all the existing
partners and their full particulars should be furnished at the time of submitting the tender and all the
partners with their full particulars or the attorney duly authorised by all of them should sign the tender
and all other connected documents. The original power of attorney or other documents empowering
the individual or individuals to sign should be furnished to the Purchaser for verification, if required.
7.2 The Railway will not be bound by Power of Attorney granted by the tenderer or by the changes in the
composition of the firm made subsequent to the execution of the contract. It may, however,
recognize such power of attorney and advice, the cost of which will be chargeable to the contractor.
These charges have been fixed at Rs.100/- (Rs. One Hundred only) payable by the tenderer at the time
of submitting the Power of Attorney for Scrutiny and legal advice.
7.3 In case where the Power of Attorney partnership deed has not been executed in English, the true and
authenticated copies of the translation of the same by Advocate, authorized translators of Courts and
Licensed Petition Writers should be supplied by the Contractor(s) while tendering for the work.
7.4 The cancellation of any documents such as Power of Attorney, Partnership deed etc. should be
forthwith communicated by the contractor to the Railway Administration in writing failing which the
Railway Administration shall have neither responsibility nor liability for any act so taken on the
strength of the said documents.
8. UNIT PRICES:
8.1 The Unit Prices should be quoted by the Contractor after taking all the relevant factors into
consideration and these should be Firm and all inclusive without any variation clauses. The prices shall
be quoted in Indian rupees for the units under metric system. Reference may be made to Para-38 of
Special Conditions of Contract.
9. VALIDITY OF OFFER:
9.1 The tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of
the tender. Within that period, the tenderer can not withdraw his offer subject to the period being
extended further if required by mutual agreement from time to time. Any contravention of the above
condition will make the tenderer liable for forfeiture of his Earnest Money Deposit.

Contractor For Chief Signal and Telecom Engineer


- 22 -
10. RATES DURING NEGOTIATION:
10.1 The tenderer/s shall not increase his/their quoted rates in case the Railway Administration negotiate
for reduction of rates, such a negotiation shall not amount to cancellation or withdrawal of the original
offer and the rates originally quoted will be binding on the tenderer/s.
11. INCOME TAX CLEARANCE CERTIFICATE:
11.1 As per para 18.3.1 (I.).
12. PERIOD OF COMPLETION & TIME PROGRESS GRAPH:
12.1 The works/work are/is to be completed within a period as mentioned in tender notice from the date of
issue of Letter of Acceptance of the tender.
12.2 The Tenderer shall enclose with his offer the scheme of work and time schedule in the form of PERT
chart indicating all activities & showing the period of time that he will take for the various items of
work listed therein. The Tenderer shall indicate in the form of notes to the schedule the assumptions
and the basis adopted for the preparation of the time schedule.
12.3 The Successful Tenderer shall, however, submit their final programme in consultation with Engineer of
the project in terms of clause 6 of Special Condition of Contract.
13. OPENING OF TENDER:
13.1 The tender will be opened at the time & date of opening of the tender given in the tender notice in
presence of such Tenderers/Representatives who choose to be present.
13.2 If the offers are sent by post, should be sent only by registered post with acknowledgement duly
addressed to Senior Divisional Signal & Telecommunication Engineer/ Co-ordination/ North Central
Railway / Divisional Railway Manager’s Office Nawab Yusuf Road, Allahabad - 211001 (U.P.) clearly
indicating the contents as given in Para 6.8.
Offer sent by post must reach at above address before the closing time and date given in the tender
notice.
14. NON-TRANSFERABILITY & NON-REFUNDABILITY: -
The tender documents are not transferable. The cost of tender paper is not refundable.
15. ERRORS OMISSIONS & DISCREPANCIES:
The Contractor(s) shall not take any advantage of any misinterpretation of the conditions due to typing
or any other error and if in 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.
16. WRONG INFORMATION BY TENDERER:
If the tenderer/s deliberately gives/give wrong information in his/their tender, creates/create
circumstances for the acceptance of his/their tender, the Railway reserve the right to reject such
tender at any stage.
17. CONSORTIUM BIDS:
17.1 In view of nature of work covered in the Bid documents, it is anticipated that some of the intending
bidders will pool their resources and experience to form consortia. In their own interest, the bidders
who form such consortia are advised to investigate capabilities, availability of resources, experienced
personnel, financial soundness, past experience and concurrent engagements of constituting partners.
17.2 Consortia of bidders, if any must clearly define role/scope of work of each partner/member. Further
the legal agreement for a consortium must accompany the bid and should clearly define the leader of
such a consortium who will be the prime contractor and will be responsible for timely completion of
work as also during execution of work, if awarded, co-ordinate with Purchaser on behalf of the
consortium, receive payments for the works executed and be liable for due performance of the
contract in all respect. The tenderer must clearly write whether the offer is Consortium Bid or not.

Contractor For Chief Signal and Telecom Engineer


- 23 -
Remarks like ‘Complied’, ‘Noted’ will not suffice. In absence of clear submission, the offer will not be
considered as Consortium Bid.
17.3 Qualification documents, details etc., must however, be provided for each member firm complete in all
respects strictly in requisite pro-forma.
17.4 A consortium formed will not be subject to alteration with regard to change in constituting firms
and/or reorientation of roles. Any changes if proposed by consortium to take advantage of certain
developments during evaluation stage will render the bid liable to be rejected. As all details are
required to be furnished along with the bids and should be critically examined during evaluation of
bids, it is imperative that such details should have been thoroughly examined as a safeguard against a
possible disqualification of bids on these grounds.
17.5 All partners of the consortium shall be jointly and severally liable to the purchaser for the execution of
the entire contract in accordance with its terms.
18. QUALIFICATION CRITERIA:
18.1 GENERAL:
18.1.1 Qualification criteria under this para lays down minimum acceptable qualifications in various areas to
ensure that qualified bidder has necessary experience, expertise, financial and human resources to
successfully complete the project. In case of a consortium bid, the qualification document details etc.
must be provided for each member of consortium.
18.1.2 If the tenderer proposes to buy any equipment from other suppliers/sources, documents indicating
their willingness to supply the equipment and provide technical support to the tenderer that may be
required during installation, commissioning and warranty period and later on directly to the railways,
shall be included in the tender. Qualification documents and other details for such supplier shall be
included in the tender.
18.1.3 The tenderer should submit the details of experience in works and services in projects of similar nature
bringing out clearly the expertise in the equipment manufacture, installation etc.
18.1.4 The tenderer shall complete the pro-forma at Form No.13 and submit a certificate from the original
user for whom the project was undertaken certifying the date of award of contract, date of
completion, date of commissioning and the present working state of the system so established. The
tenderer shall provide these details for all the projects that he has executed which satisfy the
minimum requirements in each case.
18.2 MINIMUM ELIGIBILITY:
The tenderer or the consortium should have minimum eligibility criteria as given in the table below:
1. Should have completed in the last three financial years (i.e. current year and three previous financial
years).At least one similar single work, for a minimum value of 35% of advertised Tender value of
work.
2. Total contract amount received during last three years, as per current ITCC/ Audited Balance Sheet.
Should be a minimum of 150% of Advertised Tender value of work.
Definition of similar work: -
“Any EI / PI / RRI work with or without outdoor work.”
Note:
I. Similar nature of works physically completed within the qualifying period i.e. the last three financial
year and current financial year (even though the work might have been commenced before the
qualifying period) should only be considered in evaluating the eligibility criteria.
II. The total value of similar nature of works completed during the qualifying period, and not the
payments received within qualifying period alone, should be considered.

Contractor For Chief Signal and Telecom Engineer


- 24 -
In case, final bill of similar nature has not been passed and final measurements have not recorded, the
paid amount including statutory deductions is to be considered. If final measurements have been
recorded and work has been completed with negative variation, then also the paid amount including
statutory deduction is to be considered.
However, if final measurement have been recorded and work has been completed with positive
variation, but variation has not been sanctioned, original agreement value OR last sanctioned
agreement value whichever is lower should be considered for judging eligibility.
III In case of composite works involving combination of different works, even separate completed works
of required value should be considered while evaluating the eligibility criteria.
18.3 FINANCIAL:
18.3.1 The tenderer should produce:
I. Latest Income Tax clearance certificate.
II. Audited Balance Sheet and Income statement of just concluded year.
18.3.2 The tenderer shall furnish such documents as to establish the financial soundness of his company as
well as that of other companies if more than one company is involved in bidding for this tender. The
latest balance sheet, audited or certified by a neutral agency shall be furnished.
18.3.3 The bidder shall submit required information in a separate Annexure and also a certificate from the
user for whom the project was executed about the correctness of the dates involved and satisfactory
performance of the equipment/system.
18.3.4 Eligibility criteria for Joint Venture
The JV firm should have minimum eligibility criteria as given below:
18.3.4.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder)-
(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last three
previous financial years and the current financial year upto the date of opening of the tender, one
similar single work for a minimum of 35% of advertised value of the tender.
OR
(b) (i) In case of composite work (e.g. works involving more than one distinct component, such as Civil
Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major bridges –
substructure, superstructure etc.) for each component, at least 35% of the value of any of such
components individually for single similar nature of work should have been satisfactorily completed by
the JV Firm or by any member of the JV Firm in the previous three financial years and the current
financial year upto the date of opening of tender. The member satisfying technical eligibility criteria for
the largest component of the work shall be Lead Member and that Member shall have a majority (at
least 51%) share of interest in the JV Firm.
(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined with
estimated tender cost of it, as part of the tender documents without any ambiguity. Any work or set of
works shall be considered to be a separate component, only when cost of the component is more than
Rs. 2 crore each.
(iii) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in one or
more components of the work, and has completed a minimum of 35% of the advertised value of the
tender for the same value of the component, and resultantly, all the members of the JV collectively,
then meet the Prescribed technical eligibility criteria, the JV shall stand technically qualified.

Contractor For Chief Signal and Telecom Engineer


- 25 -
Note:-
(i) Value of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the
extent of the concerned member’s share in that JV Firm for the purpose of satisfying his/her
compliance to the above mentioned technical eligibility criteria in the tender under consideration.
(ii) The similar nature of work is mentioned in item 18.2 of this tender notice.

18.3.4.2 Financial Eligibility Criteria-


The contractual payments received by the JV Firm or the arithmetic sum of contractual payments
received by all the members of JV Firm in the previous three financial years and the current financial
year upto the date of opening of tender shall be at least 150% of the estimated value of the work as
mentioned in the tender.
Note: Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the extent
of the concerned member’s share in that JV Firm for the purpose of satisfying compliance of the above
mentioned financial eligibility criteria in tender under consideration.
18.4 TECHNOLOGY & EQUIPMENT:
18.4.1 The tenderer shall clearly identify the sources from which the equipment to be supplied under this
tender will be obtained. Specific attention is drawn to Para 16 of Special Conditions of Contract.
18.4.2 All equipment proposed be used shall be of proven design and performance. The equipment of same
family shall have been successfully commissioned and remained in service at least for a period of one
year on the date of tender submission. However, the tenderer shall supply latest version of the
equipment under the standard. Certificate from the actual user of the equipment about satisfactory
performance shall be enclosed with the tender. Any equipment proposed be manufactured with
foreign collaborator shall be covered by the performance guarantee of the foreign collaborator.
18.4.3 SOFTWARE:
Software version of the equipment being supplied should be latest and must be indicated.
18.5 ENGINEERING ORGANISATION:
18.5.1 The tenderer shall make an assessment of the requirement of personnel for execution of this project
and shall give details as to how he proposes to mobilize all technical manpower required for the
project. Details of the qualification and experience of the personnel identified for project execution
shall be included in the tender.
18.5.2 The successful tenderer shall appoint a Project Manager who would have adequate experience in
project management of similar nature, unless the railway so desire, the Project Manager should
preferably be retained till all the obligations under the contract have been fulfilled.
18.5.3 The tenderers shall depute supervisor as per para 7 of Special Conditions of Contract.
18.5.4 Tenderer shall advise the number of Engineers, Supervisors and Cable Jointers /Artisans employed by
him or going to be employed or hired by him with their names, qualifications bio-data and experience
in this particular trade under consideration along with the Tender positively.
18.6 CONSTRUCTION MACHINERY:
The firm should have minimum construction machinery, Tools and plants, test & measuring
instruments, Vehicles etc. Details of which will be furnished by them along with the bid.
No tools and plants, scaffolding materials for shuttering, entering, shoring etc. shall be supplied by the
Railway and contractor will have to make his own arrangement for execution of the work.
19. DETERMINATION OF RESPONSIVENESS –
19.1 Purchaser will determine whether each bid is substantively responsive to the equipment of the bidding
documents.
19.2 For the purpose of this Clause, a substantively responsive bid is one, which conforms to all the terms,
conditions and specifications of the bidding documents without material deviation or reservation. A

Contractor For Chief Signal and Telecom Engineer


- 26 -
material deviation or reservation is one, which affects in substantial way the scope, quality or
performance of the works, or which limits in any substantial way, inconsistent with the bidding
documents, the Purchaser’s right or the bidder’s obligations under the Contract and the rectification of
which deviation or reservation would affect unfairly the competitive position of other bidders
presenting substantively responsive bids.
20. CORRECTION OF ERRORS –
20.1 Bids determined to be substantively responsive will be checked by the Purchaser for any arithmetic
errors in computation and summation.The Purchaser will correct errors as follows:-
a) Where there is a discrepancy between amounts in figures and in words, the amount in words will
govern; and
b) Where there is a discrepancy between the unit rate and the total amount derived from the
multiplication of the unit rate and the quantity, the unit rate as quoted will govern, unless in the
opinion of the Purchaser there is an obviously gross misplacement of the decimal point in the unit rate,
in which event the total amount as quoted will govern and the unit rate will be corrected.
20.2 The amount stated in the Form of Bid will be adjusted by the Purchaser in accordance with the above
procedure for the correction of errors and with the concurrence of the bidder, shall be considered as
binding upon the bidder. If the bidder does not accept the corrected amount of bid, his bid will be
rejected and the bid security will be forfeited.
21. AUTHORITY FOR ACCEPTANCE:
The authority for the acceptance of the tender will rest with the Purchaser. The purchaser shall not be
bound to accept the lowest or any tender or to assign any reason for non-acceptance or rejection of a
tender. The purchaser reserves the right to accept any tender in respect of the whole or any portion
of the work specified in the tender paper or to sub-divide the work among different Tenderers or to
reduce the work or to accept any tender for less than the tendered quantities without assigning
any reason whatsoever.
22. AGREEMENT:
The successful tenderer/s shall be required to execute an agreement with the President of India acting
through the CSTE Allahabad , North Central Railway or his successor for carrying out the work
according to the tender documents as indicated in para 2 of Special Conditions of Contract.
23. TENDERER'S ADDRESS:
Tenderer shall state in the tender his postal address fully and clearly. Any communication sent to the
tenderers by post at his said address, shall be deemed to have reached the tenderer duly & timely,
notwithstanding the fact that the communication could not reach the tenderer at all or in time for
whatever reason. Important documents shall be sent by Registered post.
24. FOREIGN EXCHANGE:
No foreign exchange and/or import license will be released /provided to the contractor in connection
with this contract.

*********

Contractor For Chief Signal and Telecom Engineer


- 27 -
Chapter – III

SPECIAL CONDITIONS OF CONTRACT

1. TENDER DOCUMENTS:
1.1 Tender documents can be obtained from the office of Sr. Divisional Signal & Telecommunication
Engineer/Co./ALD, DRM's office,ALD, on any working day on cash payment of cost of tender form
mentioned above and Rs.500/- Extra if required by post. Request for tender by post must be
accompanied by Money Order in Favour of Sr. DSTE/Co./ALD NCR. ALD. Cost of the tender documents
are non transferable as well as non refundable.
The attention of tenderer is invited to the following documentes .
Section-I: Tender Notice
Section-II: I) Instructions to Tenderers and conditions of tendering.
II) Special Conditions of Contract.
III) Tender Forms and Annexure etc.
Section - III: Technical Supplement along with Technical Instructions, Specifications and Drawings etc. for the
scope of the work included in this tender.
Misc: I) General Conditions of Contract (G.C.C.) as amended by advance correction slips issued up to
date.
II) IRS conditions of contract for the stores department with up to date modification (CCSS).
General Conditions of Contract (G.C.C.) as amended by advance correction slips issued up to-date and
IRS conditions of contract for the stores department with up to date modification (CCSS) can be
obtained, if need be, from the office of Sr. Divisional Signal & Telecommunication Engineer/Co./ALD,
DRM's office, ALD after paying the cost prescribed for it in the form of Bank Draft in favour of Sr.
DFM/N.C Rly ALD
1.2 If the Tender submitted by a tenderer is accepted and the contract awarded to the Tenderer, the
various works coming under purview of the contract shall be governed by tender documents
mentioned above.
1.3 Any Special conditions stated by the Tenderer in the covering letter submitted along with the
tender shall be deemed to be a part of the Contract to such extent only, as have been explicitly
accepted by the Railway.
1.4 The expression General conditions of contract (GCC), wherever occurring in these papers shall be
deemed to mean the General conditions of contract of North Central Railway as amended by advance
correction slips issued up-to-date.
2. AGREEMENT:
The successful Tenderer shall within 15 days after having been called upon by notice to do so be
bound to execute an agreement based on accepted rates and conditions, in such form as the
Railways may prescribe, and lodge the same with the Railway together with the conditions of
contract, specifications and Schedule of prices referred to therein duly completed. The form for
agreement is included in Section II, Chapter-III, (Form No.3).
3. SECURITY DEPOSIT & CONTRACT PERFORMANCE GUARANTEE
3.1 SECURITY DEPOSIT:
The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as
part of security for the due and faithful fulfillment of the contract by the contractor. The balance to
make up the security deposit, may be deposited by the Contractor in cash or may be recovered by
percentage deduction from the Contractor’s “on account” bills. Provided also that in case of defaulting

Contractor For Chief Signal and Telecom Engineer


- 28 -
contractor the Railway may retain any amount due for payment to the Contractor on the pending “on
account bills” so that the amounts so retained may not exceed 10% of the total value of the contract.
(i) Security deposit shall be 5% of the contract value.
(ii) The rate of recovery shall be @10% of the bill amount till the full security deposit is recovered.
(iii) Security deposit will be recovered only from the running bill of the contract and no other mode of
collecting SD as in the form of instruments like BG, FD etc shall be accepted towards Security Deposit.
(iv) No interest will be payable upon the Security Deposit or amounts payable to the contractor under this
contract.
Security Deposit will be returned to the contractor only after the expiry of maintenance period and
after passing the final bill based on no claim certificate.
Maintenance period for the work shall be 12 months from the date of completion of the work at last
station/section as certified by competent authority and settlement of all dues and disputes. The
competent shall normally be the authority, who is competent to sign the contract. If this competent
authority is of the rank lower than the JA grade, then a JA grade officer (concerned with the work)
should issue the certificate. The certificate inter alia should mention that the work has been completed
in all respects & that all the contractual obligations have been fulfilled by the contractors and that
there is no due from the contractor to Railways against the contract concerned. Before releasing the
Security Deposit, contractor concerned should submit an unconditional & unequivocal no claim
certificate.However in no case security deposit will be release prior to contractor’s final bill.
3.2. The President shall be entitled to deduct from the said Security Deposit any loss / damages which the
Railways may be put to by reasons of any act of default on the part of contractor and may call upon
the contractor to replenish and maintain the deposit at its original limit by making further deposit. In
the event of the contractor failing to deposit within time and in the manner aforesaid the Railway shall
be entitled to cancel the contract and forfeit the security deposit.
3.3. FOREITURE OF DEPOSIT
The Security Deposit referred to above shall be forfeited to the Railway in the event of any breach on
the part of the contractor of the terms of this contract without prejudice to the Railway’s right to
rescind the contract and other rights and remedies warranted by law.
3.4. REFUND OF SECURITY DEPOSIT:
The Security Deposit unless forfeited in whole or in Part according to the terms and conditions will be
refunded after receipt of certificate from the Engineer concerned to the effect that the work has been
satisfactorily completed in all respects as per ‘ Technical Specification instructions, drawings and
receipt of ‘NO CLAIM’ certificate from the contractor duly countersigned by the Engineer only after
expiry of maintenance period and after passing the final bill based on no claim certificate. However in
no case security deposit will be released prior to contractor’s final bill.
3.5 PERFORMANCE GUARANTEE
The procedure for obtaining Performance Guarantee Shall be as per 16(4) of GCC which is outlined
below:-
(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (Thirty) days
from the date of issue of letter of Acceptance (LOA) in favour of Sr.DFM NC.Railway ALD. Extension
of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA
may be given by the Authority who is competent to sign the contract agreement. However, a panel
interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31 st day
after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60
days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other
dues, if any payable against that contract. The failed contractor shall be debarred from participating
in re-tender for that work.
(b) The successful bidder shall submit a Performance Guarantee (PG) in the form of an irrevocable bank
Contractor For Chief Signal and Telecom Engineer
- 29 -
guarantee amounting to 5% of the contract value in any of the following forms:-

i. A deposit of Cash.
ii. Irrevocable Bank Guarantee.
iii. Government Securities including state Loan Bonds at 5 percent below the market value.
iv. Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds, these forms of Performance
Guarantee could be either of the State Bank of India of any of the Nationalized Banks;
v. Guarantee Bonds executed or Deposits Receipts tendered by all scheduled Banks.
vi. A deposit in the Post Office saving Bank.
vii. A Deposit in the National Saving Certificates;
viii. Twelve years National Defense certificates;
ix. Ten years Defense deposits;
x. National Defense Bonds.
xi. Unit Trust certificates at 5 percent below market value or at the face value whichever is less.
NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.
(c ) The Performance Guarantee shall be submitted by the successful bidder after the letter of
acceptance (LOA) has been issued, but before signing of the agreement. The PG shall be initially
valid up to the stipulated date of completion plus 60days beyond that. In case, the time for
completion of work gets extended, the contractor shall get the validity of Performance guarantee
extended to cover such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either
increase or decrease). In case during the course or execution, value of the contract increases by
more than 25% of the original contract value, an additional performance Guarantee amounting to
5% (Five percent) for the excess value over the original contract value shall be deposited by the
contractor.
(e) The Performance Guarantee (PG) shall be released after the physical completion of the work based
on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has
completed the work in all respects satisfactorily. The security deposit, however, shall be released
only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim
Certificate’ from the contractor.
(f) Wherever the contracts are rescinded, the security deposit should be forfeited and the Performance
Guarantee shall be encashed. The balance work shall be got done independently without risk and
cost of the failed contractor. The failed contractor shall be debarred from participating in the tender
for executing the balance work. If the failed contractor is a JV or a partnership firm, then every
member/partner of such a firm shall be debarred from participating in the tender for the balance
work either in his/her individual capacity or as a partner of any other J.V./partnership firm.
(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which
the President of India is entitled under the contract (not withstanding and/or without prejudice to
any other provisions in the contract agreement) in the event of:
i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein
above. In which event the Engineer may claim the full amount of the Performance
Guarantee.
ii) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the
service of the notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall
be forfeited in full and shall be absolutely at the deposit of the President of India.

Contractor For Chief Signal and Telecom Engineer


- 30 -
4. CONTRACTOR'S OFFICE & STORES DEPOT:
The Contractor shall, within a month of issue of letter of acceptance of tender, establish an office and
store depot at a convenient place for receiving and storing equipments and materials and
progressing field work expeditiously in consultation and with the approval of the purchaser. He shall
intimate the purchaser and address thereof to which all correspondence should be sent. Any
communication sent to the contractor by post at his said address shall be deemed to have reached the
contractor duly and in time. Important documents shall be sent by Registered post.
5. USE OF RAILWAY LAND:
Use of Railway land required by the Contractor for constructions of temporary offices, quarter(s),
hutments etc. for the staff and for storing materials etc., will be permitted to him/them free by
Railway, if available. The location of these offices, hutments, stores etc. will be subject to the approval
of the Engineer or his representative. The land will be restored to Railways by the Contractor(s) in the
same condition as when taken over or in vacant condition as desired by the Engineer, after completion
of the work or at any earlier day, as specified by the Engineer. The failure to do so will make the
Contractor(s) liable to pay the cost incurred by the Railway for getting possession of land.
6. PROGRAMME OF WORK:
6.1 The Contractor shall have necessary resources to execute the work so that the entire work is
completed within a period as mentioned in the preamble from the date of issue of Letter of
Acceptance of the tender. He shall also have necessary resources to take up the work of installation
commissioning etc. simultaneously at least two independent places.
6.2 Within a period of 30 days beginning from the date of issue of Letter of Acceptance of Tender, the
Contractor shall submit the detailed time Schedule for the execution of work based on the conditions
in consultation with the Railway to the authority mentioned in the Preamble and approved by the
latter in writing before commencement of the work.
6.3 The Contractor shall be held responsible for the execution of the work according to the Programme
given above for the execution of the work in full compliance of the approved cable route plans and
also the various clauses of the technical supplement, Technical specifications, instructions and
drawings available separately. Failure to comply with any of these will be dealt with as per provision
laid down in General Conditions of Contract.
6.4 The Contractor on his part will have to employ supervisors, technicians and labor in full strength
commensurate with working area available. He will also arrange matching materials and equipment to
complete the job most expeditiously so as to ensure that the work is completed in phases within the
stipulated period.
6.5 Inspection Register shall be maintained at the site of work by the Railway wherein instructions
regarding the working etc. shall be recorded by the Engineer or his executive subordinates. It is
expected of the Contractor or his representative at the site to note such instructions whenever
asked upon to do so and take action accordingly.
6.6 No facility whatsoever, e.g. provisions of approach road and provision of temporary level crossing etc.
will be provided by Railway for carting materials. Approach roads within the Railway limits can be used
for carting materials.
6.7 The contractor will programme his work in such a manner so as not to interfere in the working and
movement of trains. No extra payment shall be allowed on this account and for taking any precautions
or wastage of contractor's labor, time etc. due to train working.

Contractor For Chief Signal and Telecom Engineer


- 31 -
7. COMPETENT SUPERVISORS:
7.1 The Contractor shall place and keep competent Representatives /Supervisors/ Engineers, as his
representative on the works who will be authorized to receive and acknowledge materials issued by
the Railway and take all orders issued by the Railway. The said representatives shall be present at site
during working hours and any written orders or instructions which the purchaser's Engineer may give
to the said representatives of the contractor shall be deemed to have been duly given or
communicated to the contractor.
7.2 The contractor or his representative will accompany the Purchaser's Engineer or Engineer on
inspection or proceed to their offices whenever called upon to do so.
7.3 In terms of provisions of new Clause 26 A.1 to the General Conditions of Contract (GCC), contractor
shall also employ following Qualified Engineers during execution of the allotted work:
(a) One Qualified Graduate Engineer when cost of work to be executed is Rs. 200 lakh and above, and
(b) One Qualified Diploma Holder Engineer when cost of work to be executed is more than Rs. 25 lakh, but
less than Rs. 200 lakh.
7.4 Further, in case the contractor fails to employ the Qualified Engineer, as aforesaid in Para 7.3 above,
he, in terms of provisions of Clause 26A.2 to the General Conditions of Contract, shall be liable to pay
an amount of Rs. 40,000 and Rs. 25,000 for each month or part thereof for the default period for the
provisions, as contained in Para 7.3(a) and 7.3(b) above respectively.
8. SPECIFIED RAILWAY STORES:
8.1 All materials to be supplied by Railway are indicated as annexure in Technical specification and shall
be supplied by Railway free of cost at Railway Depot. The price in schedule of work shall be exclusive
of the cost of these items.
8.2 The quantity required would be determined by the Railway according to the quantum of work to be
done. The Contractor shall be responsible for checking before taking delivery that all the materials
given to him are in good condition. The receipt of materials shall be acknowledged by the Contractor
or his representative, mentioning details of materials and their quantities on a prescribed pro-
forma in Form No.10 enclosed. The left out/unused materials if any shall be returned to consignee of
the work by the Contractor for which no extra charges shall be paid by the Railway.
8.3 The Contractor shall transport material supplied by Railways to the site of work as required and no
carting charges shall be payable by Railways.
8.4 RECONCILIATION OF MATERIALS SUPPLIED BY RAILWAYS:
All the materials supplied by the Purchaser shall be correctly accounted for and the quantities
reconciled on completion of the work by the contractor. On completion of the work all surplus
materials supplied by the Purchaser together with the ones found defective or that have became
defective or broken on account of defective materials and/or workmanship shall be returned to him
by the contractor.
If the contractor fails to return excess and unused materials supplied by the railway or if there are any
shortages during final reconciliation, their cost there of shall be recovered by the Purchaser from the
Contractor at the books rate plus railway freight, handling, loading, supervision and other incidental
charges at the rates fixed by the railway to this will be added an increase of 100%.
8.5 CONSIGNEE:
The Material is required to be supplied in the depot of nominated SSEs / Sig and where from the
materials shall be handed over to the contractor for installation to the site of work. However
transportation charges to the site of work, taxes, octori etc and all handling charges for each such item
shall be borne by the contractor.

Contractor For Chief Signal and Telecom Engineer


- 32 -
9. OTHER RAILWAY STORES:
If any material including in the list of materials to be supplied by the contractor is supplied by the
Railway either at the contractor’s request/or suo moto in order to prevent any possible delay in the
execution of the work likely to occur due to the contractor’s inability to make adequate arrangements
for supply, as also his failure to return excess un-used material supplied by Railways, then recovery will
be made from contractor’s bill if he fails to return the material taken on loan at the book rate or the
last purchase rate or the prevailing market rate whichever is higher plus 5% on Account of initial
Freight 2% on Account of Incidental charges together with supervision charges at 12.5% of the total
cost inclusive of material, freight incidental charges. Freight between the Railway sources of supply
and the site of work shall be to the contractor’s account. If, however, the material required by the
contractor is not available in Railways stock or the Railway decides not to supply the same be that for
whatever reasons, the Railway shall not be bound to arrange for the supply at the cost quoted above
or at any other cost nor will this fact be accepted as an excuse for delay in execution of works.
10. TEST & MEASURING INSTRUMENTS, SPECIAL TOOLS AND INSTALLATION MATERIAL
10.1 Special tools and instruments required for installation and maintenance of all the equipment shall
be arranged by the tenderer in adequate quantities. All installation material for complete
commissioning of the system/sub-systems shall be provided by the tenderer. Details of special tools,
their quantities and unit prices shall be indicated.
10.2 All tests and measuring instruments and other arrangements required for all the acceptance tests shall
be provided by the contractor free of cost.
11. SUPPLY OF MATERIALS:
11.1. The equipments/material as per RDSO specifications are to be procured from the RDSO approved
sources only. The guidelines stipulated for stores, procurement will hold good for procuring these
items from RDSO approved partI & part II sources, where both sources are available. The major/bulk
procurement should be done from RDSO approved part I and only educational orders should be placed
on RDSO approved part II. Present stipulation states that maximum 15% of the total quantities can be
procured from RDSO approved part II source. The items so procured from RDSO approved Part I and
Part II firms in 17:3 proportion should strictly match in their specification, size, quality, configuration so
that they are interchangeable/replaceable. The equipments/materials as per RDSO specifications can
be taken fully from RDSO part II approved sources only if there are no part I RDSO approved sources
for the same.
11.1.2- Material to be supplied by Railways:-The material to be supplied by railways free of cost. The
quantities would be determined by Railways according to the quantum of work to be done. Contractor
shall be responsible for checking before taking delivery, whether all the materials given to him are in
good condition. Receipt of the material taken shall be given on prescribed Performa by the contractor
or his representative, Clearly mentioning the details of materials and the quantities received. The left
out of unused material shall be returned to the stores by the contractor and no extra charges shall be
paid by Railways. Transportation of materials from Railway stores to the site of work shall be arranged
by the contractor. The contractor is entirely responsible and shall bear all expenses for loading,
transportation and in loading of all materials, equipment, machines, tools and plants etc. from the
stores, of supply to the Railways stores depot. Equipment / materials required for installation will be
issued to the contractor at the Railway stores depot. Loading and un-loading of the same to the site
will be done by the contractor at his cost. The responsibility for damage to any equipment during
transportation and till it is taken over by Railways after commissioning of the work shall be that of
contractor.
11.2.1. The materials to be supplied by the contractor as per schedule enclosed with the tender document will
be procured from RDSO approved sources if the item appears in RDSO approved list. In case if RDSO
approved source is not available on the latest approved list issued by RDSO though RDSO specification
for particular material is available, the material can be procured from the reputed suppliers, shall be of

Contractor For Chief Signal and Telecom Engineer


- 33 -
best quality and shall conform to relevant specifications, design and drawings duly inspected by RITES/
Railway consignee. The contractor may be required to produce test certificates from the
manufacturers whenever called for by the Engineer in charge. The items with RDSO specification shall
be supplied with latest amendments if any.
11.2.2. Before procuring the material to be supplied by contractor, the contractor shall submit the names and
addresses of suppliers from whom it is proposed to procure the materials required to be supplied in
the tender and shall take approval of railways for the same.
11.3 The list of the material to be supplied as per the schedule, if any other petty material which may be
considered necessary for execution of the work according to specification of drawing is required, the
same shall be supplied by the contractor free of cost.
11.4 In case cement is supplied by Railways, the empty cement bags for the supply of cement shall be
property of the contractor and the cost of the same shall be recovered at the rate of Rs.2/- per empty
cement bag from the “On Account” bills of the contractor. The railway, however, reserves its right to
take empty bags as are in good conditions and in that case no recovery will be made for bags so taken
back. These rates will apply for bags deteriorated while in use and not found acceptable to the Railway
for taking back from the contractor.
11.5 No extra charges shall be paid to the contractor towards carriage, loading and un-loading and handling
etc. of the above materials indicated above required for execution of the work and the rates quoted by
the contractor shall be inclusive of all such charges.
11.6 The contractor shall be responsible for undertaking repairs, if any, to crates, cable drums packing cases
etc. for safe transport of materials from Railways specified depot to the site of work. No extra payment
will be made on this account.
11.7 DISPOSAL OF EMPTY CABLE DRUMS:
Empty cable drums, wooden crates and other packing materials used for supply of Railway’s materials
to the contractor shall be the property of the Contractor excepting the cable drums having unused
cable exceeding 50Mtr/length. This cable will be rolled back in the same cable drum and handed over
to the Railway Engineers. If otherwise the cable can be handed over loose. The cost of the cable drum
shall be recovered at the rate of Rs.800/- per empty drum from the running bills of the contractor. The
Railway, however, reserve is right to take empty drums that are in good condition and in such cases no
recovery will be made for the drums so taken back.
11.8 Security of all materials in the section where the work is in progress shall be the contractor’s
responsibility and he shall arrange to guard the same from thefts by outsiders or his labour. In the
event of any loss, the contractor shall be responsible to that effect and shall execute an indemnity
bond for the materials that will remain in his custody, which has been supplied by the Railway. The
stores lost, when under custody of the contractor, will be made good by the contractor.
11.9 SECURITY OF RAILWAY MATERIAL TO BE ISSUED TO CONTRACTOR FOR EXECUTION OF WORK:
The contractor shall furnish a Bank Guarantee/FDR for materials supplied to him by Railways as per
Special Conditions of Contract. The contractor shall submit a Bank Guarantee / F.D.R. for a sum of
Rs.20,00,000/- (Rupees Twenty Lacs) for materials supplied by Railway direct from the time he
commences taking delivery of the materials to the time the materials are used in execution of work
and quantities finally reconciled.
12. SUPPLY OF TECHNICAL LITERATURES, DOCUMENTATION, DRAWINGS & COMPLETION PLANS ETC.
12.1 The supply of equipment and materials shall include supply of two sets of printed documents from the
original equipment manufacturers with each equipment. The documents should include all software
documentation required for the equipment system.
12.2 Except where printed documents are supplied with each equipment by original equipment
manufacturer, all other documentation and information shall be prepared using CAD. All he

Contractor For Chief Signal and Telecom Engineer


- 34 -
documentation and drawings etc. shall be supplied in two sets of CD. The drawings etc. shall also be
supplied in duplicate on J. K. Copier/ map litho white paper to facilitate taking out copies on plain
paper copier. In addition, four complete sets of such documents shall also be supplied for ready use
duly bounded in good plastic folders.
12.3 The supply of equipment and materials shall also include necessary documentation related to training
on the maintenance of equipment in sufficient number of copies and one CD to the extent specified
elsewhere in this agreement.
13. QUALITY ASSURANCE:
13.1 The tenderer shall submit along with the tender the quality control plan including full details of in-
house quality assurance organization, procedures and documentation. During the manufacturing
process, proper record shall be maintained for the inspection and test carried out according to this
plan.
13.2 In the event of Railways waiving off the inspection, all tests provided in the test schedules approved by
Railways shall be carried out by the quality assurance organization and proper record of all such tests
and results thereof shall be maintained and supplied to Railways on demand.
14. EQUIPMENT EVALUATION AND APPROVAL:
14.1 Wherever required & mentioned in tender documents, equipments shall be procured as to suit & be
compatible with existing equipments. Letter of technical support from OEM or OEM’s authorized
vendor shall be submitted for such equipments.
15. INSPECTION OF MATERIALS/INSTALLATION:
In addition to what is indicated in General Conditions of Contract & tender schedule, following shall
also be adhered to by contractor:-
15.1 Inspection of all materials to be supplied under this contract will be carried out by the Railway. The
cost/charges of inspection will be to the Railway’s account subject to other provisions here in
contained. The contractor shall give at least 4 weeks notice to the purchaser or his nominee to enable
him to arrange necessary inspection.
15.2 Materials appearing in RDSO approved list as per IRS/RDSO design or specification shall be inspected
by RDSO/RITES before they are finally used in works. Materials other than this will be inspected by
Purchaser Engineer or his representative.
15.3 In case RDSO/RITES do not inspect an item on account of item being of small value or shows inability
to inspect the material for any reasons, they same will be inspected by consignee or any other Railway
representative. This clause will be applicable wherever required in terms of scope of work.
15.4 The cost of all tests and/or analysis affected at the manufacture of contractor’s works shall be borne
by the contractor.
15.5 The expenses of travel, boarding and lodging for Railway’s Engineer/ agent deputed for inspection shall
be borne by the Railway.
15.6 Materials put up for inspection shall be exactly for the type and quantity laid down in the schedule of
materials. Any variation shall require the prior approval of the Railway before the material is,
manufactured or tendered for inspection.
15.7 Railway’s Engineer will, inspect and test the work at all stages and shall have full powers to reject all or
any work that may be considered defective or inferior in quality or material of poor workmanship or
design. The contractor shall carryout such tests at the cost as are necessary in the opinion of the
Railway to ensure necessary compliance of the specifications of the contractor.
15.8 All material brought to site can be erected only after inspection and acceptance by the Engineer in
charge or his authorised representative, even when it is inspected by RDSO/RITES.

Contractor For Chief Signal and Telecom Engineer


- 35 -
15.9 During the execution of the contract, samples may be taken for the purpose of test and/or analysis
under the conditions laid down in specification, such samples to be prepared for testing and forwarded
free of all cost to the Railway.
15.10 The contractor will be called upon to pay all the expenses incurred by the Railway in respect of any
work or materials found to be defective or of inferior quality, adulterated or otherwise unacceptable.
15.11. During inspection of installation by Railway Engineer the contractor shall make such tests as would be
necessary to demonstrate to the satisfaction of the Railway that the work as completed by him is in
accordance with the specifications of the contract. The contractor shall provide such instruments and
apparatus as may be necessary for making these tests.
15.12. The contractor shall give the Railway or inspecting authority nominated by Railway clear 10 days
notice/or more if required for inspection of material so as to ensure that the progress of work is not
delayed on this account in any manner. All the letters submitted to the inspecting authority shall be
given to the Engineer in charge after due acknowledgement from the inspecting authority.
16. INSPECTING OFFICER – POWER OF REJECTION:
16.1 Before any stores or part thereof are submitted for inspection, to certify that they are not in accordance
with the contract/owing to the adoption of any unsatisfactory method of manufacture.
16.2 To reject any stores submitted as not being in accordance with the drawing/ specifications mentioned
in schedule of work.
16.3 To reject the whole of the instalment tendered for inspection if after inspection of such portion thereof,
as he may in his discretion think fit, he is satisfied that the same is unsatisfactory.
16.4 To mark the rejected stores with a rejection mark, so that they may be easily identified if resubmitted.
16.5 The Inspecting officer’s decision as regards the rejection shall be final and binding on the contractor.
16(A) CONSIGNEE’S RIGHT OF REJECTION:
Notwithstanding any approval which the inspecting Officer may have given in respect of the stores or
any materials or the work or workmanship involved in the performance of the contract (whether with
or without any test carried out by the contractor or the inspecting officer or under the direction of the
Inspecting officer) and notwithstanding delivery of the stores where so provided to the interim
consignee it shall be lawful for the consignee, on behalf of the purchaser, to reject the stores or any
part, portion of consignment there of within a reasonable time after actual delivery thereof to him at
the place or destination fixed in the contract if such stores or part, portion of consignment thereof is
not in all respects in conformity with the terms and conditions of the contract whether on account of
any loss, deterioration or damage before dispatch or delivery or during transit or otherwise
howsoever.
16(B) REJECTED STORES:
a) When any stores delivered at the consignee’s depots are rejected, this shall be removed by the
contractor within 21 days from the date of rejection. Such rejected stores shall lie at the contractor’s
risk from the date of rejection. If the stores are not removed by the contractor within this period, the
purchaser or his nominee shall have the right to dispose of such stores, as deemed fit, at the
contractor’s risk and account.
b) The purchaser shall also be entitled to recover from the contractor, handling and ground rent /
demurrage and any other charges for the period the rejected stores are not removed after the
aforementioned period.
c) Stores that have been dispatched by rail and rejected after arrival at destination may be taken back by
the contractor either at the station where they were rejected or at the station from which they were
dispatched. If the contract is placed for delivery F.O.R. station of dispatch, the contractor shall pay the
carriage charges on the rejected consignment at Public traffic Rates from the station of dispatch to the

Contractor For Chief Signal and Telecom Engineer


- 36 -
station where they were rejected. If the contractor prefers to take back the goods at the station from
which they were dispatched, the goods shall, in addition, be booked back to him, freight to pay at
Public Traffic Rates and at owner’s risk.
16 ( C ) CONSEQUENCES OF REJECTION:
a) If on the stores being rejected by the Inspecting Officer or consignee at the destination, the contractor
fails to make satisfactory supplies within the stipulated period of delivery, the purchaser shall be at
liberty to:-
b) Request the contractor to replace the rejected store forthwith but in any event not later than period of
21 days from the date of rejection and the contractor shall bear all the cost of such replacement,
including freight, if any on such replacing and replaced stores but without being entitled to any extra
payment on that or any other account.
c) Purchase or authorise the purchase of quantity of the stores, rejected or others of a similar description
(when stores exactly complying with the particulars are not readily available in the opinion of the
purchaser, which shall be final), without notice to the contractor, at his risk and cost and without
affecting the contractor’s liability as regards to the supply of any further instalment due under the
contract or.
d) Cancel the contract and purchase or authorise the purchase of the stores or other of a similar
description (when stores exactly complying with the particulars are not readily available, in the opinion
of the purchaser, which shall be final) at the risk and cost of the contractor. In the event of action
being taken under sub-clause above or this sub clause, the provisions relevant clauses of the General
Conditions of contract, shall apply as far as applicable.
e) Where under a contract, the price payable is fixed on F.O.B. part of export or F.O.R. dispatching
station, the contractor shall, if the stores are rejected at the destination by the consignee, be liable in
addition to his other liabilities including refund of price recoverable in respect of the stores so
rejected, to reimburse to the purchase, the freight and all other expenses incurred by the purchase in
this respect.
17. QUANTUM OF WORK AND VARIATION IN QUANTITIES:
The procedure detailed below shall be adopted for dealing with variations in quantities during
execution of works contracts:
A. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment
would be made as per the agreement rate. For this, no finance concurrence would be required.
B. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is
considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh
tender for operating that item is considered not practicable, quantity of that item may be operated in
excess of 125% of the agreement quantity subject to the following conditions:
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of
the rank not less than S.A. Grade;
(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned
item, shall be paid at 98% of the rate awarded for that item in that particular tender;
(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned
item shall be paid at 96% of the rate awarded for that item in that particular tender;
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only
in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid
at 96% of the rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual items of the
contract and not on the overall contract value.

Contractor For Chief Signal and Telecom Engineer


- 37 -
(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if
found necessary, should be only through fresh tenders or by negotiating with existing contractor, with
prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.
C. In cases where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the items upto 25% of individual item without finance
concurrence.
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an
officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the
contractor and with finance concurrence, giving detailed reasons for each such decrease in the
quantities.
(c) It should be certified that the work proposed to be reduced will not be required in the same work.
D. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for
other items). A minor value item for this purpose is defined as an item whose original agreement value
is less than 1% of the total original agreement value.
E. No such quantity variation limit shall apply for foundation items.
F. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a
whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on
the individual items irrespective of the manner of quoting the rate (single percentage rate or individual
item rate).
G. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the
authority in whose powers revised value of the agreement lies.
H. For tenders accepted by General Manager, variations upto 125% of the original agreement value may
be accepted by General Manager.
I. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original
agreement value may be accepted by General Manager.
J. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided.
In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement),
sanction of the competent authority as per single tender should be obtained.
18. RIGHT OF RAILWAY TO KEEP BACK FROM THE CONTRACT ANY PORTION OF WORK:
The successful tenderer will however, have no claim or right in the execution of work which in the
opinion of the Engineer should be carried out departmentally or otherwise and the Railway
Reserves the right any time after the acceptance of the tender to keep back from the contract and
carry out the work or any portion of work through any other agent it may think without assigning
any reason. No claim for compensation/loss or whatsoever on this account will be entertained by
the Railway.
19. SUBLETTING AND ASSIGNMENT:
19.1 The contractor may sublet a part of the works under this contract and enter into contract with
suppliers for supply of materials only with the approval of the Railway administration.
19.2 The names of all sub contractors proposed to be employed for execution of work or any part thereof
including manufacturing of equipment and other materials shall be submitted by the contractor to
the purchaser and got approved by him before the contractor enter into a agreement with the sub
contractor for the purpose.
19.3 The contractor shall arrange for effective supervision of sub contractor's work and remain solely
responsible for materials supplied and for works carried out on his behalf by the sub contractor.

Contractor For Chief Signal and Telecom Engineer


- 38 -
19.4 The contractor shall not, save with the previous consent in writing of the Purchaser, sublet, transfer or
assign the contract or any part thereof or interest therein or benefit or advantage thereof any manner
whatsoever.
19.5 In the event of the Contractor's subletting or assigning this contract or any part thereof without
such permission, the purchaser shall be entitled to cancel the contract and to purchase the stores
elsewhere on the contractor's account and risk and the contractor shall be liable for any loss or
damage which the purchaser may sustain in consequence or arising out of such purpose.
20. EXECUTION OF WORK:
All the work shall be executed in strict conformity to the provisions of the contract document and
according to detailed drawings, specifications and instructions as may be approved from time to
time by Railway based on detailed design and engineering carried out by contractor in line with
requirements as per contract document. The contractor shall be responsible for ensuring that the
work throughout are executed in the most substantial, proper and workman like manner with the
quality of material and workmanship in strict accordance with the specifications and as per sound
industrial practices and to the entire satisfaction of the Railway. In case of any doubts regarding any
particulars of construction and any ambiguities in the plans, the decision of the purchaser’s engineer
shall be final and binding on the contractor.
21. PROGRESS REPORTING:
21.1 The contractor shall submit to Railways at his own cost periodic progress reports at regular
intervals regarding the state and progress of work. The details and pro-forma of the report will
mutually be agreed after award of the Contract. Such reports shall be for daily man power,
equipment and plant development, weekly work progress and monthly progress review reports.
All actions as directed by Railway pursuant to such reports shall be promptly attended to by
Contractor.
21.2 The purchaser’s engineer shall also conduct periodic weekly/fortnightly/monthly meetings with the
contractor to assess and review the progress of works. The action proposed to progress the work as
planned, difficulties, assistance required etc. shall be clearly brought out and remedial action taken.
The minutes of these meetings shall be jointly signed by Railways and contractor.
22. CLEARANCE OF SITE :
22.1 Contractor at his own expenses clean the site, set out all works and provide all necessary labours, pegs,
string, steel to enable the purchaser or any of his representatives to check all setting out and the
contractor will correct all errors at his own expenses.
22.2 At the end of the work in each section the contractor shall as a part of his contractual obligation leave
the area completely cleared of rubbish and obstructions of all kinds according to the instructions of the
Railway's representatives. Besides, he shall take execution of work to avoid the presence of loose
earth and ballast on platforms, in drains, on the track formation and pathways in the vicinity. If within
fortnight of completion of the particular item of site work, the refuge is not cleared, the Railway will
arrange to get them removed at the cost of the Contractor. However, before the Railway actually gets
the site cleared, intimation in writing shall be sent to the Contractor.
23. NIGHT WORK:
Not withstanding the provision in the General Conditions of Contract, if the Engineer is satisfied that
the work is not likely to be completed in time except by resorting to night work, he may order the
contractor/s to carry out the works even at night without conferring any right on the contractor for
claiming any extra payment for the same. All arrangements in this connection shall be made by the
contractor at his own cost.
24. ELECTRICITY:
(i) Unless otherwise provided in the contract, the contractor shall be responsible for arrangements to
obtain supply of electric power for the works.

Contractor For Chief Signal and Telecom Engineer


- 39 -
(ii) Electric supply from the Railway station :- The Railway may supply to the contractor part or whole of
the electric power wherever available and possible, required for execution of works from the Railways
existing electric supply system at or near the site of work on specified terms and conditions and such
charges as shall be determined by the Railways and payable by the contractor provided the cost of
arranging necessary connections to the Railways electric supply system, and laying of
underground/overhead conductor, circuit protection, electric power meters, transmission structures
shall be borne by the contractor and that the contractor shall not be entitled to any compensation for
interruption or failure of the electric supply system.
25. WATER CHARGES:
(i) Unless otherwise provided in the contract, the contractor shall be responsible for arrangements to
obtain supply of water necessary for the works.
(ii) Water supply from the Railway station :- The Railway may supply to the contractor part or whole of
the quantity of the water required for the execution of works from the Railways existing water supply
system at or near the site of work on specified terms and conditions and at such charges as shall be
determined by the Railways and payable by the contractor, provided that the contractor shall arrange
at his own expense, to effect the connections and lay additional pipelines and accessories on the site
and that the contractor shall not be entitled to any compensation for interruption of failure of the
water supply.
(iii) Water supply by Railway transport:- In the event of the Railway arranging supply of water to the
contractor at or near the site of works by traveling water tanks or other means, the freight and other
charges incurred thereby, including demurrage charges that may be levied shall be paid by the
contractor in addition to the charges referred to in sub clause (2) of the clause provided that the
contractor shall not be entitles to any compensation for interruption or failure of the water supply.
26. ILLEGAL GRATIFICATION:
26.1. Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor
or his partner, agent or servant of anyone of his or on their behalf to any officer, or employees of the
Railway or to any person on his or their behalf in relation to the obtaining or the payment of any loss
or damage resulting from such decision, and the Railway shall be entitled to deduct the amounts so
payable from any moneys due to the contractor under the contract or any other contracts with the
Railways.
26.2 The contractor shall not lend or borrow from or enter into any monetary dealings or transactions either
directly or indirectly with any employees of the Railway and if he shall do so the Railway shall be
entitled forth with to rescind the contract and all other contracts with the Railway. Any question or
dispute as to the committing of any offence or compensation payable to the Railway under this clause
shall be settled by the General Manager of the Railway in such manner as he shall be consider fit and
sufficient and his decision shall be final and conclusive.
27. LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPORT:
27.1 The tenderer shall undertake to supply on payment all maintenance spares and tools required for the
equipment during its lifetime. He shall also undertake to supply additional equipment required for
replacement for expansion of the network, that may become necessary due to additional traffic
requirements, The price variation formula adopted in pricing such maintenance spare and additional
supply that may be ordered in future shall be decided by mutual discussions.
27.2 The manufacturer shall guarantee that spares part for the system shall be available for a minimum of
eight years after acceptance of the system and thereafter at least 2 years notice shall be given to the
Railways before any equipment or components are discontinued or phased out from the
manufacturing plans. This will enable the Railway to assess the lifetime requirement of spares needed
and order in sufficient quality prior to stoppage of the manufacture.

Contractor For Chief Signal and Telecom Engineer


- 40 -
28. WARRANTY:
In addition to the provisions in this regards listed in General Conditions of Contractor, following shall
apply:-
28.1 The contractor shall give guarantee for satisfactory working of the equipment supplied (and not
required to be installed) by him in respect of installation for a period of 18 months beginning from the
date of receipt of last supply. Similarly, the contractor shall guarantee satisfactory working of the
equipment supplied and installed by him for a period of 12 calendar months beginning from the date
of issue of completion certificate. The date of completion of work shall be treated as the date of
commissioning of work at last station.
28.2. During this period, the contractor shall keep all the equipment, material, and tools readily available
and shall carryout at his own expense all modification, addition or substitution that may be considered
necessary for the satisfactory working of the equipment supplied or work executed. Final decision in
respect of unsatisfactory working of the equipment/work executed or faulty use of designs,
workmanship etc. shall rest with the Engineer-in charge, and the same shall be binding on the
contractor.
28.3. During the aforesaid period of guarantee, the contractor shall be liable at his own cost for all repairs or
replacement or any parts that may found defective in the contract or equipment, irrespective of
whether any defect arose as result of faulty design, materials, workmanship installation or otherwise
provided that such defective parts which are not repairable at site, are promptly removed to the
contractors works for repairs if so required by him, and such defective parts should be replaced by
him, by new ones in order to remove the defects at his own expenses. In case minor repairs are carried
out by the Railway at site, the cost of such repairs plus departmental charges shall be borne by the
contractor.
29. SAFETY MEASURES:
29.1 The contractor shall take all possible precautions to ensure that none of his workers knowingly or
otherwise cause interference to the circuits or equipment in use and give rise to unsafe conditions or
dislocation of traffic.
29.2 No work shall be begun above or under or adjacent to any line of the Railway, in consequence of which
it may become necessary to foul any such line or it may in any way prejudice the same for safe passage
of traffic until look out men and hand signal men as required by the Engineer or his representative
shall have taken their duties.
29.3 The contractor shall take all precautionary measures in order to ensure the protection of their own
personnel moving about or working in the Railway Premises, which shall conform to the rules and
regulations of the Railway. If and when, in the course of the works, there is likely to be any danger to
persons in the employment of the contractor due to running traffic while working in the Railway
sidings and premises, the contractor shall apply in writing to the Railway to provide flagmen or look
out men for protection of such persons. The Railway will, however, decide as to whether it is necessary
to post such flagmen for various types of work and also the number of such men required to protect
the gang or gangs of contractor’s staff working at site.
29.4 The Railway shall remain indemnified by the contractor, in the event of any accident occurring in the
normal course of work, arising out of the failure of contractor or his men to exercise reasonable
precautions at all places of work whether or not the Railway has posted flagmen at any particular site
of work. The Flagmen will be appointed by the Railway and no expense on this account will be charged
to the contractor.
29.5 While working within station limits, especially on passenger platforms, the contractor shall ensure that
at all times sufficient space as per Railway’s Schedule of Dimension is left for free movement of
passenger traffic. He must cover and / or barricade the excavations carried out in such areas and

Contractor For Chief Signal and Telecom Engineer


- 41 -
continue to maintain these, till the work is completed with a view to avoid any accident to public or to
a Railway staff.
29.6 The works must be carried out most carefully without any infringement of the Indian Railways Act or
the General and Subsidiary Rules in force on the Railway, in such a way that they do not hinder railway
operation nor affect the proper functioning of or damage any Railway Land, Equipment, Structure or
Rolling Stock except as agreed to by the Railway, provided that all damage and disfiguration caused by
the Contractor to any Railway or Public property must be made good by the Contractor at his own
expenses failing which cost of such repairs shall be recovered from the Contractor.
29.7 If safety of track etc. is affected, as a consequence of works undertaken by the Contractor, the
contractor shall take immediate steps to restore normal conditions. In case of delay, the Railway shall,
after giving due notice to the contractor in writing take necessary steps and recover the cost from the
contractor.
29.8 The Contractor shall be held responsible for any damage to Railway property like telephone lines,
cables or any other Railway gears & equipment, which may be caused by any of his action in
connection with or in the execution of the work. All costs, damages or expenses which the Railway
may have paid, for which under the contract, the contractor is liable, may be either deducted by the
Railway at its discretion from any moneys due or to become due or refundable to the contractor under
the contract, or may be recovered by actions at law or otherwise from the contractor under this
contract and to set off the same against all claims whether arising out of this contract or out of any
other transaction whatever against the contractor.
29.9 No contractor’s vehicle should ply adjacent to running lines. He shall be responsible for the safety of
vehicle used by him.
30. INFRINGEMENT OF PATENTS:
(a) The Contractor is forbidden to use any patents or registered drawings, processes or patterns in
fulfilling his contract without the previous consent in writing of the owner of such patents, drawings,
patterns or trademarks, except where these are specified by the purchaser himself. Royalties where
payable for the use of such patented processes, registered drawings or patterns shall be borne
exclusively by the Contractor. The Contractor shall advise the purchaser of any proprietary rights that
may exist on such processes, drawings or patterns which he may use of his own accord.
(b) In the case of patents taken out by the Contractor of the drawings or patterns registered by him, or
of those patents, drawings or patterns for which he holds a license, the signing of the contract
automatically gives the Purchaser the right to repair by himself the purchased articles covered
by the patent or by any person or body chosen by him and to obtain from any sources he desires the
component parts required by him for carrying out the repair work. In the event of infringement of
any patent rights due to above action of the purchaser, he shall be entitled to claim damages from
the contractor on the grounds of any loss of any nature which he may suffer.
31. LICENSE AS PER GOVT. OF INDIA CONTRACT LABOUR ACT:
31.1 The contractors are required to produce license as enjoined in the Government of India Contract Labor
(Regulation and Abolition) Act (1978). They shall not be allowed to undertake or execute any work
through contract labor except under and in accordance with a license issued under the said Act in
that behalf by the authorized licensing Officer.
32. DEFAULT & DELAYS:
The Contractor shall execute the work with due diligence and expedition, keeping to the approved
Time schedule. Should he refuse or neglect to comply with any reasonable orders given to him in
writing by the Purchaser's Engineers in connection with the work or contravene the provision of the
contract or the progress of work lags persistently behind the time schedule due to his neglect, the
Purchaser shall be at liberty to give seven days notice in writing to the Contractor requiring him to
make good the neglect or contravention complained of and should the contractor fail to comply

Contractor For Chief Signal and Telecom Engineer


- 42 -
with the requisitions made in the notice within seven days from the receipt thereof, it shall be
lawful for the purchaser to take the work wholly or in part out of the Contractor's hands without any
further reference and get the work or any part thereof, as the case may be, completed by other
agencies at the expense of the contractor without prejudice to any other right or remedy of the
Purchaser.
33. LOSS SUSTAINED DUE TO DEFAULT AND DELAY:
In the event of any loss to the purchaser on account of execution and/or completion of the work or
any part thereof by agencies other than the contractor, the contractor shall be liable to reimburse
the loss to purchaser without prejudice to the other rights and remedies of the purchaser, and
the reimbursement in full or in part as the case may be, shall be met, at the option of the purchaser
from out of all or any of the following sources viz :
(i) Any amount due and payable to the contractor by the purchaser on any account whatsoever;
(ii) The Contractor's security deposit in hands of the purchaser as far as available and any other assets
whatsoever of the contractor;
In the event of re-imbursement from out of sources (i) and/or (ii) above mentioned, the purchaser
shall have the right of appropriation suo-moto.
34. PENALTY FOR DELAY IN COMPLETION (LD Clause):
Extension of Time for Delay Due To Contractor: The time for the execution of the work or part of the
works specified in the contract documents shall be deemed to be the essence of the contract and the
works must be completed not later than the date(s) as specified in the contract. If the contractor fails
to complete the works within the time as specified in the contract for the reasons other than the
reasons specified in Clause 17 and 17-A, the Railway may, if satisfied that the works can be completed
by the contractor within reasonable short time thereafter, allow the contractor for further extension
of time (Performa Annexure-VII) as the Engineer may decide. On such extension the Railway will be
entitled without prejudice to any other right and remedy available on that behalf, to recover from the
contractor as agreed damages and not by way of penalty a sum equivalent to ½ of 1% of the contract
value of the works for each week or part of the week.
For the purpose of this Clause, the contract value of the works shall be taken as value of work as per
contract agreement including any supplementary work order/contract agreement issued. Provided
also, that the total amount of liquidated damages under this condition, shall not exceed the under
noted percentage value or of the total value of the item or groups of items of work for which a
separate distinct completion period is specified in the contract.
(i) For contract value upto Rs. 2 lakh - 10% of total value of the contract
(ii) For contracts valued above Rs. 2 lakh - 10% of first Rs.2 lakh and 5% of balance
Further, competent authority while granting extension to the currency of contract under Clause 17 (B)
of GCC may also consider levy of token penalty, as deemed fit based on the merit of the case.
Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor
and in the event of failure on the part of the contractor to complete the work within further extension
of time allowed as aforesaid, the Railway shall be entitled without prejudice to any other right or
remedy available in that behalf, to appropriate the contractor's Security Deposit and rescind the
contract under Clause 62 of these Conditions, whether or not actual damage is caused by such default.
35. EXTENSION OF TIME:
If such a failure as aforesaid shall have arisen from any cause which the Purchaser may agree as being
a reasonable ground for extension of time, the CSTE/ Sr DSTE or his successor(s) may allow such
additional time as he may in his absolute discretion consider to be reasonably justified by the
circumstances of the case, such extensions shall be granted with liquidated damages in the Form
No.11. The Contractor will apply for extension at least two months before the expiry of the period of

Contractor For Chief Signal and Telecom Engineer


- 43 -
completion. Form No.12 will be applicable in case extension is on purchaser’s account and also in case
extension is on contractor's account but the purchaser is reasonably satisfied that contractor cannot
be penalized for such delay. The terms and conditions of the original contract will remain operative
during the extended period and nothing will be allowed on this account.
36. CONTRATOR'S LIABILITIES FOR COSTS AND DAMAGES:
36.1 WITHHOLDING AND LIEN IN RESPECT OF SUMS CLAIMED:
a. Whenever any claim or claims for payment of a sum of money arises out of under the contract
against the contractor, the Purchaser shall be entitled to withhold and also have lien to retain such
sum or sums in whole or in part from the security, if any, deposited by the contractor and for the
purpose aforesaid the purchaser shall be entitled to withhold the said cash security deposit or
the security, if any, furnished as the case may be and also have lien over the sum pending finalization
or adjudication of any such claim.
b. In the event of the security being insufficient to cover the claimed amount or amounts or if no security
has been taken from the Contractor, the purchaser shall be entitled to withhold and have lien to
retain to the extent of such claim amount or amounts referred to, from any sum or sums found
payable or which at any time thereafter may become payable to the Contractor under the same
contract or any other department of the Central Government pending finalization or adjudication
of any such claims.
c. It is an agreed term of the contract that the sum of money or moneys so withheld or retained under
the lien referred to by the purchaser till the claim arising out of or under the contract is determined by
the Arbitrator. (If the contract is governed by the Arbitration clause) or by the competent court as the
case may be and that the contractor will have no claim for interest of damages whatsoever on any
account in respect of such withholding or retention under the lien referred to spur and duly notified
as such to the Contractor.
d. For the purpose of this clause, where contractor is a partnership firm or a limited company, the
purchaser shall be entitled to withhold and also have a lien to retain towards such claimed amount
or amounts in whole or in part from any sum found payable to any partner/limited company, as the
case may be, whether in his individual company or otherwise.
36.2 LIEN IN RESPECT OF OTHER CONTRACTS:-
a. Any sum or sums of money due and payable to the Contractor (including the security deposit
returnable to him under the contract) may be withheld or retained by way of lien by the
Purchaser against any claim of this Railway or any other Railways or any other Departments of the
Central Government in respect of payment of a sum of money arising out of or under any other
contract made by the Contractor with this or any other Railway or any other department of the Central
Government.
b. It is an agreed term of the contract that the sum of money so withheld or retained under this
clause by the purchaser will be kept withheld or retained as such by the purchaser till the claim
arising out of or under any other contract is either mutually settled or determined by the
Arbitrator if the other contract is governed by the Arbitration clause or by the competent court
as the case may be, and that the contractor shall have no claim for interest or damages in respect of
any sum of money withheld or retained under this clause and duly notified to the contractor.
37. UNIT PRICES:
37.1 The prices quoted by the Tenderer shall include the prices of materials including all incidental
charges for transport, loading/unloading and handling of materials, commission for arranging
dispatch by rail / road direct from manufacturer's factory and completing all necessary formalities in
this respect, such as submission of forwarding notes, arranging placement of Wagon, collection of
banker's charges for Bank guarantee, Indemnity Bonds, inclusive of cost of Stamp etc. as also siding

Contractor For Chief Signal and Telecom Engineer


- 44 -
or shunting charges, if any, levied by the Railway. The break up of the basic cost and other taxes and
duties shall be also submitted.
37.2 The prices shall include all taxes, duties, Royalty and levies (including Octroi etc.) applicable on this
Works Contract. Therefore, they should quote their prices taking into account the rate of sales tax as
leviable in the event of sale to the Central Government Organization etc. It is clarified that required
form applicable for this purpose will be supplied to the contractor, as applicable in the state where
the contract is being executed. The prices shall also include provision for losses and wastage in transit
and installation and commissioning.
37.3 The prices quoted by the tenderer shall include cost of commissioning and testing and all costs of
Administration of Contract, Insurance Premium, Banker's charges for guarantees, cost of storage,
loading-unloading and handling of materials and for any road transport which the contractor may use
for carriage of materials to his depot and the site of work. The prices shall include the cost of works
and adjustments necessary to be done by the contractor during or after tests carried out by the
purchaser.
37.4 The price to be quoted by the tenderers should take into account the credit availed on inputs under
the MODVAT scheme introduced w.e.f. 1st March 1986. The tenderers should give a declaration that
any let offs in respect of duties on inputs as admissible under law is being totally and unconditionally
passed on to the purchaser in the price quoted by him (see para 43).
37.5 While the price quoted in the contract are inclusive of all taxes i.e. custom duty, excise duty, octroi,
local levies, Sales tax levied by any statutory authority, the purchaser shall make any deduction
toward sales tax on works contract if statutorily required to do so. The deducted sales tax on works
contract shall be remitted to the concerned sales tax authority and the purchaser shall in no way be
responsible for any disputes between the sales tax authorities and the contractor in this regard.
37.6 All taxes, duties and levies (Including octroi etc.) arising out of the transaction between the contractor
and his sub contractor/supplier for this work will be included in the rates quoted by the contractor in
the relevant schedule.
37.7 Arrangement of permits/license for materials will not be made by the Railway or any assistance given.
The Contractor will have to make his own arrangement. Also no import license shall be arranged by
the Railway for this work.
37.8 The Unit prices offered against the various items in schedules will include beside labor the following
elements of cost:-
I. Special tools & installation materials required for testing & commissioning.
II. Cost of transportation of material, supplied by the Railway from place of delivery to the site of work.
III. Return of released materials, left over cables and other materials from the site of work and handing
over to the Engineer at specified locations or stores depot.
IV. Cost of preparation of detailed documentation completion plans/drawings (see Para 12).
V. All other miscellaneous expenses necessary for the execution of the work and fulfillment of
contractual obligation.
38. MEASUREMENT OF WORKS:
38.1 Payments for the works shall be made in accordance with approved designs & drawings and measured
in relevant units except where provided or otherwise. The measurements will be made generally in
accordance with standard engineering practice & in conformity with the General conditions of
Contract.
38.2 Figures, Dimensions and Drawings shall supersede measurement by scale and drawings to a larger
scale shall take precedence over those to a smaller scale. Special dimensions or directions in the
specification shall supersede all else.

Contractor For Chief Signal and Telecom Engineer


- 45 -
38.3 MEANING AND INTERPRETATION BY RAILWAY TO BE FINAL:
All measurement, method of measurement, meaning and intent of specifications and interpretation
of Special Conditions of Contract, given and made by the Purchaser or by the Purchaser’s Engineer
shall be final and binding and shall be considered "excepted matters" in terms of conditions laid
down in the General Conditions of Contract.
39. TERMS OF PAYMENT:
39.0.1 Payment to contractor will be made through EFT/ECS. All bills shall be submitted to the authority as
nominated by CSTE/NCR Allahabad from time to time.
39.0.2 Subject to any deductions or recovery which the Railway may be entitled to make under contract,
the Contractor will be entitled to be paid from time to time by way of `on account payment' for
supply of goods and `progress payment' for works as in the opinion of the Engineer he has executed in
terms of Contract.
39.0.3 ON ACCOUNT PAYMENT:
"On Account Payment" will be made for supply of equipment, materials indicated in the supply
schedule on receipt of materials in good condition at the Stores of nominated SSEs / Sig.
For schedule items having both supply & installation parts:
Payments to the contractor would be made through EFT/ECS as per the conditions below.
39.1 ON ACCOUNT PAYMENT FOR ITEMS OTHER THAN ITEMS OF SUPPLY
39.1.1 Subject to any deduction or recovery which the Railway may be entitled to make under the contract,
the contractor will be entitled to be paid from time to time by means of “ON ACCOUNT” payment only
for such works as in the opinion of the Engineer, has been executed by him in terms of contract.
39.1.2 “ON ACCOUNT” payment shall be made separately for each item/sub item of work given in the
Schedule of work. The bill shall be submitted by the contractor for each item of work which has been
executed by him.
39.1.3. The “ON ACCOUNT” payment shall not exceed 90% of the total on account payment due to the
contractor on the rates indicated in the Schedule of work. For this purpose, the payment to the
contractor at each on account stage shall be restricted to 90% of the amount calculated on the basis of
rates indicated in the Schedule of work.
39.2 PAYMENT FOR SUPPLY ITEMS
Subject to any deduction which the Railway will be authorized to make under the terms of contract
that may be applicable while accepting the tender, the Contractor shall be entitled for payment as
follows:-
39.2.1 80% payment of the schedule item, for which installation is to be done by the contractor under the
same schedule item, will be paid on receipt of the materials at the nominated stores depot duly
inspected by the inspecting authority subject to the furnishing of Inspection Certificates.
39.2.2 10% payment of the schedule item, for which installation is to be done by the contractor under the
same schedule item, will be paid after the installation of materials.
39.2.3 Balance 10% payment of the schedule item, for which installation is to be done by the contractor
under the same schedule item, will be paid after the successful commissioning of the work.
39.2.4 90% payment of the schedule item, for which installation is not required to be done by the contractor
under the same schedule item, will be paid on receipt of the materials at the nominated stores duly
inspected by the inspecting authority subject to furnishing of Inspection Certificate.
39.2.5 Balance 10% payment of the schedule item for which installation is not required to be done by
contractor under the same schedule item, will be paid after the successful commissioning of the work.

Contractor For Chief Signal and Telecom Engineer


- 46 -
39.2.6 For the item of designing / installation / execution / erection, 100% payment will be made after
successful completion of the activity.
39.2.7 No additional charges will be paid to the contractor for transporting, to and from stores depot of
Railway to the site of work including Railway material, if any.
39.2.8 In case, any item consists of supply & installation under same schedule item and full schedule quantity
is supplied by the contractor but the item could not be got executed in full, 80% payment will be made
to the contractor against only supply of item with the final bill. If not agreed by the contractor, the
balance material may be taken back by the contractor.
39.2.9 Necessary RDSO, IRS/TEC/DOT specification/drawing, if any required shall be obtained by the tenderer
at his own cost.
39.3 FINAL PAYMENT:
On the basis of completion certificate issued by the Engineer for all the works covered in this contract,
the final bill for the balance payment shall be submitted by the contractor along with “NO CLAIM
CERTIFICATE”. The completion certificate shall be issued by Engineer only when:-
I. He has accepted the work wholly.
II. The maintenance period is over.
III. All the released materials are handed over by the contractor correctly and stocked as indicated.
IV. Material reconciliation done and all the unused Railway materials returned to Railway Stores in good
condition.
40. FINAL SETTLEMENT:
On expiry of the warranty period, if any, and issue of the certificate by the competent authority, the
security deposit will be refunded after adjustment of any dues payable by the contractor.
41. CERTIFICATE FOR MODVAT BENEFITS ON BILLS:
a. The Contractor should submit the following certificate along with the bills:-
"We certify that no additional duty set off on the Goods supplied by us have accrued under the
MODVAT Scheme in force on the date of supply after we submitted our quotations and
submitted the present bill."
b. In the event of MODVAT credit being extended by the Government of India to more items than
that already covered, the firm should advise the purchaser about the additional benefits accrued
through a letter containing the following certificate or any variation thereof as may be considered
necessary by individual Railway administration :-
“We hereby declare that we can avail additional duty set off as per latest MODVAT scheme in force
now and we hereby give a reduction of (___________) per unit and agree to revise the prices indicated
in the order. The current E.D. of (_________) is payable on this reduced price. Therefore, we request
you to amend the order accordingly."
42. DEDUCTION FROM ON ACCOUNT PAYMENT BILLS:
I. All costs, damages or expenses, which Railways may have paid or incurred, which under the
provisions of contract are Contractor's obligations will be deducted by Railways from progress
payment Bills/Invoice of contractor, as and when it is understood that such an expenses has been
incurred or paid for.
II. All such claims of Railways shall, however, be duly supported by appropriate and certified vouchers,
receipts or explanations as are available to enable the contractor to identify such claims.
43. DEDUCTION FOR INCOME TAX:
The Railway will deduct 2% as Income Tax on the gross of each bill plus 15% surcharge on income tax
along with any increase by Govt. while making payment to the contractor. The settlement of income
tax should be made with income tax authorities.

Contractor For Chief Signal and Telecom Engineer


- 47 -
43.1 Deduction of Works Contract Tax (WCT) at source
a. WCT shall be deducted at source. Rate of deduction will depend upon the existing laws prevailing in
the state WCT. Registration is required to be done by the Contractor with the Sales Tax Authority of
the respective State and is to be produced within 2(Two) months of awarding of contract, failing which
the first ‘On Account Bill’ shall not be passed.
b. In exceptional circumstances, when an account bill cannot be with held in the interest of targeted
work, where the contractor is not able to produce the WCT registration even after lapse of two month
period, an amount equivalent to 4% of the overall contract value will be deducted from his ‘On
Account’ bills. The amount of 4% will be to cover 2% toward WCT and another 2% as additional
security.
44. INSURANCE:
44.1 The Contractor shall take out and keep in force a policy or policies of insurance against all liabilities of
the Contractor or the Purchaser at common law or under any statute in respect of accidents to persons
who shall be employed by the contractor in or about the site for the purpose of carrying out the works
on the site. The Contractor shall also take out and keep in force a policy or policies of Insurance
against all recognized risks to their offices and depots. Such insurance shall in all respects be to the
approval of the Purchaser and if he so requires in his name.
44.2 INSURANCE OF MATERIALS & INSTALLATIONS:
The Contractor shall take out and keep in force a policy or policies of Insurance for all materials
including Railway supply materials equipment irrespective of whether used up in the portion of
work already done or kept for the use in the balance portion of the work until such works are
provisionally handed over to the Railways.
44.3 The Contractor shall not be liable for losses/damages to the materials either used up in the portion of
work done or his material kept for use at site, in consequence of mutiny, or other similar causes over
which the Contractor has no control and which cannot be insured. Such losses or damages shall be the
liability of the Purchaser and if required by the Purchaser, be made good by the contractor, at the cost
of the Purchaser.
44.4 The Contractor should, however, insure the stores brought to site, against risks in consequence of war
and invasion, as required under the Emergency Risk (Goods) Insurance Act in force from time to time.
44.5 It may be noted that the beneficiary of the insurance policy should be Railways or the policies should
be pledged in favour of Railway. The contractor shall keep the policy/policies current till the
installations are handed over to the Purchaser. It may also be noted that in the event of
contractor's failure to keep the policy current and alive, renewal of the policy will be done by the
purchaser for which the cost of the premium plus 20% of premium shall be recovered from the
contractor.
44.6 For purpose of enabling the contractor to take the insurance cover in connection with this contract,
the purchaser's engineer will advise the approximate price of all the Railway supply materials to the
contractor.
44.7 The Contractor shall take out all Insurance covers in connection with this contract with General
Insurance Corporation of India only.
45. FORCE MAJEURE CLAUSE:
If at any time, during the continuance of this contract, the performance, in whole or part, by either
party, of any obligation under this contract shall be prevented or delayed by reason of any war,
hostility, act of the public enemy, Civil Commotion, Sabotage, Fires, Floods, Earth quakes,
explosions, strikes, epidemics, quarantine, restrictions lockouts, any statute, statutory rules,
regulations, order of requisitions issued by any Government Department or Competent Authority or
acts of God (here-in after referred to as event) then provided notice of the happening of any such,

Contractor For Chief Signal and Telecom Engineer


- 48 -
event is given by either party to the other within twenty one days from the date of occurrence
thereof neither party shall by reason of such event be entitled to terminate this Contract nor shall
either party have any claim for damage against the other in respect of such non-performance or
delay in performance, and the obligations under the Contract shall be resumed as soon as
practicable after such event has come to an end or ceased to exist, provided further that if the
performance in whole or part of any obligation under this contract is prevented or delayed by
reason of any such event beyond a period as mutually agreed to by the Railways and the
Contractor after any event or 60 days in the absence of such an agreement whichever is more,
either party may at its option terminate the Contract provided also that if the contract is so
terminated under this clause the Railways may at the time of such termination take over from the
Contractor at prices as provided for in the contract, all works executed or works under execution.
46. DETERMINATION OF THE CONTRACT:
(1) Right of Railway to determine the contract:- The Railway shall be entitled to determine and terminate
the contract at any time should, in the Railway's opinion, the cessation of work becomes necessary
owing to paucity of funds or from any other cause whatever, in which case the value of approved
materials at site and of work done to date by the Contractor will be paid for in full at the rate specified
in the contract. Notice in writing from the Railway of such determination and the reasons there for
shall be conclusive evidence thereof.
(2) Payment on determination of contract:- Should the contract be determined under sub clause (1) of
this clause and the Contractor claims payment for expenditure incurred by him in the expectation of
completing the whole of the work, the Railways shall admit and consider such claims as are deemed
reasonable and are supported by vouchers to the satisfaction of the Engineer. The Railway's decision
on the necessity and propriety of such expenditure shall be final and conclusive.
(3) The Contractor shall have no claim to any payment of compensation or otherwise, howsoever on
account of any profit or advantage which he might have derived from the execution of the work in full
but which he did not derive in consequence of determination of contract.
(4) Determination of contract owing to default of contractor:- If the Contractor should :-
(i) Becomes bankrupt or insolvent, or
(ii) make an arrangement with of assignment in favour of his creditors, or agree to carry out the contract
under a Committee of Inspection of his creditors, or
(iii) being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the
purposes of amalgamation or reconstruction), or
(iv) have an execution levied on his goods or property on the works, or
(v) assign the contract or any part thereof otherwise than as provided in Clause 7 of these conditions, or·
(vi) abandon the contract, or
(vii) persistently disregard the instructions of the Engineer, or contravene any provision of the contract, or
(vii) fail to adhere to the agreed programme of work by a margin of 10% of the stipulated period, or
(viii) fail to remove materials from the site or to pull down and replace work after receiving from the
Engineer notice to the effect that ·the said materials or works have been condemned or rejected under
clause 25 and 27 of these conditions, or
(ix) fail to take steps to employ competent or additional staff and labour as required under clause 26 of
the conditions, or
(x) fail to afford the Engineer or Engineer's representative proper facilities for inspecting the works or any
part thereof as required under clause 28 of the conditions, or
(xi) promise, offer or give any bribe, commission, gift or advantage either himself or through his partner,
agent or servant to any officer or employee of the Railway or to any person on his or on their behalf in
relation to the execution of this or any other contract with this Railway.
Contractor For Chief Signal and Telecom Engineer
- 49 -
(xii) (A) At any time after the tender relating to the contract, has been signed and submitted by the
Contractor, being a partnership firm admit as on of its partners or employ under it or being an
incorporated company elect or nominate or allow to act as one of its directors or employ under it in
any capacity whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer
working before his retirement, whether in the executive or administrative capacity, or whether holding
any pensionable post or not, in the Engineering Department of the Railways for the time being owned
and administered by the President of India before the expiry of two years from the date of retirement
from the said service of such Engineer or Officer unless such Engineer or Officer has obtained
permission from the President of India or any officer duly authorized by him in this behalf to become a
partner or a director or to take employment under the contract as the case may be, or
(B) Fail to give at the time of submitting the said tender:-
(a) The correct information as to the date of retirement of such retired engineer or retired officer from
the said service, or as to whether any such retired engineer or retired officer was under the
employment of the Contractor at the time of submitting the said tender, or
(b) the correct information as to such engineers or officers obtaining permission to take employment
under the Contractor, or
(c) being a partnership firm, the correct information as to, whether any of its partners was such a retired
engineer or a retired officer, or
(d) being in incorporated company, correct information as to whether any of its directors was such a
retired engineer or a retired officer, or
(e) being such a retired engineer or retired officer suppress and not disclose at the time of submitting the
said tender the fact of his being such a retired engineer or a retired officer or make at the time of
submitting the said tender a wrong statement in relation to his obtaining permission to take the
contract or if the Contractor be a partnership firm or an incorporated company to be a partner or
director of such firm or company as the case may be or to seek employment under the Contractor,
then and in any of the said cases, the Engineer on behalf of the Railway may serve the Contractor with
a notice (Proforma at Annexure III) in writing to that effect and if the Contractor does not within seven
days after the delivery to him of such notice proceed to make good his default in so far as the same is
capable of being made good and carry on the work or comply with such directions as aforesaid of the
entire satisfaction of the Engineer, the Railway shall be entitled after giving 48 hours notice (proforma
at Annexure IV) in writing under the hand of the Engineer to rescind the contract as a whole or in part
or parts (as may be specified in such notice) and after expiry of 48 hours notice, a final termination
notice (proforma at Annexure (V) should be issued.
(5) Right of Railway after, rescission of contract owing to default of Contractor:
In the event of any or several of the courses, referred to in sub-clause (1) of this clause, being
adopted:-
52(a) the Contractor shall have no claim to compensation for any loss sustained by him by reason of
his having purchased or procured any materials or entered into any commitments or made any
advances on account of or with a view to the execution of the works or the performance of the
contract and Contractor shall not be entitled to recover or be paid any sum for any work thereto for
actually performed under the contract unless and until the Engineer shall have certified the
performance of such work and the value payable in respect thereof and the Contractor shall only be
entitled to be paid the value so certified.
(b) the Engineer or the Engineer's Representative shall be entitled to take possession of any materials,
tools, implements, machinery and buildings on the works or on the property on which these are being
or ought to have been executed, and to retain and employ the same in the further execution of the
works or any part thereof until the completion of the works without the Contractor being entitled to
any compensation for the use and employment thereof or for wear and tear or destruction thereof.

Contractor For Chief Signal and Telecom Engineer


- 50 -
(c) the Engineer shall as soon as may be practicable after removal of the Contractor fix and determine
ex-parte or by or after reference to the parties or after such investigation or enquiries as he may
consider fit to make or institute and shall certify what amount (if any) had at the time of rescission of
the contract been reasonably earned by or would reasonably accrue to the Contractor in respect of the
work then actually done by him under the contract and what was the value of any unused, or partially
used materials, any constructional plant and any temporary works upon the site. The legitimate
amount due to the contractor after making necessary deductions and certified by the Engineer should
be released expeditiously.
47. SETTLEMENT OF DISPUTE AND ARBITRATION:
47.1 MATTERS FINALLY DETERMINED BY THE RAILWAY:
All disputes or differences of any kind whatsoever arising out of or in connection with the contract,
whether during the progress of the work or after its completion and whether before or after the
determination of the contract shall be referred by the contractor to the Railway and the Railway
shall within 120 days after receipt of the contractor's representation make and notify decisions on all
matters referred to by the contractor in writing provided that matters for which provision has been
made in clauses 8(a), 18, 22(5), 39, 43(2), 45(a) 55, 55-A(5), 57, 57A, 61(1), 61(2) and 62(i)(b) of
General Conditions of Contract or in any clause of the Special Conditions of the Contract shall be
deemed as 'excepted matters' and decision of the Railway authority, thereon shall be final and
binding on the contractor provided further that 'excepted matters' shall stand specifically excluded
from the purview of the arbitration clause and not be referred to arbitration.

48. DEMAND FOR ARBITRATION:


48.1
(i) In the event of any dispute or difference between the parties hereto as to the construction or
operation of this contract, or the respective rights and liabilities of the parties on any matter in
question, dispute or difference on any account or as to the withholding by the Railway of any
certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a
decision within 120 days, then and in any such case, but except in any of the 'excepted matters'
referred to in clause 49.1 of these conditions, the contractor, after 120 days but within 180 days of
his presenting his final claim on disputed matters shall demand in writing that the dispute or
difference be referred to Arbitration.
(ii) The demand for arbitration shall specify the matters which are in question or subject of the dispute or
difference as also the amounts of claim item-wise. Only such dispute(s) or difference(s) in respect
of which the demand has been made, together with counter claims or set off shall be referred to
arbitration and other matters shall not be included in the reference.
a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and
valid demand for arbitration is received by the Railway.
b) The claimant shall submit his claim stating the facts supporting the claims along with all relevant
documents and the relief or remedy sought against each claim within a period of 30 days from the
date of appointment of the Arbitral Tribunal.
c) The Railway shall submit its defence statement and counter claims, if any within a period of 60 days of
receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by
Tribunal.
d) Place of Arbitration : The place of arbitration would be within the geographical limits of the Division of
the Railway where the cause of action arose or the Headquarters of the concerned Railway or any
other place with the written consent of both the parties.

Contractor For Chief Signal and Telecom Engineer


- 51 -
e) No new claim shall be added during proceedings by either party. However party may amend or
supplement the original claim or defence thereof during the course of arbitration proceedings
subject to acceptance by Tribunal having due regard to the delay in making it.
f) If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period
of 90 days of receiving the intimation from the Railways that the final bill is ready for payment,
he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged
and released of all liabilities under the contract in respect of these claims.
48.2 OBLIGATIONS DURING PENDENCY OF ARBITRATION:
Work under the contract shall, unless otherwise directed by the Engineer, continue during the
arbitration proceedings, and no payment due or payable by the Railway shall be withheld on
account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and
decide whether or not such work should continue during arbitration proceedings.
48.3(a)(i) In cases where the total value of all claims in question added together does not exceed
Rs.10,00,000/- (Rupees Ten Lakhs only), the Arbitral Tribunal consist of a sole arbitrator who shall
be either the General Manager or a gazetted officer of Rail not below the grade of JA Grade
nominated by the General Manager in that behalf. The sole arbitrator shall be appointed within 60
days from the day when a written and valid demand for arbitration is received by Railway.
(ii) In cases not covered by clause 50.3(a)(i), the Arbitral Tribunal shall consist of a panel of three
Gazetted Railway Officers not below JA Grade, as the arbitrators. For this purpose, the Railway will
send a panel of more than 3 names of Gazetted Railway Officers of one or more departments, of
the Railway to the contractor who will be asked to suggest to General Manager upto 2 names out of
the panel for appointments as contractor's nominee. The General Manager shall appoint at least
one out of them as the contractor's nominee and will, also simultaneously appoint the balance
number of arbitrators either from the panel or from outside the panel, duly indicating the 'Presiding
arbitrator from amongst the 3 arbitrators so appointed. While nominating the arbitrators it will
be necessary to ensure that one of them is from the Accounts department. An officer of Selection
Grade of the Accounts department shall be considered of equal status to the officers in SA grade of
other departments of the Railways for the purpose of appointment of arbitrators.
(iii) If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from
his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform
his functions as arbitrator for any reason whatsoever or dies or in the opinion of the General
Manager fails to act without undue delay, General Manager shall appoint new arbitrator/arbitrators
to act in his/their place in the same manner in which the earlier arbitrator/arbitrators had been
appointed. Such re-constituted Tribunal may at its discretion, proceed with the reference from the
stage at which it was left by the previous arbitrator(s).
(iv) The arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the
arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to
be done all such things as may be necessary to enable the Arbitral Tribunal to make the award
without any delay.
(v) While appointing arbitrator(s) under Sub-clause (i), (ii) and (iii) above, due care shall be taken that
he/they is/are not the one/those who had an opportunity to deal with the matters to which the
contract relates or who in the course of his/their duties as Railway servant(s) expressed views on all
or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the
award made by such Tribunal will, however, not be invalid merely for the reason that one or more
arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract
relates or who in the course of his/their duties expressed views on all or any of the matters under
dispute.
48.3(b)(i) The arbitral award shall state in item-wise, the sum and reasons upon which it is based.

Contractor For Chief Signal and Telecom Engineer


- 52 -
(ii) A party may apply for corrections of any computational errors, any typographical or clerical errors
or any other error of similar nature occurring in the award and interpretation of a specific point of
award to tribunal within 30 days of receipt of the award.
(iii) A party may apply to tribunal within 30 days of receipt of award to make on additional award as
to claims presented in the arbitral proceedings but omitted from the arbitral award.
48.4 In case of the Tribunal, comprising of three Members, any ruling or award shall be made by a majority
of Members of Tribunal. In the absence of such a majority the views of the Presiding Arbitrator shall
prevail.
48.5 Where the arbitral award is for the payment of money, no interest shall be payable on whole or any
part of the money for any period till the date on which the award in made.
48.6 The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fees
of the arbitrator(s) as per the rates fixed by the Railway Administration from time to time.
48.7 Subject to the provisions of the aforesaid Arbitration and conciliation Act 1996 and the rules there
under and any statutory modification thereof shall apply to the arbitration proceedings under this
clause.
49. GENERAL
49.1 The tenderers fails to abide by the conditions or fails to submit documents as above, the tender is
liable to be rejected.
49.2 As far as possible the tenderers bid should not have any condition or specification or assumption
contrary to the provision in these tender documents on which tenderer/s bid is based, Tenderers
special conditions that are at variance with tender stipulations shall be listed separately with details of
exact financial implications if any. Railways will not take cognisance of any such conditions mentioned
at any other place in the tender document. Only such special conditions stipulated by the tenderer/s
which have been specifically approved by the Railways in writing shall be deemed to have been
accepted by the Railways and shall form part of the Contract Agreement. Any other conditions not
accepted by the Railways shall be withdrawn by the tenderer/s.
49.3 INSTRUCTIONS REGARDING DOWNLOADING OF TENDER DOCUMENT FROM THE WEBSITE :
Tenders submitted by the tenderer/s who have not purchased the tender document shall be
summarily rejected. Tender notice and tender documents are published in Website
www.ncr.railnet.gov.in & www.tenders.gov.in which can be downloaded. In case, the tender
documents are downloaded the Tenderer/s are required to pay non- refundable cost of tender
documents in favour of Sr.DFM/NCRailway/ALD in the form prescribed in tender notice while
submitting their offer. If they fail to furnish the requisite cost of tender documents in prescribed
form, their offer shall be rejected. The cost of EMD shall not be merged with cost of tender form and
shall be separately furnished.
49.3.1 In case, the tender documents are downloaded the Tenderer/s are required to furnish a certificate
on the letterpad of their firm that they have downloaded the tender document from the website
and they are advised to compare the downloaded copy with the office copy available in the office of
Sr. Divisional Signal & Telecommunication Engineer/Co/ALD, DRM's office, ALD. In case, at any stage
there is any difference found between the office copy of tender document and downloaded copy,
office copy of the tender document will be treated as final and the same shall be binding.
49.3.2 These specifications, documents describe the material to be furnished, work to be performed and the
method of construction for complete installation in strict accordance with drawings and specifications
mentioned herein and such instruction as any from time to time given by the Railway. It should be
clearly understood that the contractor agree to furnish, without any extra cost, anything and
everything necessary for the complete installation and its reliable, safe and satisfactory working except
such items as are specifically stated as being supplied by the Railway in this specification and at the

Contractor For Chief Signal and Telecom Engineer


- 53 -
time of placing the contract by written agreement, the contractor shall quote for the work, giving all
information.
49.3.3 Reference of drawings & specifications pertaining to RDSO and necessary for execution of work or
otherwise required by contractor shall be arranged by him at his own cost. However drawing
references of this office will be supplied by Railways free of cost.
49.3.4 All corrections and over writings in the tender document must be attested.
49.3.5 The tenderer should read the conditions carefully and also see the schedule of supply on the works
before submitting the offer and also ascertaining site conditions and the magnitude of works involved.
49.3.6 Telex and incomplete offer will be summarily rejected.
49.3.7 Conditional tenders are liable to be rejected straight away. Railway reserves the right to reject such
tenders summarily without assigning any reason whatsoever.
49.3.8 Where there is any conflict between the tender conditions, the schedule of work and quantities on the
one hand and General Conditions of Contract and regulations and instructions to tenderer/s and
standard form of contract on the other, the former shall prevail.
49.3.9 Tender documents are not transferable. The cost of tender paper is not refundable.
50. If there is condition / conditions in General condition of Contract 2005 duly amended which are
contradictory to any of the above special condition of the contract then condition/conditions
mentioned in special condition of contract brought out above shall prevail over General condition of
contract 2005 duly amended.
51. RAILWAY OFFICE AND ADDRESSES
The list of addresses to which correspondence and document relating to the contract should be sent is
as under.
A) ALL POLICY CONTRACTUAL AND COMMERCIAL MATTER
i) Prior to award of contract --- Senior Divl. Signal & Telecom Engineer/ Works / North Central Railway,
DRM Office, Allahabad.
ii) After award of contract ---- Senior Divl. Signal & Telecom Engineer/ Works / North Central Railway,
DRM Office, Allahabad.
B) FOR SECURITY DEPOSIT
i) Sr. DSTE/ Works / ALD (For work of Allahabad Division) & Sr DSTE/Co./ AGC Divsion (For work of Agra
Division)
ii) Sr. DFM/ N.C.R. Allahabad & Sr. DFM/ N.C.R. Agra.
C) For matters relating to approval of design of system
Senior Divl. Signal & Telecom Engineer / Works / N.C.R.ALD
Senior Divl. Signal & Telecom Engineer /Co./ AGC Divsion (For work of Agra Division)
D) Matters relating to progress of field work.
Concerned nominated ADSTE/DSTE/Sr.DSTE
E) MATTERS RELATING TO BILL
Sr.Divl. Signal & Telecom Engineer/Works/N.C.R. /ALD
Sr.Divl. Signal & Telecom Engineer/Co./ AGC (For work of Agra Division)

**********

Contractor For Chief Signal and Telecom Engineer


- 54 -

CHAPTER - 4
FORMS OF TENDERS ETC.
FORM NO. 1 : Offer letter.

FORM NO. 2 : Not Applicable.

FORM NO. 3 : Agreement.

FORM NO. 4 : Bank Guarantee for Performance Guarantee

FORM NO. 5 : Statement of Deviations.

FORM NO. 6 : Not Applicable.


FORM NO. 7 : Not Applicable.

FORM NO. 8 : Not Applicable.

FORM NO. 9 : Joint Inspection of Cable Trench & Protective Works

FORM NO. 10 : Acknowledgement for receiving materials and Cables


from Railways
FORM NO. 11 : Extension of period of completion on account of
contractor (with LD).
FORM NO. 12 : Extension of period of completion of Work (without
LD).
FORM NO. 13 : Qualification Experience.

FORM NO. 14 : Store Receipt Certificate.

FORM NO. 15 : Electronic Clearing Service.

Contractor For Chief Signal and Telecom Engineer


- 55 -
FORM-1
Para-6.8 (a), Chapter-I
OFFER LETTER
To
The President of India,
Acting through CSTE,
N C Railway, ALD.

I/We ........................................................................ have read the various conditions to tender


attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender
open for acceptance for a period of 120 days from the date fixed for opening the same and in default
there of. I/We will be liable for forfeiture of my/our Earnest Money. I/We offer to do the work of
“……………………………………………………………………………” at the rates quoted by me/us in the attached
schedules and hereby bind myself/ourselves to complete the work within (-------- -------) months from the
date `of issue of Letter of Acceptance of the tender. I/We also hereby agree to abide by the General and
Special conditions of Contract and to carry out the work according to the Specifications for materials and
works laid down by the Railways for the present contract.

A sum of Rs. ………………………………………………………………. herewith forwarded as “Earnest Money”.


The full value of Earnest Money shall stand forfeited without prejudice to any other rights or remedies if,

(a) I/We do not execute the contract documents within 30 days after receipt of notice issued by the
Railway that such documents are ready or,
(b) I/We do not commence the work within 10 days after receipt or orders to that effect.
(c) Until a formal agreement is prepared and executed the acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us
and indicated in the “Letter of Acceptance” of my/our offer for this work.

SIGNATURE OF CONTRACTOR(S)
DATE:

SIGNATURE OF WITNESS : CONTRACTOR(S) ADDRESS :


1.............................................. .......................................................
2.............................................. .......................................................

Contractor For Chief Signal and Telecom Engineer


- 56 -
FORM - 3
Para-2/ Chapter-II
AGREEMENT

AN AGREEMENT made this ........................................................... day of ....................................... Two


Thousand .......................... between the President of India, acting in the premises through the CSTE,
Allahabad, North Central Railway or his successor ......................................... of the Ministry of Railways,
Railway Board (herein after referred to as “the Railway”) of one part and Messers
.................................................. (herein after referred to as “Contractor”) of the other part, a
.......................... Firm (Status of the firm) being represented by ..................................... (Name &
Designation of the proprietor in case of sole proprietorship business or all the names and particulars in
case of partnership firm etc.)
Whereas in response to a call for Tenders “Provision of Hot stand - by arrangement at electronic
interlocked stations of Allahabad and Agra Divisions of North Central Railway.". as per tender papers at
Annexure-A hereto the Contractor has submitted a tender as per Annexure-B hereto and whereas the
said Tender of the Contractor has been accepted for .................. as per copy of Letter of Acceptance of
Tender No..................................... dated ................... complete with enclosures at the accepted rates and
agreed deviations from Tender Papers ..................................................... as per Annexure-C hereto and at
an estimated contract value of Rs...................... (Rupees ............................................................ only).
Now this agreement witnesses that in consideration of the premises and the payment to be made
by the purchaser to the contractor provided for herein below the Contractor shall supply all equipment
and materials and execute and perform all works for which the said Tender of the Contractor has been
accepted strictly according to the various provisions in Annexure-B and C hereto and upon such supply,
execute and perform to the satisfaction of the purchaser and the purchaser shall pay to the Contractor at
the rates accepted as per the said Annexure-C and in terms of provisions therein. In case if the Contractor
is not a company incorporated under the Companies Act, 1956, the expression “Contractor” shall unless
otherwise excluded by or repugnant to the subject or context mean and include each of the successors-
in- interest, agents, nominees, servants, beneficiaries etc. If it is a Sole Proprietorship business, in addition
to this, such expression Contractor will also include, each of his heirs, executors, and legal
representatives.
In the witness where of the parties have hereunto set and subscribed their respective hands and/or seals
day and year respectively mentioned against their respective signature.
Signed and delivered at .................................................................... by Shri
..................................................... for and on behalf of Messers
....................................................................... the Contractor within named in the presence of :-
1. Signature :
Date :
Name in block Capitals :
Address :
2. Signature :
Date :
Name in block Capitals:
Address:

Contractor For Chief Signal and Telecom Engineer


- 57 -
Signed and delivered at ............................................... for and on behalf of the President of India by
Shri .......................................................... (General Manager or his successor) ................................
……Railway ................................ Ministry of Railways
(Railway Board) in the presence of:-
1. Signature :
Date :
Name in block Capitals :
Address:
2. Signature:
Date :
Name in block Capitals :
Address :
Annexure -A : Tender Paper No.
Annexure -B : Firm’s Tender No.
Annexure -C : Letter of Acceptance of Tender

_________________________
(Signature)
Dated:
Complete with enclosures.

Contractor For Chief Signal and Telecom Engineer


- 58 -
FORM-4
Para-1/Chapter-II

FORMAT OF BANK GURANTEE for PERFORMANCE GUARANTEE


(On Stamp Paper of Appropriate value)
(To be used by approved Scheduled Banks)

1. In consideration of the President of India (hereinafter called “the Government”) having agreed to
exempt .................................................... (hereinafter called “The said contractor(s)”) from the
demand, under the terms and conditions of an agreement No........................................... dated
.................... made between .............................. and .................... for
............................................................. (herein after called “the said agreement”) of Security
Deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in
the said Agreement, or production of a Bank Guarantee for Rs............. (Rupees
....................................... only), we............................................................... (indicate the name of
Bank) (hereinafter referred to as ‘the Bank”) at the request of ................................. Contractor(s)
do hereby undertake to pay to the Government an amount not exceeding Rs............................
against any loss or damage caused to or suffered 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.
2. We ...................................................................... Bank do hereby undertake to pay the amounts
due and payable under this Guarantee without any demur, merely on demand from the
Government stating the amount is claimed is due by way of loss or damage caused to or would be
caused to or suffered by the Government by reason of breach by the said Contractor(s) of any of
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...............................
3. We .................................................................... bank undertake to pay to the Government any
money so demanded notwithstanding any dispute or disputes raised by the
Contractor(s)/Supplier(s) in any suit or proceedings pending before any court or Tribunal relating
thereto our liability under this present being absolute and unequivocal. The payment so made by
us under this Bond shall be a valid discharge of our liability for payment there under and the
Contractor(s)/ Supplier(s) shall have no claim against us for making such payment.
4. We ........................................................... Bank further agree that the Guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of
the said Agreement and 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 this Guarantee. Unless a demand or claim under the Guarantee is
made on us in writing on or before the ................................. we shall be discharged from all
liability under this Guarantee thereafter.
5. We ................................................................................ further agree with the Government that
(Indicate the name of bank)
the Government shall have the fullest liberty without our consent without affecting in any manner
our obligations hereunder to vary any of the terms and conditions of the Agreement or to extend
Contractor For Chief Signal and Telecom Engineer
- 59 -
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 forebear or enforce any other 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 to the said
Contractor(s) or for any forbearance, act or omission on the part of Government or any indulgence
by the Government to the said Contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provision, have no 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 ...................................................... lastly undertake not to revoke this
(Indicate the name of bank)
Guarantee during its currency except with the previous consent of the Government in writing.
Dated the .......................... day of ..................20 for

......................................................................................
(Indicate the name of the bank)

Contractor For Chief Signal and Telecom Engineer


- 60 -

FORM-5
Para-6.8/Chapter-I

STATEMENT OF DEVIATIONS

PROFORMA FOR STATEMENT OF DEVIATIONS

1. The following are the particulars of deviations from requirement of the instructions to Tenderers,
General Conditions of Contract.

1.1 Instructions to Tenderers & Condition of Tendering

CLAUSE DEVIATION REMARKS

(INCLUDING JUSTIFICATION)

1.2 General Conditions of Contract

CLAUSE DEVIATION REMARKS

(INCLUDING JUSTIFICATION

1.3 Special Conditions of Contract

CLAUSE DEVIATION REMARKS


(INCLUDING JUSTIFICATION)

2. The following are the particulars of deviations from requirement of the technical specifications :

( Separate Statement for each specification)

CLAUSE DEVIATION REMARKS

(INCLUDING JUSTIFICATION)

Note: Where there is no deviation, the statement should be returned duly signed with an endorsement
indicating no deviations.

Contractor For Chief Signal and Telecom Engineer


- 61 -

FORM-9

Para-18.3/Chapter-II
CERTIFICATE

Joint Inspection of Cable Trench & Protective Works

1. The cable trench/chase including ducts, pipes etc. arrangements enroute has been
jointly inspected by us on the following sections and the work has been done
according to the specifications. The laying of cable can be taken on these sections
after the deficiencies noted below are rectified and offered for further check .

2.
----------------------------------------------------------------------------------------
Sl.No. From KM. To KM. Remarks/Deficiency if any
------------------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------

3. The following Joints have been jointly supervised and provided as per manufacturer’s
instructions and it is confirmed that all the materials or kit have been used up.
----------------------------------------------------------------------------------------
Sl.No. Type of Joint Location(KM. No.) Remarks/Deficiency if any
----------------------------------------------------------------------------------------

----------------------------------------------------------------------------------------

Signature of Contractor’s Signature of Purchaser’s


Representative with Representative with
Designation Designation

Contractor For Chief Signal and Telecom Engineer


- 62 -
FORM-10
Para-8.3/Chapter-II
ACKNOWLEDGEMENT

(FOR RECEIVING MATERIALS FROM RAILWAY)

Station:
Date:

Sub: - Receipt of Materials from Railway.

It is hereby acknowledged that the following material as detailed have been


received in full and good condition by me on .............
........................... at ........................ for the work coming under the Agreement
No.............................. dated ................

-----------------------------------------------------------------------------------------------------------------------
Sl.No. Description of Material Quantity Remarks
if any
-----------------------------------------------------------------------------------------------------------------------

-----------------------------------------------------------------------------------------------------------------------

Witnessed by: -

-------------------------------- ------------------------------------
(Signature of Purchaser’s (Signature of Contractor or
Representative with Contractor’s Representative)
Designation )

Contractor For Chief Signal and Telecom Engineer


- 63 -
FORM-11
Para-35/Chapter-II

EXTENSION OF PERIOD OF COMPLETION OF WORK


ON CONTRACTOR’S ACCOUNT
(Regd. With A/D)

No. Date :

To
.............................................
.............................................
Sub : (i) ................................................. (Name of Work)
(ii) Acceptance Letter No. ....................................................
(iii) Undertaking /Agreement No. .......................................

Ref : ......................... (Quote specific application of the Contractor for extension to date, if received).

Dear Sir,
The stipulated date for completion of the work mentioned above is/was ............... . However, the
work is/was not completed on this date.

Expecting that you may be able to complete the work if some time is given and in consideration of
your Letter No.............................., the General Manager (or his successor) on behalf of the president of
India, although not bound to do so, hereby extends the time for completion from ............. to ..............
Please note that liquidated damages @1/2% per week or part thereof of the entire contract value
will be recovered for delay in the completion of the work after the expiry of (1) ....................... from you as
mentioned in para 35 of the Special Conditions of Contract for the extended period.

The above extension of the completion date will also be subject to the further condition that no increase
in rates on any account will be payable to you.
Please note that in the event of declining to accept the extension on the above said conditions or
in the event of your failure after accepting or acting up to this extension to complete the work by
(2)....................... (here mention the extended date), further action will be taken in terms of relevant para
of Conditions of Contract.

Your’s faithfully,
for & on behalf of President of India.
Note:-
1. Give here the stipulated date for completion without any penalty fixed earlier.
2. Here mention the extended date.

Contractor For Chief Signal and Telecom Engineer


- 64 -
FORM-12
Para-36/Chapter-II

EXTENSION OF PERIOD OF COMPLETION OF WORK

No. Date :

To
..................................
..................................
..................................

Dear Sirs,

Sub : (i) ............................................ (Name of work)


(ii) Acceptance Letter No.........................................
(iii) Undertaking/Agreement No...............................

Ref : .......................... (quote specific application of contractor for extension to the date, if received) .

The stipulated date for completion of subject work under the above contract was
............................ In consideration of the Contractor’s Letter No..............................., The General Manager
(or his successor) behalf of the President of India, is pleased to grant extension of the time for completion
of works without liquidated damages under para 36 of Chapter II , Section II of the contract as mentioned
below :

“...................................................................................”

It may be noted that unless repugnant to the context, all the terms and conditions of the
Contract will remain unaltered during the extended period from ...................... to ...................... also, and
further no increased additional rates and claims of recoveries which have not been already envisaged in
terms of the conditions of the Contract will be leviable either by you or by the purchaser in respect of this
extended period.

Your’s faithfully,

( )

for and on behalf of President of India

Contractor For Chief Signal and Telecom Engineer


- 65 -

FORM-13

QUALIFICATION EXPERIENCE

List of Works Completed

Description Organizatio Approx. Date of Date of Date of actual Final


of Work n for whom value of award scheduled value of
executed contract at completion contract
the time of of work
award
Start Completion

List of Works in Hand

Description Contract Value Approx. value of Date of Award


of work balance work yet to
be done

Contractor For Chief Signal and Telecom Engineer


- 66 -

FORM-14

RECEIPT CERTIFICATE (FOR SUPPLY ONLY)

From: Sr.Section Engineer/Section Engineer (Signal/Telecom), North Central Railway

No. Date:

1 Contract No

2 Name of Work

3 Item No. As in Rate Schedule

4 Description of Item.

5 Material inspected by :

6 Dispatch particular & date

7 Qty as per dispatch particular

8 Qty received

9 Qty short received

10 Condition of Stores Received

11 Name of Firm & Address

12 Place of receipt

13 Date of receipt

14 Ledger No.

15 Name & designation of Stores In-


charge

--------------------------------------
Signature of SSE/Sig.-in-Charge

FORM-15
Contractor For Chief Signal and Telecom Engineer
- 67 -

ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)


(MODEL MANDATE FORM)

(INVESTOR/CUSTOMER’S OPTION TO RECEIVE PAYMENTS THROUGH


CREDIT CLEARLING MECHANISM)
(Scheme name and the periodicity of payment)

1. INVESTOR/CUSTOMER’S NAME
2. PARTICULARS OF BANK ACCOUNT
A. BANK NAME
B. BRANCH NAME
ADDRESS
TELEHPONE
C. 9-DIGIT CODE NUMBER OF
THE BANK & BRANCH
(Appearing on the MICR cheque issued by the bank.)
D. ACCOUNT TYPE
(S.B. Account/Current Account or
Cash Credit with Code 10/11/13)
E. LEDGER NO./LEDGER FOLIO NO
F. ACCOUNT NUMBER
( As appearing on the Cheque Book)

(In lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque, or
photocopy of a cheque or front page of your savings bank passbook issued by your bank for
verification of the above particulars.)

3. DATE OF EFFECT.
I hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold
the User institution responsible. I have read the option invitation letter and agree to discharge
responsibility expected of me as a participant under the Scheme.

( )
Date: Signature of the Investor/Customer.

Certified that the particulars furnished above are correct as per our records.

( )
Signature of the Authorized.
Official from the Bank

*********

Contractor For Chief Signal and Telecom Engineer


- 68 -
CHAPTER V

REQUIREMENT OF JV’S

Contractor For Chief Signal and Telecom Engineer


- 69 -
JOINT VENTURE (JV) FIRMS IN WORKS TENDERS (Clause 65 of GCC)
65. Participation Of Joint Venture (JV) Firms In Works Tender : This Clause shall be applicable for
works tenders of value as approved and communicated by Railway Board from time to time.
65.1 Separate identity/name shall be given to the Joint Venture Firm.
65.2 Number of members in a JV Firm shall not be more than three, if the work involves only one
department (say Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the
work involves more than one department.
65.3 A member of JV Firm shall not be permitted to participate either in individual capacity or as a
member of another JV Firm in the same tender.
65.4 The tender form shall be purchased and submitted only in the name of the JV Firm and not in the
name of any constituent member.
65.5 Normally Earnest Money Deposit (EMD) shall be submitted only in the name of the JV Firm and
not in the name of constituent member. However, in exceptional cases EMD in the name of Lead
Member can be accepted subject to submission of specific request letter from Lead Member
stating the reasons for not submitting EMD in the name of JV Firm and giving written confirmation
from JV members to the effect that EMD submitted by the Lead Member may be deemed as EMD
submitted by JV Firm.
65.6 One of the members of the JV Firm shall be its Lead Member who shall have a majority (at least
51%) share of interest in the JV Firm and also, must have satisfactorily completed in the last three
previous financial years and the current financial year upto the date of opening of the tender, one
similar single work for a minimum value of 35% of advertised tender value. The other members
shall have a share of not less than 20% each in case of JV Firms with upto three members and not
less than 10% each in case of JV Firms with more than three members. In case of JV Firm with
foreign member(s), the Lead Member has to be an Indian Firm with a minimum share of 51%.
65.7 A copy of Memorandum of Understanding (MoU) executed by the JV members shall be submitted
by the JV Firm alongwith the tender. The complete details of the members of the JV Firm, their
share and responsibility in the JV Firm etc. particularly with reference to financial, technical and
other obligations shall be furnished in the MoU. (The MoU format for this purpose shall be
finalized by the Railway in consultation with their Law Branch and shall be enclosed alongwith the
tender).
65.8 Once the tender is submitted, the MoU shall not be modified / altered / terminated during the
validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full
Earnest Money Deposit (EMD) shall be liable to be forfeited.
65.9 Approval for change of constitution of JV Firm shall be at the sole discretion of the Employer
(Railways). The constitution of the JV Firm shall not be allowed to be modified after submission of
the tender bid by the JV Firm, except when modification becomes inevitable due to succession
laws etc. and in any case the minimum eligibility criteria should not get vitiated. However, the
Lead Member shall continue to be the Lead Member of the JV Firm. Failure to observe this
requirement would render the offer invalid.
65.10 Similarly, after the contract is awarded, the constitution of JV Firm shall not be allowed to be
altered during the currency of contract except when modification become inevitable due to
succession laws etc. and in any case the minimum eligibility criteria should not get vitiated. Failure
to observe this stipulation shall be deemed to be breach of contract with all consequential penal
action as per contract conditions.

Contractor For Chief Signal and Telecom Engineer


- 70 -
65.11 On award of contract to a JV Firm, a single Performance Guarantee shall be submitted by the JV
Firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for
Mobilization Advance, Machinery Advance etc. shall be accepted only in the name of the JV Firm
and no splitting of guarantees amongst the members of the JV Firm shall be permitted.
65.12 On issue of LOA (Letter Of Acceptance), an agreement among the members of the JV Firm (to
whom the work has been awarded) shall be executed and got registered before the Registrar of
the Companies under Companies Act or before the Registrar/Sub-Registrar under the Registration
Act, 1908. This JV Agreement shall be submitted by the JV Firm to the Railways before signing the
contract agreement for the work. In case the tenderer fails to observe/comply with this
stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due
shall be taken against partners of the JV and the JV. This Joint Venture Agreement shall have,
inter-alia, following Clauses :
65.12.1 Joint And Several Liability - Members of the JV Firm to which the contract is awarded, shall be
jointly and severally liable to the Employer (Railways) for execution of the project in accordance
with General and Special Conditions of Contract. The JV members shall also be liable jointly and
severally for the loss, damages caused to the Railways during the course of execution of the
contract or due to non-execution of the contract or part thereof.
65.12.2 Duration of the Joint Venture Agreement - It shall be valid during the entire currency of the
contract including the period of extension, if any and the maintenance period after the work is
completed.
65.12.3 Governing Laws - The Joint Venture Agreement shall in all respect be governed by and
interpreted in accordance with Indian Laws.

65.13 Authorized Member - Joint Venture members shall authorize one of the members on behalf of
the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in
respect of the said tender, to receive payment, to witness joint measurement of work done, to
sign measurement books and similar such action in respect of the said tender/contract. All
notices/correspondences with respect to the contract would be sent only to this authorised
member of the JV Firm.

65.14 No member of the Joint Venture Firm shall have the right to assign or transfer the interest right
or liability in the contract without the written consent of the other members and that of the
employer (Railways) in respect of the said tender/contract.

65.15 Documents to be enclosed by the JV Firm alongwith the tender :


65.15.1 In case one or more of the members of the JV Firm is/are partnership firm(s), following
documents shall be submitted :
(a) Notary certified copy of the Partnership Deed,
(b) Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper of
appropriate value (in original).
(c) Power of Attorney (duly registered as per prevailing law) in favour of one of the partners of the
partnership firm to sign the JV Agreement on behalf of the partnership firm and create liability
against the firm.

65.15.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be
enclosed :

Contractor For Chief Signal and Telecom Engineer


- 71 -
Affidavit on Stamp Paper of appropriate value declaring that his/her Concern is a Proprietary
Concern and he/she is sole proprietor of the Concern OR he/she is in position of "KARTA" of
Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other
partners to act on behalf of HUF.
65.15.3 In case one or more members is/are limited companies, the following documents shall be
submitted :
(a) Notary certified copy of resolutions of the Directors of the Company, permitting the company to
enter into a JV agreement, authorizing MD or one of the Directors or Managers of the Company
to sign JV Agreement, such other documents required to be signed on behalf of the Company
and enter into liability against the company and/or do any other act on behalf of the company.
(b) Copy of Memorandum and Articles of Association of the Company.
(c) Power of Attorney (duly registered as per prevailing law) by the Company authorizing the person
to do/act mentioned in the para (a) above.
65.15.4 All the Members of JV shall certify that they are not black listed or debarred by Railways or any
other Ministry/Department of the Govt. of India/State Govt. from participation in
tenders/contract on the date of opening of bids either in their individual capacity as members of
the JV or the JV Firm in which they were/are members.

65.16 Credentials & Qualifying Criteria : Technical and financial eligibility of the JV Firm shall be
adjudged based on satisfactory fulfillment of the following criteria :
65.16.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :
(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last
three previous financial years and the current financial year upto the date of opening of the
tender, one similar single work for a minimum of 35% of advertised value of the tender.
OR
(b) (i) In case of composite works (e.g. works involving more than one distinct component, such as
Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major
bridges – substructure, superstructure etc.), for each component, at least 35% of the value of
any of such components individually for single similar nature of work should have been
satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three
financial years and the current financial year upto the date of opening of tender. The member
satisfying technical eligibility criteria for the largest component of the work shall be the Lead
Member and that Member shall have a majority (at least 51%) share of interest in the JV Firm.
(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined
with estimated tender cost of it, as part of the tender documents without any ambiguity. Any
work or set of works shall be considered to be a separate component, only when cost of the
component is more than Rs. 2 crore each.
(iii) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in
one or more components of the work, and has completed a minimum of 35% of the advertised
value of the tender for the same value of the component, and resultantly, all the members of
the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand
technically qualified.
Note : Value of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the
extent of the concerned member's share in that JV Firm for the purpose of satisfying his/her

Contractor For Chief Signal and Telecom Engineer


- 72 -
compliance to the above mentioned technical eligibility criteria in the tender under
consideration.
65.16.2 Financial Eligibility Criteria : The contractual payments received by the JV Firm or the arithmetic
sum of contractual payments received by all the members of JV Firm in the previous three
financial years and the current financial year upto the date of opening of tender shall be at least
150% of the estimated value of the work as mentioned in the tender.
Note : Contractual payment received by a Member in an earlier JV Firm shall be reckoned only to the
extent of the concerned member's share in that JV Firm for the purpose of satisfying compliance
of the above mentioned financial eligibility criteria in tender under consideration

{Authority : Railway Board’s letter no. 2002/CE-I/CT/37, Dated 07.09.2011}

Contractor For Chief Signal and Telecom Engineer


- 73 -

Contractor For Chief Signal and Telecom Engineer


- 74 -

*********
CHAPTER VI

Contractor For Chief Signal and Telecom Engineer


- 75 -

TECHNICAL SPECIFICATIONS

Contractor For Chief Signal and Telecom Engineer


- 76 -
ANNEXURE A

TECHNICAL SPECIFICATIONS

A. GENERAL
a. The work shall be carried out according to the drawings approved by the Railway and shall conform to the
provisions of the “Signal Engineering Manual” and “Schedule of Dimensions” as modified from time to time
unless deviation, if any, are specifically approved by the Engineer. The contractor shall be solely responsible for
proper execution of the work as per the said deviation and specifications.
b. Cable openings in apparatus cases, junction boxes, location huts and in relay rooms should be covered by
sand. Top should be plastered with cement for apparatus cases and junction boxes all with contractor's material.
c. Cables should be properly terminated in the terminal boards/ racks. Cables terminated inside apparatus cases,
junction boxes and in relay room should be fixed by the clamp or by any other method indicated by Engineer- in
–charge. Name of the circuits carried by different cores shall be displayed by the side of every termination by
painting or any other means approved by Engineer- in- charge.
d. Wires shall be terminated properly on terminals.
e. Wires should be done in a neat manner and wires should be neatly bunched and tied unless they are drawn on
troughs or cable ladders.
f. No joints are permitted in the connecting wires.
g. Provision of insulation, wherever required, should follow standard approved Railway practice for the purpose.
h. No work on a working installation should be undertaken without permission and presence of authorized
representative of Engineer- in-charge.
i. All materials and equipment to be supplied and used in execution of the work should be to IRS with latest
amendments or specification wherever applicable or to ISS, if IRS is not available. In cases of materials for
which neither IRS nor ISS is available, detailed specification with the drawings shall be supplied for approval of
the Railway. In case the drawing or specifications of a material gets changed or amendment is issued
subsequent to the tender opening, the latest amendments or specification for that material shall apply.
j. The fixing of control panel, cable termination and relay racks at the respective places shall have to be done.
Wiring of relay racks and control panels shall be carried out as per circuit diagram approved by the Railways.
Interconnection arrangements between the racks and control panels are to be made as required.
k. The equipment are to be wired in Relay Room, Control panel, power supply arrangement, apparatus case,
Cable Termination box, battery Box and in other locations.
l. Cables and rodding require to cross the platform shall be taken in suitable ducts having removable RCC slab
covers.
m. All drawings shall be read with latest alterations.
n. The contractor's Engineer shall sign all the test reports.
o. Operating manuals supplied with equipment by the manufacturers shall be handed over by the contractor to
Engineer- in-charge.
p. Potential free contacts on Tag blocks / Terminals to be provided on CT racks/tag blocks as per instruction of the
Engineer- in – charge, for wiring of Data-loggers.
q. Contractor shall use good quality resin core solder of 60/40 or 80/20 grade (Tin/Lead ratio), as required of the
approved make and as directed by Engineer-In charge.
r. Site order register, Technical register and Site Registers etc. shall be provided by contractor for keeping various
records of the work being executed by contractor, the instructions given to him vis-à-vis complied and the
decision taken/deficiencies pointed out during inspections by various officials.
1. Excavation 0f Cable trench and laying of all types of Signalling, Telecommunication and Power Cable.
a. Excavation of cable trench of the size as per schedule and as directed by Engineer In-charge shall be done
and non-compliance will be treated as work being incomplete.
b. The trench shall be dug as per approved cable route plan in straight line, circuitous and zigzag route shall not
be followed and such trench will be rejected.
c. In case water comes out in the trench during digging or cable laying or otherwise, it shall be evacuated by
contractor using exhaust pumps to throw water outside the trench, so that work is not effected on this account.
All machinery for doing this shall be arranged by contractor at his/her cost.
d. Cable shall be laid as per approved cable plan.

Contractor For Chief Signal and Telecom Engineer


- 77 -
e. Generally bricks should be placed breadth wise in between Home-to-Home signal and lengthwise in other
places or where the number of cable in a trench are not more than two. However actual laying of brick should
be done as per instruction of Engineer-in-charge of the work. There should not be any gap between adjacent
bricks. Wherever bricks are not laid in the station section between Home signal to Home signal of either side,
the cable shall be laid in DWC pipes.
f. Bricks shall also be provided for separating power, signalling & telecom cables, in case of local conditions it is
required as per instruction of Engineer-in-charge of the work.
g. Surface of the road, buildings and platforms shall be restored to original condition after road crossing.
h. The DWC /GI pipes laid/fitted exposed shall be perforated suitably and bitumen poured over it to avoid theft.
The DWC/GI pipe should be fixed on the culverts/ bridges through M.S. Iron clamps .
i. In case of concrete girder Bridges where the use of MS Clamps is not feasible, the pipe is to be run on the
bridge with concrete grouting at suitable intervals.
j. DWC /GI pipes on bridges shall be laid/fitted with suitable clamps all material for this supplied by contractor
and cable trench shall also be dug at normal ground level for laying the pipes on slopes in approaches of
bridges. It shall be further protected by bitumen/concrete.
k. DWC /GI pipes shall be joined with couplers socket or T and GI pipes with coupler sockets as required.
l. All cable entry points at station building, Relay room, battery cum generator room, location huts, apparatus
cases, junction boxes etc. must be closed by the contractor with suitable masonry works with all contractor's
material and the pit must be covered with sand, closed with concrete slabs and plastered to avoid entry of
snakes/rats/water.
m. Labels shall be provided on each cable of coloured plastic adhesive tapes or any other identifiable marker
material to give the cable number at each termination point all with contractor’s complete material.
n. All U/G Signalling/Telecom cables are to be meggered as per Manual once before laying and again before
terminations. Both the cable meggering report are to be prepared 3 in copies separately for each cable laid. If
the insulation of the cable is found below permissible limit, observed after refilling the cable trench and also
during the transportation of the U/G cable, the said cable has to be replaced or repaired by the contractor at
his own cost.
o. The trenching work shall not be started unless approved cable route plan is available. However, under the
exigencies of the local conditions or for any other considerations, the Engineer-in-charge may alter the cable
route plan. The Engineer’s representative in charge of the work will mark the route of the cable in chalk or
lime, as per cable route plan. The trench shall be dug and cable laid only along this route.
p. The contractor or his/her representative shall be present at the time of marking the route of the cable and shall
furnish to the Engineer’s representative required quantities of lime, rope, labour etc. for carrying out this work
at the cost of the contractor.
q. Cable laying shall be done only after the depth and quality of the cable trenches, chases, quantity of bricks,
laying of pipes and arrangement for tamped filling etc. are inspected and approved by the Engineer’s
representative and jointly signed the record.
r. Cable drum shall be mounted on jacks and cable taken out by turning the drum. In no case cable shall be
pulled out. Cable so unwound shall be laid out by carrying on laborer’s shoulder. Sufficient number of persons
shall be deployed for this purpose.
s. The unnecessary cutting of cable from full cable drum shall be avoided. To ensure this for laying cables of
length shorter than full cable drum length, loose pieces or cable from residual drums shall be laid.
t. Trenching of track crossing and laying of cable across the track should be done only in the presence of the
Engineer’s representative after taking all precautions.
u. The pipe shall be laid under track or road for crossing shall protrude equally on both sides and a GI wire/rope
shall be put inside for pulling the cables inside to facilitate cable laying.
v. Cable shall not be normally taken over the running track at the time of cable laying by the contractor, as this is
likely to cause accident to train and damage of cable. If at any time, the cable has to be taken across the track,
it shall be done only in the presence of Engineer’s representative and after due safety precautions have been
taken.
w. Power cable carrying 230V AC should be laid in a separate trench.
x. When the power cable is laid for carrying 230V AC for block section gate, it should be first terminated at
location hut of the station from where the power is drawn and then finally at the LC gate equipment room.
Cable should be joined through L.T. power cable jointing kit.

Contractor For Chief Signal and Telecom Engineer


- 78 -
y. If the terrain is in tunnels and normal dimension of trench cannot be ensured, in such cases a chase to be cut
as per instruction of Engineer-in-charge of the work. Sharp edges on the sides must be smoothened out and
bottom of the chase should be leveled.
2. TERMINATION OF CABLES
a. Both end of every core of underground cable (used or spare) shall be terminated in the respective terminal
boards provided in SM’s room, Relay room, Battery cum Generator room, Location huts, Apparatus cases,
Junction boxes, Boot legs and also at the functions as per approved termination diagrams and circuit
diagrams.
b. Self-locking type identification tags/ferrules/tape with letters and numbers for cables shall be supplied and
provided by contractor in connection with cable termination activity work.
c. Each core of every cable, terminated as above shall be provided with identification tags/ferrules/tapes with
letters and numbers embossed/ printed on them to indicate name of the circuit, which the particular core
carries.
d. Each core of every cable shall be further provided with identification mark by painting the name of the circuit
against each core on the respective terminal board including indication for spare cores.
e. Power cable carrying 230V AC, if required to be terminated In location huts, should be on a separate
termination board other than the Relay-cum-cable termination rack, in Apparatus cases on the back side of the
Termination Board and in junction boxes on separate junction boxes which has no termination of
signaling/Telecom cable or 110V power cable.
f. If any junction box is having termination of Power Cable carrying 230 V AC, the junction box should be
provided with 440V AC Danger mark.
3. SUPPLY AND INSTALLATION OF RELAY RACKS, FUSES AND TERMINALS
a. Relay racks shall be first powder coated with Biscuit Mat colour and thereafter shall be painted with Siemens
Grey colour (Sigma) enameled paint. Stage inspection shall be got done from Engineer-in-charge after powder
coating but before painting with enameled paint.
b. Each frame shall be adequate to accommodate 3 relay racks.
c. The top of the relay rack is fixed through support of an angle iron, one side of which is fixed on adjoining walls.
The contractor shall do complete related masonry works and relay racks fixed on ground/walls by drilling
holes, walls/floor shall not be broken. Fixing of relay rack with frame shall be done as per instruction of
Engineer-in-charge of the work.
d. Relay racks should be fitted with relay base plates. Inter rack wiring should be arranged directly from rack to
rack or IDF depending up on the type of arrangement.
e. Bunch of wires connected to relays etc. shall be kept together using cable ties.
f. All the cables & wires in relay room, power equipment room, battery room, location huts etc. shall be run on
ladder/ in PVC slotted trunking having removable covers.
g. Bends in cables shall have a radius of not less than twenty times the diameter of the cables.
h. Other than relay bases, all multi-strand wires shall be terminated using proper lugs and crimping tools.
i. Not more than two wires shall be connected to one terminal/tag.
j. At least ten percent spare cores shall be kept in the cable run from CT rack to other functions.
k. All relays shall be provided with description names painted as indicated by Engineer-in-charge.
l. 16/0.2mm size flexible single core indoor cable to IRS : S- 76/89 shall be used for wiring Q series relays.
m. The contractor shall make available one spare contact of every track relay, ECR and point indicator relay and
other relays as required for data logger input and terminate the same on separate Terminal Blocks on CT rack.
n. Capacitors, resistors, diodes etc. shall be supplied and wired by the contractor using PCBs, which in turn shall
be fixed on relay racks using suitable nuts & bolts. Alternatively these may be wired on both side laminated
and fiber based hylam boards fitted on relay racks. In no case they shall be wired hanging behind relays.
o. Relay Racks shall be mounted in the Relay Room as per the position indicated by the Engineer-in-charge, in
such a way that front side of relays shall face entrance.
p. Fuses shall be fixed on the relay racks as per instruction of Engineer-in-charge of the work.
q. Fuses or circuit breakers shall be installed according to standard practice with prior approval of the Railway.
r. Terminals shall be so mounted that they cannot be turned in the base of frame on which they are fixed. They
shall be properly insulated from each other and other metallic parts.
s. Terminals shall be installed in an accessible position and neatly arranged on terminal boards in housings.
t. The relays shall be mounted on anodized bars.
Contractor For Chief Signal and Telecom Engineer
- 79 -
u. The colour of the wires for wiring generally should be as per standard colour scheme used on the Railway
which is as follows: In case it is required to be changed due to some reasons, it should be done with the
permission of Engineer In-charge of the project.
 Black : 110 V BX & NX
 Green : 24 V Steady Panel Indication
 Red : 24 V Flashing Panel Indication
 Blue : 24 V DC Positive
 Grey : 24 V DC Negative
4. INDOOR WIRING
a. Complete indoor wiring, in full at station or cabin whichever applicable as indicated in the schedule involves
wiring between CT rack and relay rack & inter-rack wiring through 16/0.2 mm size flexible single core indoor
cable, between CT rack and SM’s panel through U/G signaling/telecom cable/indoor cable, wiring of earth
leakage detector, etc. as per approved wiring diagram & standard practice of the Railway.
b. The scope of the work also includes installation of indoor cables between block Instrument, SM's diagram
board & relay room as instructed by Engineer-in-charge of the work. It includes related masonry work. Wiring
of Potential free contacts of relays to tag blocks, required in connection with data-logger, should also be done
through 16/0.2mm size flexible/0.6 sq. mm. single core indoor cable as per instruction of Engineer-in-charge of
the work.
c. Condensers, resistances etc. shall be suitable installed as per wiring diagram, wires to be neatly dressed with
threads.
d. The wiring shall not be done without approved wiring diagram from Railways.
e. The description of circuits on base plates, relays, power equipment, fuses, terminals etc. shall be written with a
suitable colour paints as per standard practice and diagrams.
5. TESTING & COMMISSIONING
(i) General :
Contractor’s nominated Engineer shall be available at site for all tests and during commissioning. The
contractor shall carry out such tests as may be necessary to demonstrate to the satisfaction of the Railway
that all types of equipment and the system installed are in accordance with the specifications and contract
The contractor shall provide simulation panel, rack, lamps with holders, all instruments and apparatus as may
be necessary for conducting such tests. The contractor can take away all these items after the testing is over.
The following tests shall be made on the equipment and the installation in addition to tests enumerated in draft
Indian Railway Standard Specification No. RDSO/SPN-13 for electrical signaling and interlocking fittings
a. Service test to determine that protective devices function as intended.
b. Service test to determine that control system function as intended.
c. Checking every contact selection electrically to determine that all circuits conform to approved circuits.
d. Test of all electrically operated devices to determine that electrical operating characteristics are in
accordance with specifications designated by the Railway.
e. Test of insulation resistance of each complete circuit in accordance with the Railway practice. The insulation
resistance shall not be less than 10 Meg ohms between the full circuit length of the conductor and ground
unless a higher insulation is specified elsewhere.
f. The responsibility for fault localisation of the defective or inoperative installation during testing and
restoration thereof shall be that of the contractor (except that of IPS and Data logger).
g. Test to determine that voltage available on all apparatus is in accordance with manufacture’s specification.
(ii) Point to Point Check:
It is to be conducted with bell or buzzer to check that every connection has been made through as per circuit
diagram. Progress of this test shall be recorded on the circuit diagrams.
(iii) Simulation Test:
The circuit shall be checked from the control panel with the help of simulation panel consisting of two position
switches which shall locally operate the point indication relays, track circuit relays, slot relays etc. All the signal
aspects including route shall also be displayed by the side of simulation panel with 110V lamps connected
directly from cable termination rack. Every route shall be set one by one and following tests conducted.
a. Controlling point detection relays should be dropped one by one and see that signal goes back to danger
every time.
b. Controlling track relays should be dropped one by one and see that signal goes back to danger every time.

Contractor For Chief Signal and Telecom Engineer


- 80 -
c. Operation of points should be checked with controlling track circuits occupied one by one and see that point
operation does not start.
d. Back locking should be checked by dropping concerned track relays one by one to see that it is not possible
to release the route.
e. Automatic route release with sequential occupation and release of track circuits as per circuit diagram should
be checked.
f. One slot one train should be checked.
g. LSS control should be checked with & without line clear.
h. Block release circuit should be checked with sequential occupation and release of track circuits as per circuit
diagram.
i. All time delay circuits e.g. emergency route release, overlap release, calling-on clearance etc. should be
tested.
j. When any one signal is OFF, it should not be possible to set route for or clear any conflicting signal.
k. All the alarms and counters shall be tested for their working as per circuit diagram.
(iv) Square sheet test:
The contractor shall supply a square sheet diagram listing all the movements as per route control chart on both X
and Y axis. This shall be used to test every movement against all other movements to see that all parallel
movements are possible and none of the conflicting routes gets set.
(v) Wire count test:
Wire count test shall be done using the circuit diagram and the numbers of wires connected on every relay
terminals, tag block, fuse terminals etc. shall be recorded.
(vi) Functional test:
a. All functional and safety aspects shall be checked from the operating panel after connecting all the field
gears and disconnecting the simulation arrangements. The correct response and correspondence between
field gears and indications with commands from panel should be checked.
b. All the above tests though carried out by the contractor initially, shall also be demonstrated to the Engineer
at site and he may carry out the tests to satisfy himself as per Railway Manuals, Codes, Rules &
specification and shall then commission the installation.
6. Design, preparation and supply of Signalling Circuits Route setting type and Plans/Documents.
1.1 General
1.1.1 Design preparation and supply of all “AS PLANNED” and “AS LAID” (Completion) drawings, Signalling
Circuits and documents shall be prepared in licensed software i.e. Auto CAD (Latest Release) or on the
software specified by the Railways.
1.1.2 Drawings submitted shall be of size as per extant practice of the Railway. As per the current practice and
instructions, Circuit Diagrams and other Diagrams shall be prepared and submitted in A-3 (297mm x 420mm)
size of tracings and Cable route plan and Cable Distribution plan in A-2 (420mm x 594 mm) size of tracing.
1.1.3 The design shall be conforming to the extant Railway's instructions & practices, General and Subsidiary
rules, Signal Engineering Manual, Block Working Manual, Schedule of Dimensions, other relevant rule
books, the guidelines provided by RDSO and as per the latest rules & guide lines prescribed by the Railway.
1.1.4 Wiring diagram for provision of DATA LOGGER shall be prepared on separate sheets.
1.1.5 The design shall be based on the type and configurations of the Relays to be used, which will be specified by
Railways while execution.
1.1.6 Drawings and documents for stations shall be prepared considering Running lines as well as Sidings,
L.C.Gates etc. and other features within the station yard as per approved Signalling Plan.
1.1.7 Alteration column should be shown on every sheet and sufficient space should be left for further alteration on
each sheet.
1.1.8 The drawings for checking by the Railway authorities shall supplied by the contractor on polyester tracing
film/sheets of Lacquered single matte, 75 micron thick Garware brand of similar of size mentioned in Para
41.7 specification No.IRS:S-36/87.
1.1.9 Working/Commissioning/testing sets of wiring documents will be the property of Railways and shall be kept
by Railways for safe custody.
1.2 Scope of work for contractor

Contractor For Chief Signal and Telecom Engineer


- 81 -
1.2.1 The work involves design and conversion of existing warm stand-by EI systems complete with HOT Stand -
by architecture as per RDSO Specn No. RDSO/SPN/192/2005 with latest ammendment, along with
Microprocessor equipment, interface equipment, industrial grade VDU & operator PC, relays, interconnecting
cables. Embedded Industrial Grade fan less PCs should be of rugged and reliable type like MOXA series V
2406, Kontron MPCX28R, MEN BC50M or similar with compact flash drives in non-AC and in normal
invironment to be used. Minimum requirement of Embedded PC for EI shall be as per RDSO TAN dated
2.11.12. The optical fibre connectivity with fibre management and diagnostic analysis systems shall be
provided to connect EI with SM room PC terminal. DC-DC converters used for EI shall be provided in N+1
connfiguration. For system 'A' & 'B' segregation between the DC-DC converters should be made so that in
case of failure only one System is affected. It should also include racks, fixtures, mounting arrangements,
lightening arrestors, db9 to USB serial cable make MOXA and accessories necessary to make EI system
functional for stations.
1.2.2 The work includes supply by contractor the design, preparation and supply of Signalling Plan & Circuits,
Contact Analysis, Fuse analysis, Relay Rack and Relays deposition plan and all relevant drawings as per the
technical specification and extent instructions and based on Selection table, Locking table/Route Control
Chart, Control Panel, Route Section Plan.
1.2.3 Supply of all stationary materials as per Railway's guidelines in force.
1.2.4 Transportation of all drawings, documents or other stationary materials to the office of Engineer in charge or
at the site of works, if necessary, except where otherwise indicated.
1.2.5 Subsequent modifications/alterations as and when required.
1.2.6 Carrying out Survey at sites wherever required
1.2.7 The following “As Planned” drawings and documents shall be designed and supplied as per applicability at a
particular station: -
(i) Signalling Plan
(ii) Circuit Diagrams.
(iii) Relay Contact Analysis Chart and circuit diagram numbering including field cables, panel cable terminal
numbers, fuse and negative link terminal No. etc. complete.
(iv) Block Wiring Diagram.
(v) Wiring Diagram for Axle Counter including Block Proving Axle Counter with Co-operative Resetting
arrangements or Axle Counter Block system with Digital Axle Counter.
(vi) Details of analogue and digital inputs to be fed to data logger as input
(vii) Fuse Particulars.
(viii) Condensers and Resistance Particulars.
(ix) Relay and CT rack placement diagram in central relay room and end goomty.
(x) Relay Disposition Chart.
(xi) Relay contact-to-contact wire list chart both page wise and rack wise.
(xii) Control Panel Cable termination Chart in control panel.
(xiii) Signalling equipment and Power Supply Layout diagrams for Control Panel Room and all other S&T rooms.
(xiv) Power Supply Diagram.
(xv) Cable Termination rack Particulars (Field Cables and panel cables)
(xvi) Cable Route Plan with Location placement diagram over yard layout.
(xvii) Cable Core Plan/ Location / JBs Particulars.
(xviii) Location huts/End Goomties wiring Diagram
(xix) Location wiring Diagram.
(xx) Track Circuit Bonding Plan.
(xxi) Earthing Particulars.
(xxii) Condensed Yard diagram.
(xxiii) Working Rule Diagram for Preparation of SWR.
1.3 Documents to be supplied by Railways
1.3.1 Approved copy of Signalling Plan along with softcopy for supply of Condensed Yard diagram / SWRD by
contractor.

Contractor For Chief Signal and Telecom Engineer


- 82 -
1.3.2 Approved copy of Selection table, Locking table/Route Control Chart, Control Panel Diagram, Route Section
Plan.
1.3.3 Layout plan of S&T service building and DG room.
1.3.4 Standard Guidelines issued by the Railway from time to time.
1.3.5 Contractor shall be responsible for collection of any other drawings/ documents for guidance as deemed
necessary to carry out the work.
1.3.6 One set of drawing for similar works as guideline (on request).
1.4 Schedule and quantum of supply by contractor
1.4.1 Original tracings/photo papers of all the drawings and circuit diagram along with Contact Analysis and Relay
Disposition Chart are to be supplied by contractor duly checked and signed by contractor’s signal engineer,
through Engineer-in-charge of the work, initially for checking, approval and signature.
1.4.2 Thereafter three copies of the above all the drawings shall be made by contractor in presence of Railway’s
representative as check prints of all the drawings and circuit diagram along with Contact Analysis and Relay
Disposition Chart and supplied by contractor along with original tracings/photo papers.
1.4.3 One checked copy of the sheets requiring corrections and/or recommendations to be incorporated would be
returned to the contractor for carrying out corrections and resubmission of original tracings/photo papers of
the concerned sheets.
1.4.4 After getting all the original tracings/photo papers, the drawings would be approved and singed. The original
tracings/photo papers would be returned to contractor for taking out prints and submitting minimum Six sets
of "As Planned" drawings for execution of works at site, along with two sets of CDs and original approved
tracings/photo papers bearing signature.
1.4.5 The distribution of six sets of approved prints shall be in the manner given below: -
1.4.5.1 One set of prints will be given to Contractor for to use during execution of work and carrying out various
testing.
1.4.5.2 Two sets of prints will be given to Contractor for preparation of "As Laid" Completion drawings at site.
1.4.5.3 Two sets of prints will be used by the Engineer- in-charge for carrying out wire count, continuity test,
functional test and break test.
1.4.5.4 One set of prints will be kept in HQ for record and reference.
1.4.6 Contractor shall neither be allowed to do wiring nor shall start the wiring at site without approved copy of the
circuit diagrams.
1.4.7 After completion of works 2 sets of completion documents based on the corrections done by Railway at site
i.e. "As Laid" drawings shall be prepared by contractor and it shall be got verified and signed by contractor
and the officers and supervisor in charge of executing the work. ‘RED’ ink to be used for additions/
alterations to the drawing and ‘YELLOW’ ink for any deletion from the drawing.
1.4.8 One set of verified "As Laid" drawings shall be kept at site and the other shall be used by contractor for
incorporating changes in the soft copy of the drawings. The tracings/ photo papers of drawing sheets in
which changes are involved over the already approved drawing shall be resubmitted to Railway, along with
the complete set of verified "As Laid" drawing for approval and signature.
1.4.9 The tracings/photo papers of the approved final completion drawings would be handed over to contractor by
submitting minimum 10 sets along with the original tracings/photo papers and six copies in CDs.
1.4.10 One of the 10 sets of approved completion circuit diagrams and other drawings/documents i.e. "As Laid"
drawings shall be got laminated with good quality plastic lamination and shall be supplied for keeping at site.
The other sets of drawings shall be got bounded on hard paper cover separately for each type of drawing
and supplied.
1.4.11 Additional 35 Prints of Working Rule Diagrams shall be supplied for preparation of SWRs.
1.5 Terms of delivery for contractor
1.5.1 The contractor shall supply the drawings as per delivery schedule given below. Railway from its side shall
also make efforts to approve the drawings within reasonable time frame as mentioned in delivery schedule.
The approved “As planned” drawings have to be submitted within 60 (sixty) days or earlier if required due to
urgency of work, from the date of issue of approved RCC and SIP by Railway. In case of more than one
station, the schedule for each station shall be in succession of one week for each station, for example the
first station schedule will start from D, then second from D+7 and so on.
1.5.2 "As laid" completion drawings shall be submitted by the contractor within thirty days from the date of
commissioning of Interlocking works.

Contractor For Chief Signal and Telecom Engineer


- 83 -
1.5.3 Inspection: Approval by Design and Drawing office of CSTE/NC.Railway/Allahabad for circuit diagrams and
for all other drawing the concerned field unit's overall in charge the work i.e. Sr.DSTE/Works/ALD.
1.5.4 Delivery schedule for drawings
1.5.4 Delivery schedule for drawings Max Time Frame
1.5.4.1 Supply of approved SIP along with soft copy and RCC Diagram by D
Railways to the contractor.
1.5.4.2 Submission of original tracings/photo papers by the contractor for D+30
taking out check prints by the contractor of all the signaling
drawings in minimum three sets for checking, approval and
signature.
1.5.4.3 Approval of drawings by Railways D+50
1.5.4.4 Submission of original tracings/photo papers by the contractor for D+55
approval and signature of the sheets requiring corrections..
1.5.4.5 Approval and signature by Railways on original tracings/photo D+58
papers and returning to contractor
1.5.4.6 Submission of minimum six sets of final “As Planned” drawings for D+60
work execution at site along with two sets of CDs and original
approved tracings/photo papers bearing signature.
1.5.4.7 Commissioning of station E
1.5.4.8 Submission of “As Laid” completion drawings to Railways by the E+15
contractor
1.5.4.9 Approval of “As Laid” completion drawings by Railways E+20
1.5.4.10 Submission of final “As Laid” completion drawings prints, E+25
tracings/photo papers bearing signature and CDs by the contractor
to Railways

1.6 Terms of payments for design/drawing work


1.6.1 50% of the payments shall be made on submission of minimum six sets of final “As Planned” drawings for
work execution at site along with two sets of CDs and original approved tracings/photo papers bearing
signature.
1.6.2 Balance 50% of the payments shall be made on submission of Submission of final “As Laid” completion
drawings prints, tracings/photo papers bearing signature and CDs as per the scope of work by the contractor
to Railways.
1.7 SIGNALLING CIRCUIT PLATFORM SOFTWARE FOR MANAGING SIGNALLING CIRCUITS
1.7.1 The licensed copy of the Software used as platform for design of signaling circuits of 3/4 lines shall be
supplied. It shall be Promise of ECTI, USA customized to Indian Railways needs with all the required
symbols used by Railways having logical properties and database linked for drawing signalling circuits in
intelligent CAD format.
1.7.2 It shall have the following customized features with automatic generation of these.
1.7.2.1 CONTACT NOMINATION - Signaling circuits shall be drawn with logical properties and database linked. For
example the total number of front contacts and back contact of a relay (say a 12F-4B) are to be duly
monitored by the database while nomination of the contacts (front or back) for that particular relay is made,
any where in the circuit diagram in any sheet. Once all the number of contacts of that relay is allowed (say
12 Front contacts nominated) the software must prompt for use of a repeat relay with a revised name, where
after further nomination of front contacts shall be made to the repeat relay till it is completely used and so on.
It must rule out any chance of double allotment of a contact for a particular relay or a wrong nomination i.e.
A1 A2 to a back contact while the software shall not allow A1 A2 for a back contact. Similarly a contact say
B1 B2 once allotted to a relay, the software shall no more permit the same contact to be allotted for the same
relay any where in the circuit. They must be caught on real time basis to make the design of signaling circuits
totally safe and without any mistakes, as they are not feasible.
1.7.2.2 RELAY RACK DISPOSITION - After completing the circuit diagrams of a station with contact nominations,
the number of relays are required to be placed on the rack with its repeat relay next to the main one and all
other group relays as per the practice followed by the Railways. The rack number, relay position number,
entered on the rack disposition sheet thereafter must automatically appear on the entire circuit diagram on all
of its contacts and coils. It should completely eliminate the manual posting of relay rack numbing on the
circuit diagram. Position change of any relay on the rack to any other slot in the relay rack disposition sheet
must automatically make changes on the rack relay numbering and all other corresponding circuit sheets.
Similar provision must be there for CT rack, fuse and RC particulars to be drawn with least efforts and zero
error.

Contractor For Chief Signal and Telecom Engineer


- 84 -
1.7.2.3 JUMPER LIST - Jumper list must automatically by generated by the software i.e. “ Front & to “ directly from
the circuit diagrams that contains contact nomination & the relay name.
1.7.3 SEMI AUTOMATIC CIRCUIT GENERATION by PROJECT BUILDER – The templates shall be designed
and made for the typical circuits of PI of a station. The template should have the provision to be used with
much ease for any of the stations after making minor additions, deletions and alternations as reported from
the selection table/ Route Control Chart or due to change in SIP of a station. The circuit diagrams should be
generated from the templates with little human interaction incorporating the changes made on the project.
1.7.4 SEARCH & NAVIGATION - Besides above the other logical properties like search and navigation facilities
must be available by the software to be used by the maintenance personnel for searching contacts, coils,
fuses RC, legends from page to page.
1.7.5 Drawings in HTML format -The drawings so generated by the software must have the provision to be
parked on the rail net, intranet or Internet in HIML format so that even without the software it can be viewed
and prints taken.
1.7.6 The licensed copy of the Software used as platform for design of signaling circuits of 5/6 lines shall be
supplied for bigger stations. It shall be Autocad full with latest release, four original copies for four users and
fully loaded in two sets of high-speed processors of approved type.
1.7.7 The Railway staff shall be trained for 60 man days for each of the software and the features of the system,
the design scheme & procedure, additions/alterations, design of symbols, templates and data base etc. shall
be included in the training content.
7. GENERAL TECHNICAL REQUIREMENT
7.1 The Railway representative and contractor will visit each site of the work and jointly decide on the location of
equipment to be installed looking to the site conditions before commencement of the work. The decision of
Railway representative shall be final and binding on the contractor.
7.2 After completion, each site will be jointly inspected and contractor will be required to complete the
deficiencies and variation from the agreement, if any.
8. DOCUMENTATION and TRAINING
8.1 The firm shall supply 18.1 Following documents.
(i) 1 copy of Operation manual detailing hardware and software for Data logger.
(ii) The contractor shall provide debugging 1 copy of Technical manual, detailing the installation, maintenance
and reconfiguration details.
8.2 The contractor shall submit complete wiring diagram, component details and PCB layout along with the
equipments except for the PC.
8.3 The contractor shall train free of cost at least five officials of Railways as nominated by Engineer-in-charge
for maintenance of equipment and programming of software. Full literature on testing, maintenance, isolating
faults and modifications shall be given in training. The periods of training shall be decided by the Engineer-
in-charge of the work.
SCHEDULE – ‘B’
1. DOUBLE WALLED CORRUGATED PIPE
a. DWC pipe of RDSO specificatio no. RDSO/SPN/204/2011/Version 1.1or latest shall be supplied from the
vendors having proven field experience and from the manufacturing source.
b. The credentials of the vendor for performance related to post supply services should be submitted and order
shall be placed only after it has been scrutinized by Engineer In-charge and approved.
2 Specification of GPS base Unit with Accessories for Schedule-C item No.14
A. GPS Reciever :
i. Frequency : L 1.
ii. Update rate : 1 Hz.
iii. Protocal : NMEA Protocal, Default: GGA, GSA, GSV, RMC
B. Antenna :

i. Type : Active Antenna


ii. Protection : Inbuilt short circuit protection.
iii. Mounting : Magnetic mounting or Screw (fixed) mounting.

Contractor For Chief Signal and Telecom Engineer


- 85 -
C. Communication :
i. Serial Port : 1 X RS232 isolated port or 1 X isolated Current Loop communication port.

D. Power Supply :
i. Input Supply Typical : 230 VAC.
ii. Power Consumption : 5W max.
E. Operating Conditions :
i. Temperature : 10° C to 70° C.
3 Specifications of Fuse Failure Alarm System for Schedule-C item No.17
A. Scope :
i. This specification lays down the requirements and tests of Fuse Failure Alarm Systems with
automatic changeover facility along with audio and visual indication suitable to signaling
installations of Railways.
ii. The changeover facility covered in this specification should be suitable for changing over to spare
fuse automatically when main fuse is blown off without affecting the functioning of signaling
circuits. At every change over audio/visual indication should appear at equipment and also at
SM/JE/SE’s room.
iii. The system covered under this specification should work on 60V to 140V AC/DC. Working Power
Supply should be of SMPS Type.
iv. Each module of Fuse Alarm System should be suitable for monitoring 16 nos.’G’ type fuses or any
other type of fuses of various capacities and should be suitable to fit in the existing relay rack.
v. The system voltage of the fuse can be 12V, 24V, 60V DC or 110V AC etc. Each CARD of Fuse
Alarm System shall be suitable for monitoring fuses of only one source of supply. Different cards of
same module can be used for different sources of supply so that one module can be used for
different type of supplies.
vi. Optocoupler must be used in input circuit for every Fuse for isolation.
B. Construction :
i. Maximum outline dimensions of each module for 16 nos. of fuses should be 540mm X 180mm X
170mm (+_5mm) and for 2A, 10-16A non deteriorating fuse of cylindrical head depending upon the
requirement.
ii. The equipment shall be of natural air-cooled type and shall be suitable for use in the signaling
cabins / inside location boxes where the maximum ambient temperature may reach 55°C.
iii. The equipment shall be of robust construction. They shall be housed in cubicles made of cold
rolled cold annealed mild steel sheet of thickness not less than 1 mm.
iv. The equipment cubicles shall be treated with zinc chromate primer followed by electrostatic epoxy
powder coating paint finish. Passivation shall be done through seven stage process. Small metal
parts such as nuts, bolts and washers shall be plated. All other metal parts of the Fuse Alarm
System shall be plated for protection against corrosion.
v. The layout of the components and wiring shall be such that all parts are easily accessible for
inspection, repairs and replacement. The cards shall be sliding type.
vi. The AC input portion shall be protected to prevent accidental contact.
vii. All the cables and wires used for wiring shall conform to specification No. IRS: S-76/89 / IS 694
(1100 V grade) and shall be procured from ISI or RDSO approved sources. The cables and wires
used shall be neatly secured in position by bunching & strapping. Aluminum wires shall not be
used. The gauge of wiring shall be such that the current density should not exceed 3 Amps/mm².
The colour scheme used for wiring shall conform to normal conventions and shall be shown in the
Instruction manual.
viii. The following components shall be provided on the Panel housing fuse alarm system.
a. Power ON Indication..
b. Buzzer Acknowledge push button.
c. ‘Test’ push button.
d. Common Flashing ‘LED’ Indication .
e. ‘LED’ Indications.
f. Buzzer.

Contractor For Chief Signal and Telecom Engineer


- 86 -
C. Components :
a. Printed circuit Cards and Electronic Components
a1 The temperature rise above ambient shall not exceed 50° C or 20° C less than specified by the
manufactures whichever is less of any semiconductor component used in circuit.
a2 Glass epoxy, copper clad laminates shall only be used for printed circuit control cards. The
thickness of laminates shall not be less than 1.6 mm and the thickness of the copper foil shall not
be less than 35 microns (corresponding to a weight of 305 grams per square meter).
a3 Solid state, Industrial grade components shall only be employed for mounting on the printed circuit
cards. Plug in connectors shall be of CPU type with gold plated contacts.
a4 The printed circuit cards shall be specifically designed to suit the circuitry used and no extra wires
shall be used for interconnection of components on the PC cards. Soldering of components shall
be neatly done.
a5 After mounting and soldering of all the components & testing, the printed circuit cards shall be
coated with transparent epoxy paint to provide environmental protection.
b. Switches & Terminals
b1 The each equipment shall be provided with ON/OFF switch.
b2 All wiring from Relay racks/Fuses to Fuse Alarm System module must be terminated on
connectors soldered on motherboard PCB mounted inside rear of rack with descriptions.
b3 All current carrying terminals shall be of brass and shall be plated for protection against corrosion.
D. Performance Requirement
i. The system design shall be such that it should be only supervisory / monitoring circuit. Failure of
any component should not interrupt the supply to load by any means. For monitoring the fuses,
wires shall be taken from respective fuses. The design shall be such to operate the system with N
+ 2 wires. In each set Green LED shall glow for healthy Main fuse & healthy Spare fuse. Similarly
Red LED shall indicate failure of Main fuse & Standby fuse.
ii. On the failure of main fuse a spare fuse should come in circuit automatically before dropping of
signaling relay.
iii. The power supply module should be separately housed with proper ventilation.
iv. On the failure of main fuse, suitable LED indication should glow and buzzer should give audio
alarm
v. The alarms shall be provided with resetting button for cutting off the alarm.
vi. The LED should light up till the fault persists and audible alarm shall only be reset. The visual
indication should disappear when the fuse is replaced and TEST button is pressed. However, if
another fuse blown off after resetting / muting the buzzer, the audible buzzer should come again
along with the visible indication.
vii. The audible alarm should be given by buzzer having dual tone.
viii. Any relays if used in the circuit shall be of OEN or PLA make only.
ix. The nominal system voltage of the fuse circuit will be specified by the Railways.
x. Two set of potential free contacts shall be provided on rear side for taking remote indication /
alarm.
E. Marking
i. All markings / indications shall be placed in the vicinity of the components to which they refer and
shall not be placed on removable parts.
ii. The A.C. line terminal shall be indicated by the letter ‘L’ and the neutral terminal by the letter ‘N’.
Supply voltage has to be indicated nearby the same.

F. Instruction Manual
The Manual shall be provided with every equipment. It should clearly illustrate installation,
connection and operating procedures.
G. Test and Requirements
i. Conditions of Tests: Unless otherwise specified all tests shall be carried out at ambient
atmospheric condition.

Contractor For Chief Signal and Telecom Engineer


- 87 -
ii. For inspection of material relevant clauses of this specification shall also apply.
iii. Acceptance Test
a Visual Inspection.
b Performance test.
iv. Routine Test
a Visual Inspection.
b Performance test.
v. Visual Inspection
The Fuse Alarm System shall be visually inspected to ensure compliance with the relevant
requirements specification of Railways.
vi. Performance test
Following test checks are to be conducted on each module of Fuse Alarm System to evaluate its
performance.
a When ‘test’ push button is pressed than all the LED should glow.
b When one main fuse blows / unscrewed, then buzzer should come along with main fuse failure
indication.
H. Packing and labeling
i. Units shall be packed in suitable boxes / crates, strong enough, with additional packing to prevent
damage or loss to the unit during transit. Loose space inside the box/crate shall be filled up with
suitable packing material.
I. SMS
i. The system should send SMS to up to 4 pre-defined mobile numbers in case of failure of fuse.
The SMS should contain following details: (a) site name (b) fuse details (main or standby fuse
blown). In case a fuse is blown and an SMS is sent, but another fuse gets blown before
replacement and resetting of the first fuse, a new SMS should be generated again for the second
fuse with details. So, no matter how many fuses have blown, if a new fuse is blown after sending of
an SMS, a new SMS should be generated with details.
The following settings should be configurable via SMS from the mobile phones of the Railway
officials: (1) site name (2) mobile phones that will receive SMS in case of fuse blown. These
configurations should be password protected to prevent unauthorized access. The Railway officials
should also have the facility to change the password via SMS.
All sundry installation items / equipment to provide the above mentioned functionality will be
provided by the contractor. No integration will be permitted with any existing Railway equipment
like data logger etc. for sending SMS.
The successful bidder will have to demonstrate the above-mentioned system before
issuing of LOA.

Contractor For Chief Signal and Telecom Engineer


- 88 -
LIST OF SOURCES FOR SPECIFICATIONS/DRAWINGS
1. IRS Drawings and Specification - Director General, R.D.S.O., Lucknow
2. TEC Drawings & specifications - Telecommunications Engineering Centre, Kurshid Lal Bhawan, Janpath,
New Delhi - 110 001.
3. Standard Specifications (BSS & ISS, etc.) - Indian Standard Institution, 9, Mathura Road, New Delhi.
4. Railway Publications such as Railway Rules, Codes and Practices, etc. - Government of India, Ministry of
Railways, Rail Bhawan, New-Delhi.
5. North Central Railway Drawings – Sr DSTE/Co./ Office, ALD Divsion (For work of Allahabad Division) and Sr
DSTE/Co./ Office, AGC Divsion (For work of Agra Division).
6. Central Government Laws and Acts - Government of India, Ministry of Information, Publications Division,
Tilak Road, New-Delhi.
7. Manual of Instructions for Installation of S&T Equipment 25 KV 50 C/S single phase Electrified section -
Director General, R.D.S.O.Lucknow.

Contractor For Chief Signal and Telecom Engineer


- 89 -

LIST OF SCAFFOLDING MATERIALS FOR RELAY RACK.

S.NO DESCRIPTION SIZE **


1 Relay rack with fixtures and spacer.

2 IDF piller with fixtures. 02 nos.

3 Top frame angle for 2 Relay racks. 65x65x1104mm

4 Bottom frame angle for 2 Relay racks. 65x65x1104mm

5 IDF Bottom angle for 4 pillers. 65x65x1104mm

6 IDF Top angle for 4 pillers. 65x65x1104mm

7 Vertical support angle RH. Suitable size

8 Vertical support angle LH. Suitable size

9 Triangle Base assembly with ' J ' Bolts, nuts, flat and Suitable size
spring washers.
10 Insulaters with fixing studs, spring and flat washers (one stud - 12x25mm &
stud each for one insulater). 12x20mm.
Cable support assembly i.e. ' L' Bracket with 4Nos. of
11 bolts with nut, spring and plain washers for each ' L' 8 x 25mm, 6 x 50mm
Bracket.
12 16-way fuse holders (1.6A/0.6A) mounting stripes with
studs, spring and plain washers.
Bracket for mounting 16-way/8-way fuse stripes with
13 nuts,bolts and washers, i.e. (top brackets) All angles & Suitable size
stripes shall be 6mm and 5mm thick respectively.
14 Bracket for mounting 16-way fuse stripes (i.e.bottom Suitable size
bracket).
15 Cable supporting stripes 5 x 20 x 210mm

16 Cable supporting stripes 5 x 20 x 150mm

17 String rod with PVC insulation (sleeve) fixing bracket and Suitable size
stud with spring and plain washers.
11-way Bus bar with 16 sq.mm lugs with PVC covers &
18 fixing arrangement (Bracket for fixing Bus bar cover) nut
& bolts.
19 Square bar for fixing 8 nos. of mini group base plate. Suitable size

20 PVC sleeve (Tube) for insulating wire run support on IDF 16mm
pillars and at other places.
Angle of various sizes for frame wall support and cable
21 run support (interspacing between racks) (All angles of
6mm thick).

Contractor For Chief Signal and Telecom Engineer


- 90 -
a) Angle 65 x 65 x 2000mm

b) Angle. 40 x 40 x 2000mm

c) Angle 40 x 40 x 1325mm

d) Angle. 40 x 40 x 1000mm

e) Angle. 65 x 65 x 1000mm

Angle pieces for fixing wall support angles with 'J' bolts,
22 Nuts, springs and plain washers having 13mm holes and
8mm holes.
(a) Angle piece with 23mm holes at both 65mm side 65 x 65 x 50

(b) Angle piece with one hole 13mm and other 9mm on 40 x 40 x 35
40mm side
23 Cable support 'U' bracket 540 x 100mm

24 C' Bracket for cable run support(5mm thick) 20mm width 200 x 200mm
MS flat to be used.
25 C' Bracket for cable run support 5mm thick MS flat to be 200 x 150mm x20mm
used width.
26 Signal resistance mounting assembly complete with Suitable size
fixtures and fasteners.
27 Guide rails with fixtures and fasteners for:

a) Route group Suitable size

b) Main signal group Suitable size

28 MS Flat strip for mounting AG timers Suitable size

29 Resistance and condenser mounting assem bly Qty. and Suitable size
size as per circuit requirements.
30 Anodized nuts and bolts with plain and

spring washers.

a) 'J' Bolts for fixing square bars. Suitable size

b) Studs for fixing relay base plate. 4 x 20mm

c) Bolts with nuts. 6 x 20mm

d) Bolts with nuts. 6 x 25mm

e) Bolts with nuts. 6 x 40mm

f) Bolts with nuts. 6 x 50mm

Contractor For Chief Signal and Telecom Engineer


- 91 -
g) Bolts with nuts. 6 x 75mm

h) Bolts with nuts. 8 x 25mm

i) Bolts with nuts. 12 x 25mm

31 Rack joining pieces. Suitable size

32 Ladder for cable run support and power wiring with


ladder joining pieces and bolts with nuts and washers.
a) 400 x 1500mm. 40 x 40 x 6mm

b) 200 x 1500mm. 25 x 25 x 5mm

b) 150 x 1500mm. 25 x 25 x 3mm

33 Blue colour PVC sleeve. 2.5mm

34 Fuse along with inserts of different capacity 64 nos.

NOTE:
** Dimensions/ Supporting angles to be modified to suite the condition.Cotractor has
to supply any other item/ items required for complete erection of relay rack as per
sketch enclosed.

*********

Contractor For Chief Signal and Telecom Engineer


- 92 -

PART-II : FINANCIAL BID

Tender Notice No. ALD / 713-Sig/OT/ 2015-16/ 48, Date 07.12.2015

Name Of Work: Provision of Hot stand - by arrangement at electronic interlocked


stations of Allahabad and Agra Divisions of North Central Railway.

Contractor For Chief Signal and Telecom Engineer


- 93 -
FINANCIAL BID SHEET (Schedule of Rates and Quantities)

Tender Notice No. ALD / 713-Sig/OT/ 2015 - 16/48, Date 07.12.2015

Name of Work: “Provision of Hot stand - by arrangement at electronic interlocked


stations of Allahabad and Agra Divisions of North Central Railway.”

Approximate value: Rs.2067.81 Lacs (Rupees Two Thousand Sixty Seven Point Eight One
Lacs only)

Date of completion: 12 Months

Contractor For Chief Signal and Telecom Engineer


- 94 -

SCHEDULE OF QUANTITIES & RATES


Provision of Hot stand-by arrangement at electronic interlocked stations of Allahabad and Agra
Divisions of North Central Railway.

Total Cost of Schedule 'A' 38000000


Total Cost of Schedule 'B' 133006696
Total Cost of Schedule 'C' 16938877
Total Cost of Schedule 'D' 18835549
Total Cost of Schedule 'A' + 'B' + 'C'+D 206781122

SCHEDULE- "A" : For Allahabad Division

S. Amount
Description of Items Unit Quantity Rate (in Rs)
No. (in Rs)

1 Designing EI programme ( Application


logic and Interface circuits) for item Nos. Stn. 38 350000 13300000
1 & 2 of Schedule - B.
2 Carrying out factory acceptance test in co-
ordination with Railway officials for item Stn. 38 250000 9500000
Nos. 1 & 2 of Schedule - B.
3 Supervision of installation, wiring, testing
and commissioning of alteration of
Electronic Interlocking as per Approved
Interlocking Plan as per item Nos.- 1 & 2 Stn. 38 350000 13300000
of Schedule - B including transportation
from consignee's depot to site of work.

4 Submission of as - mades / final drawings Stn 38 50000 1900000


/ drawings of all type for the modifications
carried out in standard Railway format.
Total of accepted Cost Schedule 'A' 38000000

Contractor For Chief Signal and Telecom Engineer


- 95 -

Schedule - 'B' : For Allahabad Division


Provision of Hot stand-by arrangement at electronic interlocked stations of Allahabad and Agra
Divisions of North Central Railway.
Rate (in Amount (in
S.No. Description of Items Unit Qty
Rs) Rs)
1 Design and Conversion of existing warm stand-by EI
systems complete with HOT Stand - by architecture as
per RDSO Specn No. RDSO/SPN/192/2005 with latest
ammendment, along with Microprocessor equipment,
interface equipment, industrial grade VDU & operator
PC, relays, interconnecting cables. Embedded Industrial
Grade fan less PCs should be of rugged and reliable type
like MOXA series V 2406, Kontron MPCX28R, MEN
BC50M or similar with compact flash drives in non-AC
and in normal invironment to be used. Minimum
requirement of Embedded PC for EI shall be as per
RDSO TAN dated 2.11.12. The optical fibre connectivity
with fibre management and diagnostic analysis systems
shall be provided to connect EI with SM room PC
terminal. DC-DC converters used for EI shall be
provided in N+1 connfiguration. For system 'A' & 'B'
segregation between the DC-DC converters should be
made so that in case of failure only one System is
affected. It should also include racks, fixtures, mounting
arrangements, lightening arrestors, db9 to USB serial
cable make MOXA and accessories necessary to make EI
system functional for stations listed. List of various
modules, equipments, sub assemblies and other stores, if
any, with unit rate, quantity and total cost should be
quoted herewith by the tenderer. (Detailed break up of
items and rates are shown as Annexure 'B-1').
NOTE: (1) The system design with logic shall
incarporate details of approved SIP / ST and its
subsequent alteration / modification till its
commissioning.
(2) The event log of EI system at all stations is to be
brought at Allahabad through net working of all EI. All
the concerned material for networking is to be provided
by contractor and communication channel will be
provided by Railway.

(i) JEP, ARW, KYT, DAP, PRE, JHG, MZP, BDL, BEO,
GAE, JIA, MNF, BEP, SFG, BMU, MRE, SYWN, MNJ,
BDNP, SJT, SRO, ASCE, KUW, KTCE, KGA, SNIE, Per
37 3480664 128784562
FYZ, RAMA, FTP, KKS, BKO, AUNG, KBN, PMPR, Station
SSL, RXM and CHK.

Contractor For Chief Signal and Telecom Engineer


- 96 -
2 Design, manufacture and supply of EI system complete
with HOT Stand- by architecture as per RDSO Specn No.
RDSO/SPN/192/2005 with latest ammendment along
with Microprocessor equipment, interface equipment,
industrial grade VDU & operator PC, relays,
interconnecting cables and Datalogger. Datalogger
should be as per Specn No. IRS-S-99/2006 (Amdt-3)
with latest ammendments for monitoring both Digital &
Analog inputs with all external relay contact wiring &
networking capabilities with separate PC, VDU,
keyboard, printer. Embedded Industrial Grade fan less
PCs should be of rugged and reliable type like MOXA
series V 2406, Kontron MPCX28R, MEN BC50M or
similar with compact flash drives in non-AC and in
normal invironment to be used. Minimum requirement of
Embedded PC for EI shall be as per RDSO TAN dated
2.11.12. The optical fibre connectivity with fibre
management and diagnostic analysis systems shall be
provided to connect EI with SM room PC terminal. DC-
DC converters used for EI shall be provided in N+1
connfiguration. For system 'A' & 'B' segregation between
the DC-DC converters should be made so that in case of
failure only one System is affected. It should also include
racks, fixtures, mounting arrangements, lightening
arrestors and accessories necessary to make EI system
functional for station listed below. List of various
modules, equipments, sub assemblies and other stores, if
any, with unit rate, quantity and total cost should be
detailed herewith by the tenderer. (Detailed break up of
items and rates are shown as Annexure 'B-2').
Inspection: By RDSO. However items not covered under
RDSO inspection will be inspected by the Representative
of Consignee.
NOTE: (i) The system design shall incorporate details
of approved SIP /Selection Table and its subsequent
alteration/ modification till its commissioning.
(ii) The system to be installed is for training and testing
facilty for testing of cards and EI peripherals and FAT
etc. Any other requirement for FAT facilities to be
provided by contractor along with suitale Software and
Hardware.
i At Allahabad Per 1 4222134 4222134
Station
Total of Schedule 'B' 133006695.78
Total of Schedule 'B' Taken as 133006696.00

Contractor For Chief Signal and Telecom Engineer


- 97 -

Supply Schedule
Annexure- B-I of Schedule "B" : For Allahabad Division

SN Item Unit Qty Rate Amount


1 Address Select PCB - 48 Pin Nos. 324 5617 1819908
2 1-Wide blank front panel assly. Nos. 740 2586 1913640
3 48-Pin connector housing assembly Nos. 324 1404 454896
4 48-Pin connector guide element Nos. 324 672 217728
5 48-Pin female connector Nos. 324 336 108864
6 48-Pin female crimp contact Nos. 5346 35 187110
7 SYNC PCB (MDSC) Nos. 162 131692 21334104
8 COMMS PCB Nos. 162 131692 21334104
9 Communication Material for new System Configuration Lot. 37 650000 24050000
Panel / Fascia / Tiles

PC for Operator Console (Industrial Grade Fanless)


10 Embedded PC with 42 inch VDU with computer table (as Nos. 74 450000 33300000
per drawing) and other accessories - Minor modifications.

11 UPS for computeres Nos. 37 15000 555000


Power Supply

12 DC/DC Converter for MLKII Non-Vital I/O Supply Nos. 74 30500 2257000
13 DC/DC Converter for Isolator Supply. Nos. 74 30500 2257000
Microlock II Interlocking Material / Spare
14 SYNC PCB (MDSC) Nos. 37 131692 4872604
15 COMMS PCB Nos. 37 131692 4872604
16 Non - Schedule Items Lot. 37 250000 9250000
Total for Design, manufacture and supply against 128784562
Item No. 1 of Schedule 'B'

Contractor For Chief Signal and Telecom Engineer


- 98 -

Supply Schedule
Annexure- B-2 of Schedule "B" : For Allahabad Division

SN Item Unit Qty Rate Amount


1 Interlocking Equipment
i. MLK II Cardfiles Nos. 2 153937 307873
ii. MLK II CPU PCBs Nos. 2 168965 337930
iii. MLK II PS PCB Nos. 2 88707 177414
iv. MLK II Vital I/P PCB Nos. 8 62871 502968
v. MLK II Vital O/P PCB Nos. 6 58941 353646
vi. MLK II Non-Vital I/O PCB Nos. 3 74659 223977
vii. VCOR Relay Nos. 2 88805 177610
viii. VCOR Relay Base Nos. 2 6827 13654
ix. Comms PCB Nos. 2 119146 238292
x. SYNC PCB Nos. 2 119146 238292
xi. Address Select PCB-48 PIN Nos. 17 5108 86836
xii. Address Select PCB-96 PIN Nos. 4 6680 26720
xiii. CPU EEPROM PCB Nos. 3 5993 17979
xiv. 1" Wide Blank Front Panel Assy. Nos. 13 2358 30654
xv. 48 - Pin Connector housing assy. Nos. 22 1277 28094
xvi. 48 - Pin Connector guide element. Nos. 22 620 13640
xvii 96 - Pin Connector housing assy. Nos. 3 1228 3684
xviii. 96 - Pin Connector guide element. Nos. 3 620 1860
xix. 48-Pin Female connector Nos. 22 295 6490
xx. 48 - Pin Female crimp contact Nos. 562 33 18546
xxi. 96-Pin Female connector Nos. 3 516 1548
xxii. 96-Pin Female crimp contact Nos. 187 21 3927
Communication equipment for interfacing operating console
xxiii. and maintenance console & data logger and allied Lot 1 198577 198577
engineering.
xxiv. DC-DC convertors Nos. 8 28980 231840
2 RACKS
i. Microlok rack with accessories Nos. 1 65083 65083
Panel / Fascia / Tiles

PC for Operator Console (Industrial Grade Fanless)


3 Embedded PC with 42 inch VDU with computer table (as Nos. 2 450000 900000
per drawing enclosed) and other accessories

4 UPS for computeres Nos. 1 15000 15000


Total for Design, manufacture and supply against 4222134.02
Item No. 2 of Schedule 'B'
Total for Design, manufacture and supply against 4222134.00
Item No. 2 of Schedule 'B' taken as

Contractor For Chief Signal and Telecom Engineer


- 99 -
Schedule - 'C' : For Allahabad Division
SUB : Provision of Hot stand-by arrangement at electronic interlocked stations of Allahabad
and Agra Divisions of North Central Railway.
Rate Amount
S. No. Description of Items Unit Qty Insp. By
(in Rs) (in Rs)
Excavation of cable trench as per cable
route plan, 1.2 meter deep and 300 mm
wide along side of track in all type of
soil, conforming to distances as per
cable route plan and refilling of trench
so as not to form a drain. This work
includes laying of signalling / Telecom
/ Power cables and covering of cable
1 laid in trenches by loose soil for a layer Mtrs. 1000 50.81 50810.00
of 50mm thickness approximately,
clearing of roots, bushes etc. The work
shall be done as per extant practice on
NC Railway and as per instructions of
Railway engineer at site. In case depth
of trench is not achievable due to site
conditions, proportionate payment will
be made.
Supply of PLB HDPE duct (40/33 mm)
& accessories as per Spec. TEC GR
2 NO.GR/TX/CDS-008/03/March 11 Mtrs. 4000 56.22 224880.00 RITES
with latest amendment) and laying of
the same as per site requirement.
Excavation of cable trench as per cable
route plan of 1 meter deep and 300
mm wide across the platform / other
concrete surfaces / entry points to
cable huts etc., cutting, forming of brick
3 Mtrs 1000 213.73 213730.00
channel and refilling after laying of
cables. In case depth of trench is not
achievable due to site conditions,
proportionate payment for digging and
back filling will be made.
Data logger Sustem with its accessories
as per RDSO spec. no. IRS.S.99/2006
Amend. No. 3 or with latest
4 amendment / specification and Nos. 2 449966.12 899932.24 RDSO
technical specifications equipped with
for monitoring of 512 digital inputs
and 32 analog inputs.
5 Supply of 64 input digital stack cards Nos. 111 18000.00 1998000.00 RDSO
6 Supply of 128 digital input tag block. Nos. 74 2800.00 207200.00 Consignee
Supply of digital motherboard for
7 upgradation of existing datalogger to Nos. 37 44000.00 1628000.00 Consignee
monitor digital inputs.
Supply of 64 Pin connectors and wiring
8 Nos. 111 7000.00 777000.00 Consignee
material.
Supply of digital rear plate and fixing
9 Nos. 37 5000.00 185000.00 Consignee
accessories.

Contractor For Chief Signal and Telecom Engineer


- 100 -

Installation, testing and commissioning


10 Job 37 12000.00 444000.00
of item 5 to 9 in existing dataloggers.

Supply of 22” LCD monitors for Per


11 2 25000.00 50000.00 Consignee
displaying Networking status. Network
Supply of 40” LED monitors for
displaying Signalling status of each Per
12 2 65000.00 130000.00 Consignee
network to be driven by the CMU Network
system Make: Samsung/ LG/ Philips
Supply of 3 KVA online UPS with three
13 hours back up. (for 2 Servers and No. 2 175000.00 350000.00 RITES
Switches) Emerson or numeric make
Supply of GPS receiver module with
Antenna of 5 meters length with RS232
o/p as per Specifications attached as
14 No 1 12000.00 12000.00 Consignee
Annexure - C 1 item 1 along with 15
meters 6 core shielded communication
cable and USB to Serial Converter.
Installation of 40” LCD monitors for
15 displaying Signaling status supplied Nos. 2 7500.00 15000.00 Consignee
as per item no.12.
Installation of GPS receiver Unit
16 No. 1 2500.00 2500.00 Consignee
supplied as per item no.14.
Design Fabrication & supply of Fuse
Alarm System of various types of fuses
with automatic change over system
along with audio visual indication. One
module should be able to cater for 16
number of fuses. The system should
send SMS to up to 4 pre-defined mobile
numbers in case of failure of fuse. The
SMS should contain following details:
(a) site name (b) fuse details (main or
Per
17 standby fuse blown). In case a fuse is 378 13274.37 5017711.86 RITES
Module
blown and an SMS is sent, but another
fuse gets blown before replacement
and resetting of the first fuse, a new
SMS should be generated again for the
second fuse with details. So, no matter
how many fuses have blown, if a new
fuse is blown after sending of an SMS, a
new SMS should be generated with
details. As per Specifications attached
as Annexure - C 1 item 2.
PVC insulated jumper wire of all
colours to Spec. No. IRS: S: 76/89
18 (Amd.3) or latest. 1X1 Sq.mm (Red- Km. 135 5374.41 725545.35 RDSO
25Km, Black-25Km, Grey-35Km, Blue-
25Km & Yellow-25Km).
PVC insulated jumper wire of all
colours to Spec. No. IRS: S: 76/89
19 (Amd.3) or latest. 1X0.6 Sq.mm (Red- Km. 135 2277.17 307417.95 RDSO
25Km, Black-25Km, Grey-35Km, Blue-
25Km & Yellow-25Km).

Contractor For Chief Signal and Telecom Engineer


- 101 -
PVC insulated indoor cables for
20 Railway Signaling as per IRS: S: 76/89 Km. 27 79083.52 2135255.04 RDSO
(Amd.2) or latest. 40Core X 0.6 Sq.mm.
Relay racks: Complete with scaffolding,
bus bars, fuse strips, fuse bases, fuses
(fuses with bases to be duplicated with
suitable required arrangements as per
approved wiring diagram), resistors,
21 capacitors, diodes, insulators, grouting Nos. 27 21224.01 573048.27 Consignee
bolts, tripods as per drawing no. CSTE
/ 6028 as per site requirement.
(Scaffolding should include 20% extra
space with minimum of 2 relay rack
position as spare for future expansion).
Installation, wiring, testing and
comissioning of fuse change over Per
22 378 737.64 278827.92
system as per technical Specifications Module
attached as Annexure - I.
Erection of Relay rack with scffolding
arrangement, cable termination rack
with suitable grouting arrangements.
Insulators, grouting bolts; tripods to be
supplied by contractor. The item
23 includes supply and fixing of modules Nos. 27 3963.36 107010.72
on relay rack. This also includes cable
supporting rack with supply and fixing
of hylum strips of not less than 10mm
thickness for supporting out door
cables coming from cable pit.
Supply of Modular terminal block of 2.5 sq mm 2 in 2 out, disconnect type of Wago/Phoenix or similar
24 make as per RDSO Specification No. RDSO/SPN/189/2004 with latest amendments with following
accessories.
Supply of Modular terminal block of
a Nos. 1500 32.06 48090.00 Consignee
2.5 sq mm 2 in 2 out, disconnect type.
Supply of End plates for Modular
b Nos. 376 10.17 3823.92 Consignee
terminal block.
c Supply of End Stopper for 35 DIN Rail Nos. 376 11.08 4166.08 Consignee
Supply of DIN Rail 35X7.5mm, 1mm
thick unslotted DIN 35U for fixing
d Nos. 150 57.23 8584.50 Consignee
Modular terminal block of 1 mtrs
length.
e Supply of Quick marking system. Nos. 144 30.77 4430.88 Consignee
Releasing of old signal operating panel
along with all accessories and
25 Stn. 37 14511.14 536912.18
transporting them to the office of
SSE/Sig/Incharge's store.
Total of Schedule 'C' 16938876.91
Total of Schedule 'C' Taken as 16938877.00

Contractor For Chief Signal and Telecom Engineer


- 102 -

Schedule - 'D' : For Agra Division


Provision of Hot stand-by arrangement at electronic interlocked stations of Allahabad and Agra
Divisions of North Central Railway.
Rate (in Amount (in
S.No. Description of Items Unit Qty
Rs) Rs)
1 Conversion of existing warm stand-by EI systems
complete with HOT Stand - by architecture as per
RDSO Specn No. RDSO/SPN/192/2005 with latest
ammendment, along with Microprocessor
equipment, interface equipment, relays,
interconnecting cables. The optical fibre connectivity
with fibre management and diagnostic analysis
systems shall be provided to connect EI with SM
room PC terminal. It should also include racks,
fixtures, mounting arrangements, lightening
arrestors, db9 to USB serial cable make MOXA and
accessories necessary to make EI system functional
for stations listed. List of various modules,
equipments, sub assemblies and other stores, if any,
with unit rate, quantity and total cost should be
detailed herewith by the tenderer. (Detailed break up
of items and rates are shown as below).
NOTE: (1) The system design shall incarporate
details of approved SIP/ST and its subsequent
alteration / modification till its commissioning.
(2) The event log of EI system at all stations is to be
brought at Agra through net working of all EI. All the
concerned material for networking is to be provided
by contractor and communication channel will be
provided by Railway.
(i) BTSR, VRBD, AJH, CHJ, MORA, GDO, DEEG, BEDM and
Station 9
BINR.
1 Address Select PCB - 48 Pin Nos. 27 5617 151659
2 48-Pin connector housing assembly Nos. 27 1404 37908
3 48-Pin connector guide element Nos. 27 672 18144
4 48-Pin female connector Nos. 27 336 9072
5 48-Pin female crimp contact Nos. 150 35 5250
6 SYNC PCB (MDSC) Nos. 37 131692 4872604
7 COMMS PCB Nos. 36 131692 4740912
Communication Material for new System
8 Station 9 650000 5850000
Configuration
Designing EI programme (Application logic and
Interface circuits). This item includes sumission of
9 Station 9 350000 3150000
drawings in Railway format along with CD, FAT and
SAT.
Total of Schedule 'D' 18835549

Contractor For Chief Signal and Telecom Engineer


- 103 -

Quoting of rates
RATES ARE TO BE QUOTED IN % ABOVE OR BELOW ONLY
1 Tenderer should not quote for individual items, but for Each Schedule seperately.
2 Tenderer should quote % above or below the Railway's total tender cost
3 Write percentage both in figures and in words.
4 Tenderer should sign the following certificate :

Schedule "A"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par.......................................................................................................................
In Words……………………………………………………………………………………………..…………………………………
In figures……………………………….……………………………………………………..………………………………………..
Schedule "B"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par......................................................................................................................
In Words…………………………………………………………………………………………..……………………………………
In figures……………………………….……………………………………………………..………………………………………..
Schedule "C"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par.......................................................................................................................
In Words…………………………………………………………………………………………..……………………………………
In figures……………………………….………………………………………………………………………..……………………..
Schedule "D"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par.......................................................................................................................
In Words…………………………………………………………………………………………………………………………………
In figures……………………………….……………………………………………………………...………………………………..
Place………………..

Date ……………….. Signature of Tenderer(s)

********* END OF DOCUMENT*********

Contractor For Chief Signal and Telecom Engineer

You might also like