Design, manufacture - Tenders India, The Indian Government

advertisement
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
GOVERNMENT OF INDIA
EAST CENTRAL RAILWAY
TENDER DOCUMENT
FOR
OPEN TENDER
Name of the work: - Design, manufacture, supply, installation, testing and
commissioning of Solid State Interlocking (Electronic
Interlocking) System conforming to RDSO Specification
No. RDSO/SPN/192/2005 with latest amendments at 02
stations, viz. Chandrapura & Bhandaridah Stations in
Dhanbad Division of E. C. Railway, (Indoor works)
OPEN TENDER No. - S&T/C/112
(Not Transferable)
Important information:
i)
Approx. value of the work:
Rs.5,62,76,460/ii) Cost of Tender Document:
Rs. 10,000/iii) Earnest Money:
Rs. 04,31,390/iv) Last date of Sale of Tender Document: 12/05/2015
v) Last date of Receipt of Tender offer:
13/05/2015 up to 12:00 Hrs.
vi) Opening of Tender:
15/05/2015 at 12:30 Hrs.
M/s ………………………………………….
………………………………………….
………………………………………….
Chief S&T Engineer/Construction
E.C. Railway, Mahendrughat, Patna
Page 1 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
INDEX
Page No.
1.
Tender Notice
04
2.
Check List of items to be complied by the Tenderers
07
3.
Instructions to the tenderer
09
4.
General condition of tender
12
5.
General Conditions of Contract
19
6.
Special Conditions of Contract
20
7.
List of forms of tenders etc.
53
8.
Annexure -A Offer letter
54
9.
Annexure-B
Guarantee bond for security deposit
55
10.
Annexure-C
Bank guarantee
57
11.
Annexure-D
Standing Indemnity bond
58
12.
Annexure-E
Statement of deviation
59
13.
Annexure-F
Performa for the work performance guarantee
60
14.
Annexure-G
Qualification experience
61
15.
Annexure-H
Receipt certificate
62
16.
Annexure-I
Extension of period of completion of work
63
(Contractor Account)
17.
Annexure-J
Extension of period of completion of work
64
(Railway Account)
18.
Annexure-K Modification to GCC & Standard Specification.
65
19.
Annexure-L
66
Acknowledgement for receiving materials and
Cables from Railway
20.
Annexure-M Sources for specifications/Drawings
67
21.
Annexure-N
Name of work/Nature of work
68
22
Annexure-O
Specification for installation of cable routes
69
23
Annexure-P
Laying of signaling cable
73
24.
Annexure-Q
Technical Specification
78
25.
Annexure-R
Tests to be carried out
80
Page 2 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
26.
Annexure-S
General Guidelines on wiring
82
27.
Annexure-T
Guidelines to the Tender
86
28.
Annexure-U
General spec. and Railway requirements
87
29.
Annexure-V
Format of memorandum of understanding for joint
89
venture agreement.
30.
Annexure-W Format of memorandum of understanding
93
30.
Annexure-Y
96
31.
Summary
32.
Annexure –Z
Schedule – D
97
(a) Schedule - A (Execution of SSI work)
98
(b) Schedule - B (Supply of SSI Eqpt)
99-100
Page 3 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
EAST CENTRAL RAILWAY
OPEN TENDER Notice No. - S&T/C/112
OPEN TENDER NOTICE
1.0
Sealed tenders are invited for and on behalf of president of India from competent and experienced contractors for
execution of the under mentioned work on the following section.
Sl
Section /Station
1
1
Date of
commencement
of sale of tender
document
3
25/0/2015
Closing date
of sale of
tender
document
4
12/05/2015
Last date and
time of receipt
of the tender
Date and
time of
opening of
the tender
6
15/05/2015
at 12:30
Hrs.
Completion
period of
work
2
5
7
Design, manufacture, supply,
13/05/2015
Two (02)
installation,
testing
and
up to 12:00
Months.
commissioning of Solid State
Hrs.
Interlocking
(Electronic
Interlocking)
System
conforming
to
RDSO
Specification
No.
RDSO/SPN/192/2005 with
latest amendments at 02
stations, viz. Chandrapura &
Bhandaridah Stations in
Dhanbad Division of E. C.
Railway, (Indoor works)
(i) Approximate cost of work Rs. 5,62,76,460/- (Rupees five Crore sixty two Lacks seventy six Thousand
four Hundred Sixty only
(ii) Earnest money Rs. 4,31,390/- (Rs. Four Laks thirty one Thousand three Hundred ninety only) to be deposited
in favour of FA & CAO/C/E.C Rly, Mahendrughat, Patna, payable at Patna.
(iii) Validity of offer and earnest money should be 90 days from the date of opening of tender.
1.1
Non transferable tender documents may be purchased from the office of Chief Signal & Telecom Engineer/
Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna, by the tenderers
fulfilling the following conditions on payment of non-refundable amount of Rs. 10,000/- (Rs. Ten Thousand only ) per
copy or Rs. 10,500/- ( Rs. Ten Thousand Five Hundred only) if required by post. The amount may be deposited in cash
to Divisional Cashier, Danapur/Sonepur or through A/c payee demand draft drawn on any nationalized bank in favour of
FA & CAO/C/E.C Rly, Mahendrughat, Patna, payable at Patna quoting the details of the above tender.
1.2
Tender can be dropped in prescribed tender box placed in the office of the Chief Signal & Telecom Engineer/
Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna or in the office of
the Dy. Chief Signal & Telecommunication Engineer/Con, Danapur, Divisional Railway Manager Office, East Central
Railway ,Danapur.
1.3
If the office is closed on the stipulated date and time due to some unforeseen reason, the tender will be received and
opened on the next working day at the same time as the case may be.
1.4
Tender document will be considered valid only when submitted along with cost of tender document submitted in the
form of money receipt issued by Divisional Cashier, Danapur/Sonepur or through A/c payee demand draft drawn on any
nationalized bank in favour of FA & CAO/C/E.C Rly, Mahendrughat, Patna, payable at Patna quoting the details of the
above tender.
Page 4 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
1.5
Railway administration will not be responsible for any delay/difficulties/inaccessibility of the downloading facility for
any reason whatsoever. In case of any discrepancy between the tender document downloaded from the internet and the
master copy available in the office mentioned above, later shall prevail and will be binding on the tenderer. No claim on
this account will be entertained.
2.0
Brief scope of work: -
OPEN TENDER No. - S&T/C/112
Name of work:-
Design, manufacture, supply, installation, testing and commissioning of Solid
State Interlocking (Electronic Interlocking) System conforming to RDSO
Specification No. RDSO/SPN/192/2005 with latest amendments at 02 stations,
viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C.
Railway, (Indoor works)
3.0 Eligibility Criteria
3.1
The tenderer should have physically completed at least one *similar single work for a minimum value of 35%
of advertised tender value of the work in the last three financial years and during current financial year. Copy
of credential certificate(s) must be submitted by the tenderer. Credential certificate(S) issued by Private
Individuals will not be accepted. Certificates issued from Central Govt./State Govt./Central P.S.U.s & other
Govt. agencies only will be considered.
*Similar Nature of work:
Any work involving Indoor and outdoor signaling works for Provision of
new RRI/PI/EI or Modification in existing RRI/PI/EI.
Note:- In case tenderer is not an OEM, tenderer must have Agreement/MOU with OEM of RDSO,
approved EI/SSI system for design, manufacturing, supply, installation, testing and commissioning of
EI/SSI system. Such Agreement/MOU should have been concluded before tender opening and must
be submitted along with the offer.
3.1.1 Similar nature of works physically completed within the qualifying period, i.e. the last three financial
years and current financial year should only be considered in evaluating the eligibility criteria.
3.1.2 The total value of similar nature of works completed during the qualifying period and not the payments
received within the qualifying period alone, should be considered.
In case, final bill of similar nature of work has not been passed, paid amount including statutory deductions is
to be considered if final measurements have not been recorded OR if final measurements have been
recorded and work has been completed with negative variation. However, if final measurements have been
recorded and work has been completed with positive variation has not been sanctioned; original contractual
value of work should be considered for judging eligibility.
3.1.3 In the case of composite works involving combination of different works, even separate completed
works of required value should be considered while evaluating the eligibility criteria. For example, in a tender
for bridge works where similar nature of work has been defined as bridge works with pile foundation and PSC
superstructure, a tenderer, who had completed one bridge work with pile foundation of value at least equal to
35% of tender value and also had completed one bridge work with PSC superstructure of value at least equal
to 35% of tender value, should be considered as having fulfilled the eligibility criterion of having completed
single similar nature of work.
3.1.4 The MOU, as mentioned in similar nature of work (para 3.1 above) should be executed on non-judicial stamp
paper of Rs 100/- duly attested by notary public with seal as per format at annexure – W.
Page 5 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
3.2
The total contractual amount received by the tenderer during the last three financial years and during current
financial year should be a minimum of 150% of the advertised tender value of the work. Audited balance
sheets, duly certified by Chartered Accountant, for the last three financial years & the current financial year
must be submitted by the tenderer. If audited balance sheet is not available, contractual amount received,
duly certified by Chartered Accountant, should be submitted as proof of turnover. Alternatively, at least
payment certificates from Central Govt./State Govt./Central P.S.U.s & other Govt. agencies may be
submitted.
4.0
The tenderer should submit the credential certificate, issued from an executing authority regarding
fulfillment of eligibility criterion mentioned in Para 3.1 as above.
5.0
The tenderer should submit the attested certificates from the employer/client, audited balance sheet duly
certified by the chartered accountant in regard to fulfillment of eligibility criterion mentioned in Para 3.2
as above.
6.0
7.0
8.0
The tenderer must submit earnest money in favour of FA & CAO/C/E.C Rly, Mahendrughat, Patna, payable at
Patna with the offer without which the tender shall be summarily rejected. The required earnest money
should be either deposited in cash with the Divisional Cashier, Danapur/Sonepur or to be submitted in the
form of Demand Draft issued by nationalized bank or in other acceptable forms as mentioned under general
conditions of tender in the tender documents.
Non-receipt or delayed receipts of tenders due to any account shall be at tenderer’s risk.
Railway reserves its right to either cancel the tender or rejects any or all the tenders without assigning any
reasons thereof.
Chief S&T Engineer/Construction
E.C. Railway, Mahendrughat, Patna
Page 6 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
EAST CENTRAL RAILWAY
Open Tender No.:- S&T/C/112
CHECK LIST OF ITEMS TO BE COMPLIED BY THE TENDERERS
1.
2.
3.
3.a.
3.b
3.c
3.d
Have you submitted an Earnest Money along with the Offer?
Have you submitted offer letter as per Annexure - ‘A’?
Have you furnished the credentials to establish your eligibility?
Experience & expertise in similar type of work as per Annexure - ‘G’.
Completion Certificate of similar type of work from the executive.
Details of Technical Personnel with qualification & experience employed by the Firm.
Details of Supervisors, Skilled & Unskilled staff with qualifications & experience for Field
supervision & execution.
3.e
Details of special equipment, tools & plants, machinery & vehicle etc. available with the Firm for
execution of contract.
4.
Have you submitted the Banker’s Report regarding financial capability towards the cost of work?
5.
Have you furnished the Works Performance Guarantee (Annexure - `F’) as per Para 10 of Special
Condition of Contract?
6.
Have you furnished the Clause-wise deviations, if any, on Technical specification as per
Performa given at Annexure- ‘E’?
7.
Have you furnished the Statement of Deviation from General Conditions of Contract and Special
Conditions of Contract etc. as per Performa in Annexure- ‘E’?
8.
Have you quoted in the prescribed Performa at Annexure-`Z’ (Schedule/s)?
9.
Have you submitted list of inputs required from Railways as per Para 6.5 of Special Conditions of
Contract?
10.
Have you furnished your Income Tax and Sales Tax Clearance Certificates as per Para –8 of
General Conditions of Tender? If no taxable income, affidavit duly countersigned by the Income
Tax Officer to be attached.
11.
Have you quoted delivery period correctly and precisely as per Para 6 of Special Conditions of
Contract?
12.
Have you kept your offer valid for 180 days from the date of opening of tender?
13.
Have you submitted detailed literature of equipment on which your offer is based?
14.
Have you submitted undertaking towards Works Contract Sales Tax as per Para 11.2 of Special
Conditions of Contract?
15.
Partnership Deed if any, Constitution of the Firm & copies of connected legal documents to be
attached with the offer.
16.
Full clear Postal address for communication.
17.
If working through contract labour, the contractor must register with Labour Commissioner –
necessary License to be submitted with tender or to be produced before signing of contract
agreement (Para 55(A) (2) of General Conditions of Contract).
18.
Have you furnished time schedule for supply of materials and execution of work?
B: CERTIFICATE BY TENDERER:
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
Yes/No
It is certified that the above check list of items have been complied.
Signature of Tenderer
with Seal.
Page 7 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
C:
ITEMS TO BE FURTHER NOTED BY TENDERER:
1.
Acknowledge Letter of Acceptance within 15 days from the date of issue.
2.
Contract Agreement to be executed by the successful tenderer within a period of seven days after receipt of notice
issued by the Railway that such documents are ready.
3.
For Standing Earnest Money Deposit (SEMD) holders, initial security in lieu of SEMD have to be deposited in the
prescribed form within ten days of receipt of the Letter of Acceptance.
D: NOTE :
The above check list is not exhaustive. The Tenderer must go through carefully the entire booklet and submit the
tender complying with all the conditions/provisions/instructions mentioned therein irrespective of the fact that they
have been highlighted in the checklist or not.
Page 8 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
EAST CENTRAL RAILWAY
SIGNAL & TELECOMMUNICATION DEPARTMENT
INSTRUCTIONS TO THE TENDERER AND GENERAL CONDITIONS OF TENDER
INSTRUCTIONS TO THE TENDERER
1.0
SUBMISSION OF BIDS:
One Copies of the offer in original complete in all respect must be sealed and marked tender number, its
description, name of the tenderer, date of opening and will be clearly marked as the case may
be in large block letters at a prominent place.
.2.0
2.1
2.2
2.3
2.4
OPENING OF BIDS:
Tender offer of all the tenderer may be opened at 12:30 hrs on dates as above. In case the opening date happens to
be a holiday or Bandh, the tender will be opened on the next working day at the same time.
Before submission of tender, tenderer shall satisfy himself about the local conditions, topography, the details of
existing facilities and the requirement of matching interface unit, etc. If at any stage subsequent to submission of
tender it is found that extra equipment are required to meet the tender conditions, although same may not be
specially mentioned in the enclosed schedule, these shall have to be supplied by the tenderer free of cost within
the total cost of the tender.
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 cannot 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.
The tenderer shall bear all costs associated with the preparation and submission of the tender and the Railway will
in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.
2.5
All queries with regard to this tender shall be submitted to this office minimum seven days in advance of last date
of submission of tender document failing which it will be presumed that there is no query from tenderer’s side.
2.6
Offer received through POST, FAX, Cable OR Telegram/Telex and incomplete offers will be summarily
rejected.
2.7
Tenders received in the office of Chief Signal & Telecom Engineer/ Construction/ E.C.Rly, 5 C-1,
Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna or Dy. Chief Signal & Telecommunication
Engineer/Con/Danapur , Divisional Railway Manager office, East Central Railway/Danapur after the time of
scheduled closing of the tender shall be classified as “Delayed / Late Tender” EVEN if posted by the Tenderer
sufficiently in time. The administration is not responsible for either the loss in the transit or “Late/Delayed”
receipt of tender. Late/Delayed tender will be dealt with as per rules in vogue in the Railways.
2.8
2.9
Offer from tenderer not meeting the eligibility criterion will be outright rejected.
The schedule of work with summary sheet. The tenderers are required to quote only the %above/ below (in figures
and words) for the schedule of work on the proforma at the summary sheet of the Schedule of work only as it contain
the quantity, rate and amount against all the items. In case, the tenderer gives the % above/ below at any other place in
the tender/ offer, it will not be considered and their offer will be summarily rejected.
If the tenderer does not give any value (either % above or % below), then it will be treated as ‘AT PAR” for
such items/ Part of the work.
The conditional rebate quoting is not allowed in any case/circumstances. In case, if the tenderer gives any
condition in connection of rates/costs while quoting the % above/below on their offer, it will not be considered,
their offer will be summarily rejected.
Page 9 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
2.10. DOCUMENTS TO ACCOMPANY THE OFFER:
a)
b)
c)
d)
2.10.2
a)
b)
b)
c)
d)
3.0
3.1
3.2
List of documents, plans, equipment & facilities, which the tenderer expects to be supplied by Railways.
Layout plan for the indoor equipment and pre arrangement, if any, required to be done by railways for
installation of indoor equipments.
A certificate by the supplier that the system offered by him meets fully with the technical specifications
specified in the tender documents.
All documents and undertakings/certificates, etc as given in above paras and other places in the documents.
The tenderer must submit copies of certificates and testimonials with regards to: Works of similar nature executed successfully.
List of works meeting minimum eligibility criteria.
Time taken for completion of these works with reason for delay, if any, vis-à-vis completion period specified in
the contract.
Whether LD was imposed with respect to above.
Performance certificate from the clients in regard to works covered under item (a) above, signed by an officer
not below the rank of J.A. Grade for each completed work.
EARNEST MONEY:
Earnest Money against this tender is Rs. 4,31,390/- (Rs. four Laks thirty one Thousand three Hundred
ninety only). The Earnest Money is to be submitted as per details given in clause 6 of General Conditions of
Tender.
Validity of the Earnest Money to be at least up to the validity of the offer.
4.0
PERIOD OF COMPLETION:
4.1
The work is to be completed within a period of Two (02) Months from the date of issue of Letter of Acceptance.
5.0
The Tenderers are required to scrutinize carefully all clauses appearing in the Tender documents and to sign in
token thereof on every page of the Tender document.
6.0
The Tenderers should quote rates in figures and in words. Wherever there is a difference between the rates quoted
in figures and in words, the rate quoted in words will be taken as correct.
7.0
All details and drawing pertaining to the works as are available can be seen in the office of the Dy. Chief Signal &
Telecom. Engineer (Con) East Central Railway, Danapur& Chief Signal & Telecom. Engineer (Con), East
Central Railway, Mahendrughat, Patna during office hours.
8.0
The cancellation of any document such as Power of Attorney, Partnership Deed etc. shall forthwith be
communicated by the contractor to the Railway in writing failing which the Railway shall have no responsibility
or liability for any action on the strength of said documents.
9.0
The contractor will be permitted to make use of the service roads already existing within the Railway possession.
If additional service roads are required within Railway premises the contractor may be allowed to make them at
his own cost with the prior approval of the Railway’s Engineer. All service roads required outside Railway
boundary shall be constructed by the contractor at his own risk and cost. These roads shall be maintained by the
contractor at his own cost. The Railway reserves the right to make use of these service roads as and when
necessary without any payment to the contractor.
10.0
If original work order issued to the contractor is lost by him for any reason what-so-ever and contractor demands
for supply of a duplicate of the same, penal levy of Rs.10/- (Rupees Ten only) for each work order will be
imposed on him for the issue of duplicate copy of the work order.
11.0
The Tenderer/Contractor may be required to engage surplus /retrenched casual labours of the Railway, if found
suitable up to the extent as deemed fit by the Railway during the currency of the contract. The terms of
employment between such labour and the Tenderer/Contractor may be on mutually agreed terms subject to the
Page 10 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
statutory provisions contained in the Labour Regulations and enactments. The Contractor shall indemnify the
Railway against any claim arising out of employment of such labour and the Railway shall not be party to any
disputes etc. arising out of the employment of such labour by the Tenderer/Contractor.
12.0
13.0
When the tender is received by the Railway Administration, it will be understood that the tenderer/s has/have
gone through carefully in details all the Instructions, Conditions, General and Special Conditions of the Contract
and all other instructions for execution of the work and that the tenderer/s has/have got himself/themselves
clarified in all points and doubts and interpretations by the proper authorities of the Railway Administration.
STORAGE OF PETROLEUM:
13.1 No petroleum sprit within the meaning of the Indian Petroleum Act shall be stored at site or adjacent land
until the approval of the Railway and necessary license under the Act has been obtained by the tenderer.
14.0
The Contractors who are working in the establishment through contract labour (Regulation and Abolition) Act
1970 and Central Rule 1971 shall obtain a license from the Assistant Labour Commissioner concerned and
produce the same to the Railway either along with the tender or before signing the agreement failing which the
contract awarded will be terminated that they have not complied with the legal provisions of the said act and
Earnest Money forfeited.
15.0
Railway will not arrange for release of foreign exchange for any contract work.
16.0
This tender book is complete with Schedule.
Chief Signal & Telecom. Engineer, Construction, East Central Railway, Mahendrughat, Patna
for and on behalf of PRESIDENT OF INDIA
THE ABOVE INSTRUCTION TO TENDERER ARE UNDERSTOOD AND ACCEPTED BY ME/US.
SIGNATURE OF THE TENDERER/S. _________________________
DATE
_________________________
Page 11 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
GENERAL CONDITIONS OF TENDER
1.0
TENDER DOCUMENT:
1.1
The intending tenderer should study General Conditions of Contract, Special Conditions of Contract, and Instructions
to Tenderer, Technical Specification, Drawings, Documents, Schedules etc. enclosed and also the General Conditions
of Contract, 2008 of East Central Railway of the Engg. Department with up to date modifications and IRS Conditions
of Contract for the Stores department with up to date modifications all herein after collectively referred to as Tender
Specification.
Any submission of a quotation by the tenderer shall be deemed to have been done after careful study examination of
these documents with full understanding of the implications shall be deemed to have been accepted, unless specially
commented upon otherwise by the Tenderer in his quotation. Failure to adhere to one or all these instructions may
render his offer liable to be rejected without any reference.
1.2
The typical drawings referred to in the tender shall be available in the office of the Chief Signal & Telecom
Engineer/ Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna or
in the office of Dy. Chief Signal & Telecom Engineer/Con/Danapur, Divisional Railway Manager office/East Central
Railway Danapur. These can be seen and clarifications obtained on any working day up to the previous working day
before the last day of closing of Tender.
1.3
Indian Railways General Condition of Contract, July-2014 with up to date correction slips and instructions issued by
Railway shall be applicable.
(Authority :- (i) Rly Bd’s letter no. 2013/CE-I/CT/28/GCC dt. 22.07.2014,
(ii) CPDE/HJP letter no. W-2/118/09/Tender Policy/Pt-IV dated 22.01.2015.,
(iii) GM(S&T)/HJP letter no. ECR/S&T/Tender Estimate/Policy/196 dated 06.02.2015)
2.0
OFFICIAL TENDER FORM:
2.1.
Dy. Chief Signal & Telecommunication Engineer (Con), East Central Railway, Danapur on behalf of PRESIDENT
OF INDIA, invites quotations from established, experienced and reliable contractors who have adequate experience
for this type of work.
2.2.
The tenderer must submit his tender in original in time on the date of tender submission of the tender to the office of
Chief Signal & Telecom Engineer/ Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath,
Mahendrughat, Patna or in the office of Dy. Chief Signal & Telecom Engineer/Con/Danapur, Divisional Railway
Manager office/East Central Railway Danapur filling in the Performa given in form of Schedule/s attached here to
duly signed at every page and having filled in the Schedule/s in ink, stating therein percentage (Above/Below),
quantities, prices, taxes & duties of the tender (both in figures and words), giving all information and particulars asked
for.
The tenderer shall submit in the same envelope of his tender a short and concise explanatory memorandum pertaining
to his tender, if required, but such memorandum or any letter accompanying the tender submitted by him shall from
part of tender. He may also enclose a descriptive matter for consideration.
3.0
SCHEDULE / SCHEDULES:
3.1
The bidder should quote percentage (Above/Below), in the prescribed Performa at annexure –‘Z’ (Schedule/s).
3.2
The tenderer must quote for the various items of work as indicated in the Schedule, only complete and as per remarks
given in the Schedule/s, and any incompleteness in the offer will disqualify the bidder from consideration.
3.3
The prices, requirements from Railway’s side or any other discount etc. shall be quoted only in the Summary Sheet
and not in any of the documents.
Page 12 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
3.4
The tender should submit separately a summary of his quotation giving the following details:
(i)
(ii)
(iii)
Total Marine Insurance Charges for imported items and Local Insurance Charges, if any,
Total Inland Charges for Rail and Road Transport,
Total Sales Taxes and other Local Taxes, if any,
3.5
To enable comparison of the tenders it is necessary for the price to be quoted separately, on unit basis for each item
shown in the schedule of rates at Schedule/s. The tenderer are required to quote their unit rates in figures as well as in
words against each item of the schedule of items herein. Quotations not having the unit rates in both figures and words
shall be summarily rejected.
3.6
The unit prices offered against the various items in Schedule/s will include the following elements of Cost without
fail.
(i)
(ii)
3.7
Cost carriage, Loading and Unloading at Inspector’s store, and transportation of all materials required to the
actual site of the work i.e., place of installation and all other incidentals connected there-with excluding the
materials supplied by the Railway. For materials supplied by the Railway the execution rate should include
transportation charges from the Railway Stores to the site and collection of balance materials left over after
the work, if any, and handing over to Railway Store.
All other miscellaneous expenses necessary for the execution of the work and fulfilment of the contractual
obligation as per Schedule/s.
(i) The rate tendered for in the Schedule/s attached to the tender document and accepted by the Railway shall
form the basis for payment for works done/materials supplied by the contractor.
(ii) The rates quoted by the contractor shall take into account the difficulties and delays encountered in course
of work and nothing extra on these account shall be paid for.
3.8
If any departure or substitution from the particular specification is involved, this should be clearly indicated in the
offer giving full details of deviations. If the offer is in accordance with the stipulated specification, “NO
DEVIATION” should be clearly stated. Quotation not complete in this respect are likely to be summarily rejected. If a
particular point in the specification is not clear, the same should be got clarified before submitting the quotations. No
price alteration will be permitted after opening of the tender on grounds of the Technical requirement not having been
properly understood in the first instance by the suppliers.
3.9
Each page of the offer must be numbered consecutively bear the tender number and should be signed by the Tenderer
in Ink. Reference to total number of pages comprising the offer for each item must be made at the top of the right hand
corner.
3.10
Tenderer must ensure that the conditions laid down for submission of offer are completely and correctly fulfilled.
3.11
Rates of items involving supply and installation/supply and supervision of installation shall be invariably quoted
separately for the supply portion and separately for the Execution/Supervision portions as during the execution of the
contracts, the need for delinking of Supply and Execution/ Supervision portions may arise.
3.12
All rates quoted in the tender shall be deemed to be inclusive of all Taxes including entry tax, Inspections Charges,
Royalty etc. payable by the Contractor to the Government or any public body and normally no additional rate will be
paid or claims entertained on this account by the Railway. The Contractor will pay the entry tax, as applicable, for
supply of material against supply item of the schedule of work. The entry tax, wherever paid by Railway for this
purpose, will be recovered from the ongoing bill of the contractor. However the entry tax, as applicable, for
transporting materials for execution purpose from the Railway store to the site of work and vice versa as well as from
one railway store/workshop to another railway store/workshop will be paid by Railway, for which necessary road
permit will be arranged by Railway.
Page 13 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
3.13
Other Local Taxes levied either by Governmental agency or by Municipal agency shall not be paid by the Railway.
These are deemed to be included in the F.O.R. price, unless specifically brought out in the offer.
3.14
Tender forms containing over writings, erased rates not shown in words are liable to be rejected. Wherever there is a
difference between the rates quoted in figures and in words, the rate quoted in words will be taken as correct.
3.15
SCHEDULE COVERING DELIVERY OF MATERIALS AND THE EXECUTION OF THE WORK AT
SITE:
(i)
The tenderer shall attach to his offer a time schedule showing the guaranteed time schedule for the supply of
materials, the progress and completion of the works at site.
(ii)
The time Schedule shall be as referred to in Para 2.18.1 of Instruction to tenderer.
(iii)
The tenderer should offer the time schedule for supply of materials, the duration of erection and completion
period for the work and it should be kept the barest minimum. This aspect will be particularly taken into
account while examining the offer. In any case this period shall not be more than the time specified in the
tender documents, reckoning from the date of issue of Letter of Acceptance.
4.0
ERASURE OR ALTERATION:
4.1
No erasure or alteration in the text of the tender papers to be submitted by the tenderer is permitted and any such
erasure and/or alteration will either be disregarded or render the whole Tender void at the option of the Railway. Any
correction by the tenderer in his entries must be attested by him.
5.0
GENERAL REQUIREMENT:
5.1
(a)
(b)
(c)
6.0
EARNEST MONEY:
All documents to be submitted in connection with this tender will be written in English.
Dimensions, weights etc. shall be in Metric System/British Standard Equivalents.
The technical terms and symbols to be used will be as per General and Subsidiary Rules/Signal Engineering
Manual/Extant Practice of East Central Railway.
6.1. (a) The tenderer shall be required to deposit earnest money with the tender for the due performance with the stipulation to
keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be
as under:-
A
B
Value of the work
EMD
For works estimated to cost up 2% of the estimated cost of the work.
to Rs. 1 Crore
For works estimated to cost Rs. 2 Lakhs plus ½% (half percent) of the excess of the estimated cost of
more than Rs. 1 Crore.
work beyond Rs. 1 Crore subject to a maximum of Rs. 1 Crore
The earnest money shall be rounded to the nearest Rs. 10/-. This earnest money shall be applicable for all modes of
tendering.
6.1. (b) It shall be understood that the tender document have been sold/issued to the tenderer and the tenderer is permitted to
tender in consideration of stipulation on his part, that after submitting his tender he will not retile from his offer or
modified the terms and conditions thereof in a manner not acceptable to the engineer. Should the tenderer fail to
observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.
6.1. (c) If his tender is accepted this earnest money mentioned in Sub Clause 6.1.(a) above will be retained as part security for
the due and faithful fulfillment of the contract in terms of clause 16 of the GCC. The earnest money of other tenderers,
shall save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or
depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.
Page 14 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
6.2. (a) The tender must be submitted with proper amount of Earnest Money in favour of FA & CAO/Con/ECR,
Mahendrughat, Patna. Tender without proper Earnest Money will be summarily rejected. The tender form is not
transferable.
6.2. (b) The earnest money should be in cash or in any of the following forms.
“The earnest money should be in cash or Banker’s Cheque/Demand Draft in favour of FA&CAO/CON/ECR/MHX,
Patna executed by State Bank of India or any of the Nationalised Bank or by a scheduled bank.
(Authority:- Rly. Bd’s letter no. 2013/CE-I/CT/O/45/JV dated 22.09.2014).
6.3
The Tenderer should furnish along with the offer an Earnest Money as specified in cash to the Sr. D.C./E.C. Rly.,
Danapur/Sonepur in the form of demand drafts as specified in favor of FA&CAO/CON/ECR/MHX, Patna and
Payable at Patna.
No Cheque /Money Order are acceptable as Earnest Money. Tender not accompanied by Original Receipt of Earnest
Money deposit along with the Offer shall be summarily rejected.
6.4
The Earnest Money furnished in accordance with Para 6.1 above shall be forfeited by the tenderer if the tenderer
unilaterally withdraws or amends to or impairs/derogates from the tender in any respect within the period of validity of
his offer to be counted from the time of opening of the tender.
6.5
The Earnest Money will be refunded to the unsuccessful Tenderer after Finalization /Cancellation or Expiry of offer
validity. No Interest will be paid on the Earnest Money.
6.6.1
If the successful tenderer fails to furnish a Security Deposit as specified in Clause-13 of the General Conditions of
Tender and fails to return the formal contract duly signed within Fifteen days of the receipt of the formal contract, then
the Earnest Money shall be liable to be forfeited by the Railways.
7.0
COMMENCEMENT & COMPLETION DATES:
7.1
The Contract covered by this Tender shall be deemed to commence from the Date of Issue of Letter of Acceptance.
7.2
The work should be completed within Two (2) Months from the date of issue of Letter of Acceptance.
7.3
The Tenderer must submit a BAR CHART in their tender offer indicating the time period by which the inspection and
supply of materials will be completed. The Tenderer must also indicate in their BAR CHART, the completion period
of various activities like Cable Laying, Location/Hut Erection, Signal Post Erection, Fixing of Point Machine with
Ground Fittings whichever applicable, Relay Rack Fixing, Relay Fixing, Panel Fixing and Wiring, Testing and
Commissioning.
7.4
After Contract Agreement is signed the Contractor shall furnish during the first week of every month a progress report
showing the materials and the equipments received at site and the progress of work carried out at site during the
preceding month to the executive officer and to CSTE/Con/ECR, MHX/Patna, for reviewing the work, failing which
action will be taken as per General Condition of Contract 2008 of East Central Railway of Engg. Department with
latest amendment.
8.0
INCOME TAX CLEARANCE CERTIFICATE:
8.1
Unless otherwise exempted, the tenderer shall enclose with his tender, a valid Indian Income Tax Clearance Certificate
is prescribed from issued by the appropriate Income Tax Officer under the seal, which will be returned when done
with, without which the Tender is liable to be rejected. In Case of a New Firm, or Firms, which have a taxable Income,
sworn affidavit to that effect, duly Countersigned by the Income Tax Officer shall be furnished.
9.0.
CONSTITUTION OF FIRM, SIGNING OF TENDER AND ADDRESS:
Page 15 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
9.1
The Tenderer shall clearly specify whether the Tender is submitted on his own behalf or on behalf of a partnership
firm. If the Tender is submitted on behalf of a partnership concern, he should submit a certified copy of the partnership
agreement with the Tender as well as an authorization to sign the Tender documents on behalf of the partnership
concern. If these documents are not enclosed along with the tender document, the tender will be treated as having been
submitted by an individual signing the Tender documents and the Railway will not be bound by any power of
attorney granted by the Tenderer by changes in the composition of the partnership firm made subsequent to
submission of the Tender. It may however recognise such a power of attorney and changes after obtaining appropriate
legal advice, the cost of which will be chargeable to the Tenderer.
9.2
JOINT VENTURE (JV)/ ASSOCIATION OF PERSONS (AOP) :Guideline for participation of joint venture firms in Works Tender has been mentioned in detailed in SCC vide para
48.
10.0
ADVICE OF CANCELLATION OF DOCUMENTS BY TENDERER :
10.1
The Cancellation of any document such as Power of Attorney/Partnership deed etc. should be forthwith communicated
by the contractor to the Rly. Administration in writing failing which the Rly. Administration shall have no
responsibility or liability for an action taken on the strength of the said document.
10.2
Any individuals signing the tender or other documents Connected therewith should specify whether he is signing:(a)
As sole proprietor of the concern or his attorney;
(b)
As a Partner or Partners of the Firm ;
(c)
For the Firm per procure, or
(d)
As a Director, Manager or Secretary in the case of a Limited Company.
10.3
In the Case of a Firm not registered under the Indian partnership Act, all the partners, or the attorney duly authorized
by all of them should sign the tender and all other connected documents.
10.4
The Original Documents empowering the individual or individuals to sign should be furnished to the Purchaser for
Verification if required.
The Tenderer whose tender is accepted shall be required to appear in the office of the Dy. Chief Signal & Telecom
Engineer (Works), East Central Railway, Dhanbad to execute the Contract Agreement as stipulated in the Special
Conditions of the Contract. In case of a Firm or Corporation an authorized representative along with power of
attorney, can appear for this purpose.
10.5
10.6
In the event of any Tenderer whose Tender either in part or in full is accepted refuses to execute the contract
documents, the Railway may determine that such Tenderer has abandoned the contract and thereupon his Tender and
the acceptance thereof shall be null and void and the Railway shall be entitled to forfeit the Earnest Money as
liquidated damages for such default without prejudice to any other right or remedies open to the Railway.
10.7
The Tenderer shall state in the Tender, his Postal Address fully & clearly. Any Communication sent to the Tenderer
by post (Regd. AD) at his said address, shall be deemed to have reached him timely, not withstanding the fact that the
communication could not reach the tenderer at all or in time because of any inaccuracy or defect in the said address.
11.0
PREVIOUS EXPERIENCE & DECLARATION OF CREDENTIALS:
11.1
The Tenderer MUST submit the following along with his bid:
(i)
Details of similar jobs completed during the last five years along with brief description of work, organization
for whom executed, approximate value of the contract at the time of award, date of award and date of
schedule completion of work, date of actual start, actual completion, reason for delay, if any, and final value
of contract, as per Performa given in Annexure ‘G’. List of personnel, Organization available on hand and
proposed to be engaged for the subject work. Qualification criterion as specified in tender notice in respect of
the work with values required to be completed will be applicable.
Page 16 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
Note:
(a)
List of works on hand indicating description of work, contract value, and approximate value of balance work
yet to be done and date of award.
Performance certificate from the clients for similar works.
Particulars of consultants to assist the company in the work, if any and list of Plant and Machinery available
on hand (Own) and proposed to inducted (Own and hired to be given separately) for the subject work.
Banker’s certificate to the effect that adequate finance shall be available for undertaking a job of this size to
be completed progressively in the months/days specified in the time schedule (Para 4 of N.I.T.)
List of Plant and Machinery available on hand (Own) and proposed to inducted (Own and hired to be given
separately) for the subject work.
Document giving details of total contract amount received during the last five years.
In case of item (i) and (ii) above, supportive documents/certificates from the organizations with whom they
worked/are working should be enclosed.
(b)
11.2
Certificates from private individuals for whom such works are executed/being executed should not be
accepted.
Have minimum construction machinery, tools & plants and vehicles etc. required for satisfactory execution of works.
Details to be submitted along with bid.
11.3
The Tenderer shall not scribble or stipulate any special condition in the Tender documents. Special condition, if any,
may be indicated in a separate covering letter.
12.0
THE RAILWAY NOT BOUND TO ACCEPT ANY TENDER:
The Railway shall not be bound to accept the Lowest or any Tender or to assign any reason for non-acceptance or
rejection of a Tender. No Tender shall be deemed to have been accepted unless such acceptance shall have been
notified in writing to the successful tenderer by the Railway. The Railway reserves the right to accept any tender in
respect of the whole or any portion of the work specified in the tender or to divide or reduce the work or to accept any
tender for less than the tendered quantity without assigning any reason whatsoever.
13.0
SECURITY DEPOSIT:
13.1
The earnest money deposited by the contractor with his tender will be retained by the Railways as part of security for
the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates
for which are given below, may be deposited by the contractor in cash or may be recovered by percentage deduction
from the contractor’s “on account” bills. Provided also that in case of defaulting 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.
13.2
Unless otherwise specified in the special conditions, if any, the security deposit/ rate of recovery/mode of recovery
shall be as under: -
13.2. (a) Security Deposit for each work should be 5% of the contract value.
13.2. (b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered.
13.2. (c) Security Deposit will be recovered only from the running bills of the contract and No other mode of collecting SD
such as SD in the form of instruments like BG (except Note (ii) below); FD etc. shall be accepted towards security
deposit. Security Deposit shall be returned to the contractor after the expiry of the maintenance period in all the cases
other than Note (i) mentioned below and after passing the final bill based on No claim Certificate with the approval of
the competent Authority. The competent Authority shall normally be the authority who is competent to sign the
contract. If this competent authority is of the rank lower than 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 and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the
Page 17 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
contractor to Railway against the contract concerned. Before releasing the SD, an unconditional and unequivocal no
claim certificate from the contractor concerned should be obtained.
Note:(i)
(ii)
After the work is physically completed, security deposit recovered from the running bills of a contractor can be
returned to him if he so desirers, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be
submitted by him.
In case of contracts of the value Rs. 50 Crore and above, irrevocable Bank Guarantee can also be accepted as a
mode of obtaining security deposit.
13.3
No interest will be payable upon the earnest money and security deposit or amounts payable to the contractor under
the contract but Government Securities deposited in terms of Sub - Clause 13.1 of this clause will be payable with
interest accrued thereon.
14.0
TENDER AND AGREEMENT:
The Tender shall remain open of acceptance by the Railway for the period specified in the tenders from the date on
which tenders are opened and during which period the tenderer shall not withdraw offer, nor amend, impair or
derogate there from. Every tenderer shall be deemed to have agreed as aforesaid in consideration of his tender being
considered by the Railway. If the Tenderer is notified in writing at his address given in tender, within the said period
that his tender whether in whole or in part has been accepted by the Railway, he shall be bound by the terms of
agreement constituted by his tender in respect of any part of the work specified in the tender document.
15.0
DETAILS CONFIDENTIAL:
15.1
The Tenderer (Whether his tender be accepted or not) shall treat the contents of the tender paper as private and
confidential.
16.0
CANVASSING AND BRIBERY:
16.1
No Tenderer shall canvass any Government Official or Railway’s Engineer with respect to his or any other tender.
Contravention of this condition will involve rejection of the tender. This clause shall not be deemed to prevent the
Tenderer from supplying the Railway any information asked for from him.
16.2
Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner,
agent or servant or any one on his or their behalf, to any officer, servant, representative or agent or the Railway of any
person on his or their behalf, in relation to obtaining or to execution of this or any other contract with the Railway
shall in addition to the Criminal Liability he/they may incur under the prevention of corruption act, 1908, subject the
contractor to cancellation of this and other contracts, and also to payment of any loss resulting from any such
cancellation, and the Railway shall be entitled to deduct the amount so payable, from any money and Railway’s
decision shall be final and conclusive in the matter.
17.0
EXECUTION OF CONTRACT AGREEMENT:
17.1
Any tenderer whose tender the Railway elects to accept, shall after having been advised by the Railway through Letter
of Acceptance, be bound to execute and agreement based on accepted rates and conditions in such form as the Railway
may prescribe and lodge the same with the Railway together with the conditions of contract, specification and
schedules referred to herein duly completed within the period as specified in the Letter of Acceptance.
17.2
Failure on the part of the tenderer to execute the agreement within the time as stated herein before will constitute
breach of contract and the contractor’s earnest money/security deposit shall be liable to forfeiture.
Page 18 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
GENERAL CONDITIONS OF CONTRACT
1.0
Indian Railways General Condition of Contract, July-2014 with up to date
correction slips and instructions issued by Railway shall be applicable.
(Authority :- (i) Rly Bd’s letter no. 2013/CE-I/CT/28/GCC dt. 22.07.2014,
(ii) CPDE/HJP letter no. W-2/118/09/Tender Policy/Pt-IV dated
22.01.2015.,
(iii) GM(S&T)/HJP letter no. ECR/S&T/Tender Estimate/Policy/196
dated 06.02.2015)
2.0
The competent authority while granting extension to the currency of the
contract under clause 17(B) of GCC may also consider levy of token
penalty as deemed fit based on the merit of case.
Page 19 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
SPECIAL CONDITIONS OF CONTRACT
1.0
GENERAL:
The following Special Condition shall apply to contractor for supply of plant and machinery and manufactured
equipment and for services in connection with Transportation, Installation, commissioning. But where they differ from
the General Conditions of Contract the Special conditions shall over-ride the General Conditions of Contract.
1.1
2.0
The tenderer’s attention is drawn to the fact that major deviations to any Clause shall not be permissible.
Please note that a clause by clause compliance/deviation statement has to be submitted by the bidder
mentioning specifically the page no. of his offer file on which the documentary evidence of their compliance of
the concerned clause is placed.
2.1 SCOPE OF WORK:
2.1.1 Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic
Interlocking) System conforming to RDSO Specification No. RDSO/SPN/192/2005 with latest amendments
at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor
works)
2.2
SUPPLY
a) Supply of SSI equipment complete (Hot standby configuration) conforming to RDSO Spec. No.
RDSO/SPN/192/2005 with latest amendment & directive issued by Railway Board & RDSO as
applicable on the date of supply/installation of the SSI equipment.
b) Control cum Indication Panels, domino–push-button type as per specifications & PC based operator
console with 42” VDU of industrial grade or higher as per yard requirement, 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 environment
to be used. Minimum requirement of Embedded PC for EI shall be as per RDSO TAN dated 2.11.12
with stand by and both VDU should be connected by separate Optical fiber. The control cum indication
panel will include supply of panel processor to be located in the panel room.
c) Complete interface equipment between SSI & outdoor gears and SSI and Control Panel.
d) Power Supply equipment’s as per specifications in para 2.13.
e) Technician terminal with VDU, keyboard, printer as per RDSO specification no. IRS: S 99/2001 of
august 2001 with latest amendments or latest specifications for the same.
f) Inter connecting cables between equipment’s to equipment’s and equipment to racks.
g) Measuring instruments required for installation, testing & commissioning (General and SSI specific,
both).
h) Any other material/equipment/accessories required for installation & commissioning of the complete
SSI system to function efficiently, including supply of protocol converter, if required, for interfacing of
external Data Logger with EI System.
i) Supply of signalling materials as per schedule – C (Part – I, Part – II & Part – III) of works.
2.3
SERVICES
Installation, testing and commissioning of signalling system including transportation of all the equipment’s
to site of installation from Store of Sr. Sec. Engineer./Sig./W/Dhanbad at Dhanbad & Gomoh.
a) Training of Railway personnel at manufacturers’ premises in India or Abroad, as applicable.
b) Complete documentation as per clause 2.9 of Special Conditions of Contract and schedule of works.
c) Maintenance supervision of indoor installation for one year after commissioning under the charge of
the Railway’s personnel, as per clause 6 of Special Conditions of contract.
d) For maintenance rendered by the contractor beyond warranty period payment will be made after full
satisfaction of Railway Administration on Pro-forma invoice duly certified by Railway Engineer.
2.4
Any alteration in the Interlocking Plan to be done during the course of execution of this work shall be
carried out by the Contractor expeditiously without any extra cost wherever additional equipment is not
required. In case of increase/change in quantity of equipment, design & circuit alteration shall be done
without extra cost whereas additional equipment cost may be paid.
Page 20 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
2.5
The supply of materials shall be as per schedule of work. This includes supply of SSI equipment complete
(Hot standby configuration) with all sub-systems like CPUs and all the requisite cards of the SSI system,
necessary interface equipment with field signalling gears, relays and relay racks or electronic field interface
equipment/object controller for interface with the field signalling gears, maintenance terminals with VDUs
of industrial grade, keyboards and printers, Operator panel interface including power supply equipment’s,
etc. The contractor will ensure adequate protection of SSI/EI equipment’s against lightening and surges.
2.6
Tenderer should note that the interface equipment/device to the field signalling gears and control panels to
be supplied should be complete and compatible with the signalling equipment, in use for Relay Interlocking
on East Central Railway. The contractor shall ensure that the interface equipment’s match with the outdoor
signalling equipment provided, be it through provision of any additional equipment required and/or any
work required to be done.
2.7
The complete interlocking system shall work signalling gears from operators’ panel in accordance with
Selection table in a failsafe manner.
2.8
Operation by Central Control panel/Video Terminal
The operations of all field gears are done from one control cum indication panel/Video terminal of
industrial grade, as per specification IRS–S-36/87 with latest amendments provided at a central place at the
station. The SSI system should be able to interface to this panel and provide electronic interlocking in
accordance with Selection table in failsafe manner. The necessary furniture for Video terminal i.e. Video
table model Companion C3D & revolving chair PCH-5002T of GODREJ Make or similar shall be supplied
by the firm.
2.9
DOCUMENTATION:
The contractor shall undertake to supply all necessary documents as per Railway’s requirement as per
technical specification No. RDSO/SPN/192 of 2005 for SSI Equipment/logic to be supplied. The documents
relating to field gears shall be supplied as per schedule of works.
2.9.1 Six sets of complete documents as laid down in the Technical Specifications of Electronic Interlocking
System (SSI) (as per Para 10.1 of technical specification no. RDSO/SPN/192/2005 with this tender
document shall be supplied by the contractor as per schedule item no. 4(b) of schedule – B. along with a
soft copy of the same on CD (CD - free of cost).
2.9.2 Six sets of documents containing system/equipment details, site installation details/drawings, maintenance
manual operation procedure etc. in bound book for each station. This shall also include:
a)
Wiring Diagrams
b)
Application Program Listing
c)
Relay/Cable Termination particulars
d)
Input/output assignment details
e)
Relay layout and contact analysis chart
f)
Equipment disposition layout
g)
Details of power supply arrangement requirements.
h)
Any other drawing as required by the Railway as per practice.
The original tracings are to be prepared by the contractor on reproduction film and required prints are to be
taken. Diagrams including tracings will be handed over to Railways. One set of Drawings in soft copy on
Auto CAD format has to be given on a CD.
2.9.3 Only Signalling Plan, Route Control Chart/Selection Table will be issued by Railway, Circuit diagram
Panel Diagram and other standard diagrams as per East Central Railway practice and other connected
indoor work details shall be prepared by contractor and submitted to Railways for approval. After execution
of the work SIX (6) sets of all such plans per station shall be prepared by the Contractor and given duly
bound as per Para above.
2.10 TRAINING:
2.10.1 The contractor shall provide adequate training at the manufacturer’s premises to Railway personnel in
planning, design, installation, operation and maintenance of the equipment and system supplied under the
Page 21 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
contract.
2.10.2 The contractor shall undertake to train Railway personnel nominated by Railway in different aspects of
equipment design, functioning, field installation, testing, commissioning, operation, maintenance and repair,
covering both hardware and software as relevant. The training should be comprehensive so as to impart full
knowledge to Railway personnel deputed for the training to independently execute the installation,
operation, maintenance and repair of all equipment. The training course should, apart from formal
classroom training, include hands on practical experience and visits to working installation of the Electronic
System offered in Present Tender Case. The contractor shall make all necessary arrangement for the same.
The place of training shall be at the manufacturer’s premises in India or Abroad as applicable.
2.10.3 The contractor shall at every stage of testing and commissioning provide all facilities for adequate training
to East Central Railway personnel who may be deputed to work on the project.
2.10.4 The contractor shall impart training for SSI System for supervisor/technicians and officers as per schedule
‘A’ of schedule of work. However, the cost of all travel to and from, to the place of training, boarding and
lodging of the trainees shall be borne by the Railways.
2.11 Scope of work will also include supply, installation, testing and commissioning of all Indoor works as per
schedule of works and as per practice prevalent in East Central Railway.
2.11.1 The scope of work will also include all types of works including minor Civil Engineering as well as supply,
trenching, laying, termination of indoor/outdoor cables required for interconnection of SSI System with
Control-cum-indication Panels, etc. The tenderer should therefore, ascertain the type of topography by
conducting survey as no extra cost shall be allowed on this account subsequent to the award of contract. All
other works inside the building shall be done (i.e. connection of cables from SSI to Power room and power
room to panel room) by the contractor taking due care. No material would be supplied by the Railways for
any of the above.
2.12 Only single-phase 230V AC mains supply (Un stabilized) or 110VDC shall be provided for powering the
SSI equipment and signalling installation. The Contractor shall design, supply, install and commission
discrete power supply so as to cater for all signalling load. If the system supplied is on 230V AC then it
should have back up capacity of minimum 8 hours uninterrupted operation of the installation in case of
interruption of the mains supply. The equipment’s (chargers, transformers, stabilizers etc.) proposed to be
provided should be duplicated and wired for easy changeover, in case of fault of any equipment and the
tenderer should clearly indicate in his offer the quantity & unit rate of equipment required.
2.13 Installation, testing and commissioning. The installation of the equipment including software loading and
required data input etc. will be done by the contractor in the Railway premises. Testing and commissioning
of SSI system will be done by the contractor jointly with Railway Engineer at site. The Contractor shall
depute competent Engineer/qualified staff for the same. The Contractor shall submit a detailed installation
and commissioning Test Schedule for Railway’s approval and full record of tests conducted shall be
maintained by the Contractor and handed over to the Railway along with the installation.
2.14 Work not to be done by the Contractor:
Arrangement for suitable space/room for installation of the equipment’s, power supply, etc. for installation,
testing and commissioning of the system is not to be done by the contractor.
2.15 Work to be done by the Railways:
i) Making available railway personnel for inspection and joint testing, installation & commissioning.
ii) Supply of approved signalling plan. (HARD COPY ONLY).
iii) Approval of Wiring Diagrams within 30 days of the date of submission of the same by the contractor to
Railway for approval.
2.16 The tenderer shall undertake study/survey of signalling systems/practices used in East Central Railway and
make his own arrangement of the interlocking work involved in integration of the indoor equipment with
outdoor equipment so as to make the entire system successful/functional. Any equipment/design/component
needed will be supplied by the contractor without any extra cost.
Page 22 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
2.17 SYSTEM REQUIREMENT
2.17.1 System requirement decided preferences of this railway for a proven, safe SSI system in accordance with
the options available within the scope of RDSO specifications RDSO/SPN/192/2005 with latest amendment
as the minimum acceptable technical qualification for the system as well as lays down the criteria to judge
the requisite experience, expertise, infrastructural capability & human resources available with the tenderer,
expected to successfully and satisfactorily complete the work.
2.17.2 (a) The tenderer(s) should submit the details of experience in works of similar nature in following proforma
Date of
Commissioning
Name of
Station
Equipment
User
Railway
Whether on Passenger
carrying lines
YES / NO
Whether
still in use
YES / NO
2.17.3 (b) The tenderer(s) should submit the details of users in following proforma –
User
Railway
Address
No. of Equipment
with Make & Model
Phone
Fax
Persons to Contact(if
possible)
2.17.4 The tenderer shall provide a satisfactory evidence acceptable to the Railway to show that he or his
consortium/collaboration partner –
a) Is a licensed manufacturer, who regularly manufactures the items offered and had adequate technical
knowledge and practical experience.
b) Has adequate plant and manufacturing capacity to manufacture and supply the items offered within the
delivery schedule offered by him as well as sufficient trained manpower for execution of work, details
of which shall be given with the offer.
c) Has established quality control system and organization to ensure adequate control at all stages of the
manufacturing process.
2.17.5 Further information regarding capacity and capability, if required by the Railway, shall be promptly
furnished by the tenderer and he would offer all facilities to representative of Railway for assessing capacity
and capability by visit to his works/office.
2.17.6 Offer of the tenderer(s) not submitting the requisite information is liable to be ignored.
2.17.7 The tenderer(s) should have capability to extend maintenance/repair support for full lifetime of the
equipment. For this purpose, they are required to stock spare cards/module/component and set up
workshop/manufacturing plant/repair centers in India with adequate facilities and trained manpower. Full
details of such facilities along with their address should be furnished.
2.17.8 The tenderer shall undertake to enter into an AMC with Railways beyond warranty period as per Item no. 5
(i) of schedule ‘A’ under which supply of spares, repairs to defective cards and call charges for each visit as
may become necessary shall be covered.
2.17.9 The tenderer(s) shall have adequate telecom facilities, computer and data network facilities, transport
arrangement, construction machineries, tools and plants etc. for smooth execution of the project.
2.17.10
The tenderer (s) shall furnish such documents as to establish the financial soundness of his company.
Time Schedule
2.18 The time schedule for the entire work is of utmost importance. The entire work is required to be fully
commissioned within 12 months from date of issue of Letter of Acceptance (LOA)
The broad time schedule for supply and installation of the SSI system (as per Schedule of Works) shall be as follows:
2.18.1 ‘D’ – Date of issue of letter of Acceptance.
Sl. No.
Activities
Starts
End
(i)
Date of issue of Letter of Acceptance
D
(ii)
Submission of documents (Cable route, D + 3 Days
D + 10 Days or earlier
Cable core, & Location box etc.)
(iii)
Approval of typical diagrams (Cable route, D + 5 Days
D + 12 Days or earlier
Page 23 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
(iv)
(v)
(vi)
(vii)
(viii)
2.19
Cable core, Selection Table, Station Working
Rule Diagram, Panel Face Diagram, Circuit
Diagram & Location box etc.) by the
Railway
Supply of Cable by Railway
Supply of all materials by the tenderer
Trenching, Cable laying, Cable Termination,
Foundations, erection & wiring of Relays
Location boxes etc and commissioning of PI.
as per approved plan and drawings.
Commissioning of Solid State/Electronic
Interlocking
Material Reconciliation & Closing of
Contract
D + 5 Days
D + 6 Days
D + 5 Days
D + 30 Days or earlier
D + 18 Days or earlier
D + 40 Days or earlier
D + 15 Days
D + 48 Days or earlier
D + 16 Days
D + 02 Months or earlier
NOTE:
1. Complete Power Supply equipment should be supplied and kept ready in tested condition 05 days prior
to the testing.
2. However, the contractor shall submit the detailed PERT chart/time-plan of activities/work to achieve the above.
a) 100 % progress shall be achieved after the warranty period is over with satisfactory maintenance of the installation.
b) Details of phased manufacturing programme indicating indigenous, content at each stage may be submitted along
with the tender.
The contractor shall depute adequate no. of competent Engineers/qualified staff to install test and commission the
2.19.1 equipment at site. The entire work including supply should be commissioned within 12 months of the issue of the letter
of Acceptance.
2.20 MAINTENANCE PERIOD
After the equipment has been installed and commissioned, the contractor shall be responsible for proper maintenance &
supervision of the equipment for a period of one year from the date of commissioning. For this purpose he shall prepare
a maintenance plan and make available maintenance Engineer who will guide and supervise the work of Railways
maintenance staff. During this period of maintenance supervision if any lacuna is noticed in the functioning as a result
of any defect in design or manufacture, the same will be rectified by the contractor at his cost. During such rectification
if any faulty equipment/modules need replacement or repair, they shall be provided by the contractor as his cost. The
contractor shall bring to the site of installation a set of equipment or modules in addition to all the materials to be
supplied against this contract as spares during commissioning to circumvent any delay in commissioning on this
account.
2.21 RELIABILITY:
High reliability SSI systems are of paramount importance. MTBF figures for the whole SSI system based
on statistical evaluation should be indicated. Practically achieved MTBF on a passenger-carrying railway
over a minimum installation base of 5 systems should be submitted along with confirmation from the user
Railway.
2.22 SPARES
2.22.1 The following materials will be considered as essential spares:
All Units, which may include, circuit packs/boards, modules, terminals, power supply, ancillary equipment,
interconnecting couplers/connectors/cables of each type, which may be lowest level of field replaceable
module/assembly/device -10% of the quantities used in the equipment subject to a minimum of one.
For any other essential spare/module/assembly/device needed, but not included by the contractor, the supply
of the same will made by the contractor, at his cost to the Railway.
2.22.2 The contractor shall include in his tender the details of essential spares, their quantity and unit prices as per
Schedule of works. Detailed explanation to confirm that quantity of spares quoted as per requirement of this
clause shall be furnished. The total cost of essential spares based on the unit prices quoted by the contractor
shall be included in the tender evaluation.
2.22.3 In addition to the essential spares, contractor shall indicate additional recommended quantities of spares for
efficient maintenance of the equipment and the system for a period of 3 years to ensure that the reasonable
availability is ensured. The details unit price & the total cost of recommended spares based on the above
Page 24 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
have been included in the tender as optional.
The cost of such recommended spares shall not be considered for tender evaluation.
2.22.4 Workstation: The contractor shall also indicate in his offer, the details/cost etc. of Laptop based workstation
for data input and configuration, simulation and functional testing, diagnostic and trouble shooting and
commissioning etc. of SSI system as indicated in Commercial Bid. The workstation offered for this purpose
should be supplied with suitable furniture of GODREJ MAKE Furniture i.e. workstation table model
Companion C3D & revolving chair PCH-5002T of GODREJ Make or similar shall be supplied by the firm
for operator.
2.23 MANUFACTURE IN INDIA
2.23.1 Contractor shall set up the following facilities either through Indian partner as a Joint Venture or
directly by themselves:
i) Facilities for application program/yard specific data input changes commensurate with any
changes in the station yard layout.
ii) Maintenance, Repair, Servicing and testing of defective cards/modules/sub assembly of the SSI
System quoted in this tender.
2.23.2 Technical collaboration: The contractor shall submit along with his offer full details of technical
collaboration/MOU for maintenance, repair, servicing, testing including application programming
for yard specific application of the offered Solid State Interlocking equipment in India acceptable to
the Railway. It shall also include continuous flow of technology improvement/future up-gradations.
2.24 PROTOTYPE TESTING
Equipment that has been tested and approved for unconditional and unrestricted use on any passengercarrying Railway by any Railway Administration will be exempted from fresh type approval test on Indian
Railway. However for this exemption, complete details of test carried out test results and approval
certificate issued by concerned Railway Administration must be submitted to East Central Railway for
verification and acceptance. Railway’s decision on this will be final.
2.25 LONG TERM AVAILABILITY OF SPARES AND SYSTEM SUPPORT
2.25.1
The tenderer shall give an undertaking to supply on payment all maintenance spares and tools required for
the equipment for a minimum period of 08 years. He shall also undertake to supply additional equipment
required for replacement or expansion of the network that may become necessary due to additional traffic
requirements. The price variation formula adopted in pricing such maintenance spares and additional supply
that may be ordered in future shall be provided by mutual discussions.
2.25.2 The manufacturer shall guarantee that spare parts for the system shall be available for life cycle period. At
least two-year 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 Railways to assess the lifetime
requirement of spares needed and order in sufficient quantity prior to stop page of the manufacture.
2.25.3 That the successful tender shall further guarantee that in case if he goes out of production of spare parts, he
shall supply the full manufacturing drawings/details along with the specifications of the materials at no cost
to the Railway, if and when required for the equipment to be fabricated or procure from other sources by the
Railway.
2.26 QUALITY ASSURANCE & SOFTWARE VALIDATION
2.26.1 The tenderer shall submit along with the tender the quality assurance control, and inspection plan including
full details of in-house quality assurance organization, procedure and documentation. During the
manufacturing process, proper record shall be maintained for the inspection and tests carried out according
to this plan.
2.26.2 In the event of Railways waving off the inspection, all tests provided in the test schedules approved by
Railway 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 the Railway on demand.
Page 25 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
2.26.3 The tenderer shall submit along with this tender the details of software validation done by an Accredited
Agency of International repute and standard. Further, all the details of test, certification and validation done
to ensure full safety of the system for use at stations for operation of passenger train services, as per the
Technical Specification, shall be submitted by the tenderer.
2.27 COMMISSIONING AND FINAL ACCEPTANCE TEST
2.27.1 Railway shall carry out all tests as per the Technical Specifications and the Acceptance Test Schedule as
furnished by the contractor and approved after consultation by the Railway. The test schedule furnished by
the contractor will be modified by mutual discussions between the contractor and the Railway before
finalization. Any component, modules, sub-assemblies or equipment failing during the commissioning test
shall be replaced/repaired free of cost by the contractor.
2.27.2 All tests and measuring instruments and other arrangements required for final Acceptance Test shall be
provided by the contractor at his cost.
2.27.3 The completion certificate in accordance with General Conditions of Contract, Technical Specifications and
Special Condition of Contract shall only be issued by the Railway Engineer after the installation is
satisfactorily commissioned.
2.28 GENERAL
Control-cum-Indication Panel (Domino Type) with panel processor shall be the main Operating Panel.
“The term Track Circuit may be read as Track circuit/Axle counters wherever it appears in the
Technical Specifications”.
3.0
SPECIFICATIONS AND DRAWINGS:
3.1
Specifications, drawings, requisites and requirements referred to in the body of these specifications from an essential
part thereof. The drawings and specifications referred to in this tender where not included can be obtained, from the
sources as indicated in Annexure ‘M’.
3.2
After the contract is awarded, the Railway shall furnish to the contractor free of charge, a reasonable number of prints
of Railway’s approved Drawings that from an essential part of this specification.
4.0
CONTRACTOR’S DRAWINGS:
4.1
The tenderer shall submit alongwith his proposal, drawings as well as details for the apparatus, if the tenderer proposes
to supply which are not covered by the Railway
4.2
Contractor shall be solely responsible for ensuring that the end requirements are incorporated in all designs and
drawings furnished by him. Although the drawing, designs may have been approved by the Railway, it shall be the
responsibility of the contractor to ensure the end requirement of the system.
4.3
Any work done by the contractor prior to the approval of the contractor’s drawing will be done at the
Contractor’s risk, unless previously authorized specifically in writing in each individual case by an authorized
representative of the Railway.
4.4
No Change shall be made in any approved drawing without written consent of the Railway.
4.5
For the approval of the Railway the contractor shall furnish to the Railway corrected tracing of the drawings furnished
by him along with five copies of such corrected drawings.
4.6
After the completion of the work the following drawings, in addition to the other drawing mentioned elsewhere,
should be supplied to the Railways in six copies.
i)
System design which will include detailed Technical Literature of Equipment’s, Components & Parts thereof.
ii)
Cable Route Diagram with position of Joints, Location Huts and Cabins etc. indicated. Users and
maintenance Guide/Manual.
Wiring Diagram of Equipment/Components/Modules/Parts.
iii)
Page 26 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
4.7
Wiring Diagrams and other Plans shall be uniform in size and the size shall be preferably to an overall Dimension of
A3 size.
4.8
If the contractor shall have any doubt as to the meaning of any portion of the conditions of the specifications,
drawings, or plans, he shall (before submitting the tender) set forth the particulars thereof and submit them to the
Purchaser in writing, in order that any such doubt may be removed.
4.9
The contractor shall be responsible for and shall pay for any alterations of the works due to any discrepancies, errors
or omissions in the drawings or other particulars, whether they have been approved by the Purchaser or not, provided
that such discrepancies, errors or omissions are not due to inaccurate information or particulars furnished to the
contractor on behalf of the Purchaser. If any, dimensions figured upon a drawing or plan differ from those obtained by
scaling the drawing or plan, the dimensions as figured upon the drawing or plan shall be taken as correct.
4.10
After completion of the work the contractor should arrange and submit detailed completion drawings specified in Para
above as approved by Railways in 1 + 6 copies including polyester sheet as original.
5.0
EQUIPMENT AND SERVICES TO BE OFFERED:
5.1
In order to enable the Signaling/Telecommunication system to be brought into position the equipment for the entire
system as in this tender are required to be provided by the TENDERER as per the Rate Schedule at Annexure-‘Z’. The
detailed scope of the work is as per the schedule at Annexure-‘Z’ (Schedule/s) read in conjunction with the Technical
Specification and drawing.
5.2
The TENDERER are required to quote for all the items in Annexure-‘Z’ (Schedule/s). It must however be understood
that the items in any package within the scope of work will not be split except at the convenience of the Railway and
TENDERER will have to quote for all the items and for a definite delivery period for supply, wiring execution etc. for
all the items as applicable. This is an essential condition and there shall be no deviation in this regard.
6.0
TIME SCHEDULE:
6.1
The time for completion of the entire work is of utmost importance. The complete system at all stations is required to
be fully operational within specified months from the date of issue of Letter of Acceptance. Tenderer is required to
provide adequate detail of the activities involved, to substantiate their claim of being able to meet the above dead line
for handing over the system to the Railways for regular operational use.
6.2
Time is essence of the contract and the time schedule given in Special Condition of Contract item no. 4.0 of para 2.0
shall be the basis for contract administration except due to force majeure clause.
6.3
The Contract covered by this Tender shall be deemed to commence from the date of issue of Letter of Acceptance.
6.4
The tenderer must submit a BAR CHART in their tender offer including the time period by which the supply of
materials will be completed. The tenderer also shall indicate in their BAR CHART, the completion period of various
activities like Cable Laying, Location Hut Erection, Relay Rack Fixing, Relay Fixing, Panel Fixing and Wiring,
Testing & Commissioning.
6.5
The tenderer should indicate clearly the inputs required to be made from Railways side to satisfy the completion
schedule.
6.6
To execute a large project of this nature within the specified time schedule, it will be necessary to prepare a
comprehensive implementation plan to describe the construction programme sub-divided into logical work packages.
Based on the important milestones indicated in para-6.4. the contractor shall prepare a project planning and control
network on the basis of detailed task analysis and critical review of all activities, inter-dependencies, time duration,
significant interfaces and restraints on human and financial resources.
6.7
The tenderer should indicate the details of total technical staff under their employment (Category wise) and also the
details of technical staff proposed to be deployed by them for the subject work.
Page 27 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
6.8
The delivery of stores required for the project may be regulated at the discretion of Railway in accordance with the
requirements and Targets of Railways.
6.9
The tenderer shall indicate the period in months within which he would complete the work in the offer of tender
assuming that the letter of acceptance of the tender is issued to him in month of zero.
7.0
VARIATION:
7.1
No alterations, amendments, omissions, additions, suspensions or variations of the work (hereinafter referred to as
“Variations”) under the contract as shown by the drawings of the specifications shall be made by the contractor except
as directed in writing by the Engineer, but the Engineer shall have full power, subject to the proviso hereinafter
contained, from time to time, during the execution of the contract, by notice in writing to instruct the contractor to
make such variations without prejudice to the contract, and the contractor shall carry out such variations and be bound
by the same conditions, so far as applicable, as though the said variations occurred in the specifications. If any
suggested variation would, in the opinion of the contractor, if carried out, prevent him from fulfilling any of his
obligations, or guarantees under the contract, he shall notify the Engineer thereof in writing and the Inspector shall
decide forthwith, whether or not they shall be carried out. If the Engineer confirms his instructions, the contractor’s
obligations and guarantees shall be modified to such an extent as may, in the opinion of the Engineer, be justified. The
difference of cost, if any, occasioned by any such variations shall be added to or deducted from the contract price as
the case may require. The amount of such difference, if any, shall be ascertained as determined in accordance with the
rates specified in the schedules of prices, so far as the same may be applicable, and where the rates are not contained
in the said schedules or not applicable they shall be settled by the PURCHASER and Contractor jointly. But the
PURCHASER shall not become liable for the payment of any such variations unless the instructions for the
performance of the same have been given in writing by the Engineer.
7.2
The modification to the terminology used in General Condition of Contract 2008 of East Central Railway Engineering
Department with up to date modifications applicable in S&T contract at Annexure-‘K’. In the event of the Engineer
requiring any variations, such reasonable and proper notice shall be given to the contractor, as will enable him to make
his arrangements accordingly, and in case where goods or materials are already prepared, or any designs, drawings, or
patterns made or work done is required to be altered, a reasonable sum in respect thereof shall be allowed by the
PURCHASER, provided that no such variations shall, except with the consent in writing of the contractor, be such as
will involve an increase or decrease in the total price payable under the contract by more than 10% thereof.
7.3
In any case, in which the contractor has received instructions from the Engineer for carrying out the work either then
or later, will in the opinion of contractor, involve a claim for additional payment, the contractor shall, as soon as
reasonably possible, after receipt on the instructions aforesaid, advise the Engineer to that effect.
8.0
INSPECTION OF INSTALLATION:
8.1
The Engineer or his representative may inspect and test the various portions of the work at all stages and shall have
full power to reject all or any portion of the work that he may consider to be defective or inferior in that he may
consider to be defective or inferior in quality or material, workmanship, or design in comparison to what is called for
in the specification. In the event of rejection of any work already executed which is not in accordance with
specifications as in this Tender Papers and/or as determined by the Engineer of which the contractor has been
apprised, the contractor shall carry out alterations/replacements to such works to the satisfaction of the Engineer for
which no additional expenses will be borne by the Railway.
8.2
The contractor shall carry out such tests at his own expenses as are necessary in the opinion of the Engineer to
determine that the contract is being complied with and that the contractor is entitled to payment in respect thereof. Any
tools/any other Materials/Plants/ Manpower required for such tests shall be arranged by the contractor.
8.3
Even if the Engineer’s Representative remained associated or supervised the progress of works at various stages, a
joint inspection, for each item of works, by Engineer’s Representative and Contractor’s Representative will be carried
out to check that the work has been done as per specification and measurement taken accordingly.
Page 28 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
8.4
Before casting of foundation, if any, the Contractor’s Representative and the Engineer’s Representative shall jointly
inspect the quality and depth of pits, quality of bricks, concrete mix etc. and ensure compliance with the Drawings and
specification.
8.5
The contractor shall advise the Railway (10) Ten days in advance of the time when his portion of the work will be
completed by him in a progressive manner on the section and be ready for inspection. The Railway will make the test
soon after the advice is received from the contractor.
9.0
MEASUREMENT:
9.1
The measurement of quantities for the purpose of payment to the contractor shall be undertaken jointly by the
representative of the Engineer and the Contractor in the course of and/or on completion of all works included in
Annexure-Z (Schedule/s) item wise to the satisfaction of Railway Engineer.
9.2
The measurement of quantities shall be made only after ensuring conformity with specifications and various clause of
the contract.
10.0
WORK PERFORMANCE GUARANTEE:
10.1
Since the Supply and Execution of the work by the contractor is to achieve the end objective of providing suitable
equipment and facilities to the specifications given in the tender for the ultimate objective as detailed in the tender, the
tenderer shall give unqualified and unconditional guarantee that the supply of materials and work as designed and/or
executed by him will achieve the desired objective and that in the event of the performance of the system not
complying with the end objective or with the specifications, he shall provide further inputs to enable the Railways to
realise the end objective with full compliance of the specifications contained in these documents and no additional
payment will be made to the contractor for the supply of any additional inputs required in this regard.
10.2
The certificate as per the format in Annexure-‘F’ shall accompany the quotations. Quotations which do not contain
this guarantee in the format are liable for rejection.
11.0
RATES TO INCLUDE ALL TAXES:
11.1
The work being nearly on a turnkey basis, evaluation shall be done on the basis of the supply and execution portions
taken together even though the Railway reserves the option to supply some of the items. Accordingly, the contractor
shall not be entitled normally to get any works contract Sale Tax from the Railway Administration for the supply of
materials. However in case any taxes/duties are extra, the exact rate and firm applicability and any certificates/forms if
any to be given by the Railway will have to be specified in respect of the various items as per Annexure-‘Z’
(Schedule/s).
11.2
Sales Tax on Works - The tenderer should be well conversant with the Sales Tax Regulations enacted by the
concerned State Govt. where the works are located. In case Sales Tax is payable to works contract also, the tenderer
should take into account the same at the time of quoting the tender and shall specify the rate at which it is included in
his offer without fail. The tenderer is liable for the default of such payments and hold the Railway Administration free
from all responsibility in these from such obligations and pay the Sales Tax amount directly to the concerned States
Govt. commercial officer. In case if any notice is received from the concerned State Govt. for non-payment of Sales
Tax against the tenderer during the currency of the contract the same will be deducted from their ‘On Account
Bills/Final Bill’ without any intimation unless the tenderer submits clearance certificate from the concerned
Commercial Tax Officers of State concerned for non-deduction of the same for the payments due from Railways. An
undertaking to the effect that, in case works contract Sales Tax is applicable the same shall be paid by the tenderer and
no claim shall be made on the purchaser, shall be submitted without fail.
12.0
EXECUTION AT SITE:
12.1
The contractor shall abide by all the Railway rules relating to safety of personnel and Railway Operation.
Page 29 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
12.2
The contractor shall not do any work that may interfere with traffic until protection has been provided by the Railway.
12.3
The Railway will promptly arrange to protect traffic upon request of the contractor, when required.
12.4
The contractor shall ensure that his Technical Engineer/Supervisor is always available at the site of work during the
execution period till commissioning and during the period of the maintenance supervision to ensure that no time is lost
in correspondence. Any written orders or instructions which the Railway Engineers may give to such representative of
the contractor shall be deemed to have been duly given or communicated to the contractor.
12.5
In respect of important items of work the contractor’s representative should be present at site at least for the execution
and supervision of maintenance period (if applicable) and under his supervision the installation of the work and tests
should be completed in all respect to the satisfaction of Railway Officials concerned.
12.6
Before proceeding to execute any work, the contractor shall obtain from the Railway’s Engineer or his authorized
representative, approval in writing in the manner in which the contractor proposes to execute each portion of the work.
13.0
COMPLIANCE TO PROVISION OF APPRENTICES ACT, 1961.
13.1
The contractor shall be responsible to ensure compliance with the provisions of Apprentices Act, 1961 as modified up
to date and the Rules & Orders issued there under from time to time in respect of Apprentices directly or through petty
contractors or sub-contractors employed by him for the purpose of carrying out the contract.
13.2
If the contractor directly or through petty contractor or sub-contractors fail to do so, his failure will be a breach of
contract and the Railway may in its discretion rescind the contract. The contractor shall also be liable for any liability
arising on account of any violation of the provisions of the Act.
14.0
OMISSIONS AND DISCREPANCIES & CLARIFICATION:
14.1
Should a tenderer find discrepancies in, or omission from the drawings or any of tender papers/ specifications/or he
has any doubt to their meanings, he should at once notify the Chief Signal & Telecom Engineer, Construction East
Central Railway, MHX, Patna who may send a written instruction to all tenderer. It shall be understood that every
Endeavour has been made to avoid any error which can materially affect the basis of the tender and the successful
tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall
make no subsequently be discovered and shall make no subsequent claim on account thereof.
Any clarifications required may be obtained from the Chief Signal & Telecom Engineer, Construction East Central
Railway, MHX, Patna, until one working day before the last day of closing of tender.
14.2
15.0
PROCUREMENT OF SUPPLY ITEMS:
15.1
All items supplied to Railway should be procured from the list of firms approved by RDSO wherever such a list exists.
Inspection Certificates of RDSO wherever applicable must accompany along with these items. All such items should
be procured by the tenderer from the list of RDSO approved manufacturers or their distributors with inspections to be
done at the premises of the original manufacturer.
15.2
In case if any supply item is not in the list of RDSO approved firms, prior approval of Chief Signal & Telecom
Engineer, Construction East Central Railway, MHX, Patna for such items from other sources are necessary. In case
I.R.S. specification are not available for items, the material should conform to Bureau of Standard Institution (Latest)
(i.e. I.S.I.) where-ever the specifications are available, otherwise the prior approval of these items specifications by
Chief Signal & Telecom Engineer, Construction East Central Railway, MHX, Patna is necessary.
15.3
The contractor shall be held responsible for the execution of the works according to the time schedule given above in
full compliance of the specifications and the various clauses of Technical Specifications, Instructions and drawings.
Failure to comply with any of these will be dealt with as per provision laid down in the General Condition of Contract
and instructions for Tenderer of the Engineering Department of East Central Railway.
Page 30 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
15.4
It should be clearly understood that it is entirely contractor’s responsibility and liability to find, procure and use of
machineries, tools, plants and their spare parts that are required for efficient and methodical execution of work. Delay
in procurement of such items due to non-availability or import difficulties or any other causes what so ever will not be
taken as an excuse for slow and non-performance of work.
15.5
All materials in the tender documents shall be supplied by the contractor at site. These shall include the materials in
additions to any other minor items such as bolts, nuts, brackets, support materials which may be considered necessary
for execution of the work according to the specifications.
15.6
All instruments required, for testing shall be arranged by the contractor and shall remain his property.
16.0
EMPLOYMENT IN GOVT. SERVICE:
16.1
Should the tenderer have a relative or relatives in the name of a firm or company or contractor, one or more of the
shareholders or relative of the shareholders are employed in Gazetted capacity in the Signal & Telecommunication
Department of any of the Railways the authority inviting the tender shall be advised to this effect at the time of
submission of the tender failing which the tender is liable to be disqualified. If such a fact subsequently comes to light,
the contractor will be rescinded in accordance with the provisions in the General Conditions of Contract.
16.2
Should a tenderer be a retired Engineer of the Gazetted rank or any other Gazetted officer working before his
retirement, whether in the executive or administrative capacity of whether holding a pension-able post or not, in any of
the Engineerin g Departments of any of the Railways owned and administrated by the President of India for the time
being, or should a tenderer being partnership firm have one of the partner a retired Engineer or a retired Gazetted
officer as aforesaid, or should a tenderer being an incorporated company has any such retired Engineer or retired
officer as one of its Directors, or should a tenderer have in his employment any retired Engineer or retired Gazetted
officer as aforesaid, the full information as the date of retirement of such Engineer or Gazetted officer from the said
service and in cases where such Engineer or officer had not retired from Government service at least two years prior to
the date of submission of the tender as to whether permission for undertaking such contracts, join his contractor in a
partnership firm or any incorporated company, to become a Partner or Director as the case may be, or to take
employment under the contractor has been obtained by the tenderer of the Engineer or the Officer as the case may be,
from the President of India or any officer duly authorized by him on his behalf shall be clearly stated in writing at the
time of submitting the tender. Tenders without the information referred to above or a statement to the effect that no
such retired Engineer/or retired Gazetted Officer is so associated with the tender, as the case may be, is liable to be
rejected.
17.0
RESPONSIBILITY FOR CONTRACTOR MATERIAL:
17.1
The Railway Administration will not be responsible for loss or damage to the contractor’s materials, equipment, tools
& plants due to floods, theft or any other cause or causes whatsoever.
17.2
The contractor shall be held responsible for any damage to Railway property like telephone lines, cables which may be
caused by any of his action in connection with or in the execution of the work.
17.3
CLAIMS:
17.3.1
The contractor will indemnify the Railways from all claims made in respect of loss or injury suffered by the
contractor’s representative at site.
18.0
SITE CLEARANCE
18.1
At the end of the work at each location 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
representative. Besides, he shall take all necessary steps in the course of the 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 a fortnight
Page 31 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
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.
19.0
CONSIGNEE:
19.1
The contractor should consign, if need be, all the materials to ‘Self’ to the nearest stations where materials can be
booked for stacking before erection. For such items, as admit part payment on receipt by the Railway, the materials
can be booked to SSE/Works store/depot at Dhanbad/Gomoh where from the materials shall be handed over to the
contractor for installation. However all handling charges for each such items shall be borne by the contractor.
20.0
PATENTS
20.1
The tenderer is prevented from using any patented detailed drawings, process or patents without the previous consent
of the owner of such patent etc. The tenderer for the use of such patented drawings, process should bear the royalties
payable to the patents.
20.2
The tenderer is also required to indemnify the Railway against all costs and expenses arising from any claim or action
being brought against the Railway for infringement of letters of patents.
21
FOREIGN EXCHANGE AND IMPORT LICENCE:
21.1
Any foreign exchange if required for the supply of goods and services under the contract will have to be arranged by
the tenderer. Railway shall make all payments under this contract only in Indian Rupees.
21.2
The Successful tenderer will have to apply to the proper Government Authority for grant of requisite import
license/foreign exchange for such items as required import and coordinate with all Government, agencies in these
matters directly.
21.3
RECOVERY OF INCOME TAX:
21.3.1
Income tax as applicable on date or levied subsequently by the Government during the currency of the contract on the
gross amount payable to the contractor will be recovered from all bills in terms of section 194 (c) of the Income Tax
Act, 1961 as introduced with Finance Act, 1972 unless the exemption certificate issued by the Income Tax
Department is produced during the currency of the contract.
22
INDEMNITY:
22.1
The contractor shall indemnify and save harmless the Railway from and against all actions suits, proceedings, losses,
costs, damages, charges, claims and demands of every nature and description brought or recovered against the
Railway by reason of and act of omission of the contractor, his agent or employees, in execution of the works in the
guarding of the same. All sums payable by way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the use of the Railway without reference to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
23
REPORTING OR ACCIDENTS TO LABOUR:
23.1
The contractor shall be responsible for the safety of all employees employed by him directly or indirectly on the works
and shall report serious accidents to any of them however and wherever occurring on the works to the Engineer’s
representative and shall make every arrangement to render all possible assistance.
24
CONTRACTOR TO MAKE GOOD THE DEFECTIVE EQUIPMENT:
24.1
If the completed equipment or any portion thereof, before it is taken over, be found to be defective or the contractor
otherwise fails to fulfill the requirements of the contractor and/or its purpose, the Railway shall give the contractor
notice, setting for the particulars of such defects or failure and the contractor shall forthwith make the defects good or
alter the same to make it comply satisfactorily with the said requirements. Should the contractor fail to do so within a
Page 32 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
reasonable time after the service of the said notice upon him, the Railway may reject and replace the whole or part of
such defective equipment’s as the case may be at the cost of the contractor, such replacements shall be carried out by
or at the instance of Railway within a reasonable time and as far as reasonably practicable, the same specification and
under competitive conditions. The Contractor’s full liability under this clause shall be satisfied by the payment to the
Railway of the total cost, if any, such replacement delivered and erected as provided for in the original contract, such
extra cost being the ascertained difference between the cost of equipment purchased and replaced by the Railway
under the provision mentioned above for such replacement and contract price for the plant so replaced, plus sum, if
any paid by the Railway to the contractor in respect of such defective equipment. Should the Railway not so replace
the rejected equipment within a reasonable time, the contractor’s liability under this clause shall be satisfied by the
repayment by the contractor of all money paid by the Railway to him in respect of such rejected equipment.
25
SUPERVISION OF ERECTION/MAINTENANCE & CHARGE THERE OF:
25.1
Where supervision of Erection/Testing/Commissioning is a scheduled item of the contract the contractor shall depute
his competent erection Engineer to supervise all works of the installation and who shall be responsible for testing and
final commissioning of the installation to the entire satisfaction of the Railway.
25.2
Where supervision of maintenance after commissioning of the installation (for a specific period solely at the discretion
of the Railway) is a schedule item of the contract, the contractor shall depute his competent Engineer who shall
supervise the entire installation for the specific period, solely at the discretion of the Railway from the date of
commissioning of the installation. During this period, he shall rectify any defect that may arise in the work executed
due to bad workmanship on the part of the contractor or otherwise, defect in the equipment’s or due to any other
reason and shall repair the defect or replace the defective equipment at the cost of contractor. The Railway Engineer’s
decision in this regard is final and binding on the contractor.
25.3
Charges quoted in the schedule/s and accepted on account of supervision of erection/maintenance done during the
month or part thereof shall be claimed after expiry of the concerned calendar month on production of a certificate from
the Railway.
26
SUPPLY OF RAILWAY MATERIALS FROM RAILWAY GODOWNS:
26.1
Store will be supplied by Railway at signaling store/depot at Dhanbad/Gomoh godowns. 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 materials given to him are in good conditions. The receipt of the materials
shall be acknowledged by the contractor or his authorized representative, mentioning details of materials and their
quantity as per Performa at Annexure-‘L’ The left out/un-used materials if any, shall be returned to Railway Depot by
the contractor to which no extra charges shall be paid by the Railway.
26.2
The Contractor shall return all the excess or un-used materials supplied to him by the Railway including Empty Cable
Drums, Wooden Crates, other packing materials used or all released materials to the authorized Railway representative
at stores godown from where the materials were drawn by the contractor. If the contractor fails to return any excess
un-used Railway material, the cost thereof shall be recovered from him as per the extent rules and their On-account
Bill/Final Bill will not be passed without the receipt of the excess materials by SSE/S/Works concerned.
26.3
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. The cost of
the cable drum shall be recovered at the rate of Rs.300/- per empty drum from the running bills of the contractor. The
Railway, however, reserves its 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.
Page 33 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
26.4
FUTURE DEVELOPMENT
The contractor shall supply to the railway free of charge all software update, data and specifications that may result
from developments effected by him or his collaborator in the period of currency of contract. The Railway reserves the
right for such modified or improved versions in lieu of these originally quoted for, based on prices and other
conditions mutually agreed upon.
27
RESPONSIBILITY FOR COMMISSIONING:
27.1
Until the contract works have been provisionally accepted by the Railway, the contractor shall be entirely responsible
for the works, whether under construction, during the tests or in use of the Railway’s service in respect of
preservation, guarding, safe running of trains and maintenance. The Contractor shall keep attendants constantly on the
sites during the period until Railway’s provisional acceptance.
28
NIGHT WORK:
28.1
If the Railway is however, satisfied that the work is not likely to be completed in time except by resorting to night
work by special order, the contractor would be required to carry out the work even at night, without conferring any
right on the contractor for claiming compensation.
29
EXECUTION OF NEW ITEM:
29.1
Where items not covered by the schedules are to be executed due to addition/alteration/modification deemed essential
by the Railway, the rates for such non-item wished work will be negotiated and accepted by the Railway before
commencement of such works or get executed through any other agency solely at discretion of the Railway
administration.
30.
VARIATION IN QUANTITIES:
30.1
Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as
per the agreement rate. For this, no finance concurrence would be required.
30.2
In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered
unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item
is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity
subject to the following conditions:
(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank
not less than S.A. Grade;
(i) Quantities operated in excess of 125% but up to 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 up to 150% of the agreement quantity of the concerned item shall
be paid at 96% of the rate awarded for that item in that particular tender;
(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in
exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the
rate awarded for that item in that particular tender.
(b) The variation in quantities as per the above formula will apply only to the Individual Items of the contract and not
on the overall contract value.
(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found
necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal
concurrence of FA&CAO/FA&CAO(C) and approval of General Manager.
30.3
In cases where decrease is involved during execution of contract:
(a) The contract signing authority can decrease the items up to 25% of individual item without finance concurrence.
Page 34 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not
less 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.
30.4
The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A
minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total
original agreement value.
30.5
No such quantity variation limit shall apply for foundation items.
30.6
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).
30.7
For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in
whose powers revised value of the agreement lies.
30.8
For tenders accepted by General Manager, variations up to 125% of the original agreement value may be accepted by
General Manager.
30.9
For tenders accepted by Board Members and Railway Ministers, variations up to 110% of the original agreement value
may be accepted by General Manager.
30.10
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.
31.
INSPECTION:
31.1
The contractor should bear the cost of inspection of all materials both unfinished and finished products at his or at the
manufacturer’s premises by the Railway’s representative. The correctness and quality of the various items shall be
checked by the Railway’s representative before installation is commenced. If required, they should take necessary
measures to ensure that the works at various stages are in order and to the specification prescribed by Railway.
31.2
Railway’s Engineer appointed for this purpose will inspect and test the various portions of the equipment as per
relevant specifications given in the tender and the Railway’s Engineer may inspect the work at all stages and shall
have full powers to reject all or any that he may consider to be defective or inferior in quality or material or
workmanship or design to what is called for in the specification. The contractor shall carry such tests at his works as
are necessary in the opinion of the Railway to ensure that specifications in the correct are being complied with.
31.3
The contractor shall provide at the point of production, apparatus and labour for making the required tests under the
supervision of the Railway or its representatives.
31.4
Tests may be made at the point of production or on samples submitted and may also be made at the destination.
31.5
All the inspections will be carried out by the inspecting Authority at the original manufacturer’s premises only who
are supplying these items, but not any other places in case of important and large value items. The cost of stay of the
Railway inspecting official shall be borne by the Railway.
31.6
If the product, which arrives at the destination, does not meet the requirements of the specifications it may be rejected.
31.7
During the execution of the contract, samples may be taken from all the materials employed for the purpose of test
and/or analysis under the conditions laid in specification, such samples to be prepared for testing and forwarded to the
works laboratory selected by the Railway free of cost to the Railway.
Page 35 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
31.8
The cost of all tests and/or analysis effected at the manufacturer or contractor’s work shall be borne by the contractor
for all the test required as per tender specification.
31.9
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.
31.10
Inspecting authority shall be the Railway’s own Engineer or any other authority such as RDSO, as shall be nominated
by the Railway. In case inspection is waived, the waiver certificate shall be issued within 10 days of receipt of call
notice.
31.11
For the service rendered by the RITES for inspection of materials supplied by the contractor in works contract,
inspection charges @ 1% of the cost of materials including all taxes, excise duty etc. are to be borne by the contractor
& no inspection charges are payable to RDSO by contractor for RDSO Inspected materials.
WARRANTY:
32.0
32.1
The work done and executed by the contractor shall be guaranteed against defects and to conform to parameters in the
technical specifications for a period of 12 months from the date of issue of completion certificate as stated in clause 48
of standard General Conditions of Contract or 18 months from the date of supply of the last vital/main equipment in
the contract, whichever is later. However for the items involving only supply the warranty shall be for 18 months from
date of supply even if the order is split separately into supply and execution portions for benefit of the Railway.
32.2
During the period of warranty the contractor shall remain responsible to arrange replacement and for setting at his own
cost any equipment installed by him which is of a defective manufacture or design or workmanship or becomes
unworkable due to any cause whatsoever. The defective equipment shall be made available at the respective
Inspector’s signalling store. The decision of the Railway in this regard to direct the Contractor to attend to any damage
or defect or in work or arrange replacement of any part thereof shall be final and binding on the Contractor.
32.3
WARRANTY AGAINST DEFECTS:
32.3.1
After the equipment/system has been taken over during the period of warranty, the contractor shall be responsible to
the extent expressed in this clause for any defects that may develop under the conditions provided for by the contract
and under proper use, arising from faulty materials, design or workmanship of the plant, or from faulty erection of the
plant by the contractor, but not otherwise and shall rectify such defects at his own cost when called upon to do so by
the purchaser who shall state in writing in what respect the portion is faulty.
32.3..2 If it becomes necessary for the contractor to replace or renew any defective portions of the Equipment/System under
this clause the provisions of this clause shall apply to the portions of the plant so replaced or renewed until the expiry
of 12 months from the date of such replacement of renewals or until the end of the warranty period whichever may be
later. If any defects are not remedied within a reasonable time not exceeding Three (3) months the Railway may
proceed to do the work at Contractor’s risk and expense, but without prejudice to any other rights, which the Railway
may have against the Contractor in respect of such defects.
32.3.3
If the replacement, or renewals are of such a character as may effect the efficiency of the Equipment/System the
Railway shall have right to give notice to the contractor, within one month from such replacement or renewal, in
writing, to conduct tests as done at the time of acceptance, should such tests show that Equipment/System sustains the
guarantees given in the contract, the cost of the tests shall be borne by the Railway. Should the guarantees not be
sustained, the cost of test shall be borne by the Contractor.
32.3.4
All inspections, adjustments, replacements or renewals carried out by the Contractor during the warranty period shall
be subject to the same conditions of the contract.
32.3.5
Until the issue of the final certificate the contractor shall have the right of entry, at his own risk and expense, himself
or his duly authorized representative, whose name shall have previously been communicated in writing to the
purchaser at all reasonable working hours upon all necessary parts of the works for purpose of inspecting the working
and the records of the plant and taking notes there from and, if he desires at his own risk and expenses, making any
tests subject to the approval of the Purchaser which shall not be unreasonably withheld.
33.0
CONTRACTOR TO EXECUTE WORK WITH DILIGENCE & EXPEDITION:
Page 36 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
The contractor shall execute the work with due diligence and expedition. Should he refuse or neglect to comply with
any reasonable orders given to him in writing by the Railway in connection with the work or contravene the provisions
of the contract, the Railway shall be at liberty to give 07 (seven) days’ notice in writing to the contractor, requiring to
make good the neglect or contravention complained of and should the contractor fail, to comply with the requisition
made in the notice within 07 days, from the date of receipt if shall be lawful for the Railway to take the work wholly
or in part out of the contractor’s hands and without any further reference and get the work or any part thereof, as the
case may be, the security deposit should be forfeited and the performance guarantee shall be encased and the balance
work should be got done separately.
34.0
CONTRACTOR TO MAKE GOOD THE DEFICIT FOR THE FAILURE TO COMPLY WITH THE WORK:
In the event of any loss to the Railway on account of execution and/or completion of the work or any part thereof by
agencies other than the contractor in terms of above clause, the contractor shall be liable to reimburse the loss to the
Railway without prejudice to other rights and remedies of Railway and reimbursement shall be at the option of the
Railway, from out of all or any of the following sources viz (a)
Any amount due and payable to the contractor by the Railway on account of whatsoever
(b)
The Contractor’s Security deposit in the hands of the Railway, as far as available.
(c)
Any other assets whatsoever of the contractor.
In the event of reimbursement from out of sources (a) and/or (b) mentioned above, the Railway shall have the right of
appropriation suomoto.
35.0
CONTRACTOR’S RESPONSIBILITY FOR ALTERATION OF WORK:
35.1
The contractor shall be responsible for and shall pay for any alteration of the works due to any discrepancies, errors or
omissions that may arise from drawing or particulars have been approved by him, whether such drawings or
particulars have been approved by the Railway or not. If any dimensioned figures on a drawing differ from those
obtained by scaling the drawing the dimensioned figures are to be taken as correct. All dimensions, weights and
measures shall be in metric units with British Standard Equivalents in bracket.
36.0
INSURANCE:
36.1
The contractor shall take out and keep in force a policy or policies in insurance against all liabilities of the contractor
or the Railway at common head or under any status in respect of accidents to persons who shall be employed by the
contractor in or about the site or the contractor’s works or office for the purpose of carrying out of the contract works
or to the works of other tenders against all recognized rights to the office accommodation and storage for which he is
liable and hold the Railway Administration free from all responsibilities in these respects. The contractor shall also
arrange insurance of all materials till the commissioning of the work at each station and taking over the Railways.
Such insurance shall in all respects be on approval of the Railway and be effected jointly in the name of the contractor
and the Railway Administration and lodged with the Engineer.
36.2
The contractor shall take out and keep in force a policy or policies of insurance for all materials being supplied by him
till these are placed in service and handed over to the Railways. For Equipment be handed over to him at rate of per
station at a time, and insurance shall be taken for items which shall be for the period of installation/completion as
given in the tender.
36.3
The contractor shall be liable for losses/damages to the materials either used up in the portion of work done or the
material kept for use at site if it is proved to be due to his negligence.
36.4
The contractor should however, insure the store brought to site against risks in consequence of war and invasion, as
required under the Emergency Risk (Goods) Insurance Act Force.
Page 37 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
36.5
It may be noted that the beneficiary of the insurance policy should be the Railway or the policies should be pledged in
favor 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 any incidental and overhead as
applicable as per extent rules shall be recovered from the contractor.
36.6
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.
36.7
The contractor shall take out all insurance covers in connection with this contract preferably with the General
Insurance Corporation of India.
37.0
SAFETY MEASURES:
37.1
The Contractor shall take all possible precautions to ensure that none of his workers knowingly or otherwise cause
interference to the circuits or equipment’s in use and give rise to unsafe conditions or dislocation of traffic.
37.2
No work shall be began 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.
37.3
The contractor shall take all precautionary measures in order to ensure the protection of their own personal 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.
37.4
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.
37.5
While working within station limits, specially on passenger platforms, the contractor shall ensure that at all times
sufficient space as per Railway’s Schedule of Dimension as left for free movement of passenger traffic. He must cover
and/or barricade the excavations carried out in such areas and continue to maintain these, till the work is completed
with a view to avoid any accident to public or a Railway staff.
37.6
The work must be carried out most carefully without any infringement of the Indian Railway Act or the General and
Subsidiary Rules in force on the Railway, in such a way that they do not hinder Railway operation nor effect the
proper functioning of or damages 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.
37.7
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.
37.8
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
Page 38 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
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.
37.9
The contractor shall take all possible precautions to ensure that none of his work knowingly or otherwise cause
interference to the circuits or equipment in sue and give rise to unsafe conditions or dislocation of traffic.
While carrying out any digging work near to existing signaling & telecommunication and electrical cables, the
instances of cables cut due to execution of works should be avoided and Contractor shall carryout the work according
to Annexure to Telecommunication Circular No. 17/2013, JOINT PROCEDURE ORDER FOR UNDERTAKING
DIGGING WORK IN THE VICINITY OF UNDER GROUND SIGNALING, ELECTRICAL &
TELECOMMUNICATION CABLES.
A. A number of engineering works in connection with gauge conversion /doubling / third line are in progress on
various Railways, which require extensive digging work near the running track , in close vicinity of the working
S&T cable working vital safety circuits as well as electrical cables feeding the power supply to cabins, ASM room,
RRI cabin, Intermediate block huts(IBH) etc. Similarly, S&T organization under open line or construction units
under CAO/C, are executing various Signaling and telecommunication works requiring digging of earth for laying of
the cables or casting of foundations for the erection of signal posts etc. Railtel is also executing the work of laying of
quad cable and OFC on various railways as a part of sanctioned works for exclusive use of Railways for carrying
voice and data i.e. administrative and control communication, PRS, FOIS etc. or shared by Rail Tel Corporation of
India ltd. On certain sections digging is also required for laying of electrical cables and casting of foundation for the
erection of OHE most by electrical Deppt. Generally, these works are executed by contractors employed by these
organizations.
B. However, while carrying out these works in the vicinity of working signaling, telecommunication and electrical cable,
at times cable cuts take place due to JCB machines working along the track or during the digging work being done by
contractors carrying out civil engineering Works. Similarly, such cable cuts are also resulting due to works under
taken by S&T or electrical department. Such cable faults results in the failure of the vital signaling &
telecommunication circuits & electrical installations.
C. Hence forth, the following joints procedure shall be followed by engineering, electrical & S&T (and Rail Tel
organization , where ever such works are being done by them) officers of the respective divisions and by the
construction organization, while carrying out any digging work near to existing signaling and telecommunication
and electrical cables, show that the instances of cable cut due to execution of works, can be controlled and minimized.
i)
S & T department (and Rail Tel, where they have laid the cables ) and electrical department Shall provide a detailed
cables route plan showing exact location of cables at an interval of 200 meter or where ever there is change in
alignment so that the same is located easily by the Engineering. Official/contractors. In addition S & T department &
electrical department shall also provide cables markers along the alignment of the cable. These cable route plans shall
be made available to the SR.DEN/DEN or Dy.CEE/C as the case may be, by Sr. DSTE/DSTE or SR.DEE/DEE of
divisions. Or Dy.CSTE/C or Dy.CEE/C within 15 days in duplicate Sr.DEN/DEN or Dy.CE/C will send copies to
their field unit i.e. AEN/SE/P/Way & works.
ii) Before taking up any digging activity on a particular work by any agency. Sr.DSTE/DSTE or Sr. DEE/DEE of the
section shall be approached in writing by the concerned Egg. or S&T or Electrical officer for permitting to undertake
the work. Sr.DSTE/DSTE or Sr. DEE/DEE after ensuring that the concerned executing agencies including the
contractor have fully under stood the S&T and electrical cable route plan, shall permit in writing within 7 days of the
request by the concerned department.
iii) After getting the permission from S&T or electrical department as the case may be, the relevant portion of the cable
route plan shall be attached to the letter through which permission is issued to the contractor by the concerned Engg.
Page 39 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Official for commencement of work and ensuring that the contractors have fully under stood the cable route plan and
precautions to be taken to prevent damage to the underground cables. The contractor shall be asked to study the cable
plan and follow it meticulously to ensure that the safety of cable is not endangered. Such a provision, including any
penalty for default, should form part of agreement also. It is advisable that a suitable post of SE/Sig or SE/Tele or
SE/Electrical (TRD or G) shall be created chargeable to the estimate of doubling/gauge conversion who can help
Engg. Agencies in execution of the work. However basic responsibility will be of department executing the work and
the contractor. Creation of posts is not mandatory.
iv) The SE/P.Way or SE/works shall pass on the information to the concerned SE/Sig or SE/Tele or SE/Electrical (TRD
or G) about the work being taken up by the contractors in their sections at 3 days in advance of the day of the work. In
addition Engineering control shall also be informed by SE/P.way or SE/Works, who in turn shall pass on the
information to Test Room/network operator center of Rail Tel/TPC/Electrical control.
v) On receiving the above information, SE/Sig or SE/Tele or Se/Electrical(TRD or G) shall visit the site on or before the
date of taking up the work and issue permission to the contractor to commence the work after checking that adequate
precautions have been taken to avoid the damage to the cables. The permission shall be granted within 3 days of
submission of such requests.
vi) The name of the contractor, his contact telephone number, the nature of work shall be notified in the Engineering
control as soon as the concerned Engineering officials issued the letter authorizing commencement of work to the
contractor. Test room shall be given copies. Test room shall collect any further details from the Engineering control
and shall pass it on to S&T/RailTel & Electrical officials regularly. In case the supervisors of the concerned
department do not turn up on the day as advised in terms of para (iv) and (v) above, the works of the contractor should
not be stopped on this account.
vii) In case of works, being taken up by the state Government, National Highway Authority etc, the details of the
permission given i.e. the nature of work, kilo meter etc be given to the Engineering control including the contact
persons number so that the work can be done in a planned manner. The permission letter shall indicate the contact
number of Test Room/Network operating centre/Rail Tel/TPC/Elect. Control.
viii) Where the nature of the work taken up by the Engineering department is such that the OFC or other S&T cables or
Electrical cables is to be shifted and relocated, notice of minimum one week shall be given so that the
Division/RailTel/construction can plan the works properly for shifting. Such shifting works shall in addition for
security and integrity of the cables, be supervised by S&T Supervisors/Rail Tel supervisors/Electrical supervisors.
ix) The concerned SE/P.way/SE works/SE/sig/SE/Tele/SE/Electrical(TRD or G) or Rail Tel supervisors supervising the
work of the contractor shall ensure that the existing emergency sockets are not damaged in view of their importance in
providing communication during accident/emergency.
x) In case of minor nature of works where shifting of cable is not required in order to prevent damage to the cable, the
Engineering contractor shall take out the S&T or optical fibre cable or Electrical cable carefully from the trench and
place it properly alongside at a safe location before starting the earth work under supervision of SE/Sig or SE/Tele or
SE/Electrical/(TRD or G). The cable shall be reburied soon after completion of excavation with proper care including
placement of the brick over the cable under the supervision of S&T or electrical supervisors. However, the work will
be charged to the concerned engineering works. The responsibility for ensuring availability of SE (Signal), SE
(Electrical) as per para (iv) and (v) above lies with the respective department. The contractor will go ahead with the
shifting of cables as per the program decided and he will be not be held responsible for any cable cut.
Page 40 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
xi) In all the sections where major project are to be taken up/going on Rail Tel/S&T department shall deploy their official
to take preventive /corrective action at site of work. As regards Electrical Department, the official may be deputed on
need basis.
xii) No new OFC or quad cable shall be laid close to the existing track. It shall be laid close to the Railway boundary on
one side of the Railway track to the extent possible to avoid any interference with the future works (doubling etc). It
shall be ensured in the new works of cable laying that the cable route properly identified with electronic or concrete
markers. Wherever multiple cables are laid in a trench, RFID markers may be provided for easy identification of the
cable. Henceforth, wherever cable laying is planed before undertaking the cable laying work, the cable route plan of
the same shall be prepared by the DyCSTE/C/or Dy CE/C and shall be got approved from the concerned Sr
DSTE/DSTE or Sr DEE/DEE and also from the concerned Dy CE/C for new lines and from the concerned Sr DEN for
all other projects including doubling GC etc to avoid possible damage in future. Such approval shall be granted within
15 days of the submission of the request.
xiii) The works of excavating the trench and laying of the cable should proceed in quick succession, leaving a minimum
time between the two activities.
xiv) In case damage is caused to OFC/Quad cable by the contractor during execution of work, the contractor is liable to
pay a penalty for damaging the cable. The penalty shall not be levied in case of the following:(i)
Detailed cable route plan as per clause C-i not provided by concerned department or cable is not protected as
per laid down procedures.
(ii)
The alignment of the cable does not tally with the information provided to the contractor.
(iii)
The cable depth is found to be less than 800mm from normal ground level.
(iv)
No representative of S&T department/RailTel was available at site guarding the cables on the fixed pre
determined date and time.
xv) Penalty to be imposed for damages to the cable shall be as under:Cable damaged
Only Quad cable or signaling cable
Only OFC
Both OFC & Quad
Electrical cable
Penalty per location
Rs 1.0 Lakh
Rs 1.25 Lakh
Rs 1.5 Lakh
1.0 Lakh
Necessary debit in this regard shall be raised on the department undertaking the work who shall in turn levy the
penalty on the defaulting contractor. S&T department shall raise the debit in case of damage to OFC or Quad or
signaling cable and Electrical department shall raise the debit in case of damage to Electrical cable.
xvi) Railways will not lodge FIR with RPF in case of works being executed by authorized contractos of Railways who
have been duly permitted to execute the works in accordance with this JPO. Joint note by the supervisors of the
concerned department shall be prepared and responsibility of the cable cut should be decided without involving RPF.
The joint note deciding the fact whether the contractor should be penalized shall be completed in a day’s time from
the occurrence of cable cut.
xvii) While giving permission for taking up the works concerned department may note that earth work by engineering
contractors will normally be done by machines except in a few isolated locations where the quantity of earth work is
very less.
Page 41 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
xviii)
Railways shall make necessary correction in their future contract so that this JPO can also be enforced
contractually.
xix) In case of damage to OFC, Rail tel should be paid5/6 th of te penalty recovered. Rail Tel shall raise demands on the
S&T department in this regard.
xx) All types of signaling& OHE bonds i.e rail bonds, cross bonds and structure bond shall be restored by the contractor
with a view to keep the rail voltage low to ensure safety personnel.
xxi) Above joint circular shall be applicable for construction as well as open line organisation of Engineering, S&t and
Electrical.
xxii)
S&T cable and Electrical cable route plan should be prepared by the concerned S&T and Electrical officers
respectively and got approved and stipulated in para C-(xii) before under taking the work. The completion cable
route plan should be finalized block section by block section as soon as the work is completed.
xxiii)
All cable laying works shall be executed as per laid down technical specifications, such as protection
measures/protective cover, compaction of refilled material etc.
38.0
ISSUE OF MATERIALS FROM RAILWAY STORES:
38.1
If any material, which the contractor would normally have arranged for himself, if supplied by the Railway either at
contractor’s request or suomoto in order to prevent any possible delay in the execution of the work likely to occur due
to contractor’s inability to make adequate arrangements for supply thereof or otherwise, recovery of prices of such
materials will be made from contractor’s bill at the highest of the following rates:
i)
Book Rate or Last Purchase- 
Rate whichever is higher.
ii)
Accepted tender rate for such material under contract. If however, the material required by the contractor is not
available in the Railway stock, or the Railway decides not to supply the same, be that for whatever reason, the
Railway should not be bound to arrange for the supply at cost quoted above or at any other cost nor will this fact be
accepted as an excuse for delay in execution of the work.
38.2
39.0
39.1
40.0
40.1
Plus 5% on account of freight,
2% on account of charges and
12.5% towards departmental
charges on the overall cost.
The contractor shall furnish an indemnity Bond as per Annexure-‘D’ of Rs.3,00,000/- (Rupees Three Lakh only) for
materials supplied by the Railway Administration direct to the contractor for works from the time he commences
taking delivery of the materials to the time the works are completed at site and the quantities finally reconciled.
RESPONSIBILITY FOR CONTRACTOR MATERIAL:
The Railway administration will not be responsible for loss or damage to the Contractor’s materials, equipment, tools
& plants due to floods, thefts or any other cause or causes whatsoever.
RESPONSIBILITY FOR CONTRACT WORKS:
The contractor shall be responsible for and shall without delay make good all damages occurring to the contract works
or to any materials or equipment’s forming or intended to form part thereof until acceptance of the same by the
Railway’s Engineers in reinstating the same at his own expense in all respect (including the cost of transport by sea
and rail of any materials, equipment and things and the customs duties thereon). Provided that the contractor shall not
be responsible for such damage occurring in the site as may be due in the opinion of the Railway, to the improper use
Page 42 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
thereof by the Railway or to the negligence of the Railway or any other contractor employed by the Railway on the
site.
40.2
It is possible that certain defects may appear in the work during commissioning. The contractor shall be responsible to
rectify these defects to the satisfaction of the Railway even this stage. Any delay on this account will not be a claim
for extension of delivery period.
40.3
While undertaking the test of the Contractor’s portion of the work and while testing the entire installation the
contractor shall make such tests as would be necessary to demonstrate to the satisfaction of the Railway that the work
as has been completed by him, is in accordance with the specification of the contract. The contractor shall provide
such instruments and apparatus as may be necessary for making these tests.
41.0
PAYMENT TERMS:
41.1
For all items involving supply in the rate schedule, 90% of the supply rate quoted in the rate schedule shall be paid to
the contractor as on account bills only on receipt of the materials in good condition at the stores of the consignee on
production of the following documents:
a)
Inspection Certificate issued by R.D.S.O./Railway representative in respect of items wherever necessary, else
inspection waiver certificate issued by East Central Railway.
b)
Bill should be prepared in Rly. Format based on the measurement Book, showing the Description of each items,
quantities as per measurement taken by site supervisor from time to time.
c)
Store receipt certificate issued by Railway official/Representative as per format at Annexure-‘H’.
d) Manufacturer’s inspection certificates for large value items where-ever necessary and as decided by the Railway
Engineer, that the materials are in accordance with the specifications in the contract.
41.2
For all items involving either installation only or supply and installation, 85% of the installation rate quoted in the rate
schedule shall be paid to the contractor as on account bills only on production of certificate by the site Engineer that
relevant portion of installation has been completed.
41.3
The balance 10% of the supply rate and 15% of the installation rate quoted against each item involving both supply
and installation or installation only may be released against equivalent amount of Bank Guarantee and 100% of
the rate quoted in respect of items involving installation and commissioning shall be paid on completion of the
installation/erection and on issue of the completion certificate by the authorized Railway official/Representative on
submission of final bill in Railway format along with measurement book duly measured by site Supervisor. The
validity of Bank Guarantee should be at least six months beyond the date of completion of the contract.
41.4
For items involving only supply such as Test and Measuring Instruments, Tools and plants accessories if any etc.
which do not have any installation element, 100% shall be paid on receipt of the same in the store against the
documents given at (a), (b), (c) & (d) (if applicable) of para (41.1) above.
41.5
All payments shall be made on the certificate of the Engineer within a reasonable time of the submission of the
necessary bills by the contractor. Payment shall be made through Cheques drawn on Reserve Bank of India or State
Bank of India in the name of the contractor and the crossed cheque can be made available for delivery.
42.0
DEDUCTION:
42.1
Payment as in Para 41.0 above shall be subject to deductions of any amount for which the contractor is liable under the
contract against this tender or any other contract in respect of which the President of India is the Purchaser.
43.0
REFUND OF DEPOSITS:
43.1
The security deposit unless forfeited in whole or in part according to terms and conditions, will be refunded as per
para13.2(c) of this tender document.
Page 43 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
44.0
FORFEITURE OF SECURITY DEPOSIT:
44.1
The Security deposit shall, however, be liable to be forfeited wholly or in part in case of any breach by the contractor
of any of the conditions of the contractor or for non-completion of full contract, without prejudice to the other rights
and remedies of the Railway whether specifically provided or here in after or otherwise.
45.0
RESPONSIBILITY FOR COMPLETENESS:
45.1
Any fittings or accessories which may not be Specifically mentioned in the specifications but which are usual or
necessary, are to be provided by the contractor without extra charge, and the equipment must be complete in all
details.
45.2
In all cases where the contractor provides for tests at site, the Purchaser except where otherwise specific, shall
provide, Free of charge, such Labour, Materials, Fuels, Stores, Apparatus and Instruments as may be requisite
from time to time and as many reasonable be demanded, efficient to carry out such tests of the plant, materials
or workmanship etc. in accordance with the contract.
45.3
In the case of contracts requiring electricity for the completion of the works and for test on site, such electricity, where
available, may be supplied free to the contractor at the voltage of the ordinary supply. However this is not binding on
the Railway. The Contractor shall abide by the Indian Electricity Act as amended from time to time.
45.4
The bidder shall if required without fail, indicate the total number of supervisors, skilled technicians and unskilled
personnel to be provided by the Railway for installation. In case of schedule for supervision of installation and
commission is provided, this information shall be taken into account for evaluation purposes.
46
PERFORMANCE GUARANTEE
46.1
The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days, from the date of
issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60
days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement.
However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st 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.
46.2
The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5%
of the contract value:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
A deposit of Cash;
Irrevocable Bank Guarantee;
Government Securities including State Loan Bonds at 5% below the market value;
Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of performance Guarantee
could be either of the State Bank of India or of any of the Nationalized Banks;
Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
A Deposit in the Post Office Saving Bank;
A Deposit in the National Saving Certificates;
Twelve years National Defense Certificates;
Ten years Defense Deposits;
National Defense Bonds and
Unit Trust Certificates at 5 % below market value or at the face value whichever is less.
Also, FDR in favour of FA&CAO/CON/ECR/MHX, Patna (free from any encumbrance) may be accepted.
NOTE: - The instruments as listed above will also be acceptable for Guarantee in case of Mobilization advance.
Page 44 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
46.3
The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been
issued, but before signing of the contract agreement. This P.G. shall be initially valid up to the stipulated date of
completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get
the validity of P.G. extended to cover such extended time for completion of work plus 60 days.
46.4
The value of PG to be submitted by the contractor will not change for variation up to 25% (either increase or
decrease). In case during the course of execution, value of the contract increases by more than 25% of the original
contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the
original contract value shall be deposited by the contractor.”
46.5
The Performance Guarantee (PG) shall be released after physical completion of the work based on ‘Completion
Certificate’ issued by the competent authority stating that the contractor has completed the work in all respects
satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period, and after
passing the final bill based on ‘No Claim Certificate’ from the contractor.
46.6
Whenever the contract is rescinded, the Security Deposit shall forfeit and the Performance Guarantee shall be
enchased. The balance work shall be got done independently without risk & cost of the failed contractor. The filed
contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a
JV of a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender
for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.
46.7
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
notice to this effect by Engineer.
(iii)
The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee
shall be forfeited in full and shall be absolutely at the disposal of the President of India.
47
PRICE VARIATION CLAUSE:
47.1
Price variation Clause shall be applicable only for tenders of value as prescribed by the Ministry of Railways through
instructions/circulars issued from time to time and irrespective of the contract completion period. Materials supplied
free of cost by Railway to the contractors shall fall outside the purview of Price Variation Clause. If, in any case,
accepted offer includes some specific payment to be made to consultants or some materials supplied by Railway free
or at fixed rate, such payments shall be excluded from the gross value of the work for the purpose of payment/recovery
of price variation.
47.2
The Base Month for ’Price Variation Clause’ shall be taken as month of opening of tender including extensions, if any,
unless otherwise stated elsewhere. The quarter for applicability of PVC shall commence form the month following the
month of opening of tender. The Price Variation shall be based on the average Price Index of the quarter under
consideration.
47.3
Rates accepted by Railway Administration shall hold good till completion of work and no additional individual claim
shall be admissible on account of fluctuations in marker rates, increase in taxes/any other levies/tolls etc. except that
payment/recovery for overall market situation shall be made as per ’Price Variation Clause’ given hereunder.
47.4
Adjustment for variation in prices of material, labour, fuel, explosives, detonators, steel, concreting, ferrous, nonferrous, insulators, zinc and cement shall be determined in the manner prescribed.
Page 45 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
47.5
Components of various items in a contract on which variation in prices be admissible, shall be Material, Labour, Fuel,
Explosives, Detonators, Steel, cement, concreting, ferrous, Non ferrous, Insulators, Zinc, Erection etc. However, for
fixed components, no price variation shall be admissible.
47.6
The percentages of labour component, material component, fuel component etc. in various types of Engineering Works
shall be as under:
Component
Percentage
(A) Earthwork Contracts:
Labour Component
50%
Fuel Component
25%
(B) Ballast and Quarry Products Contracts:
Labour Component
55%
Fuel Component
15%
(C) Tunneling Contracts:
Labour Component
45%
Fuel Component
15%
Explosive Component
15%
(D) Other Works Contracts:
Labour Component
30%
Material Component
40%
Component
Percentage
Other Material Components
Fixed Component*
15%
15%
Other Material Components
Fixed Component*
15%
15%
Detonators Component
Other Material Components
Fixed Component*
5%
5%
15%
Fuel Components
Fixed Components*
15%
15%
*It shall not be considered for any price variation.
47.7
The Amount of variation in prices in several components (labour material etc.) shall be worked out by the following
formulae:
i) L
= R x (I - Io) x P
Io
100
ii) M = R x (W - Wo) x Q
Wo
100
iii) U = R x (F - Fo) x Z
Fo
100
iv) X = R x (E- Eo) x S
Eo
100
v) N = R x (D - Do) x T
Do
100
vi) Ms = O x (Bs-Bso)
vii) Mc = A x (Wc - Wco)/Wco
For Railway Electrification Works:
viii) Mcc = {(C-Co)/Co x 0.4136} x G
ix) Mf = {(Sf-Sfo)/Sfo + (Z - Zo)/Zo x 0.06} x H
x) Mnf = {(Cu - Cuo)/Cuo} x J
xi) Mz = {(Z-Zo)/Zo} x W
xii) Min = {(In – Ino)/In} x 85
Where,
LM-
Amount of Price Variation in Labour
Amount of Price Variation in Material
Page 46 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
UXNMs Mc Mcc Mf Mnf Mz Min -
Amount of Price Variation in Fuel
Amount of Price Variation in Explosives
Amount of Price Variation in Detonators
Amount of Price Variation in Steel
Amount of Price Variation in Cement
Amount of Price Variation in Concreting
Amount of Price Variation in Ferrous
Amount of Price Variation in Non-Ferrous
Amount of Price Variation in Zinc
Amount of Price Variation in Insulator
O-
Weight of steel in tonnes supplied by the contractor as per the ‘on account’ bill for the
month under consideration.
R - Gross value of work done by contractor as per on-account bill(s) excluding cost of
materials supplied by Railway at fixed priceminus the price values of cement & steel. This will also exclude
specific payment, if any, to be made to the consultants engaged by contractors (such payment will be
indicated in the contractor’s offer).
AValue of Cement supplied by Contractor as per on account bill in the quarter under consideration.
Io Consumer Price Index Number for Industrial Workers – All India – Published in R.B.I
Bulletin for the base period.
IoConsumer Price Index Number for Industrial Workers – All India – Published in R.B.I
Bulletin for the average price index of the 3 months of the quarter under consideration.
Wo Index Number of wholesale Price – By Groups and Sub-Groups – All commodities –
as Published in the R.B.I Bulletin for the base period.
WIndex Number of wholesale Prices – By Groups and Sub-Groups – All commodities –
as Published in the R.B.I Bulletin for the average price index of the 3 months of the quarter under
consideration.
FoIndex Number of wholesale Prices – By Groups and Sub-Groups for Fuel, Power, Light and Lubricants as
Published in R.B.I Bulletin for the base period.
FEoE-
DoD-
Bs-
BsoWcoWc
C
CoZ-
Index Number of wholesale Prices – By Groups and Sub-Groups for Fuel, Power, Light and Lubricants as
Published in the R.B.I Bulletin for the average price index of the 3 months of the quarter under consideration.
Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom purchases of
explosives are made by the contractor for the base period.
Cost of explosives as fixed by DGS&D in the relevant rate contract of the firm from whom, purchases of
explosives are made by the contractor for the average price index of the 3 months of the quarter under
consideration.
Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom, purchases of
detonators are made by the contractor for the base period.
Cost of detonators as fixed by DGS&D in the relevant rate contract of the firm from whom, purchases of
detonators are made by the contractor for the average price index of the 3 months of the quarter under
consideration.
SAIL’s (Steel Authority of India Limited) ex-works price plus Excise Duty thereof (in rupees per tonne) for
the relevant category of steel supplied by the contractor as prevailing on the first day of the month in which
steel was purchased by the contractor (or) as prevailing on the first day of month in which steel was brought
to the site by the contractor whichever is lower.
SAIL’s ex-works price plus Excise Duty thereof (in rupees per tonne) for the relevant category of steel
supplied by the contractor as prevailing on the first day of the month in which the tender was opened.
Index No. of wholesale Price of sub-Group (of Cement) as published in RBI Bulletin for the base period.
Index No. of wholesale Price of sub-Group (of Cement) as published in RBI Bulletin for the average price
index of the 3 months of the quarter under consideration.
RBI wholesale Price Index for Cement for the month which is six months prior to date of costing of
foundation.
RBI wholesale Price Index for Cement for the month which is one month prior to date of opening of tender.
IEEMA price for Zinc for the month which is two months prior to date of inspection of material.
Page 47 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ZoCuCuoSfSfoInIno-
IEEMA price for Zinc for the month which is one month prior to date of opening of tender.
IEEMA price for Copper Wire bar for the month which is two months prior to date of inspection of material.
IEEMA price for Copper Wire bar for the month which is one month prior to date of opening of tender.
IEEMA price index for Iron & Steel for the month which is two months prior to date of inspection of material.
IEEMA price index for Iron & Steel for the month which is one month prior to date of opening of tender.
RBI wholesale price Index for Structural Clay Products for the month which is two months prior to date of
inspection of material.
RBI wholesale price Index for Structural Clay Products for the month which is one month prior to date of
opening of tender.
PQZSTGHJW-
% of Labour Component.
% of Material Component.
% of Fuel Component.
% of Explosive Component.
% of Detonators Component.
% of Concreting Component.
% of Ferrous Component.
% of Non-Ferrous Component.
% of Zinc Component.
47.8
The demands for escalation of cost shall be allowed on the basis of provisional indices made available by
Reserve Bank of India. Any adjustment needed to be done based on the finally published indices shall be
made as and when they become available.
47.9
Relevant categories of steel for the purpose of operating Price Variation formula, as mentioned in this Clause,
based on SAIL’s ex-works price plus Excise Duty thereof, shall be as under:
SN
1
2
3
4
Category of steel Supplied
in Railway Work
Reinforcement bars and other rounds
All types and sizes of angles
All types and sizes of plates
All types and sizes of channels and joists.
Any other section of steel not covered in
the above categories and excluding HTS.
5
47.10
Categories of Steel Produced by SAIL Whose Ex-Works
Price Plus Excise Duty Would be Adopted toDetermine
Price Variation
TMT 8 mm IS 1786 Fe 415/Fe 500
Angle 65 x 65x 6mm IS 2062 E250A SK
PM Plates above 10-20mm IS 2062 E250A SK.
Channels 200 x 75 mm IS 2062 E250A SK.
Average of price for the 3 categories covered under SL. 1, 2
& 3 above.
Price Variation During Extended Period of Contract:
The price adjustment as worked out above, i.e. either increase or decrease shall be applicable up to the stipulated date
of completion of work including the extended period of completion where such extension has been granted under
Clause 17-A of the General Conditions of Contract. However, where extension of time has been granted due to
contractor’s failure under Clause 17-B of the General Conditions of Contract, price adjustment shall be done as
follows:
a)
In case the indices increase above the indices applicable to the last month of original completion period or the extended
period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited
to the amount payable as per the Indices applicable to the last month of the original completion period or the extended
period under Clause 17-A of the General Conditions of Contract, as the case may be.
b) In case the indices fall below the indices applicable to the last month of original/extended period of completion under
Clause 17-A as the case may be; then the lower indices shall be adopted for the price adjustment of the period of
extension under Clause 17-B of the General Conditions of Contract,
48.
Participation of Joint Venture (JV) Firms in Works Tender:
Page 48 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
This Clause shall be applicable for works tenders of value as approved and communicated by Railway Board from
time to time.
48.1
Separate identity/name shall be given to the Joint Venture Firm.
48.2
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.
48.3
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.
48.4
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.
48.5
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.
48.6
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%.
48.7
A copy of Memorandum of Understanding (MoU) executed by the JV members shall be submitted by the JV Firm
along with 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 is enclosed as Annexure -V.
48.8
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.
48.9
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.
48.10
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.
48.11
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.
48.12
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
Page 49 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
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:
48.12.1 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.
48.12.2 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.
48.12.3 Governing Laws–
The Joint Venture Agreement shall in all respect be governed by and interpreted in accordance with Indian Laws.
48.13
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 authorized member of the JV Firm.
48.14
48.15
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.
Documents to be enclosed by the JV Firm along with the tender:
48.15.1 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.
48.15.2
In case one or more members is/are Proprietary Firm or HUF, the following documents shall be enclosed:
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.
48.15.3
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.
48.15.4
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.
Page 50 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
48.16
Credentials & Qualifying Criteria: Technical and financial eligibility of the JV Firm shall be adjudged based on
Satisfactory fulfillment of the following criteria:
48.16.1
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 compliance to the
above mentioned technical eligibility criteria in the tender under consideration.
48.16.2
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
49
Two Packets System of Tendering:
The procedure detailed below shall be adopted for dealing with ‘Two Pockets System’ of Tendering:
49.1
With a view to assess the tenders technically without being influenced by the financial bids, 'Two Packets System of
tendering' shall be adopted. In this system, the tenderers shall submit their quotations/offers in two sealed envelopes;
with one cover containing the Technical & Commercial offers and the other cover containing the Financial Bids. The
first packet shall be with the objective of scrutinizing the capability, possession of appropriate machinery &
equipment’s, financial strength, experience etc. of the tenderers.
49.2
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 second packet shall be opened and the tenders shall be processed for finalisation in the normal
manner.
Page 51 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
49.3
However, if on the basis of information contained in the first packet, the Tender Committee needs clarification
regarding designs, specifications etc.; discussions shall be held with each individual party/tenderer after obtaining
approval of the Competent Authority.
49.4
'Two Packets System' of tendering shall be resorted to for techno-commercial consideration in Works Contract
Tenders of values as communicated by Railway Board from time to time on the subject.
50
IMPOSITION OF TOKEN PENALTY FOR DELAY IN THE COMPLETION OF WORK:
The existing clause 17(b) of GCC provides for recovery of liquidated damages from the contractor for delay in
completion of work. The competent authority while granting extension to the currency under clause 17(b) of GCC
may also consider levy of token penalty as deemed fit based on the merit of the case.
51
PURCHASE PREFERENCE:
Purchase Preference for the ‘Central Public Sector Enterprises’ will be applicable as per the extent rule of Railways.
52
LONG TERM AVAIBILITY OF SPARES AND SYSTEM SPORTS
The tenderer shall undertake to supply on payment all maintenance spares and tools required for the equipment for a
minimum period of 08 years. 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.
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.
53
MAINTENANCE/OBSERVATION OF INSTALLED GEARS
Maintenance: - After handing over the entire work at the station, twelve months period shall be taken as maintenance
period during which a responsible and knowledgeable supervisor of the contractor should be available to assist Railway
maintenance staff to rectify defects and during this period the contractor shall be responsible for replacement of
defective parts at his own cost. Should any dispute arise as to the correctness of the defects pointed out, the Engineer’s
decision in this regard shall be final and binding. No separate charges shall be paid for the maintenance supervision and
tenderers should note this while quoting rates.
--------:---------
Page 52 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
FORMS OF TENDERS ETC.
Annexure-A
: Offer letter
Annexure-B
: Guarantee bond for security deposit
Annexure-C
: Bank guarantee
Annexure-D
: Standing Indemnity bond
Annexure-E
: Statement of deviation
Annexure-F
: Performa for the work performance guarantee
Annexure-G
: Qualification experience
Annexure-H
: Receipt certificate
Annexure-I
: Extension of period of completion of work (Contractor Account)
Annexure-J
: Extension of period of completion of work (Railway Account)
Annexure-K
: Modification to GCC & Standard Specification.
Annexure-L
: Acknowledgement for receiving materials and cables from Railway
Annexure-M
: Sources for specifications/Drawings
Annexure-N
: Name of work/Nature of work
Annexure-O
: Specification for installation of cable routes
Annexure-P
: Laying of signaling cable
Annexure-Q
: Technical Specification
Annexure-R
: Tests to be carried out
Annexure-S
: General Guidelines on wiring
Annexure-T
: Guidelines to the Tenderer
Annexure-U
: General spec. and Railway requirements
Annexure-V
: Format of memorandum of understanding for joint venture agreement.
Annexure-W
: Format of Memorandum of Understanding
Annexure-Y
: Schedule – D
Annexure-Z
: Schedule
Page 53 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-A
OFFER LETTER
To
The President of India,
Acting through Chief Signal & Telecom. Engineer/Con
(or his successor)
East Central Railway,
Mahendrughat, Patna
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
180 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our Earnest
Money. I/We offer to do the work as spelt out in the “Scope of the Work” as per schedule of requirement at Annexure-’Z’ at
the rates quoted by me/us in the attached schedules and hereby bind myself/ourselves to complete the work in the time period
as mentioned in clause - 6 of the Special Conditions of Contract. I/We also hereby agree to abide by all the conditions
specified in the tender and to carry out the works according to the Specifications for materials and works laid down by the
Railways for the present contract.
2.
A sum of Rs.------------- ( Rs. …………… ) only is herewith forwarded as “Earnest Money”. The full value
of Earnest Money shall stand forfeited without prejudice to any other rights or remedies if,
(b)I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such
documents are ready or,
(c) I/We do not commence the work within 15 days after receipt or orders to that effect.
3.
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 :
1..............................................
2..............................................
CONTRACTOR(S) ADDRESS :
.......................................................
.......................................................
Page 54 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-B
FORM OF BANK GUARANTEE BOND FOR P.G.
The FA&CAO/CON
East Central Railway
Mahendrughat, Patna
Dear Sir,
Bank Guarantee No. :Amount of Guarantee:Guarantee Cover From:Last date for lodgment of claim:-
To …………………..
This deed of Guarantee is executed by the …………(hereinafter referred to as the Bank) in favour of the FA
& CAO/CON/E.C.Railway/Mahendrughat, Patna (hereinafter referred to as the beneficiary) for an amount
not exceeding Rs. …… (in word) at the request of M/S ……. (hereinafter referred to as the contractor).
1.
In consideration of the President of India (hereinafter called “the Government”) having awarded the work
of …………………………………………………..(Name of the work).................................................... VIDE Letter
of Acceptance No…………………………………………………………………….dated………… (hereinafter called “the said
Letter of Acceptance”), to M/s NAME OF THE CONTRACTOR (hereinafter called “The said Contractor(s)”,
AND
Whereas the contractor(s) is required to furnish “ Performance Guarantee” in the form of an Irrevocable
Bank Guarantee for the sum of Rs………………. ( Rs. Amount in Words), for the satisfactory completion of
the work including maintenance period if any, by the said contractor(s)
AND
Whereas submission of performance guarantee is a condition precedent to the signing of the Contract
Agreement.
We ………………………………………………………….(hereinafter referred to as “the Bank”(Indicate the name of
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 of the said
Contractor(s) of any of the terms or conditions contained in the said Letter of Acceptance and the
Agreement to be signed, after furnishing of performance guarantee by the said contractor(s).
2.
We...................................................................... ( Indicate the name of the Bank) do hereby undertake
to pay the amounts due and payable under this Guarantee without any demur, merely on a demand from
the Government stating that the amount claimed is due by way of loss or 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 the terms
or conditions contain in the said Letter of Acceptance and / or the Agreement or by reason of the
Contractor(s) failure to perform the said Letter of Acceptance and/or the 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 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 before any court or Tribunal relating
thereto our liability under this present bond 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.
Page 55 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
4.
We........................................................... (Indicate the name of the 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 works covered in said letter of Acceptance and / or the Agreement including
maintenance/ warranty period, and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said Letter of Acceptance and / or the 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 Letter of Acceptance and / or
Agreement have been fully and properly carried out by the said contractor(s) and accordingly discharges
this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before the
................................. we shall be discharged from all liability under this Guarantee thereafter.
5.
We...........................................................(Indicate the name of Bank) further agree with the Government
that the Government shall have the fullest liberty without our consent and without affecting in any manner
our obligations hereunder to vary any of the terms or conditions of the said letter of acceptance and / or
Agreement or to extend the 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 of the terms and conditions relating to the said letter of
acceptance and / or Agreement and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Contractor(s) or for any forbearance, act or omission on
the part of 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
effect of so relieving us.
6.
This Guarantee will not be discharged due to the change in the Constitution of the Bank or the
Contractor(s)/Supplier(s).
7. We......................................................(Indicate the name of Bank) lastly undertake not to revoke this
Guarantee during its currency except with the previous consent of the Government in writing.
Date the.......................... day of .................200
for........................................................................
(Indicate the name of the Bank)
Note:- No any extra clause should be incorporated (i.e. Not Withstanding Clause)
by the Bank, even in covering letter .
Page 56 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE - C
BANK GUARANTEE
(ON STAMP PAPER OF REQUISITE VALUE)
To,
The President of India,
Acting through Chief Signal & Telecom. Engineer/Con
(or his successor)
East Central Railway,
Mahendrughat, Patna
Whereas ................. (here-in-after called the contractor) have entered into a contract with the President of India acting through
the Chief Signal & Telecom Engineer/ Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna
(here-in-after called the Railway vide contract agreement no ............. Whereas the Railway has agreed to issue to contractor as
the provision of the contract the signaling /telecom. materials and to use them exclusively for the purpose for which they have
been issued. The contractor further undertakes to fully Account for all the signaling/telecom materials at regular intervals as
may be prescribed by the Railway as also when otherwise so demanded by the Railway and return all unused cables and other
materials arising as per the provision of the contract. The contractor further agrees that they will give all the facilities to the
Railway for physical verification of the signaling/telecom. Materials whenever so directed by the Railway.
By this Bank Guarantee, we, ..................... undertake to keep the Railway indemnified against any loss or damage which they
may suffer by default of the contractor in fulfillment of the above conditions.
Further, we, the contractor, are bound to the Railway or their successor and as signs in the sum of Rs. ................ /- .
Signed and delivered by ourselves on this .......................... day of ............. ....... 20 .....
Place .......................
Signature ..................................
Date .......................
Witness ...........................
Page 57 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-D
STANDING INDEMNITY BOND
(FOR ON ACCOUNT PAYMENTS & STORES SUPPLIED BY RLYS.)
(On Stamp paper of Requisite Value)
We, M/s............................................................. hereby undertake that we hold at our stores Depot/s at .......
......................................... for and on behalf of the President of India in the premises through the General Manager or his
successor, East Central Railway (herein after referred to as “the Purchaser”) all materials for which “On Account” payments
have been made to us against the contract for -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------of East Central Railway
vide letter of Acceptance of Tender No....................................... Dated ................ and the materials handed over to us by the
purchaser for the purpose of execution of the said Contract, until such time the materials are duly erected or otherwise handed
over to him.
We shall be entirely responsible for the safe custody and protection of the said materials against all risk till they are
duly delivered as installed and/or erected equipment to the purchaser or as he may direct otherwise and shall indemnify the
Purchaser against any loss, damage or deterioration what so ever in respect of the said materials while in our possession and
against disposal of surplus materials. The said materials shall at all times be open to inspection by any Officer authorized by the
Chief Signal & Telecom Engineer/ Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna
Should any loss, damage or deterioration of materials occur or surplus materials disposed off and refund becomes due,
the purchaser shall be entitled to recover from us the full cost as per prices included in the Contract (as applicable) and also
compensation for such loss or damage if any along with
the amount to be refunded without prejudice to any other remedies available to him by deduction from any sum due or any sum
which at any time hereafter becomes due to us under the said or any other Contract.
In the event of any loss or damage as aforesaid the assessment of such loss or damage and the assessment of the
compensation there for would be made by the President of India acting through the Chief Signal & Telecom Engineer/
Construction/ E.C.Rly, 5 C-1, Kulharia Complex, Ashok Rajpath, Mahendrughat, Patna or his authorized nominee shall be final
and binding upon us.
Dated this ...................... day of ........................, 20
for and on behalf of
Messers ........................................ (Contractor)
Signature of Witness :
Name of Witness in block letters :
Address :
Page 58 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-E
STATEMENT OF DEVIATIONS
PROFORMA FOR STATEMENT OF DEVIATIONS
1.
1.1
1.2
1.3
1.4
2.
The following are the particulars of deviations from requirement of the instructions to Tenderers, General Conditions of
contract.
General Conditions of Tender
CLAUSE
DEVIATION
REMARKS
(INCLUDING JUSTIFICATION)
General Conditions of Contract
CLAUSE
DEVIATION
REMARKS
(INCLUDING JUSTIFICATION)
Special Conditions of Contract
CLAUSE
DEVIATION
REMARKS
(INCLUDING JUSTIFICATION)
Instructions to Tenderers
CLAUSE
DEVIATION
REMARKS
(INCLUDING JUSTIFICATION)
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.
Page 59 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-F
PROFORMA FOR THE WORK PERFORMANCE GUARANTEE
To
The President of India,
I/We........................................................................................ hereby guarantee that the design on the basis of which we
have submitted our Tender No................................................. has been carefully made to confirm to the end objectives in the
tender documents and to technical specification therein. We further guarantee that in the event of the performance of the
equipment and/or work, when installed, not complying with the end objectives or with the specifications contained in the tender
documents, we shall provide further inputs to enable the Railways to realize the end objectives contained in these documents
without any additional payment for any additional equipment which may be required in this regard. We further guarantee that
all the expenses including the expenses incurred in India for providing the additional inputs under the System guarantee will be
borne by us. We further guarantee that these additional inputs will be provided by us to make the system workable within 8
months from the date on which this guarantee is invoked by the Purchaser.
(Signature of firm’s authorized Officer)
Seal :
Signature of Witness :
1..................................................
2.................................................
Page 60 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-G
QUALIFICATION EXPERIENCE
List of works completed
S No.
Items
1
Name of Work
2
Nature of Work
3
Full address & Name of contractor as
per Contract Agreement
4
LOA No. & Date
5
CA No. & Date
6
Date of Commencement of work
7
Date of Physical completion of work
8
Cost as per LOA
9
Revised Cost, if any
10
Total payment made till date
11
Year wise payment since award of the
LOA till date
12
Performance of the firm
Details
List of works in hand
Description of work
Contract
value
Page 61 of 104
Approx value of
balance work yet to
be done
Date of award
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-H
RECEIPT CERTIFICATE (FOR SUPPLY ONLY)
From: Sr. Section Engineer/Section Engineer (Signal/ Works)
East Central Railway,
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
Date:
Contract No
Name of Work
Item No. As in Rate Schedule
Description of Item.
Material inspected by :
Dispatch particular & date
Quantity as per dispatch particular
Quantity received
Quantity short received
Condition of Stores Received
Name of Firm & Address
Place of receipt
Date of receipt
Ledger No.
Name & designation of Stores In-charge
------------------------------------Signature of Stores-in-Charge
Page 62 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-I
EXTENSION OF PERIOD OF COMPLETION OF WORK
ON CONTRACTOR’S ACCOUNT
(Regd. With A/D)
No.
To
Date :
.............................................
.............................................
..............................................
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) ....................... (give here the stipulated date for completion without
any penalty fixed earlier) from you as mentioned in para 19.1 of the General Conditions of Contract for the extended period.
The above extension of the completion date will also be subjected 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 upto 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.
Yours faithfully,
for & on behalf of President of India.
Note:1.
2.
Give here the stipulated date for completion without any penalty fixed earlier.
Here mention the extended date.
Page 63 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-J
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 the
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) on behalf of the President of India, is
pleased to grant extension of the time for completion of works without liquidated damages under para 19.2 of General
Conditions of Contract for 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 livable either by you or by
the purchaser in respect of this extended period.
Yours faithfully,
(
)
for and on behalf of President of India
Page 64 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-K
MODIFICATION TO GENERAL CONDITIONS OF
CONTRACT AND STANDARD SPECIFICATIONS
Para-I(i), C.D. & E under heading “Definitions and Interpretation of the book RAILWAY ENGINEERING DEPARTMENT
GENERAL CONDITIONS OF CONTRACT AND STANDARD SPECIFICATIONS”, on which the schedule of rates is
based, stand modified as follows :
1.(i)
DEFINITION
(C)
“CHIEF ENGINEER” shall mean the officer in charge of the Engineering Department of Railway and
shall include Chief Engineer (Construction), Chief Signal & Telecommunication Engineer, Chief Signal &
Telecommunication Engineer/Planning, Deputy Chief Signal & Telecommunication Engineer, Chief Signal &
Telecommunication Engineer (Construction) and Deputy Chief Signal & Telecommunication Engineer
(Construction)/Works of the successor Railway.
(D)
“ENGINEER” shall mean the Divisional/District Engineer, Divisional/Senior Signal &
Telecommunication Engineer or Executive Engineer in executive charge of the works and shall include the superior
officers of the Engineering and Signal & Telecommunication Departments of the East Central Railway, i.e. the
Chief Engineer, Deputy Chief Engineer, Chief Engineer (Construction), Engineer-in-chief (construction), Deputy
Chief Engineer (construction), Chief Signal & Telecommunication Engineer, Chief Signal Engineer (Planning),
Deputy Chief Signal & Telecommunication Engineer (works), Senior Signal & Telecommunication Engineer
(Construction)/Works and shall mean and include the Engineers of the successor Railway.
(E)
“ENGINEER’S REPRESENTATIVE “ - shall mean the Assistant Engineer in direct charge of the
works and shall include Assistant Signal & Telecommunication Engineer (Construction)/Works & Inspector (Senior
Section Engineer/Section Engineer/Junior Engineer) of the Civil Engineering/Signal & Telecommunication
Engineering Department appointed by the Railway and shall mean and include the Engineer’s representative of the
successor Railway.
Page 65 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-L
ACKNOWLEDGEMENT
FOR RECEIVING MATERIALS AND CABLES FROM RAILWAY
STATION:
DATE:
Sub: - Receipt of Materials /Cable from Railway.
It is hereby acknowledged that the following material/ and cable 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
and cable
(Meter/Nos.)
if any
----------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------Witnessed by :------------------------------------------------------------------(Signature of Purchaser’s
(Signature of Contractor or
Representative with
Contractor’s Representative)
Designation )
Page 66 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-M
Source 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.
Eastern Railway Drawings - Chief Signal & Telecom. Engineer, 17, Netaji Subhas Road, 3rd floor, Kolkata - 700
001./CSTE/P&P office at 4 A-2, Kulharia Complex, Ashok Raj path, Mahendrughat, Patna.
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.
8.
All the drawings and specifications mentioned in the tender schedule shall include latest amendment.
Page 67 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-N
Name of the Work/Nature of the Work : - :- Design, manufacture, supply, installation, testing and
commissioning of Solid State Interlocking (Electronic
Interlocking) System conforming to RDSO
Specification No. RDSO/SPN/192/2005 with latest
amendments at 02 stations, viz. Chandrapura &
Bhandaridah Stations in Dhanbad Division of E. C.
Railway, (Indoor works)
Page 68 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-O
SPECIFICATION FOR INSTALLATION OF CABLE ROUTES
(Authority: CSTE’s Technical Circular No: - 30)
1.0
SCOPE:
1.1
This Specification covers the basic requirement for cable laying in an area where signal control circuits are carried
in cables. They do not include particular requirements of any type of Signaling or the particular requirement of a
Geographical area.
2.
GENERAL:
a.) The contractor shall provide and install all cable routes, where referred to as main or subsidiary.
b.) The design of the cable route material (Trunking, brick covering, cover slabs, marker posts etc) shall be
as laid down in these specifications. Any alterations should have the specific approval of the Engineer-inCharge.
c.) Where it is necessary to provide or conduct underline crossings, these will be installed by the Railways’
Civil Engineering Staff. If cable bridges are found to be necessary, under special circumstances, these also
will be provided by the Railway.
d.) Where required in Platforms, the Railway will provide route ducts and access chambers.
e.) The Railway will negotiate any way leaves for cable routes which lie outside the Railway Boundary.
f.) The Contractor shall ensure that the complete cable route is available by the stipulated date. The
Contractor shall co-operate as far as possible, in laying the signaling cables at the same time as the
Telecommunication Cables or any other type of under ground cable, in order to reduce the number of
occasions on which covers on the cable route are disturbed or to avoid digging of a separate trench for the
Telecommunication cable.
g.) Some subsidiary routes may not be definable until later stages of planning but the contractor shall
install these as may be found necessary, and additional payment for such cases shall be the subject of
negotiation.
3.
TYPE OF MAIN CABLE ROUTES:a. Signaling Cables :
Unless otherwise stated specifically, Signaling cables shall be laid as follows:i.) Signaling Cables should normally be buried direct in the ground. However, where special
conditions exist such as in vulnerable areas or in the Suburban section, other methods as listed below may
be adopted. Within the station yards between Home Signals, the cable laid underground shall be protected
by bricks laid widthwise on the cables after the cables have been covered by a layer of 150 mm. of stone
free earth.
ii.) In the case of suburban section, RCC trunking or RCC pipe shall be laid at surface level
throughout. However, if disturbance due to theft is anticipated, the trunking shall be laid with the top of the
cover 300 mm. below the ground level.
iii.) In vulnerable areas of non-suburban section or in major yards the method-(ii) above may be
adopted.
iv.) In cases like bridges, culverts, platforms, tracks & Level crossings, special arrangement as
described in relevant paras shall be provided.
v.) Where specifically required, full round or half round pipes of RCC Asbestos Cement, Polythene,
Fiber glass, Pitch Fiber or Metal may be used.
b. Telecommunication Cables:
Page 69 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Unless otherwise stated in specification, Telecommunication main or subsidiary cables shall be laid
as follows:i. Within the Station yards between Home Signals on other than suburban section cables shall be
laid in RCC trunking. Where convenient, the cables may be laid in the same trunking along with signaling
cables but in a separate compartment.
ii. Beyond Home Signals on other than Suburban section, the cables shall be laid under ground.
Where the cables are laid along with signaling cables or where disturbance due to digging expected, RCC
covers shall be laid over the cables as protection.
iii. In the case of Suburban section, the cables shall be laid in RCC trunking throughout. Where
convenient the cables may be laid in the same trunking along with signaling cables, but in a separate
compartment. If disturbance due to theft is anticipated, the trunking shall be laid with the top of the cover
300 mm. below ground level.
iv.Where it is not convenient to use trunking at surface level between Home Signals, the cables may
be buried underground and RCC covers provided as a protection.
v. In case like Bridges, Culverts, Platform, Track and Level Crossings, Special arrangements shall
be provided.
vi. Where Telecommunication cable is laid in the same trunk as Signaling cable, the two types of
cable shall be separated by 200mm. by a brick placed at intervals of 2 meters. The Telecommunication
cable shall be provided on the field side and in addition be provided with suitable identifying marks near
each brick.
vii. When specified full round or half round pieces of RCC, Asbestos Cement, Polythene,
Fibrechips, Pitch Fiber or Metal may be used.
4.
BURIED ROUTES:a.
Where cables are required to be buried direct in the ground, this shall be done at a minimum depth
of 800mm from the ground level to the bottom of the trench.
b.
Where the route is being installed on an uneven ground, reasonably long sections of consistent
grading shall be dug, rather than following every un – dulationof the ground.
c.
Normally the trench shall be dug at a distance of 3100 mm from the centre of the track to centre of
the trench.
d.
The size of the trench shall be sufficient to accommodate all the Signaling cables to be installed and
shall allow for the laying at the time of the Signaling cables of one Telecommunication cable
approximately 50mm in diameter.
e.
Where excavation is being carried out adjacent to the track, soil shall not be placed on the walking
ease. Excavation must be suitably protected where necessary e.g. at places where public or staff of the
Railway have authorized access.
f.
The bottom of the trench shall be reasonably compacted and leveled with a view to obviating voids
forming under the cables.
g.
Where required concrete cover slabs in accordance with approved samples or design shall be
provided throughout the width sufficient to overlap the group of cables by at least 50mm on either side.
h.
Where specified, the cables shall be covered with ‘A’ class bricks placed width wise, approximately
9 bricks per meter. Before placing the bricks, the cables shall be covered with 150 mm of fine stone free
earth.
I.
If at any place, excavation is necessary within 2200 mm. of the nearest running rail, the permission
of the Divisional Engineer shall be obtained before the work is started, and any stipulations that he may
make with regard to protection of the excavation or track must be strictly observed.
Page 70 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
j.
The attention of the Sr. DSTE/DSTE/ASTE shall be drawn to any unusual ground found during the
excavation i.e. rough ashes or water logged ground. Sand filling or any other treatment as he considers
necessary shall be done.
k.
The back filling will normally take up all soil but if at any place it is necessary to dispose of any soil
this shall be done.
l.
The line of the cable route shall be indicated by concrete or steel posts of approved design fixed at a
minimum spacing of one Telegraph post or OHE must or any intermediate points where deviations or
branch routes are made.
m.
Location boxes will be situated adjacent to the track and where it is necessary to bring cables from
the main route to those locations, they shall be buried in the cutting or embankment slopes as specified
above. The method of entry into the Location Box base shall be in accordance with the approved drawings.
5.
GROUND LEVEL ROUTE: RE-INFORCED CONCRETE TRUNKING:
a.
Unless otherwise stated the main cable route shall comprise concrete trunking laid in the ground so
that the top of the trunking (less lid) is 30 mm. above mean ground level except where instructed by the Sr.
DSTE/DSTE to the contrary. In general a single route shall be installed. Sufficient room in the cable route
to accommodate one Telecommunication cable approximately 50 mm. dia shall be allowed.
b.
Unless specified otherwise, only re-enforced concrete trunking shall be used. The trunking shall be
as per the approved design or approved sample.
c.
The units shall be placed together with a good butt joint.
d.
Grouting between units shall not normally be necessary, but where this may be considered desirable
it shall be performed so that the duct is rendered with a smooth face across the joint. Grouting shall also be
carried out in this manner where it may be necessary to make slight bends in the route by placing the units
at a slight angle at each other. In these cases special lead shall be cast at site to suit the angle of bend of the
route.
e.
The covers shall be laid so that their joints are mid way along the duct sections and the completed
route shall be left free of ballast or other extraneous material.
6.
7.
8.
ARRANGEMENTS FOR CABLES CROSSING TRACKS AND FOR SUBSIDIARY CABLES:
a.
Where main cable route crosses the track(s), the Railway will provide an underline crossing and necessary
manholes connected therewith. The contractor shall arrange to connect the cable route he is providing to the
underline crossing at the entrance/exit manholes. Not more than two cables shall be drawn through any pipe
and where more cables are to be laid additional pipes shall be installed.
b.
For subsidiary cables crossing the track(s) the contractor shall provide and install a surface trunking route.
This surface trunking shall not exceed an overall decision of 100 mm. X 100 mm. and shall be constructed of
Metal or Fiber glass. The trunking shall be closed box cross section and shall be sited centrally in sleeper
bays. The contractor shall state in his tender the type of cable trunking proposed for track crossing routes
which type shall be subjected to the approval of the Sr.DSTE/DSTE.
c.
As an alternative to Metal or Fiber glass, Pitch Fiber pipes of Polyethylene tube of 75 mm. internal dia. and 2
mm. wall thickness (Hestalen or similar) may be used.
d.
The pipe of trunking shall be secured at either end and also in the centre to prevent movement.
CABLE ROUTES ACCROSS ROADS:
a. When a cable laid under ground crosses a road a RCC or CI pipe should be used. The pipe should be anchored
at the ends and project 12 mtr. on either side of the edges of the road .
b. For crossing a cable laid in surface trunking, the trunking alignment should be curved down to meet the pipe.
A proper brick or concrete joint should be made between the pipe and the trunking.
CABLE ROUTES OVER STEEL BRIDGES:
Page 71 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
a.
For laying cables along steel bridges, steel pipes or trunking is used which is carried on channels
securely anchored to the girders. In case more than one cable is laid, the steel pipe or trunking shall be large
enough to contain all the cables.
b.
Where cables are carried over Bridges subject to severe vibrations, the trunking shall be filled with
suitable shock absorbing materials such as sand or soft compound or insul wool.
c. The trunking should be fitted on top with bituminous compound as an anti theft measure and to prevent
overheating of the cable.
9.
CABLE ROUTES OVER RCC OR MASONARY CULVERTS:
For laying cables along culverts, a brick channel should be built along top of the parapet wall or by the side.
Alternatively a RCC or steel pipe should be laid on the bed of the culvert along the side of the parapet. The
arrangement adopted should have the approval of the Engineering Department.
10.
CABLE ROUTES ON ROCKY SOIL OR ON PLATFORMS:
Cable shall be laid in chassis cut in the rock or concrete platform. Sharp edges on the sides should be smoothened
out and bottom of the chassis leveled by cement plaster. The size and shape of the chassis shall be as per the
approved design.
11.
CABLES LAID ALONG SIDE PLATFORMS:
The edge of the platform where cables will come in contact shall be cement plastered to avoid damage to the
sheath. After the cables are laid, half round RCC, Asbestos, Fibre Glass or Metal pipes shall be provided covering
the cable. The pipes shall be supported by special clamps to be approved by the Sr.DSTE/DSTE. The Contractor
shall state in his tender the type of protective pipe going to be used.
Page 72 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-P
LAYING OF SIGNALLING CABLES
(Authority : CSTE’s Technical Circular No.39)
Introduction:
Life and performance of a signaling cable depend to a large extent on the care taken in installation of the cable and its jointing.
It has been observed that adequate care is not being exercised in handling and laying the cable as a result of which such cables
have developed faults within a few months of their installation.
The following instructions are accordingly issued for laying down a uniform practice for correct procedure of laying signaling
cables which should be followed by all concerned. Whenever laying of cables is entrusted to contractors, these instructions
should be brought home to them as special conditions in the tender paper. While supervising the cable laying work to be done
by the contractor, the field inspectors and officers shall ensure compliance:
1.
Planning :
1.1.1
While planning for cabling on a route, the number of conductors required, depending upon the circuits required
should be first determined.
1.1.2
Spare conductors to a minimum of 20% of the total conductors used shall be provided in each cable between the
outermost facing point and minimum of 10% of the total conductors, in each cable between the point area and
outer-most signals.
1.1.3
Where a number of cables have been laid along a route, the circuits shall be so distributed that cables can be
disconnected for maintenance purpose with the least possible dislocation to traffic. In a double line station, it
will be preferable to use separate cables for UP and DN line.
1.1.4
After deciding the size and number of conductors in the different types of cables to be used on a route, a foot by
foot survey along the track should be done to determine best route for the cable.
1.1.5
The desired route should be shown clearly on a cable route plan, showing the actual alignment of track, giving
offsets from permanent way or permanent structures. The diagram should preferably indicate the various road
and track crossing with power cables, water and sewage mains and other points of importance.
1.1.6
A cable core distribution plan should be drawn in respect of each installation. In the case of core distribution
plan, all the cables should be numbered in ascending order from right hand side of the plan. If there be necessity
to lay any extra cable higher numbers can be used without
disturbing the existing numbering arrangement. The cables are numbered as follows: say the number is 0112(4)
the extreme left two digits 01 - indicates Cable No. 1, the next two digits 12 - indicates Total no. of the cores of
the cable ; the digit in bracket (4) - indicate the No. of spare core is available.
The tail cable is also numbered in the similar fashion with the insertion of the letter ‘T’ after the extreme left
two digits.
1.1.7
All the cables should be given distinctive numbers when the cables are initially laid. The number should be
punched on a lead sleeve and the sleeve should wrapped round the cable every 3 Mtrs. The numbering should
be in a row at one place and not put haphazardly.
1.1.8
Circuit route termination chart should be drawn in respect of each circuit starting from beginning to end. The
route of circuit should be shown in each location but concerning it. All the cores of the existing cable should be
numbered with plastic markers. These markers should generally tally with the terminal numbers. This core
numbering is essential so that under no circumstances a wrong connection can take place.
2.0
Cable Laid Underground:
2.1
Cable should be laid underground, either directly in the trench, in ducts, in cement troughs or in pipes.
2.2
Laying the Cables in Ducts:
2.2.1
In yards where a large number of cables are required to be laid in connection with Panel/RRI Installation, the
cables may be laid in RCC Ducts or Brick Channels with removable top cover. In such cases the cable shall be
Page 73 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
laid in a serial order with one or two rows as necessary taking care to avoid crossing of the cable inside the duct
and at the entry to the cable termination room. The location of cable duct should be so decided that in case of
derailment there is no possibility of damage of the cable inside the duct by the derailed vehicles.
2.2.2
Laying of the cables inside the ducts is subject to a special check to ensure that the area is not theft prone.
2.2.3
The ducts shall have suitable covers capable of being removed for inspection.
2.2.4
Whenever the cable is laid in the duct there shall be holes on the bottom of the ducts for draining away any
water that may collect.
2.2.5
Ducts shall be kept close to the surface of the ground so that the cover can be removed easily without digging
the earth.
2.2.6
When cables are laid in rocky areas, it is desirable to protect them with split RCC Duct.
2.2.7
Where several cables of different categories have to be laid in the same trench, they shall be placed as far as
possible in the following order starting from the main track side, so that in the event of failures the maintenance
staff may easily recognise the damaged cables.
i) Derivation Cable for Axle Counter.
ii)Signaling Cable or Cables.
iii)L. T. Power Cables (less than 660 Volts) (if necessary).
2.2.8
Telecom. cable or cables belonging to Deptt. of Telecom. (DOT) or cables or Electrical Department must not be
laid in the same trench along with Signal Cables. However, laying of derivation cable for Axle Counter and
L.T. Power Cable for signaling circuit is permitted in the same trench along with signal cable. However, laying
of derivation cables along with signaling cable as a special case. The signaling cables must be separated from
Power Cables by a row of bricks between them.
3.0
Installation:
3.1
Testing of Cable before Laying:
3.1.1
Before the cable is laid, visual inspection of cable shall be made and it shall be tested for insulation and
continuity of the cores.
3.1.2
Bedding and armoring shall also be inspected to see that there has been no damage during transit or in storage.
3.1.3
Before the cable is unwound from the drum, its insulation must be measured after removing the end seals. No
cable having insulation lower than that specified in the specification shall be laid.
Paying out the Cables:
3.1.4
For paying out cables, the cable drum shall be mounted on cable wheels.
3.1.5
The drum on the wheel shall be brought to one end of the trench and the end of the cable freed and laid in the
trench.
3.1.6
The cable wheel shall then be drawn along the road or track.
3.1.7
A party of labours shall follow the drum and guide the cable from the road into the trench carefully so that the
cable is not damaged or bent unduly.
3.1.8
In cases where the wheels are not available, the drums shall be mounted on an axle at one end of the trench and
cable paid out and carried by labours.
3.1.9
In no case, shall the drum be rolled off on to the road for laying the cable and the cable dragged on the ground
for laying purposes.
3.1.10
It should be ensured that no Kink is formed while paying out the cable.
3.1.11
In no case shall the cable drum be laid flat on the ground and cable unrolled from the drum by twisting the
cable. The Procedure may cause permanent damage to the cable.
Page 74 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Laying:
3.2
Cables shall be laid generally as per standard instructions. Special precautions shall be taken in the station yards
etc. where a number of other utilises may be existing.
3.2.1
The cable laid parallel to the track and between home signal of a station shall be laid at a depth of 1 metre.
Cable laid across the track shall be 1 metre below the rail flanges. Cable laid beyond the home signal in a yard,
Automatic signals area or IBS or level crossing gates must be at a depth of 1-2 metre. At station yards which
are theft prone, the cable shall be laid at 1-2 metre depth.
3.2.2
The width of the cable trench shall normally be 0.5 metre. The bottom of the cable trench shall be leveled and
got rid of any sharp materials.
A layer of sieved earth or sand of 0.075 metre (3”) thickness shall be spread over the ground before laying the
cable. The cable shall be covered with a layer of sand or sieved earth of 0.075 metre (3”) thickness.
Laying of Bricks (fully burnt country bricks):
Whenever Power Cables are laid along with other cables, bricks are to be laid between the Power Cable and
other cables for separation at the rate of 5 bricks per metre, placed lengthwise.
Bricks shall be laid over the cables laid, at the rate of 10 bricks per running metre, placed breadth wise.
There shall be no gap between successive bricks.
3.2.3
Cable Crossing:
3.2.4
When a cable has to cross the track, it should be ensured that:
i) The cable crosses the track at right angles.
ii)The cable does not cross the track under points and crossing and
iii)The cable is laid in concrete/GI/CI pipes or suitable ducts while crossing the track
iv)In no case Cable should be laid without ends having been sealed to avoid water entering through bare end
and damaging the cables.
3.2.5
When cables have to be laid along culverts they shall be suitably protected and supported. These shall be taken
either (a) on the culvert through G.I. pipe not less than 2” dia or (b) taken in the bed of the culvert provided the
river or gutter remains dry most of the season. When taking cable through pipe along the bridge, it should be
suitably supported. In addition the entry and exit ends of the cable from the pipe to the diversion point of the
cable shall be laid in concrete duct this being the most vulnerable portion of the cable run.
Note :
Extreme care should be taken to ensure that outer PVC insulation and armoring of the cable are not damaged
while taking cables through pipes. Size of the pipe should be to cater to the number of cables laid.
3.2.6
When cables have to be laid along a metallic bridge, they should be placed inside a metallic trough which may
be filled as an anti- theft measure with sealing compound. The cable should be supported across the bridge in a
manner which would involve minimum vibration to the cable and which will facilitate maintenance work. In
AC electrified areas where suitable return path may not available for traction current; an additional thick
conductor must be laid along with signaling cable and should be earthed at both ends. At extra length of about 6
metre should be kept at both ends in the form of coils in case it is laid along culvert or bridge.
3.2.7
In theft-prone areas cable markers must not be provided but the route plan should clearly indicate the offsets
from reference marks.
3.2.8
While laying the cables in accordance with the above instructions, the following precautions should be adhered
to for the safety of the track:
I)
Outside the station limits, the trenches shall preferably be dug at a distance not less than 3 metre
from the centre of the track, width of the trench being outside the 3 metres distance.
ii)
At each end of the main cable, an extra loop length of not less than 5 metres shall be kept.
Page 75 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
3.2.9
It is desirable that the excavation of the trenches is not done in long lengths and does not remain uncovered
overnight. It is preferable that trenches are dug, cable laid and refilling done on the same day.
3.2.10
The inspecting official, who supervises the excavation work, shall have the shoring materials ready in hand, so
that in banks where ashes or loose materials are encountered, shoring can be adopted.
3.2.11
Back filling of the trench should be done properly rammed and consolidated.
3.2.12
During excavation, the earth of the trenches shall be not be thrown on the ballast. The earth shall be thrown by
the side of the trenches away from the track.
3.2.13
In places where cable are to be laid close to the track, through preliminary digging upto 0.50 metre may be done
excavation to the full depth should be done only just before the laying of the cables in presence of an official
from Engineering Department, Caution order, messages may be issued wherever considered necessary.
3.2.14
The work shall be supervised at site personally by an official of the Signal & Telecommunication Department
not below the rank of Junior Engineer(Signal)/Gr.II.
3.2.15
Jointing of Cables in 25 KV AC Electrified Area:
When underground straight through joints are made, special care must be taken to maintain the electrical
continuity of the sheath and armouring. For jointing PVC cables, EPOXY cable jointing kit similar to M-Seal
Kit No. S/II, S/III & S/V should be used.
4.0
Junction Box:
Precautions to be taken for installation of junction boxes are indicated below.
5.0
a)
The installation of junction boxes for cable terminations is to be restricted strictly between the Home
Signals of a station.
b)
The junction boxes should only be installed where different conductor capacities of cables are to be put
through or for connecting main cable to the tail cables.
c)
For putting through two main cables of similar conductor capacities, only underground joints are to be
made. Underground joints must be Epoxy joint to similar to M-Seal type.
d)
Beyond the Home Signal of a station where termination of the main cables are required for connecting to
track point or signal control, location boxes only should be installed and not junction boxes.
e)
The cable leading into the junction box suitably protected by GI pipes.
f)
The bolt heads of the junction box covers shall be invariably riveted.
Cables leading to Signal Post:
Cables leading to the signal posts should be taken through the post if the signal post is tubular. In case of any
other type of signal posts such as lattice type or joint type, cables should be taken through pipes.
6.0
Cables leading to Cabin/Station Building/Relay Room/Goomties:
6.1
In case of cables leading to Cabins/Station Building/Relay Rooms/Goomties the floors of which are
considerably higher, they should be taken through GI pipes by giving off sets. A number of cables should not be
tightly filled in one pipe. Extreme care should be taken that outer PVC insulation or armor of the cable is not
damaged while these are taken through GI pipes.
6.2
In the Cabin/Relay Room/Goomties/Location Hut the entry point of cable from the outdoor should be protected
by suitably massonary and plaster to guard against physical damage as well as entry of water and insects.
The area enclosing the base of the cable should be filled up with layer of sand. In addition a thin layer of
cement plaster with good top finish should be provided. The cement plaster layer should be such that in case of
necessity, the same can be easily broken for repair of cables or for laying additional cables.
This arrangement is to be adopted in respect of both existing and future installation.
7.0
Maintenance:
Page 76 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
7.1
Cable routes should be checked by walking along the route to ensure that there is no feasibility of cable
exposure on account of any excavation work over the cable route or due to soil erosion. If necessary, earth work
to be done over the cable route to ensure that there is no possibility of accumulation of rain water over the cable
route due to the formation of drain on account of sinkage of soil. The cable route should be checked at least
once in a month.
The cable route should also be kept free from jungle growth, etc., so that in case of necessity, excavation work
can be undertaken by S&T staff without difficulty.
7.2
Should an existing cable be exposed due to making of a drain, the same should be protected by two channel of
irons of adequate length to cover the exposed length. The channel irons should be firmly secured with clamps
and riveted with bolts. The inter distance between two clamps should not exceed one metre. The end of the
channels should be concreted.
7.3
Should there be heavy soil erosion over a portion of cable route and it is not possible to cover the same with
earth, the effected portion of the cable route should be concreted taking precaution that the cable is not damaged
on account of concreting.
7.4
Before any excavation work is undertaken by Engineering or S&T officials affecting the cable route, signaling
staff should be posted at site to guide the excavating party so that the cable is not exposed or damaged. It must
be ensured that such excavation work is not undertaken by any party without the express permission of the
concerned Signal Inspector. copies of the cable route plan should be given to IOW, PWI, Electrical Foreman
etc. as necessary so that possibility of damage to cable by inadvertent excavation is avoided. The path for
diversion of cable shall be decided by the maintenance inspector after a joint inspection.
The cost of Damages, if done, to the existing cables shall be DEBITED TO AGENCY CARRYING OUT THE
WORK through the executive officials.
8.0
Measurement of Insulation Resistance of the Cable:
The insulation resistance of the Main Cable should be measured at least once in a year. The insulation
resistance of Tail Cable should be measured at least once in a six months.
The insulation resistance should be measured strictly as per procedure mentioned in CSTE’s Technical Circular
No.: 33. The test results should be recorded in a register according to the proforma supplied along with above
circular. The defective cable, if any, should be rectified at the earliest. The details of all joints in a cable should
also be mentioned in the register in addition to mentioning them in the cable route plan.
Page 77 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE –Q
TECHNICAL SPECIFICATION
SUB: PANEL INTERLOCKING SYSTEMS
(AUTHORITY FOR ITEMS AT SL. NO. 1 TO 13: CSTE/E.RLY’S LETTER NO. SG.42/2, DT. 05/7/94 AND 24/4/95).
RDSO Specification S-36-87 with the following modification will be adopted for Panel Interlocking works.
The corrections / modification to the RDSO’s Spec. No. S-36-87 are appended below:
Sl. No.
1
Para No.
0.3
Page No.
4
2
3.0
6
3
4
3.10.7
3.10.9
8
8
5
3.11.3.2
9
6
4.1.2
11
7
4.2.4
13
8
4.3.4.1
14
9
4.6.7.2
17
Corrections
Delete SA: 23741 (IRS) – Terminal Block. Add the following
S:23741A – Alt.4 : Terminal Block (1 way) IRS Spec. No. S
75/91. S:23756 p- Alt 3: Terminal Block (6 way ) IRS Spec. No.
S 75/91. SA: 24811 (8 Way): Multi – way isolating Terminal
Block IRS Spec. No. S-79/92 SA: 24812 (10 Way): D) – S:
16100-16127 – Domino Panel.
Add the following as per para 3.0
3.0 Domino type panels for Relay Interlocking as per RDSO’s
Drawing no. RDSO S-16100 to 16127 shall be used. The panel
should be inclined at 45 degree. Where such inclination cause
and obstruction for visibility of yard from operators position, the
case will be referred to CSTE.
Para 3.10.7 to be deleted.
3.10.9 should now be read as : SM’s lock up key shall be
provided in the control panel. When SM’s key is taken out all
points shall remain in-operative and signals except those that
have been operated shall also be in operative. It shall be possible
to put back any signals to danger in case of emergency but no
routes shall be altered in case required by the purchaser the SM’s
lock up key when taken out shall eliminate the possibility of
putting back the signal to danger also.
Para 3.1.3.2 should now be read as 3.11.3.2. Indication that
stop/permissive signal is off shall be given in the form of
miniature ‘green’ light and ‘on’ by ‘red’.
Para 4.1.2 should now be read as 4.1.2 – The circuit diagram,
cable plans, control tables, equipment drawings etc. shall be
drawn up on A2 size polyester film for wayside panel
interlocking.
Para 4.2.4 should now be read as 4.2.4 – presetting of conflicting
routes shall not be possible under any circumstances.
Para 4.3.4.1 should now be read as 4.3.4.1 - In case of
installation provided with non route setting system sectional
route release need not be provided unless specially asked for by
the purchaser. The complete route release shall be effective only
after the signal Governing the route is put back to ‘ON’ and
signal switch/key if any is put back to normal and thereafter t5he
route release button has been operated to release the route.
However for panels provided with buttons only, when sequence
proving relays are provided to prove the authorized passage of
train then and only then automatic route release be provided.
Para 4.6.7.2 should now be read as : 4.6.7.2 – it must not be
possible to release the Crank Handle/Point NX Key unless the
signals have been put back to ‘ON’ position and concerned route
is released. However, if the route still remains locked, due to
Page 78 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
10
10.3
24
11
11.6
26
some reason, it shall be possible to release the Crank
Handle/Point NX Key after a time delay of 120 seconds from the
time the signals have been put back to ‘ON’ position when the
Crank Handle is kept in location near the concerned points. In
case the Crank Handle is kept in the SM’s Office, it should be
possible to release the Crank Handle as soon as the signal is put
back to ‘ON’ and crank handle release command is given.
Para 10.3 should now be read as 10.3 – Terminal block for cable
termination shall be used as per IRS-S-75-91 and RDSO’s
Drawing No. as follows:
Drawing No. S 23756 Alt.3 (for 6 ways),
Drawing No. S 23741 Alt.4 (for 1 way).
Para 11.6 should now be read as 11.6 – Disconnecting links
whenever used either in the location hut or on the cable
termination board for termination of wires either leading to the
control panel or relay wiring shall be as per IRS specification :
10 WAY PBT Terminals: RDSO’S DRG NO. SA-24812, IRS-S79/92.
8 WAY PBT Terminals: RDSO’S DRG NO. SA-24811, IRS-S79/92.
The information to be supplied by the purchaser and the tenderer as per IRS-S-36/87 are given in the
Technical Supplement at Annexure – R
Page 79 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE-R
TESTS TO BE CARRIED OUT
1.0
The contractor shall make such tests as may be necessary to demonstrate to the satisfaction of the Railway that the
apparatus and the system as installed are in accordance with the specifications and contract. The contractor shall provide
such instruments and apparatus as may be necessary for conducting such tests.
2.0
The following tests of equipment and installation shall be made 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 tests to determine that control system functions as intended.
c.
Test to determine that all circuits confirmed to approve circuit plan by individually electrically checking each
contact selection.
d.
Test of all electrically operated devices to determine that electrical operating characteristics are in accordance
with specifications designated by the Railways.
e.
Test of insulation resistant of each circuit in accordance with the Railway practice shall be made.
f.
The insulation resistance shall not be less than 10 mega ohms between the full circuit lengths of the conductor
and ground unless a higher insulation is specified elsewhere.
g.
The contractor shall co-operate in conducting tests and trials and wherever defects/deficiencies are required to
be attended or made good, will be complied with promptly.
h.
Test to determine that voltage for all apparatus is in accordance with manufacturer’s specification and voltage
applied to lamps is in accordance with rated voltage.
3.0
Interlocking Test:
a.
When and track/axle counter section is occupied no signal controlled by that track circuit/axle counter section
should clear and no points in that track circuit zone should operate. This test shall be made for each track
circuit/axle counter section.
b.
When a signal clears, no conflicting signals along with route can be cleared. This shall be made for each signal.
c.
Test to ensure that interlocking is released as the rear of the train leaves the limit of interlocking, shunting track
circuits in sequence, corresponding with the passage of the train. The test shall made to each track circuit to
ensure that route release functions as per circuit diagram.
d.
Test to ensure that automatic cancellation of routes on passage of the train is in accordance with the circuit.
e.
Test to ensure that emergency route cancellation of route is effective and accordance with the circuit.
f.
For the bell test ad complete route wise testing of the circuit the simulation panel, rack with lamps shall be
supplied by the contractor which can be taken back after commissioning.
All the relays to be taken out from the relay base and with power supply off for relay operation. “Point to Point”
check to be conducted as per circuit diagram with bell or buzzer or with the help of resistance materials. During
checking point to point wiring, the Performa for contact analysis chart to be checked; under no circumstances
Page 80 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
three wire connection to single connection would be accepted and if found circuitry arrangement should be
checked.
g.
Functional Test: The circuit to be checked from the panel with the help of simulation panel. Simulation panel
consist of two position lock switch each of which operate locally the point indication relay, track relays, slot
relays, control of aspect of each signals to be made locally with 110/12V AC signal transformers. Each route to
be checked with the help of approved locking table. After the route is given following interlocking to be
checked.
4.
Wire counting Test: Wire counting test from the circuit diagram i.e. from tag block to relay connector, one relay
connection to other relay connection (as per circuit) relay connection to termination board, terminal board to
panel, relay connector to fuse terminals, to be carried out and test report to be submitted to the Site Engineer.
5.
a.
b.
c.
d.
e.
f.
g.
Controlling Point Indication Relays should be dropped one by one and see that every time signal goes back to
danger.
Controlling of Track Relays should be dropped one by one and see that every time signal goes back to danger.
Operation of point to be checking with representative point zone track down. In this case point operation should
not respond.
If back lock track fails after route is given, check whether it is possible to release the route by emergency
release. If it is not released apply supper emergency release.
One train one slot to be checked.
LSS control to be checked with & without Line Clear.
Block release circuit to be checked after sequential operation of track circuit and it should be as per circuit.
Page 81 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Annexure – S
General guidelines on wiring
(Authority: CSTE’s Technical Circular No. 36)
1.0
2.0
3.0
The following instructions are issued to be followed for carrying out wiring of signaling circuits, both on open line
and construction works:
1.1
Wiring of signaling circuits shall be in accordance with approval circuit diagrams.
1.2
Alterations to existing circuits may be resorted to at site only in emergent cases under direct supervision of
an officer. In such cases the alteration should be immediately advised to Headquarters Officers for
correction and issue of approval wiring diagram.
1.3
Whenever alterations are being carried out in an existing installation, the drawing office (Hd. Qrs.) shall
obtain details of actual arrangement at site, based on up-to-date existing circuit diagram or actual check or
both, to decide alterations to old and obsolete circuit for approval and issue.
1.4
“As made” circuit diagram must be submitted by divisions to Hd. Qrts. on Completion of alterations to
wiring and the final diagram should be true the wiring at site. This should be signed by the SI carrying out
the works and the officer opening the works.
Principles of wiring:
2.1
Wiring between any two points shall be done in one length and no joints shall be made in any wire run.
2.2
Wire runs shall be as short as possible. Care should be taken to avoid damage to the conductor while
peeling off insulation. Stripper-cum-cutter of approved design shall be used. Knife or blade shall not be
used for removing insulation. The stripper and cutter by trade name “EGO” manufactured by M/s Perves
Engg. Co., New Delhi-110 020 is one such design approved.
2.3
All wires in a wiring bunch shall be terminated and no loose wire shall be left in the bunch without being
terminated. Conductors and terminals shall be cleaned before making connections.
2.4
Wires shall not be pulled out after bunching the wiring. This can damage insulation of other wires.
Wiring Practice:
The following practice shall be adopted for wiring:
3.1
The return negative of various circuit elements must be separately terminated at the negative bus bar. In no
case a common return (negative) wire shall be used.
3.2
All terminals shall be screwed tight and washers shall be used under the screw head of terminal nuts.
3.3
Ends of wires shall be bent round the terminal in clockwise direction unless an eyelet/lug is used.
3.4
Precautions shall be taken to prevent kinks and twists in the wires used. Should there by any kink it must
be straightened to avoid crack.
3.5
Insulations must not be damaged and must be kept free from oil, grease, acid and alkali.
3.6
When cables/wires are taken through a duct in the wall proper PVC pipes or wooden channel must be
provided.
Page 82 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
3.7.1 The duct for wiring should not be closed on either side. Rodents may settle in the closed duct and damage
wiring within.
4.0.
3.7.2
As a safeguard against rodent attach, the wiring from C.B. terminal to the relay room should be taken
through a cable without removing the PVC sheath and armor, in lieu of 16/0.2 mm. PVC wires.
3.8
Terminal Blocks 6 way to RDSO design SA 23756 (Adv/Alt-3) shall be used in all installation.
3.9
Terminals are to be fixed in vertical rows. Terminals of any special design to suit installation like panel
interlocking of RRI where very large numbers of wires are involved may be used with specific approval of
CSTE Open Line.
3.10
The practice of fixing terminals on solid board shall be discontinued, for all main terminal frames in a
relay room.
Wiring Materials:
The following wiring materials shall be used, for different types of relay indicated below as stipulated in RDSO
Circular No. STS/E/ERI/SCEME dated 12.1.87. Relevant extracts are given below:
4.1
Wiring inside one rack (intra rack wiring) for shelf type and plug-in-type metal to carbon contact relay.
4.2
Wiring shall be done with PVC insulated unsheathed flame retarding type single core flexible wire
1100V grade having 16/0.2 mm dia annealed copper conductor and normal cross section area of 0.5 Sq.
mm of common colour code to specification No. IRS.S.76. For wiring of these relays the above wires
shall be terminated on eye-lets/lugs.
4.2.1
The eyelets shall be connected to the wire by hand operated crimping tool.
4.2.2
The following eyelets and crimping tools shall be used. Under no circumstances 16/0.2 mm PVC
insulated wire shall be terminated without the eye-let.
EYELETS AND CRIMPING TOOLS FOR WIRING
Sl. No.
Size of the wire
For connection OBA/ARA 6way
RDSO terminal block eyelet size.
Dowell’s catalogue No.
CRIMPING
TOOL
Dowell’s Catalogue No.
RSI Copper 7066 with insulation
RSI Copper 7066 with insulation
SYG 2216
SYG 2216
1
2.
3.
0.6 sq. mm copper
1.0 sq. mm Copper
16.0.2 mm copper
4.
10 sq. mm. Multi Strand
Aluminum
ALS 214
5.
25 sq. mm Multi Strand
Aluminum
ALS
219
Aluminum
6.
10 sq. mm. Copper Multi
Strand
CUS-9 RS
SGY 9.
Non
insulated
STY 9.
SYT 9.
Note:
1.
“For 0.6 sq. mm. Copper wire Eyelet used is of 0.75 sq. mm capacity only, since Eyelets are not available for less
than 0.75 sq. mm.
Page 83 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
2.
For connection to receptacle springs of PI-150 relay crimping tool SYF-2622 shall be used.
4.3
4.4
For terminating the 16/0.2 mm wire to the connectors of plug-in-type relay (Non-proved type) with
metal to carbon contacts, the wire head shall be first soldered, using Resin core to Specification ISI 1921
with 60% Tin and 40% lead, inserted into the connector and pressed. The wire shall again be soldered at
the connector.
Wiring from one relay rack to another relay rack(inter rack wiring) using metal to carbon contact plugin-type and self-type relays.
Multi core (or alternatively single core) unarmored Cable of 1.12 mm dia (1.OX sq. mm cross section) to
Specn. No. IRS.S-76 orIRS.S-63 shall be used for wiring. The use of intermediate wise like terminal
blocks, tag block etc. shall not be made since they lower the insulation resistance of the system.
If the use of intermediate terminal block/tag block is unavoidable, the same shall be of standard design
any type conforming to IRS.S-77/91. Spare contacts need not be wired.
4.5
Wiring of proved type(metal to metal contact) relays:
The use of intermediate distribution frame (IDF) may be continued as is the common practice.
For wiring these relays single strand tinned copper of 0.6 mm dia or 1.0 mm dia, 1100 volts grade flame
proof PVC insulated wire shall be used. Since the number of terminals are large, use of Multi core cable
(110/60/40/20 core) having 0.6 mm. Conductor PVC insulated 1100 volt grade flame proof to IRS.S-76
is recommended. Alternatively single core cable of size 0.6 mm or 1.0 mm dia to same Specn.may also
be used.
Note: Size of conductor shall be chosen based on circuit current to be carried in the conductor.
5.0
Design of Relay Rack:
5.1
Relay racks shall be of approved design. The following types of Relay Racks shall be used for new
construction works except for very large installation like RRI where specially designed racks may have to
be used which should be separately approved by CSTE/ Open Line in each case.
5.2
CSTE’s sketch No. SK/6/90 a composite relay rack for ‘Q” series plug-in-type relay to accommodate “Q”
series relays, fuses and terminals.
5.3
CSTE’s sketch No. SK/7/90 for “Q” series relays –to accommodate “Q” series relays only.
5.4
CSTE’s sketch No. SK/9/90 for K-50 relays with tag blocks and terminals
Note: The relay rack can accommodate a limited number of shelf type relays on special fixture to be
manufactured onrequisition from indent.
6.0
5.5
Charts showing position of relays on racks and contact analysis of relays indicating spare and used
contracts, pertaining to the installation shall be kept in the Cabin/Relays Room.
5.6
Drilling of holes on plug boards of plug-in-type relays to house relays of different type relays to house
relays of different type is strictly prohibited.
Essentials of wiring in relay rooms and location boxes:
Marking and Labeling:
6.1
Conductor marking and labeling shall be done by means of plastic ferrules with embossed letters.
Alternatively a chain of pre-embossed plastic ferrules can also be used.
6.2
All the cores of cable must be numbered.
Page 84 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Note:
7.0
In all future procurement, the cable description specifying numbering scheme at manufacturing stage as indicated in
IRS Specn. No. S.63/88 should be indicated.
6.3
For the existing installations, plastic make cable core markers should be used and no cable core should be
left without marking.
6.4
Letrotape used for marking terminal numbers should be secured properly with “Fevicol” or similar
adhesives.
Bunching & Lacing:
7.1
7.2
8.0
9.0
All the inter-relay wiring and inter-rack wiring shall be neatly bunched in a circular shape
Black twine or plastic strap of suitable design shall only be used for lacing of the wires. Ordinary cotton
threads or wires shall not be used for this purpose.
Earth connections:
8.1
As proper earth connection is part of signaling circuits, the following practice will be followed:
8.1.1
Earth wire shall be 25 sq. mm. Stranded copper conductors. In theft prone areas 6 SWG GI wire shall be
used (The underlying fact is that the cross section of wires not less than the size of the line wire or cable
conductor). The earth wires shall be soldered with earth electrodes and adequately secured or supported
and shall be free of spirals and kinks.
8.2
Earth wire shall also be adequately protected from mechanical injury. All connections to earth must be
well soldered.
Connections from and between secondary cells:
9.1
For inter connections between secpmdary cells, standard lead strips, supplied by the manufactures shall be
used.
9.2
Flexible multi strand copper cable PVC insulated single core of nominal cross sectional area 10 sq. mm
1100 volts grade- conforming to Specn. No. IRS.S-76 and IS-8130/1976 shall be used for wiring between
secondary cells to battery chargers/Terminals Board unless otherwise specified. The ends shall be crimped
with a copper ring conductor (eyelet) to Dowell’s Catalog No. CU3-9 (Copper) then terminated.
The following color code pf wires shall be used:
a) Between Battery Charger and
Batteries/terminal board,
b) Earthing connections
c) Ac side wiring
10.
Red for + ve
Black for –V
Gray
Blue & Yellow
The following minimum complement of tools shall be available for installing and maintenance.
i)
Stripper and cutter “EGO” type or similar suitable for wires 0.6 sq. mm to1 sq. mm. or similar.
ii)
Crimping tools to Dowell’s catalogue Nos. (a) SYE-2622 (b) SYG 2216 (c) STY 9.
iii)
Soldering iron or soldering gun of suitable Wattage of temperature control type.
iv)
v)
Socket Set-type S15M Taparia Make or similar, consisting of 19 sockets and other accessories for
maintenance of point machines.
Socket driver tester set, Taparia make or similar.
vi)
Screw driver set.
vii)
Seven pieces nut driver set pf sizes 3/16, 1/4 “, 5/16”, 11/32”, 3/8”, 7/15” and ½” CR 5, 6,7,9,10,11,12 mm
for maintenance of Block instrument.
Page 85 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Annexure – T
GUIDELINES TO THE TENDERER
1.0
Executive of works:
1.1
The contractor should ensure good workmanship by proper supervision.
1.2
The contractor should keep proper accountal of cables and other equipment/materials issued to them by the Railway at
the site of Works/Stores and actually used by them in execution, in a format to be approved by the Railway.
1.3
They should ensure proper inspection and passing of materials supplied by them to the Railway in writing before these
are used in the work & Maintain proper records.
1.4
They should keep proper accountal and proper classification of released materials to avoid its misuse and for
reconciliation.
1.5
They should take materials from Railway only through the Railway authorized staff and issues commensurate with
progress of work.
1.6
1.7
Their Labour should not work in areas where the works are being executed by Railway Labour/staff.
They should not proceed with execution of any work without proper sanctioned work order or as included in the
schedule except in special circumstances and the sanction of appropriate authority must be obtained promptly.
1.8
They should not execute partly left over work by another agency before taking final measurements of earlier contract
and getting them accepted by the Railway and them.
1.9
The contractor should not use substandard materials or not complying with specifications in the contract as they may
be rejected even at the last stage.
1.10
The contractor should execute all the items in the schedule as per sequence pointed out by the Engineer or all the items
of work simultaneously.
1.11
Materials are not to be delivered/taken from any Railway staff unless approved by the competent Railway i.e. Site
Engineer or Railway Supervisor nominated for this purpose to deliver/take from Railway stores specified in the
TENDER.
2.0
Measurements:
2.1
The contractor should insist upon recording the measurements on machine numbered measurement books (M.B.) only
before bills are submitted.
2.2
Insist upon the Site Engineer to carry out test check up the measurements by Railway officials by paying due attention
especially to the hidden measurements.
2.3
Ensure that inspection of correct dimensions of items payable by Railway on “Area Measurements” or “depth
measurements “ such as foundations, trenches etc. respectively.
2.4
Ensure test check by Railway officials up to 100% on longitudinal measurement and not les than 50% of depth
measurements in an earth work contract like cable trenches and foundation, Cable paying out etc. For terminations etc.
the details of the terminations equipment wise and rack wise as per sample format to be approved shall be kept in the
M.B. firm should not present the Railway any bill without detailed measurements on M.B.
2.5
Insist for long leads with physical verification by Railway officials and submit a lead diagram for this purpose.
2.6
Insist the test check certificates by Railway officer/officials with putting date and along with initials against individual
unidentifiable items of works.
Insist the recoveries on account of use of departmental machinery of Railway not to be accumulated up to the final
bill.
2.7
Page 86 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
ANNEXURE - U
GENERAL SPECIFICATIONS AND RAILWAY’S REQUIREMENTS
1.
SCOPE OF WORK :
The scope of work has been details in item no. 2.1 of para 2 of Special conditions of contract.
The tender calls for –
Supply of all equipment as per rate schedule at Annexure-‘Z’.
Shifting, positioning and installation of all equipment as per rate schedule at Annexure – ‘Z’.
Installation, testing and commissioning of entire system pertaining to indoor & outdoor.
2.
PRESENT CONDITION OF SITE:
Lever frames are existing at Krishna Shila, Annapara & Khuldil Road stations. One additional Block Station
between Singrauli – Karaila Road Stations has to come up in Dhanbad Division of East Central Railway.
3
Railway’s obligation under this contract :
3.1
Accommodation to house all equipment in the Cabin.
3.2
A.T. Power supplies (Single Phase).
4
TIME SCHEDULE
As per Special Condition of Contract Para 2.18 as per mentioned.
5.
INSTRUCTION BOOKS
5.1.
The purpose and scope of the Instruction Books shall be for the guidance of the personnel who shall install,
commission, operate and maintain the equipment. The Book shall be in English language.
5.2
The information contained in the Instruction Books shall be such as to convey a through understanding of the
operation of the equipment so that in proper functioning may be readily detected and corrected.
5.3
The Instruction Book shall enlist all the safety precautions to be taken by the personnel employed in the
installation or the maintenance of the equipment.
5.4
Part List and Typical test data shall be included in the Instruction Books.
5.5
In addition to the schematic diagram of complete equipment and detailed description with circuit diagram of the
subassemblies of various stages, a complete detailed circuit diagram of the equipment with appropriate markings
for the block containing such circuits in the equipment shall also be furnished in the instruction books. Such
detailed circuit diagram shall contained the voltages and levels at various points.
5.6.1
Maintenance procedure, troubleshooting details giving symptoms and remedies shall be included in the
Instruction Books.
5.6.2
Detailed Installation procedures, Drawings, Spelling Out of correct type of equipments, connections etc. shall
be included in the Instruction Books.
5.6.3
Testing and measurement procedures and the parameters to be measured, monitored shall be included.
5.6.4
The maintenance Instruction Books shall give detailed information of the circuits, its functions, normal values of
current, voltages etc. Detailed method for diagnostics and localizing of faults shall be given.
Page 87 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
5.6.5
The manufacturer shall furnish full details of all ‘ON LINE’ and ‘OFF LINE’ tests to be performed on the
systems. The recommended periodicity of such tests shall also be indicated.
5.6.6
The contractor shall supply six complete sets of Instruction Books of each type of the equipment to the Railways.
5.6.7
The Instruction Books shall give all the ‘DO’s’ and ‘DONTS’ boldly so that the personnel without much of
knowledge of the theory and design can prevent failures and also locate the faulty stages.
6.0
PACKAGING
6.1
The packing shall be able to withstand the tropical conditions fully and give adequate protection to the equipment
during transit and pre installation storage.
6.2
The packing shall be strong and durable so as to able to withstand handling and transportationwithout damage to
the equipment.
6.3
If necessary, the packing shall have anti shock suspension devices to enable the equipment to withstand damage,
shocks experienced during handling and transportation.
6.4
The packing material shall be static to prevent any build-up of electro static potential due to any reason whatso
ever.
Page 88 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Annexure-V
FORMAT OF
MEMORANDUM OF UNDERSTANDING
FOR
JOINT VENTURE AGREEMENT
This Memorandum of understanding is made at (name of place) on this day of ________between/among.
(i) M/s.( Name of company)
a company registered under the companies Act
1956 having its registered office at
represented through its Authorized
Managing Director/Director/managers of the company Sri________________________
(here in after referred to as
which expression shall unless repugnant to the context thereof includes its
successors) of the FIRST PART
OR
(i) M/s.( Name of Partnership firm), a Partnership firm registered under the Indian Partnership Act.1932,
having its registered office at _______________ represented through its one of the Authorized partner Shri
_________________________(hereinafter referred to as _____________________________ which expression shall unless
repugnant to the context thereof includes its successors) of the FIRST PART.
OR
(i) M/s. (name of proprietorship firm)having it registered office at represented through its proprietor
Sri_____________________________________ (hereinafter referred to as____________________ which
expression shall unless repugnant of the context thereof includes its successors) of the FIRST PART.
AND
(ii)
M/s.( Name of Company) _____________________ a company registered under the companies Act 1956 having
its registered office at _______________ represented through its Authorized Managing Director/Director/Managers of
the company Sri_________________ (hereinafter referred to as _________ which expression shall unless repugnant to
the context thereof includes its successors) of the SECOND PART.
OR
(ii)
M/s. (name of partnership firm), a partnership firm registered under the Indian Partnership Act.1932, having its
registered office at _______________ represented through its one of the Authorized partner Shri
_________________________(hereinafter referred to as _____________________________ which expression
shall unless repugnant to the context thereof includes its successors) of the SECOND PART.
OR
(ii)
M/s. (name of proprietorship firm) having it registered office at represented through its proprietor
Sri________________ (hereinafter referred to its _______________________ which expression shall unless
repugnant of the context thereof includes its successors) of the SECOND PART.
AND
(iii)
M/s. (Name of Company) _____________________ a company registered under the companies Act 1956 having
its registered office at _______________ represented through its Authorized Managing Director/Director/Managers
of the company Sri_________________ (hereinafter referred to as _________ which expression shall unless
repugnant to the context thereof includes its successors) of the THIRD PART.
OR
(iii) M/s. (name of partnership firm), a ship firm registered under the Indian Partnership Act.1932, having its registered
office at _______________ represented through its one of the Authorized partner Shri
Page 89 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
_________________________(hereinafter referred to as _____________________________ which expression
shall unless repugnant to the context thereof includes its successors) of the THIRD PART.
OR
(iii) M/s. (name of proprietorship firm), having its registered office at _______________
represented through its proprietor Sri _______________________ (hereinafter referred to as _____________ which
expression shall unless repugnant of the context thereof includes its successors) of the THIRD PART.
Whereas East Central Railway has invited Tender No _______________________ hereinafter referred to as the ECR
Tender for the work of ______________ hereinafter referred to as the said work.
Whereas, the member of the first part i.e. M/s._____________________ (details to be supplied of the expertise in their field)
Whereas, the member of the second part i.e. M/s._____________________ (details to be supplied of the expertise in their field)
Whereas, the member of the third part i.e. M/s._____________________ (details to be supplied of the expertise in their field)
AND whereas member to this MOU have agreed to co-operate with each other to associate jointly and to form a joint venture
firm to participate in the Tender No__________ dtd. E.C. Railway.
Now, therefore, in consideration of the premises and mutual premises and of the undertaking contained herein the constituent
members are hereby agreed as follows1. The purpose of MOU:M/s. _____________ and ___________ agree to co-operate with each other for the purpose of joint participation in Tender No.
________ dtd. ____________ of E. C. Rly and in the event, the contract is awarded to jointly execute the contract. The broad
interfaces and scope of work of each party is set forth below________________________________________________
________________________________________________
2. The name of the Joint Venture Firm shall be_
3. The constituent members, hereto; represent that they are in possessed of all approvals and valid authorization for the purpose
of execution of this MOU
4.That each of the members of the JV, agrees and undertake to place at the disposal of the JV, benefits of its individual
experience, technical knowledge and skill and shall in all respects bear its share of the responsibility, including the provision of
information advice and other assistance required in connection with the works. The share and its participation of the partners in
the JV shall broadly be follows/
M/s._________________________________________________%
M/s_________________________________________________%
M/s_________________________________________________%
5. Lead Member:
In respect of tender No.__________ dtd. ____ of E.C. Railway M/s._____________________________ shall be a lead member
who has a majority (at least 51%) share of interest in the JV firm.
6.The constituent members to this MOU undertake;
a) That after submission of the tender, the MOU shall not be modified/altered/terminated during the validity of the tender
except when modification becomes inevitable due to succession laws etc. but in no case the minimum eligibility criteria
would be vitiated. The member to this MOU further agree that the Lead member will continue to be the Lead Member of
the JV firm.
Page 90 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
b) That after the contract is awarded the constitution of the JV firm shall not be altered during the currency of contract
except when modification becomes inevitable due to succession Law etc. but in no case the minimum eligibility criteria
should be vitiated.
c) No any member of J.V firm shall participate in this tender either in individual capacity or as a member, of another JV
Firm.
7. Joint and several liabilities:
In respect of tender no.dtd.
of E.C. Railway, all terms shall be complied by constituent members on back to back
basis as per specifications of the Tender no….. dt……. of E.C. Rly or any other mutually agreed terms with the E.C. Railway.
The members hereto shall, if awarded the contract for the project for which the joint venture is formed be jointly and severally
liable to the Indian Railways for execution of the project in accordance with the contract. The members hereto also undertake to
be liable jointly and severally for the loss damages caused to the Indian Railways in course of execution or due to non-execution
of the contract or part thereof or arising out of the contract.
8. Authorized member:
Shri___________________________________ shall be authorized member on behalf of the joint venture to deal with tender to
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 tender no
dtd.
of E.C.Rly. All
notices/correspondence with respect to this contract shall be sent only to this authorized member of the JV Firm on the address
stated herein belowM/s.
Such communications or notice shall be deemed to have been duly served/given to all constituent members/JV firm when so
delivered/received.
9. The constituent members agree that with respect of tender no
dtd.
of E.C.
Rly neither members, nor any subsidiary company of either member nor any joint venture company or any other entity, in which
the member/members or are in any way interested, shall compete together with or through any third party nor shall the members
advise consult for engage in or otherwise assist in any way any person or entity or any affiliate thereof in respect of any order or
contracts related to tender no
dtd.
E.C. Rly.
10. Responsibility
Each member shall assume and accept full responsibility for its scope of work and the obligations imposed in the contract and in
this MOU as it was with regard to its scope of work an independent partner contracting individually with the E. C. Railway. In
the event of any defect and damage or any claim arising from the E. C. Railway under the contract or any third party in relation to
or as a consequence of any failure to meet the performance specification the Party, within whose scope of work the claim arises
shall be entirely responsible for the claim and shall indemnify and hold harmless the other party from any liability, demand claim
burden cost expense attorney’s fees and costs arising from thereof.
11. Assignability:
No member to the joint venture has 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 E.C. Railway.
12. Machinery, Instrument, Labours Force etc.
The members hereto undertake that whatever the machinery measurement, labours force (including unskilled skilled,
inspectors, Engineer etc) they possess at the time of entering into joint venture agreement or which subsequently shall come in
their possession the member/members having the control over the said machinery, instrument, labour force etc will have no
objection when these are utilized by the JV firm for the purpose of execution of the contract without any hindrance and
obstacle.
Page 91 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
13. Duration of MOU:
It shall be valid during entire currency of contract including the period of extension, if any and also till the maintenance period
is over or till all the contractual liabilities including warranty/guarantee obligations are discharged completely.
14. Applicable Law:
This MOU and any arrangement/agreements regarding the performance shall be construed and interpreted in accordance with
and government by the law of India and shall be subject to the exclusive jurisdiction of the courts at PATNA.
15. Settlement of Disputes:
In the even of disputes arising from this MOU the constituent members to the MOU undertakes to endeavor to settle the said
disputes amongst them amicably. However, if the members fail to resolve the disputes amongst them amicably, the said
disputes arising out of or in connection with the present MOU shall be resolved through Arbitration as per the provisions
enshrined under the Arbitration and Conciliation Act. 1996 or/and amendments thereof.
16. Each member shall have full and sole responsibility to bear the expense of and effect the payment of any taxes duties
special in urance fees of assessment of any nature whatsoever (including personal income taxes level or imposed on any of its
employees or personnel or any of its sub- contractors’s employees or personnel).
17. The members to this MOU declares and certifies that they have not been black listed or debarred by Railways or any other
Ministry/Department of the Government of India/State Govt. from participation in tenders/contract in the past either in their
individual capacity or the JV firm or partnership firm in which they were member/partners.
In witness whereof, the constituent members have caused this MOU to be executed by their respective authorized
representatives on the date and year mentioned here in above.
Signature
Shri_________________of
Signature
Signature
Shri_________________ of
Shri_____________ of
M/s._________________ M/s. _________________
Witness:
1) Signature
1) Signature
1) Signature
Name
Name
Name
Address
M/s. ____________________
Address
Address
2) Signature
2) Signature
2) Signature
Name
Name
Name
Address
Address
Address
Note: (The Performa is not exhaustive and can be changed/amended in the discretion
of the Railway).
Page 92 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Annexure-W
Format of Memorandum of Understanding
The Memorandum of understanding (“MOU”) dated____ day of______, 20__ (the
“effective date”) is entered into by and between
___________________________ (Firm’s Name) represented by its _____________
(designation), ___________________________ (Name), S/o _______________________
(Father’s Name), having its office at _______________________________________________
(office address), herein after referred as (“FIRM”) and
_______________________________________
(OEM’s
Name)
represented
by
its
____________________ (designation), ____________________________, (Name), __________
_______________________________________________ (office Address), May also herein after
be referred as the “OEM” or collectively as “OEMs”
WITNESSETH:
Whereas East Central Railway (Herein referred to as PURCHASER) has tendered for
_____________________________________________________________________________________
_____________________________________________________________________________________
__________________________________________________________________________________
(Name of work) (Herein after referred to as PROJECT) for which the PURCHASER has
issued a open tender no. ______________________________
AND
Whereas FIRM has approached OEM to be its sub-contractor as per term defined as
under for the PROJECT.
i)
OEM, a RDSO approved Original Equipment Manufacturer of Electronic
Interlocking System, shall supply to FIRM, Electronic Interlocking System
with associated materials, Spares etc. ( here after collectively called the
PRODUCT) as per the PROJECT requirement and FIRM shall be the bidder
for the PROJECT.
ii)
OEM hereby undertake to supply the PRODUCT to the FIRM as per RDSO
Specification No. RDSO/SPN/192/2005 with latest amendment and
extend full technical collaboration in installation, commissioning, post
commissioning maintenance during the warranty period, impart training
to PURCHASER staff as per requirement set out in the PROJECT and
ensure supply for 8 years or life cycle period whichever occurs later of
equipment for EI to the PURCHASER.
iii)
OEM hereby undertake to give a clear notice of at least two years to the
PURCHASER before they stop the manufacturing of the system to enable
the PURCHASER to stock enough spares.
Page 93 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
1.
iv)
That in the event of award of PROJECT, OEM shall be liable to FIRM for
the execution of the contract in accordance with terms of the PROJECT
and the maintenance and repair support.
v)
Both FIRM and OEM agree to make use of information and documents
received from each other solely for the purpose for which the said
information and documents have been received from the PURCHASE.
During the term of this MOU and thereafter, OEM and FIRM agree to keep
confidential all the technical, commercial and any other information on
and documents received from each other, unless otherwise determined in
this MOU and to take all necessary care to prevent PURCHASER from
obtaining knowledge of making use in any way whatsoever of such
instruction and documents
Relationship:
Except for compensation which may be paid to the OEMs pursuant to any contracts
and sub-contracts on the Projects, each OEMS shall bear all of its own expenses
incurrent in connection with this MOU.
2.
Negation of the formation of a business organization:
This MOU shall not constitute, create, or in any way be interpreted to create a Joint
venture, Partnership or formal business organization of any kind between FIRM and
OEM.
3.
Termination:
This MOU is effective on the effective date and is valid till (a) the validity of offer to
EAST CENTRAL RAILWAY for the PROJECT including any extension in validity given
by FIRM and/or (b) the validity of contract if awarded to FIRM against the PROJECT.
Additionally, this MOU will terminate upon the first to occur of the (a) Notice by the
PURCHASER that the proposals have not been accepted (b) Completion of the
Agreement between OEMs and PURCHASER.
4.
Governing Law / Arbitration:
All aspects of this MOU and the obligations arising hereunder will be governed in
accordance with the law of the state of Bihar, India; except that Bihar state conflict of
law rules will not apply if the result would be the application of the laws of another
jurisdiction. Any dispute, controversies and differences which may arise between the
OEMs in relation to or in connection with this MOU or for breach thereof shall be
settled by or through negotiations. If the OEMs fail to settle mutually, it shall be
referred to an arbitrator appointed by an independent body mutually agreeable to the
OEMs to settle the arbitration in accordance with the Indian arbitration and
Page 94 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
conciliation ACT 1996. The award rendered by the arbitrator shall be final and binding
upon the OEMs. Such arbitrator shall apply the laws of the state of Bihar, India;
Jurisdiction of arbitration will be in the state of Bihar, Patna.
5.
Entire Agreement:
This MOU is the only agreement between the OEMs relative to the PROJECT and the
exchange of proprietary information concerning the PROJECT. This agreement
supersedes any prior contemporaneous written or oral agreements thereon and may
not be amended or modified except by subsequent agreement in writing by duly
authorizing officers or representatives of the OEMs.
IN WITNESS WHERE OF FIRM and OEM signed the “Memorandum Of Understanding”
on this ______th Day of ______(Month), _____ (Year).
Signature of FIRM
Signature of OEM
Name:
Title:
Seal
Name:
Title
Seal
Witness:
1.
Address:
2.
Address:
Note:
(a)
(b)
(c)
(d)
MOU
MOU
MOU
MOU
shall be executed on Rs. 100/- Non Judicial stamp Paper.
signing Authorisation document shall be submitted.
shall be submitted in original.
shall be duly attested by Notary Public
Page 95 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Annexure-Y Schedule-D
East Central Railway
(Signal & Telecom Works Department)
Tender No.
______________________________________________
Name of work
______________________________________________
______________________________________________
______________________________________________
SCHEDULE – ‘D’
I/We offer general rebate of _________% (in figures) ____________%(In Words) as lump sump rebate on items of all
schedules.
NOTES: (1) If any tenderer wishes to give any rebate on the rates quoted by him, the same can be filled by him in this schedule.
(2) It is to be noted that such rebate if offered, shall apply on the rates quoted for all the items in all the other schedules of
the tender documents. Such rebate shall be totally unconditional.
(3) In case a tenderer does not wish to give any rebate, he should write ‘NIL’ in this schedule. In case nothing has been
filled in by the tenderer in this schedule, it will be treated as ‘Nil’ and shall be so recorded in the blanks above at the
time of opening of the tender by the tenderer by the officials opening the tenders.
(4) If any tenderer gives any type of conditional rebate, such rebate shall not be considered for evaluation of the tenderer.
Witness
Signature of Tenderer(s)
Date……………………..
1.
2.
Stamp:
Page 96 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
SUMMARY SHEET
Tender No.- S&T/C/112
Name of work:- Design, manufacture, supply, installation, testing and commissioning of Solid State
Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah
Stations in Dhanbad Division of E. C. Railway, (Indoor works)
S.
No.
Description
Assessed
Amount (Rs)
Quoted Percentage (%
Above/Below on Assessed Amount)
% in Figure
1
Schedule - A
(Execution of SSI work)
2
Schedule - B
( Supply of SSI Eqpt)
5,40,54,345.42
TOTAL of Schedule A & Schedule-B
5,62,76,460.38
% in Figure
22,22,114.96
Note – The tenderer should quote % above or % below the assessed amount in both figure as well
as words.
Signature of Tenderer(s)
Date:
Stamp:
Page 97 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Tender No.- S&T/C/112
Name of work: Design, manufacture, supply, installation, testing and commissioning of Solid State
Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah
Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Schedule - A ( Execution of SSI work )
S.
no.
1
2
3
4
5
i)
Description of the Work
Installation, testing and commissioning of SSI
equipment’s supplied as per items no. 1 of ScheduleB, as per Technical Specifications.
Maintenance and supervision of SSI equipment’s for
one year as per details given in Special Conditions of
Contract.
Earthing of SSI equipment’s, relay racks, power
equipment’s etc. to be done along with the supply of
all requisite stores as per latest Guidelines of RDSO
& Railway Board. All the stores required for earthing
are to be supplied by the contractor.
Training on EI system for Technician, Supervisors &
Officers.
Optional
Annual maintenance and supervision charges of
SSI for additional period beyond one year for
SSI installed at four stations. *
Unit
Total
Qty
Rate
Stn
2
5,89,343.26
11,78,686.52
Stn
2
2,99,242.86
5,98,485.72
Stn
2
1,45,699.88
2,91,399.76
Man
month.
2
76,771.48
1,53,542.96
Per
SSI
Year
0
1,14,240.85
Amount
0.00
# Note: A separate maintenance contract, at
mutually agreed terms & conditions, shall be
finalized at the quoted rate later on.
22,22,114.96
Total of Schedule - A for Execution of SSI work
Signature of Tenderer(s)
Date:
Stamp:
Page 98 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Tender No.- S&T/C/112
Name of work: Design, manufacture, supply, installation, testing and commissioning of Solid State
Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah
Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Schedule-B (Supply of SSI Equipment)
S.
no.
1
Description of the Work
Unit
Qty
System
System
1
1
Rate
Amount
Design, manufacture and supply of Electronic
Interlocking (Solid State Interlocking) (Hot Standby
configuration) system conforming to RDSO
Specification No. RDSO/SPN/192/2005 with latest
amendment and directive issued by Railway Board
and RDSO as applicable on the date of
supply/Installation complete as per special condition
of contract and technical specifications enclosed.
(Insp - RDSO)
The work consists of following(a) Microprocessor equipment’s
(b) Interface equipment’s
(c) PC based Operator's console with 42" VDU or
higher as per yard requirement with one complete
stand by set, Embedded Industrial Grade fan less PCs
should be of rugged and reliable type like MOXA
series V 2406, Kontron MPCX28R, MEN BC50M or
similar.
(d) PC based Maintenance console with 42" VDU,
Embedded Industrial Grade fan less PCs should be of
rugged and reliable type like MOXA series V 2406,
Kontron MPCX28R, MEN BC50M or similar.
(e) Racks, Relays, Interlocking cables, Rack fixture
mounting arrangements and accessories
(f)Accessories necessary to make the system
functional for stations listed above.
(g) The list of various modules, equipment’s,
subassemblies and other stores, if any, with rate,
quantity and the total cost should be detailed herewith
by the tenderer in a separate manner in a separate
annexure and enclosed by tenderer along with the
offer.
(h) Supply of Documents as per Tech. Spec - Six set
per station.
I) Chandrapura
II)Bhandaridah
Page 99 of 104
2,92,55,126.71
1,90,66,460.71
2,92,55,126.71
1,90,66,460.71
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
S.
no.
2
3
4
Description of the Work
Unit
Qty
Rate
Amount
Set
Set
1
1
Set
2
82,000.00
1,64,000.00
Stn
2
65,000.00
1,30,000.00
Supply of essential spares. (Item wise details of
spares to be supplied with unit, rate, quantity and brief
description of their function should be listed by the
tenderer in a separate annexure and enclosed by
tenderer alongwith the offer)
(Insp - RDSO)
I) Chandrapura
II)Bhandaridah
Supply of Tool kits and measuring instruments for
testing, maintenance and repair at site.
Inspection - Consignee. Note Tool Kit should contain
crimping, insertion tool, removal tool, digital
multimeter (flulk - 187), general purpose tool set etc.
Supply of completion documents/drawings (six sets
for each station) as per special conditions of contract.
31,89,246.00
22,49,512.00
Total of Schedule B for supply of SSI equipment
Signature of Tenderer(s)
Date:
Stamp:
Page 100 of 104
31,89,246.00
22,49,512.00
5,40,54,345.42
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Page 101 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Page 102 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Page 103 of 104
TENDER No. - S&T/C/112
Name of work:
Design, manufacture, supply, installation, testing and commissioning of Solid State Interlocking (Electronic Interlocking) System conforming to RDSO Specification No.
RDSO/SPN/192/2005 with latest amendments at 02 stations, viz. Chandrapura & Bhandaridah Stations in Dhanbad Division of E. C. Railway, (Indoor works)
Page 104 of 104
Download