Tender No.B/E.29/TrD/Tenders/20(2015-16)

I N D E X

Sl.
No. / DESCRIPTION / PAGES
INDEX / 1
I) / TENDER NOTICE / 2
II) / TENDER DETAILS / 3
III) / TENDER FORM (First Sheet) / 4
IV) / OFFER LETTER / 5
V) / PREAMBLE / 6-12
VI) / INSTRUCTION TO TENDERERS AND CONDITIONS OF TENDERING / 13-14
VII) / SCOPE OF WORK AND SPECIAL CONDITIONS OF CONTRACT / 15-28
VIII) / FOUNDATIONS / 29-31
IX) / EXPLANATORY NOTES TO ITEMS OF WORK GIVEN IN THE PRICE SCHEDULE / 32-42
X) / GENERAL CONDITIONS OF CONTRACT / 43
XI) / SCHEDULE OF PRICES / 44-48
XII) / ANNEXURES & FORMS / 49-65

FOR PUBLICATION ON OR BEFORE 24.09.2015

भारतसरकार/GOVERNMENT OF INDIA, रेलमंत्रालय/MINISTRY OF RAILWAYS

दक्षिणमध्यरेलवे/SOUTH CENTRAL RAILWAY, विजयवाडामंडल/VIJAYAWADA DIVISION

मंडलकार्यालय/Divisional Office, विध्युतविभाग/Electrical branch

कर्षणवितरण/Traction Distribution, विजयवाडा/Vijayawada

Open Tender Notice No. B/E.29/TrD/Tender/20 (2015-16) dt. 15.09.2015

Sealed tenders are invited by the undersigned for the following works

Sl.
No / Tender No. / Description of Works / Comp-
letion
period / Approx. Value (`) / E.M.D
(`) / Cost of Tender form (`.)
1 / B/E.29/TrD/ Tender/20
(15-16) / Provision of modified protection scheme to avoid main line interruption in case of fault in ELS, BZA yard, TEL, KCC etc., Vijayawada Division / 120 days / 1,29,67,261 / 2,59,350 / (i)5,700 (in person)
(ii)6,200 (by post)
Last date for issue of tender forms by post / 01.10.2015
Last date for issue of tender forms in person / 23.10.2015 upto 17-00 hrs
Date and time for submission of tenders / 26.10.2015 upto 15-00 hrs
Date and time for opening of tenders / 26.10.2015 at 15-30 hrs

NB: If the date of opening day happens to be holiday, the tender will be opened on next working day

FOR DETAILED CONDITIONS “Visit our site at www. scr.indianrailways. gov.in”

Copy forwarded to:

CEE/SC,SDGM/SC,CEDE/SC,FA&CAO/SC,FA&CAO/C/SC,CAO/CN/SC for kind inf., CPRO/SC for publication in daily News papers on or before 24.09.2015 with foot note "Visit our site at “www. scr.indianrailways.gov.in ", with 6 copies of Tender Notice. CITIES ADVERTISEMENT TO BE PUBLISHED : SECUNDERABAD, HYDERABAD, VIJAYAWADA, GUNTUR, VISAKHAPATNAM, CHENNAI & BANGALORE

Certified that the above works have been placed on web site.

The advertisement bills are chargeable to the following work:

Provision of modified protection scheme to avoid main line interruption in case of fault in ELS, BZA yard, TEL, KCC etc., Vijayawada Division

a. Allocation : 43-3771-03 b. A/c.Unit : Sr.DFM/BZA

c. Sanction Ref : Sr.DEE/TrD/BZA sanc. No. B/E.252/TrD/PWP/Est.08(2015-16) dt.10.09.2015

व.मं.वि.अ./क.वि./विजयवाडा

Sr.DEE/TrD/BZA

C/- Sr.DFM/BZA for information. He will please depute his representative to attend to

the tender opening on 26.10.2015 at 15.30 hrs. in the office of Sr.DEE/TrD/BZA.

C/- ADEE/TrD/BPP for information. He is advised to witness the tender opening on

26.10.2015 at 15.30 hrs. in the office of Sr.DEE/TrD/BZA.

C/- Sr.DEE/M/BZA, GNT, GTL, SC, HYB, Dy.CEE(S)/LGD, DEE/M/NED, Dy.CEE/W/SC,

Sr.DEE/TrD/SC, TR/GTL, Dy.CEE/TrD/CN/SC, Sr.AFA/CN/BZA for inf., with a copy of

Tender Notice to arrange for display on Notice Boards.

C/- The Divisional Cashier (Pay), S.C.Railway, Vijayawada for inf.,

II. TENDER DETAILS

Sl.No / Details / Description
1 / Name of the work / Provision of Modified protection scheme to avoid main line interruption in case of fault in ELS, BZA yard, TEL, KCC etc. in Vijayawada Division.
2 / Sanction Reference / B/E.252/TrD/PWP/Est.08(2015-16)
Dt.10-09-2015.
3 / Allocation / (DF-3)43-3771-03
4 / Tender Number / B/E.29/TrD/Tender/20(2015-16) dt.15.9.2015
5 / Approximate cost / Rs.1,29,67,261/-
Approximate cost of the tender arrived by addition of at "Par" value of SOR items and Non-SOR items enhanced with the certain estimated percentages in the estimate.
6 / Cost of tender documents / In person= Rs. 5,000+ Rs. 700/- (ServiceTax)
=Rs.5,700/-
By post= Rs. 5000+ Rs. 700/-(Service Tax)
+ Rs. 500/-(Postal charges)
=Rs.6,200/-
7 / Earnest money / Rs. 2,59,350/-
8 / Last date and time for issue of tender documents / Up to 17.00 hrs. on (in person) dt.23.10.2015
(By post) dt.01.10.2015
9 / Last date and time for receipt of tender documents / Up to 15.00 hrs. on 26.10.2015
10 / Date and time for opening of tender / At 15.30 hrs. on 26.10.2015
11 / Place of opening of tender / Office of the Divisional Railway Manager, Traction Distribution, S.C. Railway, Vijayawada.
12 / Period of completion / 120(One hundred and twenty) days from the date of issue of letter of acceptance

TENDER DOCUMENTS SOLD TO

Divisional Railway Manager

Traction Distribution

S.C.Railway-Vijayawada

III)TENDER FORM (First Sheet)

Annexure – I

______RAILWAY

TENDER FORM (First Sheet)

Tender No. ______

Name of Work ______

To

The President of India

Acting through the ______

______Railway

I/We ______have read the various conditions to tender attached hereto and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of ______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 for ______Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within ______months from the date of issue of letter of acceptance of the tender.

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

3.A sum of Rs. ______is herewith forwarded as Earnest Money. Full value of the earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our tender is accepted and if:

(a)I/We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready; and

(b)I/We do not commence the work within fifteen days after receipt of orders to that effect.

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

______

Signature of Witnesses:

Signature of Tenderer(s)

(1)______

(2)______ Date ______

Address of the Tenderer(s)

IV) Offer Letter

From : ———————------

------

------

To,

The President of India,

Acting through the Divisional Railway Manager, or his successor,

Office of the Senior Divisional Electrical Engineer

Traction Distribution, South Central Railway

Vijayawada-520 001

Dear Sir,

Sub: Tender for “Provision of Modified protection scheme to avoid main line interruption in case of fault in ELS, BZA yard, TEL, KCC etc. in Vijayawada Division”.

0-0-0

1. I/We, the undersigned hereby offer to execute the works relating to Provision of Modified protection scheme to avoid main line interruption in case of fault in ELS, BZA yard, TEL, KCC etc. in Vijayawada Division.and in strict compliance with the provisions detailed in the Tender papers appended hereto including Instructions to Tenderers and conditions of Tendering, Conditions of contract as included herein and as modified by this Tender at such rates as are specified in schedule and of this Tender enclosed within a sealed cover.

2 I/we agree that this/these tender’s shall not be restricted or withdrawn and shall remain open for acceptance for and during the period of 90 days from the date fixed for opening the same subject to the stipulation mentioned in relevant clause of preamble.

3. I/we fully understand the terms, conditions and other provisions as contained in the Tender papers and I/we agree that same shall apply to my/our Tender/s as modified by my/our Tender/s and I/we shall be bound by them.

4 I/we have deposited with the Divisional Cashier (Pay), South Central Railway, Vijayawada the required Earnest money of Rupees **______in respect of this/these Tender/s for which Receipt No.______Date ______has been granted. The full value of Earnest money shall stand forfeited without prejudice to other rights and remedies if :

(a) I/we do not execute the contract documents within 21 days of receipt of notice by the Railways that such documents are ready or

(b) I/we do not commence work within 10 days of receipt of the instructions to that effect.

5. I/we have no retired engineer or retired gazetted officer of the Engineering Departments of any of the Railways owned and administered by the President of India.

OR

The list of retired engineers or retired gazetted officers, who are associated with me/us, is included as an enclosure to this offer letter.

Yours Faithfully,

Seal of the Tenderer

Signature/s of the Tenderer

Place:

Date:

Witnessed by: 1. Signature :

Name in Block Letters:

Address:

2. Signature:

Name in Block Letters :

Address:

IV) PREAMBLE

1.0SCOPE OF WORK:-Provision of Modified protection scheme to avoid main line interruption in case of fault in ELS, BZA yard, TEL, KCC etc. in Vijayawada Division.

2.0 EARNEST MONEY:

2.1 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 @ 2% of the Estimated Tender Value costing upto Rs. 1 Crore and for works estimated to cost more than Rs. 1 Crore the earnest money shall be Rs. 2 lakhs plus 1/2 % (half percent) of the excess of estimated cost of work beyond Rs. 1 Crore subject to a maximum of Rs. 1 Crore.

The EMD worked out to Rs.2,59,350/-as indicated in the Tender Notice.

b) It shall be understood that the tender documents 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 resile from his offer or modify 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 EMD amount shall be liable to be forfeited to the Railway.

c) If his tender is accepted, this earnest money will be retained as part of security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General conditions of contract. 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.

2.2 The Earnest Money should be in Cash or in any of the following forms:-

(i) Deposit Receipts/Pay Orders/Demand Drafts issued by any Nationalized Banks in favour of Senior Divisional Finance Manager/ S.C.Railway/ Vijayawada. No confirmatory advice from the Reserve Bank of India will be necessary.

(ii) Deposit receipts executed by the Scheduled Banks (Other than State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railway will not, however, accept deposit receipt without getting in writing the concurrence of the Reserve Bank of India.

(iii) Tenders without such EMD shall be summarily rejected.

3.0SECURITY DEPOSIT:

The scale of security deposit that would be recovered from the contractor shall be as follows as per the extent instructions of the Railway Board vide lr.No.2003/CE-1/CT/4/PT-1 dt.12.5.2006.:

a) Security deposit for each work shall be 5% of the contract value,

b) The rate of recovery shall be at the rate of 10% of the bill amount till the full security deposit is recovered,

c) Security deposits will be recovered only from the running bills of the contract and no other mode of collecting Security Deposit such as Security Deposit in the form of instruments like Bank Guarantee, Fixed Deposit etc., shall be accepted towards Security deposit.

The security deposit shall be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’.

After the work is physically completed, security deposit recovered from the running bills of a contractor can be returned to him if he so desires, in lieu of FDR/irrevocable bank guarantee for equivalent amount to be submitted by him.

In case of contracts of value Rs.50 crores and above, irrevocable bank Guarantee can also be accepted as a mode of obtaining security deposit.

4.0 PERFORMANCE GUARANTEE (P.G.):

(a) The successful bidder shall submit a Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:

(i) A deposit of Cash,

(ii) Irrevocable Bank Guarantee,

(iii) Government Securities including State Loan Bonds at 5% below the market value,

(iv)Deposit receipts, Pay orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;

(vi) A Deposit in the Post Office Saving Bank;

(vii) A Deposit in the National Savings Certificates;

(viii) Twelve years National Defence Certificates;

(ix) Ten years Defence Deposits;

(x) National Defence Bonds; and

(xi) Unit Trust Certificates at 5% below market value or at the face value which is less.

Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.

NOTE:

1)The instruments as listed above will also be acceptable for guarantee in case of Mobilization Advance.

2)The contractor shall arrange that the Bank Guarantee (BG) to be submitted by them should be sent to the concerned Authority of Railways i.e., Senior Divisional Electrical Engineer, Electrical Traction Distribution, S.C. Railway, Vijayawada directly by the issuing Bank under Registered Post AD.

3)In exceptional cases, where the BGs are submitted by the contractor himself, the issuing branch should be send immediately by Registered Post AD an unstamped duplicate copy of the Bank Guarantee directly to the Railways with a covering letter to compare with the original BGs and to confirm that it is in order.

4)Sending of BGs/confirmation of BGs will also be accepted through “Speed post” and “Courier service” in addition to Registered Post AD.

(b) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from 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 the 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.

(c) 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 Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

(d) The value of P.G. to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increase 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 submitted by the contractor.

(e) The Performance Guarantee (PG) shall be released after physical completion of the work based on the ‘Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit 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.

(f) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/ partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and / or without prejudice to any other provisions in the contract agreement) in the event of:

(i)Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

(ii)Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / Conditions of the agreement, within 30 days of the services 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.

5.0 PERIOD OF COMPLETION:

5.1 The contractor shall commence the work immediately from the date of issue of letter of acceptance of tender and shall complete the work in all respects within "One hundred and twenty(120) DAYS" from the date of issue of letter of acceptance.

5.2 The Railway attaches utmost importance to the timely completion of the work on or before the date contracted for. In this connection, the attention of the contractor is specially invited to the clauses regarding 'Liquidated damages' and termination of contract owing to default of contractor provided for in General conditions of contract.

6.0 ELIGIBILITY CRITERIA :

6.1 A)The tenderer should have valid Electrical Contractors License Grade "A" upto 33KV issued by Govt. Electrical License Board (OR) the site Supervisor should possess necessary "A" Grade License issued by a Government Licensing Authority to carryout works of appropriate voltage. The license should have been issued on a date prior to date of tender opening.

A copy of valid license shall be submitted with the offer. Offer without valid license shall be summarily rejected.

6.1 B) For works whose advertised Tender value is costing above Rs.50 Lakhs

For Tenders of value more than Rs.10 Crore, JV Firm is eligible for the tender subject to fulfillment of Technical and Financial eligibility as per clause 65 of GCC.

6.1.1 / Similar nature of work physically completed during the last three financial years* and in the current Financial year** / Eligibility in terms of Experience: The Tenderer(s) should have physically completed at least one similar nature of single work for a minimum value of 35% of advertised Tender value within the qualifying period i.e., last three financial years* and in the current Financial year** upto the date of Tender opening (even though the work might have commenced before the qualifying period).
6.1.2 / Total Contract amount received during the last three financial years* and in the current financial year** / Eligibility in terms of Turnover: The total contract amount received during the last three financial years and in the current financial Year up to the date of Tender opening should be a minimum of 150% of Advertised Tender Value.
a) Tenderer(s) should submit to this effect certificate in original or an attested certificate from the Govt./Semi Govt./Public sector undertakings for the work done for them
or
b) Audited balance sheet along with P&L A/C duly certified by the Chartered Accountant as detailed in Tender document.
NOTE:
*Financial Year shall normally, be reckoned as 1st April to 31st March of the Next Year. However, for Turnover Criteria, the Financial Year as applicable to the Company/Tenderer is to be considered, if it defers from the above.
**Current Financial year is reckoned as the incomplete Financial year in which the date of tender submission falls.

6.2Clarification on “Similar nature of work” and details to be furnished along with the Tender Documents: