Download as pdf or txt
Download as pdf or txt
You are on page 1of 85

SOUTH EASTERN RAILWAY

DMU FACTORY HALDIA


WEST BENGAL 721607

TENDER NO:

SER/KGPW/HHP/DEMU/DPC/2015-02

NAME OF THE
WORK:

Complete Furnishing ( Mechanical and Elec trical ) of


High Horse Power, Diesel Electric Multiple Unit,
Driving Power Car Coaches ( HHP DEMU DPC )
designed to RDSO Specification MP-0.24.00.41, (Rev
00) June 2007.

No of Coaches

04 (Four) Numbers of HHP DPC

TENDER TYPE:

SINGLE PACKET TENDER SYSTEM

PLACE OF WORK:

HALDIA/KHARAGPUR.

TENDER OPENING: On 30th October 2015, at 15:30 Hours


ISSUED BY:

Deputy Chief Mechanical Engineer (DEMU),


Kharagpur Workshop,
South Eastern Railway.

AVAILABLE AT:

http://www.tenders.gov.in

KHARAGPUR WORKSHOP
SOUTH EASTERN RAILWAY,
KHARAGPUR, WEST BENGAL, PIN 721301.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 1 of 85

CONTENTS
Identification

Description

Page No

Chapter I

Tender Information

Chapter II

Tender Notice

Chapter III

Tender Notice Publication Matter

Chapter IV

Declaration Form

Chapter V

Instructions to the Tenderer

Part I

Scope of the Work


Section A: Preparatory Activities
Section B: Quality Assurance
Section C: Schedule of works for HHP DEMU DPC

17
21
33

Part II

Guarantee

46

Part III

Recoverable Dues

47

Part IV

Payment Schedule & Rates

49

Part V

Final Settlement

55

Annexure I

Working Experience of the Tenderer

56

Annexure II

Financial Credentials of the Tenderer

58

Annexure III

Human Resource available with Tenderer

59

Annexure IV

Plant and Machinery available with Tenderer

60

Annexure V

List of Arbitration Cases against Railways

61

Annexure VI

List of Court Cases against Railways

62

Annexure VII

Specifications

63

Annexure VIII

Drawings List

68

Annexure IX

Certificate of Familiarization

79

Annexure X

Bank Guarantee Bond towards Performance Guarantee

80

Annexure XI

Mandate form towards Electronic Payment

82

Annexure XII

General Layout of HHP DEMU DPC Coach

83

Annexure XIII

Documents needed with the Offer & Check List

84

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 2 of 85

CHAPTER I TENDER INFORMATION


TENDER NO:

SER/KGPW/HHP/DEMU/DPC/2015-02
NAME OF THE WORK:
Complete Furnishing ( Mechanical and Electrical ) of High Horse Power, Diesel Electric
Multiple Unit, Driving Power Car Coaches ( HHP DEMU DPC ) designed to RDSO
Specification MP-0.24.00.41, (Rev 00) June 2007.
PLACE OF THE WORK:
Sl.
No.
1.

HALDIA/ KHARAGPUR.

Heading
Quantity

Descriptions
Four (4) numbers of HHP DEMU DPC Coaches.

2.

Estimated Cost of the Rs 86,48,445/work


(Rupees Eighty Six Lakhs Forty Eight Thousands
Four Hundred Forty Five only).

3.

Earnest Money Deposit

4.

Tender box closing time

30th October 2015 at 15.00 Hrs.

5.

Tender opening time

30 th October 2015 at 15.30Hrs

6.

Cost of Tender form

7.

Tender Form Issued to / M/s.


Downloaded by

Rs 1,72,969/(Rupees One Lakhs, Seventy Two Thousand Nine


Hundred Sixty nine Only).

Rs.5,000/- +700(ST) =Rs 5700/-(Rupees Five


Thousand seven hundred only) in favour of FA&CAO,
South Eastern Railway, Gardenreach, Kolkata. (NonRefundable)

(Non Transferable)

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 3 of 85

CHAPTER II TENDER NOTICE


TENDER NO:
SER/KGPW/HHP/DEMU/DPC/2015-02
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South Eastern Railway,
Post: Kharagpur, Dist: West Medinipore, West Bengal, PIN: 721301, TeleFax: 03222255642, e_mail: dycmedemu@gmail.com for and on behalf of the President of India,
invites single packet open tender in sealed cover, from reputed contractors for following
work:
Name of work: Complete Furnishing ( Mechanical and Elec trical ) of High

Horse Power, Diesel Electric Multiple Unit, Driving Power


Car Coaches ( HHP DEMU DPC ) designed to RDSO
Specification MP-0.24.00.41, (Rev 00) June 2007.
Place of work:

HALDIA / KHARAGPUR.

Quantity:

Four (4) nos of HHP DEMU DPC coaches.

Estimated
cost:

Rs 86,48,445/(Rupees Eighty Six Lakhs Forty Eight Thousands Four Hundred


Forty Five only).
.

Completion
period:

Six months from the date of issue of Letter of Acceptance.

Earnest
Money:

Rs 1,72,969/(Rupees One Lakh, Seventy Two Thousand Nine Hundred Sixty nine
Only), may be submitted in one of the following forms:DD/Pay Order in favour of FA&CAO, South Eastern Railway,
Gardenreach, Kolkata from one of the scheduled banks.
Tenders not accompanied with the requisite Earnest Money shall be
summarily rejected.

Cost of Tender Rs. 5,000/-+Rs. 700/- (ST) =Rs 5700/-(Rupees Five Thousand Seven
Form:
hundred only),
In cash with Chief Cashier, Kharagpur Workshop, South Eastern
Railway or any Station Master /any Chief Cashier on South
Eastern Railway and production of money receipt to that effect.
OR
DD/Pay order drawn in favour of FA&CAO, South Eastern
Railway, Gardenreach, Kolkata from any nationalized bank. Cost
of tender form and earnest money should not be clubbed in one
DD/Pay order.
.
Signature of the tenderer
SER/KGPW/HHP/DEMU/DPC/2015-02

Page 4 of 85

Sale of Tender Tender form will be available from 07 October 2015 to 27 Oct 2015 sale
form:
in the office of Deputy Chief Mechanical Engineer (DEMU), Kharagpur
Workshop, South Eastern Railway, during working hours, by submitting
request letter in the office along with cost of tender form, on any
working day from 10.00 hrs. to 15.00 hrs and on Sunday from 10.00 hrs.
to 11.30 hrs except Monday. A soft copy of the tender document will
also be provided.
Tender documents can also be down loaded from Railway Website
http://tenders.gov.in
The detailed scope of work and other information is available within
tender document at the website. Downloaded Tender document must be
submitted along with the bank draft towards the cost of the Tender form.
Date and time
up to which
30 th October 2015 at 15:00Hrs
the tender will
be received
Date and time 30 th October 2015 at 15.30 Hrs.
of opening of
the tender:
Eligibility criteria:

The Tenderer should have completed at least one similar single work for a minimum
value of 35% of Advertised Tender Value, in the last three financial years (i.e. current
year and three previous financial years).

Total contract amount received during the last three financial years and in the current
financial year should be a minimum 150% of advertised tender value. Attested copies
of certificates from the employer/client, or audited balance sheet duly certified by
Chartered Accountant, or ITCC should be enclosed.

Note
1. Certificate from Private Individuals/Firms for whom such works have been
executed/are being executed will not be accepted.
2. In case the date of opening of the tender happens to be a holiday, the tenders will be
opened on the immediate next working day.

Deputy Chief Mechanical Engineer (DEMU),


Kharagpur Workshop,
South Eastern Railway.
For & on behalf of the President of India.
Signature of the tenderer
SER/KGPW/HHP/DEMU/DPC/2015-02

Page 5 of 85

CHAPTER III TENDER NOTICE PUBLICATION MATTER


TENDER NO: SER/KGPW/DEMU/HHP/DEMU/DPC/FUR/2015-02
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South Eastern Railway,
Post: Kharagpur, Dist: West Medinipore, West Bengal, PIN: 721301, TeleFax: 03222255642, e_mail: dycmedemu@gmail.com for and on behalf of the President of India,
invites single packet open tender in sealed cover, from reputed contractors for following
work:
Name of work:

Complete Furnishing ( Mechanical and Elec trical ) of High


Horse Power, Diesel Electric Multiple Unit, Driving Power
Car Coaches ( HHP DEMU DPC ) designed to RDSO
Specification MP-0.24.00.41, (Rev 00) June 2007

Place of work:

HALDIA / KHARAGPUR.

Quantity:

Four (4) Numbers of HHP DEMU DPC coaches.

Estimated
cost:

Rs 86,48,445/(Rupees Eighty Six Lakhs Forty Eight Thousands Four Hundred


Forty Five only)
Six months from the date of issue of Letter of Acceptance.

Completion
period:
Earnest
Money:

Rs 1 72 969/(Rupees One Lakhs, Seventy Two Thousand Nine Hundred Sixty Nine
Only),
Cost of Tender Rs. 5,000/-.+Rs 700/-(ST)= Rs 5700/-(Rupees Five Thousand Seven
form:
hundred only)in favour of FA&CAO, South Eastern Railway,
Gardenreach, Kolkata. (Non-Refundable)
Sale of Tender Tender form will be available from the office of DyCME(DEMU) from
form:
7th Oct2015 upto 27 th October'2015
Tender form can also be down loaded from http://tenders.gov.in
Date and time
up to which
Tender will be
received:

30 th October 2015 15.00 Hrs.

Date and time


of opening of
the tender:

30 th October 2015 at 15.30 Hrs.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 6 of 85

CHAPTER IV DECLARATION FORM


To,
The President of India
(Acting through the)
Deputy Chief Mechanical Engineer (DEMU),
Kharagpur Workshop,
South Eastern Railway.
1.

Complete Furnishing ( Mechanical and Elec trical ) of High Horse


Power, Diesel Electric Multiple Unit, Driving Power Car Coaches ( HHP
DEMU DPC ) designed to RDSO Specification MP-0.24.00.41, (Rev
00) June 2007

2.

A sum of Rs. ........ is forwarded herewith as earnest money, the


amount is in the form of a.........................................................................................
The full value of the earnest money shall stand forfeited without prejudice to any
other rights or remedies 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.
OR
b) I/we do not commence the work within fifteen days after receipt of orders to that
effect.

3.

I/We undertake to keep the offer valid for a period of One Hundred and Eighty Days
(180 days) from the date of opening of the tender.

4.

Until a formal agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between myself/ourselves and railway administration
subject to modifications as may be mutually agreed to between us and as indicated in
the letter of acceptance of my/our offer for this work. In case of any dispute on the
provisions of the acceptance letter, our original/negotiated offer shall remain binding
as the case may be.

_________________________________
Signature of Tenderer(s)
Date :
Tenderer(s) Address, PIN, Phone No, Fax and e_mail :
___________________________________________
___________________________________________
___________________________________________
___________________________________________

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 7 of 85

CHAPTER V INSTRUCTIONS TO TENDERERS


1.0
1.1

1.2
1.3
1.4
1.5

1.6
1.7
1.8
1.9
1.10
1.11
1.12
1.13
1.14
1.15
1.16
1.17

1.18
1.19

DEFINITIONS
In this tender document the following terms shall have the meanings assigned
here-under, except where the context other-wise requires:Railways or Railway Administration shall mean the President of the Republic of
India or the Administrative Officers of the South Eastern Railway or of the
successor Railway authorized to invite tenders and enter into contracts for works
on his behalf.
General Manager shall mean the Officer in Administrative In charge of the
whole of South Eastern Railway and shall mean and include their successors, of
the successor Railway.
Chief Mechanical Engineer shall mean the Officer-In-charge of the Mechanical
Department of the South Eastern Railway and shall mean and include their
successors, of the successor Railway.
Chief Workshop Manager shall mean the officer in-charge of the Kharagpur
Workshop of South Eastern Railwayand shall mean and include their successors,
of the successor Railway..
Engineer shall mean the Deputy Chief Mechanical Engineer or the Engineer in
executive charge of the works and shall include the superior officer of the
Mechanical Engineering Department of the South Eastern Railway and shall mean
and include the Engineer of the successor Railway. The terms Engineer and
Engineer-in-Charge shall mean the same.
Assistant Works Manager and shall mean the Engineer in charge of the
workshop, subordinate to Deputy Chief Mechanical Engineer, and include the
successors, of the successor Railway.
RDSO stands for Research Designs and Standards Organization.
Indian Railways is hereafter referred to as IR.
Indian Railway Standard is hereafter referred to as IRS.
Indian Standard is hereafter referred to as IS.
IEC stands for International Electro-technical Commission.
UIC stands for International Union of Railways.
Integral Coach Factory Chennai is hereafter referred to as ICF.
Horse Power (HP) shall be taken as metric horse power 746 watts.
Tonnes (T) shall be taken as metric ton i.e.1000 kg.
Works shall mean the works contemplated in the drawing and schedules set
forth in the tender forms and description of contract and required to be executed
according to specifications.
Specifications shall mean the specifications for materials and works, of relevant
authorized certifying agency like Bureau of Indian Standards (BIS), International
Electrotechnical Commission (IEC), or Research Design and Standards
Organisation (RDSO), or any other relevant authorized certifying agency as the
case may be and as amplified, added to, or superseded, by special specifications if
any, appended to the Tender Form.
Words importing the singular number also include the plural and vice versa where
the context requires.
He/She are gender neutral terms.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 8 of 85

2.0

LAWS GOVERNING THE CONTRACT

2.1

The contract shall be governed by the law for the time being in force in the Republic
of India.
Contractor shall follow all statutory requirement(s) as well as rules and regulations
framed by Central/State Government on the subject.
The General Conditions of Contract (GCC) of South Eastern Railway, as
amended/corrected/updated time to time to time to time, shall govern the contract.
Wherever the Special Conditions of Contract are at variance with the General
Conditions of Contract, the Special Conditions of Contract shall prevail.
INFORMATION RELATING TO TENDER

2.2
2.3

3.0
3.1

3.2

The tenderer should well understand the explicit and implicit intention of the work
and activities involved. The tenderer should well understand the objectives of the
work prescribed in the tender document, if necessary by visiting the site of work and
by having discussion with designated Railway Authorities.
The onus to understand both the nature and type of work to be carried out rests fully
with the tenderer. It will be on the own interest of the tenderer, to have a proper,
compete and through understanding of the work before he/she quotes for the same.

3.3

The tenderer must be fully aware of location, nature of work, quantity of materials to
be encountered, the character of equipment and facilities needed preliminary to and
during the progress of the works, the general and local conditions, the local labour
conditions prevailing therein and all other matters which can in any way affect the
work.

3.4

If the tenderer requires further information relating to tender, the same may be
obtained from the office of the Deputy Chief Mechanical Engineer (DEMU),
Kharagpur Workshop, South Eastern Railway on any working day during office
hours.

3.5

Should a tenderer find discrepancies in the tender document, or omissions from the
drawings or any of the Tender Forms, or should there be any doubt with as to their
meaning, the tenderer should at once notify the authority inviting tender, who may
send a written instruction to all tenderers. The clarification(s) will also be published
in the website. Tenderers are requested to check tender website at regular intervals for
any changes/corrections/clarifications.

3.6

It shall be understood that every endeavor 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 subsequent claim on account thereof.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 9 of 85

3.5

ELIGIBILITY CRITERIA

3.5.1 The tenderer should have completed at least one similar single work for a minimum
value of 35% of the Advertised Tender Value, in the last three financial years (i.e.
current year and three previous financial years).
3.5.2 Total contract amount received during the last three financial years and in the current
financial year should be a minimum 150% of advertised tender value. Attested copies
of certificates from the employer/client, audited balance sheet duly certified by
Chartered Accountant should be enclosed.
3.6
SIMILAR WORKS
3.6.1 The work involves compete furnishing activity for Indian Railway Coaches, and
therefore, only those tenderers who have under taken the work of Furnishing /
Refurbishing of Railway Passenger Coaches / Pantry Cars / Inspection
Carrriages/EMU or
DMU Coaches and or Manufacturing along with
Furnishing of Railway Passenger Coaches / Pantry Cars / Inspection
Carriages/EMU or DMU are eligible to participate in this tender.
3.6.2 The tenderer must have competed at least, one work of:
Furnishing / Refurbishing of Railway Passenger Coaches / Pantry Cars /
Inspection Carrriages/EMU or DMU Coaches and or Manufacturing along with
Furnishing of Railway Passenger Coaches / Pantry Cars / Inspection
Carriages/EMU or DMU
amounting to at least 35 % of the Advertised Tender Value in the last three financial
years ( i.e. current year and three previous financial years ).
4.0

RIGHT OF RAILWAY TO DEAL WITH TENDER

4.1

The authority for the acceptance/rejection of the tender will rest with the Railway
Administration. It shall not be obligatory on the said authority to accept lowest tender
or any other tender for that matter, and the Tenderer(s) shall neither demand any
explanation for the cause of rejection of his/their tender nor the Railway
Administration will assign reasons for declining to consider or reject such tender at
any stage.

4.2

If the Tenderer deliberately gives wrong information in his tender or creates


circumstances for the acceptance of his tender, the Railway reserves the right to reject
such tender at any stage.

5.0

NO ALTERATIONS / CORRECTIONS
Kindly note that no alterations/corrections in the entries are allowed. In case some
wrong entry has been inadvertently made in the tender document, the tenderer(s)
should

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 10 of 85

A) Take another print of the tender document downloaded from Internet at

http://www.tenders.gov.in

OR

B) Contact the office of the:


Deputy Chief Mechanical Engineer (DEMU),
Kharagpur Workshop,
South Eastern Railway,
Post-Kharagpur,
Dist : West Mednipore,
West Bengal, Pin-721301.
(Fax: 03222-255642, e_mail: dycmedemu@gmail .com)
and a soft copy of the tender document will be sent by e_mail to the tenderer(s)
immediately.
6.0

TENDER TO BE SIGNED BY AUTHORIZED PERSONS

6.1

The tender shall be signed by individual or individuals legally authorized to enter into
commitments for and on behalf of the Tenderer. Any individual or individuals signing
the tender document or other documents connected with, shall specify whether he is
signing the said documents.
As a sole proprietor of a firm OR as an Attorney of a sole proprietor.
As a partner of a partnership firm, OR as an Attorney of a partnership firm.
As a director, OR as an authorised representative of a limited liability
company.

6.2

For sole proprietor firm, the certified copy of proprietorship deed shall be enclosed.
The proprietor of the firm shall sign all the tender document OR the firm's duly
authorized attorney shall sign the tender document.

6.3

For partnership firms, the certified copy of partnership deed shall be submitted. The
tender shall be signed by all the partners OR by their duly authorized attorney.

6.4

For companies governed by the Companies Act 2013, the tenderer is required to
submit Memorandum and Articles of Association. One of the Director of the company
shall sign the tender document. Alternatively, authorization to sign the tender

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 11 of 85

documents on behalf of the company, must be from one of the Directors of the
company.
6.5

The tenderer shall provide such documents which would substantiate the existence of
the sole proprietor / partnership / company along with his offer.

6.5

Railways reserves the right to request additional documents for establishing the
existence of the firm (sole proprietor / partnership / company).
VARIATION IN QUANTITY

7.0

Alteration in Quantum of Order, if need for such arises, shall be done as per
provisions of General Conditions of Contract of Railways amended from time to
Time. Latest policy on the subject of Variation in Quantity will be applicable.
8.0

VALIDITY OF THE OFFER


The Tenderer has to keep his offer open/valid for One Hundred and Eighty (180)
days from the date of opening of the tender and, within this period Tenderer is not
entitled to withdraw or modify the offer. If any Tenderer shows resilience or modifies
his/her/their tender within the validity period of offer, the entire earnest money
deposited by him/them will be forfeited by Railway Administration, and his/her offer
will be rejected.

9.0

TENDERERS POSTAL ADDRESS

9.1

Tenderer shall clearly mention his complete postal address in the tender form along
with Phone Number(s), Fax Number(s) and e_mail address(s) as asked in the tender
document at CHAPTER IV DECARATION FORM. Postal Index Number
(PIN) must be provided by the tenderer. Any communication sent to the Tenderer by
post at the said address shall be deemed to have reached the Tenderer after a
reasonable amount of time. Important document(s) shall be sent by registered post.

9.2

In his/her own interest, that the tenderer informs Railways regarding any changes in
his/her postal address, phone number(s), fax number(s) and e_mail address(s).

10.0

CREDENTIALS OF THE TENDERER

10.1

Tenderer shall submit, along with the tender, particulars of works awarded to him for
execution during last three preceding years starting from the date of opening of the
tender.
Tenderer shall submit photocopies of the certificates and testimonials from the
clients/departments to establish genuineness of the data given by him.

10.2
10.3

Documents establishing financial capabilities of the tenderer in the form receipt of


payment from railways and other government agencies, Income Tax Returns, or
certified balance sheet by Chartered Accountant etc, must be enclosed along with the
tender documents.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 12 of 85

10.4
11.0

12.0

Railway Administration reserves the right to verify correctness of such data in such a
manner as it may consider fit and appropriate.
RATE
The rate should be quoted in single percentage in Figures as well as in words and
shall include cost of various constituent elements, like basic cost supplied of material,
charges towards labour, statutory levies like Excise duty, CST, VAT/MODVAT, Entry
Tax, and various other surcharges etc.
SUBMISSION OF TENDER
The Tender Document along with all supporting documents must be enclosed in an
envelope and sealed. The tender notice number must be written on the top of the
sealed envelope. The sealed envelope:
(a)
May be sent by Registered Post to "The Deputy Chief Mechanical
Engineer (DEMU), Kharagpur Workshop, South Eastern Railway, PostKharagpur, Dist : West Medinipore, West Bengal, Pin-721301. so as to reach the
office by due date and time,
OR
(b)
May be Deposited in the Tender Box, specially kept for the same in the office
of The Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop,
South Eastern Railway, by due date and time.

12.1

The tenderer shall submit their offers as per Single Packet System of
Tendering.

12.2

The envelope containing the tender document along with supporting documents shall
be superscribed with the name of the work. All relevant documents/credentials
must be enclosed in the single envelope only. The envelope then shall be duly
sealed.
The requisite EMD and Cost of Tender Document must be submitted along with the
tender document, filing which, the tender shall be summarily rejected.
Documents enclosed with the tender document shall be properly indexed.

12.3
12.4
12.5
12.6
13.0
13.1

All pages of the tender document and enclosed supporting documents, must be signed
by the tenderer.
The tenderer or his authorized representatives should attend the opening of sealed
offer on the specified time and place.
NEGOTIATION
Railway reserves the right to enter into negotiations with the lowest technically
suitable offerer after opening of the tender, at the sole discretion, before acceptance of
the tender, in order to seek clarifications, or for reduction of rates, and/or for changes
in scope of the work / tender conditions etc.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 13 of 85

13.2

During negotiation the tenderer shall not be permitted to increase the quoted rates
under any circumstances, even if it includes withdrawal and/or modification of such
special conditions as are given by the Tenderer along with the original tender.

14.0

EVALUATION OF OFFERS AND ACCEPTANCE OF TENDER

14.1

The envelopes containing the sealed offers will be opened and scrutinized in
accordance with extant rules and regulations of Indian Railways.

14.2

Decision of Railways in the above evaluation shall be final and binding.

14.3

Late tender/Delayed Tender shall be dealt with as per extent rules of Railways.

14.4

The final acceptance of tender shall rest with Railways, who reserve the right to
accept or reject or retender without assigning any reason whosoever.

15.0

REFUND OF EARNEST MONEY

15.1

Earnest money will be refunded to the unsuccessful tenderers after finalization of the
tender. The earnest money deposited by the successful tenderer, will be adjusted
against security deposit.

16.0 AGREEEMENT
16.1

The successful Tenderer shall have to execute an agreement with President of India,
acting through designated official of South Eastern Railway, based on the
accepted rate(s), terms and conditions, General Conditions of Contract of South
Eastern Railway, as amended/corrected/updated from time to time, Special Conditions
of Contract and Schedule of the Work(s) as well as specifications annexed to the
tender document. The tenderer(s) shall execute the agreement on non-judicial
stamp paper as stated above, at their cost within thirty ( 30 ) days of receipt of letter
of acceptance.

17.0

EXECUTION OF WORK

17.1

The Contractor shall be solely responsible for the correct execution of work to the
satisfaction of the Railways.

17.2

The work shall be done in accordance with the best standards of the trade.

18.0

ASSIGNMENT OR SUB-LETTING OF CONTRACT

18.1

The contractor shall scrupulously follow the provisions of General Conditions of


Contract on the subject matter.
If it is notice by Railway at any time of the contract period, that the contractor is
violating relevant rules/regulation on the subject, the contract shall be immediately

18.2

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 14 of 85

terminated, and Performance Guarantee and Security Deposit shall be forfeited.


19.0

EXTENSION OF TIME

19.1

Extension of time is not normally granted but extension of time may be granted
under special circumstances at the discretion of the Railway Administration.

19.2

If such a failure as aforesaid shall have arisen from any cause which the Railway
Administration may admit as being a reasonable ground for extension of time, The
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South
Eastern Railway, may allow such additional time, in his absolute discretion
consider to be reasonably justified under the circumstances of the case.

19.3

The Contractor will apply for extension at least 15 days before the expiry of the
period of completion.

20.0

LEGAL REQUIREMENTS

20.1

The contractor shall abide by all Govt of India Rules regulations in force and
applicable in this case and ensure that his representatives, and workmen follow the
same.

20.2

The Contractor shall comply relevant statutes of Contract Labour Regulation and
Abolition Act 1970, Workmens Compensation Act 1923, Payment of Wages Act
1936, Minimum Wages Act 1948, and other relevant Labour Laws (Labour
Welfare Laws), in force and as amended from time to time.

21.0

TERMINATION OF THE CONTRACT

21.1

Railway Administration may, after due advance information by serving three


notices in writing, in accordance with GCC, terminate the contract without liability
to pay any compensation to the contractor.

21.2

In such termination cases the original failed contractor shall be debarred from
participating in the tender for executing the balance work.

21.3

If the failed contractor is a Joint Venture (JV) or a partnership firm, then every
member/partner of such a firm would be debarred from participating in the tender
for the balance work either in his/her individual capacity or as a partner of any
other JV/partnership firm.

21.4

Wherever the contracts are rescinded, the security deposit will be forfeited and the
performance guarantee shall be encased and the balance work shall be got done
separately.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 15 of 85

22.0
22.1
22.2

ARBITRATION
In the event of any dispute or difference between the parties hereto and Railways
operating this contract, the contractor shall demand in writing that the dispute or
difference be referred to arbitration.
Arbitrator shall be appointed by Railways, as laid down in GCC.

22.3

The cost of arbitration shall be borne by the respective parties. The cost shall inter
alia include fee of the arbitrator(s) as per the rates fixed by the Railway
administration from time to time.

22.4

Provisions of the Arbitration and Conciliation Act 1996 and the rules there under
and any statutory modification thereof shall apply to the arbitration proceedings
under this clause.

Deputy Chief Mechanical Engineer (DEMU),


Kharagpur Workshop, South Eastern Railway.
For & on behalf of the President of India.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 16 of 85

PART I SCOPE OF THE WORK


SECTION A: PREPARATORY ACTIVITIES
1.0
1.1

DISCIPLINE
Before physically starting the work, the contractor shall submit the list of personnel
to be engaged by him with name, father's name, age, address and photographs to
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South Eastern
Railway and get necessary permission for working inside the Railway premises and
identity card has to be issued by the firm to their workmen for whom permission
has been granted by Railway. The identity/permit card shall be produced when
demanded by the site supervisor or any other authority of Railways.

1.2

Contractor shall ensure that only identified and authorized persons are engaged by
him to carry out the work with in Railway premises at HALDIA/KHARAGPUR,
and they do not create any nuisance or disturbances.

1.3

The contractor shall be solely responsible for the orderly conduct of his
representatives as well as laborers within project premises and at work place.

1.4

The persons so engaged by the contractor should be courteous, well mannered and
be well behaved. Railway reserves the right to direct the contractor to remove any
person, if he/she is found to be unsuitable for work or on disciplinary grounds.

1.5

The contractor shall remain liable for theft of any Railway material by his staff. He
must take necessary proceedings against each staff to prevent such occurrence and
shall reimburse the cost of any stolen material, which will be determined by the
Railway administration. In the event of there being repeated cases, termination
proceedings may be initiated.

1.6

The contractor shall make it clear to his work force that, Railways will not entertain
any request or claim for any temporary/casual/permanent employment of the
personnel engaged by him on the basis of work done through this contract.

2.0

CONTRACT LABOUR REGULATION AND ABOLITION ACT 1970

2.1

The Contractor shall comply with the provisions of the contract labour (Regulation
and Abolition Act 1970) and the Contract Labour Regulation and Abolition Rules
1971 as modified from time to time.

2.2

The Contractor shall obtain a valid license under the aforesaid Act before the
commencement of the work and continue to have a valid license until the
completion of the work.

2.3

The contractor shall pay the labour employed by him the wages as per provisions
of the aforesaid Act and the rules wherever applicable. The contractor shall,
notwithstanding the provisions of the contract cause to be paid the wages to labour

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 17 of 85

indirectly engaged on the work, as if the labour has been immediately employed by
him.
2.4

Railway Administration will not provide any medical facilities to the staff &
supervisor engaged by contractor.

3.0

HOUSKEEPING MEASURES

3.1

The Contractor and his men must keep the material required for the work at
locations nominated for the same before start of the work.

3.2

Similarly after finishing work for that day/shift the material must be again kept in
an orderly and neat fashion.

3.3

Sound and scientific housekeeping practices must be followed at times, and under
no situation materials be left here and there, at the work premises.

4.0

DAMAGE TO RAILWAY PROPERTY

4.1

The contractor shall be responsible to see that the work executed by him does not in
any way infringe or damage the existing structures or other works in the area.

4.2

The contractor is liable to take responsibility and rectify for the damage if any
caused to the SER property during the execution of their work. Any losses suffered
by railways on account of damages by the contractor will have to be fully
compensated by the contractor.

5.0
5.1

5.2

SAFETY MEASURES
Contractor shall be solely responsible for taking care of his/her staff & supervisor
against any accident or safety risk. Railway administration shall not be responsible
for safety of the staff of the contractor and hence the administration shall not be
liable for any compensation arising out of accidents including loss of life, injury
etc. while executing the work.
The entire liability arising out of injuries/death will rest solely on the Contractor.
Railway will not pay compensation/insurance in case the contractors staff, sustain
injury or in the event of death during working or in the railway premises.

5.3

The contractors staff working in the Railway t premises shall wear distinctive
uniform to distinguish them from employees of railway.

5.4

The contractor shall ensure industrial safety methods in executing his work at
Railway premises.

5.5

The Contractor shall abide by all instructions issued by Railway Administration


from time to time in connection with safety of railway installations and personnel.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 18 of 85

5.6

The contractor shall take all precautionary measures in order to ensure the
protection of his own personnel moving or working on the Railway premises and
shall conform to the rules and regulations of the Central and State governments as
well of the Railways.

5.7

The contractor shall ensure that all his workmen wear Personal Protection
Equipments (PPE's) commensurate with the severity of work. Safety accessories
like helmets, belts, safety shoes, hand gloves, goggles and other safety items shall
be used by the contractors workmen as and where ever needed while executing the
work.

5.8

The contractor shall not allow any road vehicle belonging to him or his supplier to
ply within Railway premises except for bringing in and removing of his/her/their
materials and equipment only.
The contractor shall ensure that unauthorized, careless or inadvertent operation of
switch gear, which may result in accident to staff and/or damage to equipment does
not occur.
To ensure Human safety the Contractor should use 24V hand lamp wherever
lighting is not adequate inside the coach and Pneumatic drilling/Tapping machines
should used for coach wiring and similar other related works wherever required.

5.9
5.10

6.0
6.1

6.2
6.3

ENVIRONMENTAL MANAGEMENT SYSTEM REQUIREMENTS


The contractor shall ensure that all wastes, both in process and rejects (including
steel chips, wooden shims, plastic pieces, various polymer bits and shreds, cable
bits, packing materials, wooden crates) generated during his activities/work are
segregated and moved to the respective dump sites or earmarked drums kept in
shop floor after every day/shift of work as the case may be.
After the day/shifts work the Contractor must get the working premises thoroughly
and properly cleaned up of the debris generated by his/her men in the course of the
work.
Only after thorough and proper cleaning of the working premises his/her men will
leave the working premises. Lapse(s) on this font by the Contractor will attract
penalty. Clause 3.0, Part III, may be referred for details.

6.4

The contractor has to give prior information whether any hazardous chemical is
used in his work and if so, the operational control to be exercised. The contractors
staff must be aware of contents of Material Safety Data Sheet (MSDS) in respect of
hazardous chemicals/materials (if any).

6.5

The contractor has to ensure that all his material handling equipments and
transportation machinery follow pollution and emission control norms in force as
per the rules and regulations of such enforcing agencies.

6.6

The contractor has to ensure that his activities are in tune with State Pollution
Control Board (SPCB), Government of West Bengal.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 19 of 85

6.7

The contractor shall scrupulously follow relevant laid down norms for disposal of
solid, liquid and gaseous wastes generated during the course of his activities.

6.8

The contractors staff shall be competent to operate emergency appliances like fire
extinguishers.

6.9

The contractor has to follow the instructions as per Haldia/Kharagpur


Environmental Management System Standard (EMS) as and when the same comes
into force.

6.10

Any penalty imposed by SPCB/Government of West Bengal and/or Government of


India on account of violation of pollution norms solely attributable to the
contractor, shall be borne by the contractor in toto. Railway will not be liable in any
way in such cases.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 20 of 85

SECTION B: QUALITY ASSURANCE


1.0

EXECUTION OF WORK AND WORKMANSHIP

1.1

The coaches shall be furnished with good workmanship with trained skilled
staff, using proper tools, materiel, machinery plants etc. throughout in the best
style of coach work and furnishing and shall conform to the best standards of
the trade. Decision of authorised representative of Railways, in regard to quality
and workmanship shall be final.
The furnishing should have the following features:
1.
Good aesthetics.
2.
High comfort levels.
3.
Passenger ergonomics.
4.
Flush level/smooth exteriors.
5.
The interior fittings shall not have sharp and pointed edges.
6.
Rounded corners or covings shall be provided wherever mutually
perpendicular flat plane surfaces abut.

1.2

1.3

The erection of all equipment according to the specifications & drawings will
be done by the Contractor.

1.4

The Contractors shall be entirely responsible for the execution of the contract in
accordance with this specification and the conditions of contract.

1.5

All the tools and plants such as welding sets, crimping tools, work benches,
ladders, Drilling Machine (Pneumatic), Tapping machine (Pneumatic), 24V
hand lamp, welding rods, welding cables, welding rod holder welding shield,
connecting cables for supply to electrical equipment, pneumatic hose safety
equipment and other electrical tools required for this work shall be arranged by
the contractor at his own expense including the cost of conveyance to adhere to
the target date of completion.

1.6

The contractor shall be responsible for any damage to articles (ie Departmental
supply) in his custody till the work is completed and finally handed over to this
administration.

1.7

The workmanship should incorporate a modern aesthetic approach with


considerations to optimize passenger comfort, safety and security as well as to
minimize noise in the coaches.

1.8

All components and sub-assemblies shall be interchangeable in whole and/or in


part unless otherwise relaxed by the Engineers in writing.

1.9

Sharp edges and pointed corners shall be grinded and polished smooth.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 21 of 85

1.10

SURFACE FINISH AND FLATNESS

1.10.1

Sheets and plates shall be carefully straightened and flattened by stretching or


by pressure. Plates shall be sheared when cold and their edges evenly finished.
Welded components or members shall be correctly matched and accurate levels
and clearances shall be ensured to result in perfect welds.

1.10.2

Hot Pressing: Steel plates shall be pressed into shape at one heat by hydraulic or
mechanical pressure, and no re-heating shall be allowed without the special
permission of the Inspecting Officer.

1.10.3

Cold Pressing: Where pressed sheet members are called for, the pressing shall
be done cold by hydraulic or mechanical pressure adequate to ensure proper
bending without any adverse surface effect or damage by using suitable dies
and operating speeds.

1.10.4

All plates shall be perfectly flat and free from buckle, wave and defects of any
kind. Any straightening required shall be done in cold condition by
hydraulic/mechanical pressure.

1.10.5

All exterior non-corrugated surfaces shall be free of ripples and buckling. The
surfaces of flanges and webs of all structural members shall be straight and flat,
and free of ripples, buckling, dents, gashes and other surface imperfections.

1.10.6

Exteriors of assembled, the surfaces shall be flat within the following tolerances
when measured over a distance of 1m and in similar proportion for shorter
lengths on unpainted body shell without any fillers.
Sides (mm/m):
1mm
Ends (mm/m):
2mm
Roof radius and center part of roof (mm/m): 3mm

1.10.7

Where members of the frame fit into each other, the inside and outside corners
shall be flanged square with as small a radius as possible in the corners.

1.10.8

Care shall be taken that the metal is not reduced in thickness in the operations
of flanging.

1.10.9

The bending shall be accurate to enable interchangeability of the pressed


components.

1.10.10

Gaps between all interior-lining panels, seat, shell etc. shall be minimized.

1.10.11

Suitable cushioning should be provided at panel joints to suppress noise.

1.10.12

All internal panels surfaces shall be smooth finish.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 22 of 85

1.11

WELDED JOINTS

1.11.1

Electric/MIG/MAG/Oxy-Acetylene welding shall be employed as specified in


the drawing.

1.11.2

Electric welding of steel shall comply with IS Specifications and or RDSO as


the case may be.

1.11.3

Welding shall be performed in such a manner that it presents a smooth


appearance.

1.11.4

All welds shall be homogenous and show physical properties similar to those of
the parent metal.

1.11.5

Finish welds shall be perfectly free from all defects such as porosity, burnt
metals, inclusions etc. and shall present a smooth appearance.
Size of the weld and the sequence of welding shall be carefully chosen to avoid
secondary stresses being set up in the construction

1.11.6
1.11.7

Where welding of high tensile steel is specified, the steel shall be of weldable
quality and permit welding without pre-heating.

1.11.8

The works shall be securely held in position by means of tack welds, clamps or
jigs before welding is commenced to prevent relative movement of the parts to
be welded, and in approved frames of fixtures where welding is liable to cause
distortion and the welding sequence designed to prevent distortion in the
finished assembly.

1.11.9

To ascertain the quality and strength of the welds, non-destructive tests shall be
carried out at the discretion of the Inspecting Officer at the cost of the
Contractor.
The area where welding is to be performed, shall be well cleaned to remove
paint, scale or rust immediately before welding.

1.11.10
1.11.11

Contractor must ensure that welding and gas cutting equipment/accessories


meet IS or International requirements.

1.11.12

It will be contractors responsibility to satisfy the inspecting Engineer that all


the welding equipment and accessories conform to the IS standard in the
absence of the marking on such equipment and accessories.

1.11.13

All these equipment and accessories will be subjected to periodic test and
records maintained.
Railways reserves the right to verify the quality of welds, particularly in
critically stressed areas, by appropriate non-destructive testing methods (NDT).

1.11.14

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 23 of 85

1.11.15

Proper earthing must be provided during welding. It shall be ensured that return
current during welding does not pass through the axle bearings of the coaches.

1.12

FASTENERS

1.12.1

As far as practicable the interiors should have minimum visible screws/allen


screws.

1.12.2

Screw threads shall be of metric sizes.

1.12.3

Metric fine threads shall be used in applications where the fastener is subjected
to alternating transverse loads.

1.12.4

In other cases, the coarse series of threads shall generally be used, except
where precluded by size.

1.12.5

The use of studs shall be avoided wherever possible.

1.12.6

Fixings shall be locked adequately to prevent loosening in service.

1.12.7

Fixings shall withstand any shock loads the equipment is likely to encounter.

1.12.8

In critical areas the locking of all nuts, bolts and fixings shall be of a positive
form, which prevents mechanical rotation of the nut relative to the bolt,
irrespective of source vibration.

1.12.9

Stainless steel parts shall be attached by stainless steel screws or fasteners


except in location where high tensile strength is needed.

1.12.10

Whenever possible tapped holes shall be drilled and tapped to the full thickness
of the material. Blind holes shall be used only where this is unavoidable. All
such blind holes shall provide at least 3mm clearance between the end of the
screws and the bottom of the tapped hole.
Tapped holes shall be provided with suitable thread inserts where necessary.

1.12.11
1.12.12

Fixings for covers which may have to be removed for maintenance, shall be
captive.

1.12.13

Items of electrical equipment shall be fitted to panels so that all fixings can be
made from the front only, except where specified otherwise.

1.12.14

All steel fasteners used in electrical equipment shall be either galvanised or


cadmium plated.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 24 of 85

1.13

ELECTRICAL WIRING

1.13.1

The contractor should scrupulous follow the legal safety requirements for
wiring involving human safety.

1.13.2

The contractor must have qualification and licensed manpower to carry out the
wiring.

1.13.3

The contractor must have qualification and licensed manpower to supervise the
wiring activities.

1.13.4

The contractor should scrupulously follow the technical safety standards for
such wring since the same will involve human safety.

1.13.5

A electrical connections should be tight.

1.13.6

Proper core size wires should be used as mentioned the drawings.

1.13.7

Wires must be properly layed inside the conduits meant for the same.

1.13.8

Conduits must be properly clamped as per the drawings.

1.13.9

There should be no loose dangling wires at Junction Boxes and Terminal


Boards.

1.13.10

Wires with outer sheath / insulation damaged, must never be used.

1.13.11

There should be no kinks and sharp bends in wires as the same may cause the
insulation to break in service.

1.13.12

As far as possible wiring should be carried out in such a manner so as to avoid


rubbing with clamps and conduits, to avoid insulation breakage during
vibrations in service.
DRAWINGS AND SPECIFICATIONS
List of drawing needed for this work have been mentioned along with this
tender documents.

2.0
2.1

2.2

The contractor must provide himself with latest issues of all drawings and
specifications (Railways, National and International), which may be required for
work.

2.3

The contractor may not take dimensions directly from drawings. On site
measurements are essential before start of material procurement as well as before
start of further cutting/bending and other processing operations.
The drawings referred to in the list are as accurate as it can be, however some
minor alterations may be needed at the time of work. Provision of material and
fitment thereof, for such minor alterations shall be in contractor's scope.

2.4

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 25 of 85

2.5

2.6

The Contract drawings and other drawings provided by the Engineers are not
guaranteed to be free from discrepancies and may be modified to suit the
requirements of this specification duly getting the drawing approved by
Railways, without claim by the Contractor for extension of time or increase of
price, except as provided for under the conditions of contract.
The contractor shall ensure that all the latest specification, SMIs (Standard
Maintenance Instructions), Carriage Instructions and Modification Sheets as
issued by Engineers (RDSO) from time to time are incorporated during the
work. Any changes in the design/drawings should be approved by Engineers
before implementation.

2.7

Even though every possible care has been taken the drawings are not guaranteed
to be free from discrepancies. Based on actual working situation some
dimensions may not come out exactly as mentioned in the drawings. The
Contractor will not be allowed extension of time or additional claim due to the
above minor discrepancies.

2.8

If, in any case, dimensions figured upon a drawing differ from those obtained
by scaling the drawing; the former shall be taken as correct.

2.9

No modification to the drawings shall be done except with the prior approval of
the Engineers.

2.10

Where the tolerances have been indicated on drawings, the fittings shall be
manufactured strictly within such tolerances. Where no particular tolerances
have been indicated on the drawings, relevant IS specification should be
followed.
MATERIAL
All materials used in the furnishing works shall be arranged/procured by the
contractor himself except cables and wires. Railways will not supply any
material except as specified above. Material for minor fabrication works in
shells, like for fitment of accessories, fans, switches, luggage racks, seats,
handholds, grab rails etc and so on shall be in contractors scope of supply.

3.0
3.1

3.2
3.3

The material used of the work shall be of the quality specified and shall comply
with the most recent issue of the relevant standard/specification. In the event of
revision of any specification, the latest revision shall be applicable.
Where UIC/BIS specifications do not exist, the contractor shall submit
relevant specification for proposed material for approval. The contractor shall
submit the test procedure of proposed material for approval.

3.4

All non-metallic materials shall satisfy the requirements of flammability and


smoke emission limitations as per UIC 564-2/BS 6853.

3.5

Materials and substances classified as prohibited and restricted shall not be


used.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 26 of 85

3.6

Materials should be purchased from reputed manufacturers or their authorized


dealer as per the approved vendor list of RDSO/ICF/RCF as mentioned in the
individual schedules. The list of approved sources can be taken from
RDSO/ICF/RCF.

3.7

The contractor shall submit to Railways, a list showing the names of the
suppliers of components, equipment and sub assemblies from whom they
propose to obtain the materials and fittings for work under the Contract.
The contractor must put in place a system, to monitor that the items required to
be purchased from RDSO/ICF/RCF approved sources are procured from the
same and proper care is exercised in ensuring updating of the approved vendor
list.
Materials used for the construction of the coaches shall, unless otherwise
specified in this specification or permitted by the Engineers in writing, conform
to the specifications mentioned at appropriate locations and shall satisfy the
relevant stipulations therein regarding physical and chemical properties and
tests.
The Contractor may, however, use alternative materials or fittings with the
written approval of Railways. However, the same is discouraged.

3.8

3.9

3.10.1
3.10.2
3.11

The contractor shall submit such test procedure of proposed alternate material
for approval, if Railways agrees to alternate material.
The supply of materials shall be accompanied by the original invoice and a
Xerox copy of the invoice.

3.12

All castings shall be true to dimensions, homogenous and free from defects and
have their mating surfaces smooth and true to shape.

3.13

The material for all body side and door windows shall be provided stone proof
polycarbonate, which shall not yellow for ten years. Typical property value of
the polycarbonate sheet shall be as follows:
S.No.
1.
2.
3.
4.
5.
6.
7.
8.
9.

Property
Specific Gravity
Light Transmission (average)
Chemical resistance
Imperfections
Tensile Strength
Flexural strength
Compressive strength
Modulus of elasticity
Coefficient of thermal expansion

Test Method
ASTM D729
ASTM D 1003
ANSI Z26.1
DIN 52305/AS
ASTM D 638
ASTM D 790
ASTM D 695
ASTM D 638
ASTM D 696

Unit
g/cc
%
MPa
MPa
MPa
MPa
Per C

Value
1.2
>85%
PASS
PASS
65.5
93
86
2344
7X10-5

Suppliers test and/or guarantee certificate must be enclosed for the


polycarbonate sheets.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 27 of 85

3.14

At may places, drawings mention that a sample to be approved before bulk


procurement. This stipulation shall be followed in letter and spirit by the
contractor.

3.15

Kindly note, this being a turn key contract, development of items by the
contractor after receipt of order is strongly discouraged.

4.0
4.1

INSPECTION
All materials used in the work shall be of the best quality and of the class most
suited for the purpose specified and procured from the sources approved by
RDSO/ICF/RCF.

4.2

The Contractors shall submit to the Inspecting Officer a list showing the names
of the makers/suppliers from whom they propose to obtain the materials and
fittings for work under the contract, sending copies of the orders to the
Inspecting Officer.

4.3

Materials supplied by the contractor shall be inspected by RITES/RDSO as the


case may be. For supplies from reputed firms like SAIL/JSL etc, manufacturer's
test certificate shall be enclosed.
Cost of inspecting will be borne by the tenderer. The tenderer must quote his
offer price accordingly. Under no case the, tenderer will be allowed to claim
inspection charges separately over and above his quote for this work.

4.4

4.5

Tests of materials and fittings shall be carried out at the works of the makers of
the materials or fittings to the maximum extent possible.

4.6

No material shall be packed and/or dispatched until it has been passed by the
Inspecting Officer, but such passing shall in no way exonerate the Contractors
from their obligation in respect of quality and performance of the coaches.
Inspection certificate must invariably accompany the material, and must be
produced for scrutiny by the Engineer before the material is unloaded at
Kharagpur/Haldia.

4.7

4.8

Railways reserves the right to conduct separate and independent inspection


again (through National Accredited and Certified Bodies like NABL etc), if it so
feels that the same is necessary. Cost of such repeated inspection has to be
borne by the tenderer. No extra amount will be paid by Railways for such repeat
inspections.

4.9

Third party inspection charges, if the need for such arises, shall be borne by the
Contractor.

4.10

In the event of dispute between the Inspecting Officer and the Contractor, the
decision of the Authorised representative of Railways or Site-In-Charge shall be
final and binding.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 28 of 85

5.0
5.1

TRANSPORTATION LOADING AND UNLOADING


The contractor shall make his own transport arrangements for transporting
material from various suppliers to the site of work.

5.2

The contractor has to unload the materials at site with his own resources.

5.3

The unloaded material has to transported to the stocking locations identified and
nominated for the same.

5.4

After moving the material to the work pace, the contractor shall open the
packing and dispose off the packing at nominated area. Failure to dispose off
the packing properly will attract penalty as per clause 3.0, Part X.

5.5

The materials shall be stacked as per the material stacking instruction issued by
the original equipments manufacture.
HUMAN RESOURCE
The contractor shall employ technically qualified personnel with relevant field
exposures related to the work in hand.

6.0
6.1
6.2

The Contractor shall employ competent representatives to supervise the erection


of the equipment and for carrying out the works at all stages.

6.3

The said representatives shall be present at site during working hours and any
written orders or instructions, which Railway Administration may give to the
said representatives of the contractor, shall be deemed to have been duly given
or communicated to the Contractor.

6.4

The contractor shall furnish a list of manpower deployed by him along with full
description, address etc. for this work prior to start of the work to the authorised
representative of Railways of this work for issue of temporary gate pass by
Railway authority.

6.5

Railways shall have the power to direct the contractor to engage sufficient
number of expert supervisors, if it so considers that the contractors supervising
arrangements are insufficient for successful completion of the work.
In case Railways finds presence of any of the contractors staff or supervisors
undesirable, the same staff shall be removed by the contractor from Railway
premises within 24 hours of his being notified.
IN PROCESS QUALITY CONTROL
All furnishing work carried out shall also be of the best quality, in accordance
with the specifications and approved drawings and designs of Railways .
A detailed time schedule in form of a PERT chart consisting of adequate
numbers of activities covering key phases of work, in nutshell shall indicate the
interface facilities and materials to be supplied by the Purchaser and dates by
which those are required.

6.6
7.0
7.1
7.2

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 29 of 85

7.3

Designs and drawings modified at site by the Engineers shall be treated as


approved. However such modifications shall be incorporated in the designs and
drawings and resubmitted for formal approval.

7.4

The Contractor shall ensure that Railways prescribed Quality Assurance


Standards are rigidly followed in the manufacture and erection/installation of all
the materials, Components and fittings / equipment required for the work.
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South
Eastern Railway or his authorized representatives shall have free access to
inspect the work and performance of the contractor at all times.

7.5

7.6

In case, any Railway Official including on duty supervisor is not satisfied with
the quality of the work, the same work is to be carried out again till the quality
is improved.

8.0
8.1

FIRE PREVENTION
Fire prevention measures shall be in accordance to CMI No.-K402 of Code of
Practice for Prevention of Fires on DEMUs Stock, December 2004 with latest
revision/amendments.
GUARANTEE
The Contractor shall guarantee satisfactory working of the installations/coaches
erected by him, for a period of Eighteen Months (18 months) from the date of
supply or twelve months (12 months) from the date of commercial operation
whichever is earlier.
This contractor shall not attend to rectification of defects, which arise out of
normal wear and tear and come within the purview of routine maintenance
work.
During the period of guarantee the contractor shall attend to any defective
installation/coach wherever it is located over the Indian Railways resulting from
defective erection/work and/or defects in the equipment supplied by the
contractor.
The Contractor shall bear the cost of modifications, additions or substitution
that may be considered necessary due to faulty wiring or workmanship for the
satisfactory working of the equipment/coach.
The final decision as regards whether warranty clause will be attracted or not
shall rest with the Deputy Chief Mechanical Engineer (DEMU).

9.0
9.1

9.2
9.3

9.4
9.5
10.0

TIME SCHEDULE

10.1

The Contractor has to complete the entire work for each coach within Twenty
(20) working days from the date of handing over the coach to Contractor
(Number of days coach taken back by the Railway for Railways departmental
work shall not be taken in to count and date of final inspection of the coach will
not be counted).

10.2

If the Contractor fails to complete the work within specified period penalty will
be levied as per penalty provisions at Clause 3.0 of Part III.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 30 of 85

10.3

The Contractor has to complete the works for all coaches within 06 ( Six)
months from the date of issue of Letter of Acceptance.

11.0

FINAL TESTING

11.1

After all the activities are over the fully furnished HHP DEMU DPC Coach, as
the case may be, will be tested for the following.

11.2

MECHANICAL FURNISHING

11.2.1

There shall be no loose fittings.

11.2.2

No rattling sounds attributable solely to mechanical furnishing works shall


come while the coach is moved in train formation on railway tracks.

11.2.3

Interiors shall have smooth and aesthetic appearance.

11.2.4

The floor should be intact without any loose pieces.

11.2.5

The seats shall be fully tight on the floors.

11.2.6
11.2.7

The window frames shall be fitted tightly and the window shutters shall move
freely.
The grab rails and grab handles should be tightly fitted on to the supports.

11.2.8

Side and End panes shall have a smooth and aesthetic appearance.

11.2.9

The ceiling and roof shall have a smooth and aesthetic appearance.

11.3

ELECTRICAL FURNISHING

11.3.1

There shall be no loose fittings.

11.3.2

No rattling sounds attributable solely to electrical furnishing works shall come


while the coach is moved in train formation on railway tracks.

11.3.3

Interconnections between various equipments should be in proper working


order.

11.3.4

All switches should be fully functional.

11.3.5

All sockets for Mobile Phones / laptop charging should be fully functional.

11.3.6
11.3.7

Main lighting system should be fully functional.


All Ceiling fans should be fully functional.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 31 of 85

11.3.8

Driver and Guard communication system should be functional.

11.3.9

Electrically operated Windscreen wipers should be working properly.

11.3.10

Local inspection of couplers for continuity should not show any fault.

11.3.11

Control continuity and Flash test for roof should not show any faults.

11.3.12

Local points and focal points (L&F load test) should be carried out.

11.3.13

Final clearance only after the attention of local points and final points by the
Contractor.

11.3.14

Final inspection and local inspection will be carried over by Railways. The
contractor shall provide all required assistance including material, labour,
testing equipments, probes etc to carry out required tests by the inspecting
official.

11.3.16

Electrical test shall be carried out on each coach in accordance with RDSO
specification EL/TL/48.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 32 of 85

SECTION C: SCHDEULE OF THE WORKS FOR HHP DEMU DPC

1.0

GENERAL INFORMATION

1.1

This schedule describes in detail the works needed for interior furnishing of High
Horse Power Diesel Electric Multiple Unit driving power Car Coaches (HHP
DEMU DPC) Coaches .

1.2

A single formation High Horse Power Diesel Electrical Multiple Unit is a self
propelled unit consists of three types of coaches, with a total of four coaches in
all as mentioned below.

1.3

High Horse Power Diesel Electric Multiple Unit Driving Power Car
Coach (HHP DEMU DPC), one number.

High Horse Power Diesel Electric Multiple Unit Trailer Car Vendor
Coach (HHP DEMU TCV), one number.

High Horse Power Diesel Electric Multiple Unit Trailer Car General
Coach (HHP DEMU TCG), two numbers.

Typically a single unit formation is as shown below.


HHP DEMU
=
HHP DEMU DPC (1 no)+HHP DEMU TCV (1 no)+HHP DEMU TCG (2
nos)

1.4

This schedule of work is intended to include everything required for the interior
furnishing, notwithstanding that everything required may not be mentioned
herein.

1.5

List of drawings needed for this work are included in this document. The drawing
list is tentative. There may be slight but minor variations in the latest drawings.

1.6

Master drawing to be followed is ICF drawing no : 486 9 0 302.

1.7

The tenderer has to obtain the drawings from Integral Coach Factory (ICF),
Research Design and Standards and Organisation (RDSO), Railway Coach
Factory (RCF) as the case may be before start of the work.

1.8

The Contractors shall be entirely responsible for the execution of the contract in

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 33 of 85

accordance with this specification and the conditions of contract, and for the
satisfactory performance of the stock in service notwithstanding any approval
which the Engineers may have given to:
1.
The detailed drawings prepared by the Contractor.
2.
Other parts of the work involved by the Contractor.
3.
The tests to be carried out by the Contractor or by the Engineers or by the
Inspecting Officer.
2.0

SCHDEULE OF THE WORKS FOR HHP DEMU DPC COACHES

2.1

The furnishing activities for HHP DEMU DPC coaches, in this tender consists of
the following schedules.

2.1.1

DPC SCHEDULE C 6 1

EXTERIOR ACCESSORIES

2.1.2

DPC SCHEDULE E 1 1

FLOOR, FLOOR COVERINGS ETC

2.1.3

DPC SCHEDULE E 1 2

FLOOR, FLOOR COVERINGS ETC

2.1.4

DPC SCHEDULE E 1 3

FLOOR, FLOOR COVERINGS ETC

2.1.5

DPC SCHEDULE E 1 4

FLOOR, FLOOR COVERINGS ETC

2.1.6

DPC SCHEDULE E 1 5

FLOOR, FLOOR COVERINGS ETC

2.1.7

DPC SCHEDULE E 2 1

SIDE WALL & END CONSTRUCTION


PANELLING & MOULDING

2.1.8

DPC SCHEDULE E 3 1

PARTITION WALLS & MOULDINGS

2.1.9

DPC SCHEDULE E 4 1

CEILINGS & MOULDINGS

2.1.10

DPC SCHEDULE F 1 1

BODY SIDE DOORS WITH LOCKS

2.1.11

DPC SCHEDULE F 4 1

BODY SIDE WINDOW COMPLETE

2.1.12

DPC SCHEDULE F 4 2

BODY SIDE WINDOW COMPLETE

2.1.13

DPC SCHEDULE G 1 1

SEATS & UPPER BERTHS

2.1.14

DPC SCHEDULE G 2 1

LUGGAGE RACKS

2.1.15

DPC SCHEDULE G 4 1

INTERIOR EQUIPMENTS &


ACCESSORIES

2.1.16

DPC SCHEDULE G 4 4

INTERIOR EQUIPMENTS &


ACCESSORIES

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 34 of 85

2.1.17

DPC SCHEDULE G 4 7

INTERIOR EQUIPMENTS &


ACCESSORIES
SCHEMATIC DIAGRAM

2.1.18

DPC SCHEDULE H 0 1

2.1.19

DPC SCHEDULE H 6 1

2.2

Detailed scope of work for HHP DEMU DPC coaches, for each individual
schedule is as follows
which are indicated against each.

POWER CONTROL, AUX CONTROL,


DUCTING

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 35 of 85

DPC SCHDEULE C 6 1
EXTERIOR ACCESSORIES
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitment of 4 nos mild steel destination/route indication


boards as per ICF drawing: TC-5/278-2-6-501. The mild steel
plates shall be painted with two coats of primer and two coats of
enamel. The colour of enamel shall be as directed by the EngineerIn-Charge. After the paint has dried thoroughly, the boards shall be
wiped clean and route shall be indicated in both Hindi and English
with retro-reflective stickers. Text of the retro-reflective stickers
shall be informed by the Engineer-In-Charge. Care shall be taken
to ensure that there are no air bubbles/pockets between the sticker
and the mild steel plates. Finally the boards shall be fitted on to
slots meant for the same on the outside walls of the coaches.

Coach
set

DPC SCHEDULE E 1 1
FLOOR FLOOR COVERINGS ETC
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitment of 12 mm wood based impregnated


compressed laminates on coach floor in accordance with ICF
drawing: 329-4-1-001, along with necessary cuts, and duly
screwed with countersunk head screws. The contractor shall
unload the material from trucks, and reload them on to the coaches
with his own workforce. Tools and plants needed for the work are
in the scope of the contractor. Care shall be taken to ensure that the
boards are aligned properly on the coach floor. Post fitment there
shall not be any looseness in the screws. After work the coach floor
shall be cleaned for further activities to take place.
The wood based impregnated compressed laminates must be
RITES inspected.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 36 of 85

DPC SCHEDULE E 1 2
FLOOR, FLOOR COVERINGS ETC
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitment of 2 mm thick poly vinyl chloride (PVC)


sheets on coach floor as in ICF drawing: 486-4-1-001, along with
necessary cuts, duly pasted with adhesive to ICF/MD/SPEC-075.
Colour and shade of the PVC shall be as directed by the EngineerIn-Charge. Sample of the sheet shall be produced for approval
prior to placement of bulk order and start of the work. Workforce
of the contractor must do the work with clean hands so that proper
adhesion is achieved. The inter-sheet joints shall be thoroughly
cleaned and hot air welded in a neat fashion without any burrs.
Overall aesthetics shall be kept in mind while fitment and hot air
welding. Correct temperature of hot air guns is a must while
carrying out welding of joints.
The poly vinyl chloride (PVC) sheets must be RITES inspected.

Coach
set

DPC SCHEDULE E 1 3
FLOOR, FLOOR COVERINGS ETC
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitment of 2 mm thick AISI 304 stainless steel sheets


on coach floor as per ICF drawing: 486-4-1-001, along with
necessary cuts, and duly screwed by cheese head screws. The
sheets shall have chequered design and the design patterns must
match between two joints. Door stops shall be provided for the
doors and suitable cut in the stainless steel sheet shall me made for
inspection of coach coupler near end vestibules as per the ICF
drawing . The cut sheet may either be screwed or a flap type
arrangement can be with hinges. All burrs shall be suitable
removed. The sheets shall have chequered design and the design
patterns must match between two joints. Adequate tightness shall
be ensured so that the sheets stay in place in service. Sample of the
stainless steel sheet shall be shown for approval before bulk order
is placed on the steel plant(s)/mill(s).
The sheets must be from reputed manufacturers (SAIL, JSL) and
manufacturer's test certificate must be provided, or the sheets be
accompanied with RITES inspection certificate.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 37 of 85

DPC SCHEDULE E 1 4
FLOOR, FLOOR COVERINGS ETC
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitment of AISI 304 stainless steel step rails to ICF
drawing: 077-4-1-007. The rails can be cast and machined or can
be of two piece welded fabrication design. All burrs shall be
suitable removed. The step rails shall then be screwed tightly on
the coach floor with counter sunk screws. Sample of the step rails
to be shown for approval before start of the works. Post fitment
drilling chips etc shall be removed.

Coach
set

DPC SCHEDULE E 1 5
FLOOR, FLOOR COVERINGS ETC
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitment of stainless steel drain pipes as in ICF drawing


140-4-1-007. Fitment of the same shall be carried out as per ICF
drawing: 486-4-1-001. Top PVC sheet shall be suitable cut to
accommodate the flange of the drain pipe. The drain pipes shall be
screwed tightly on the floor with cheese head screws. Concentric
circular cuts of diameter 30mm shall be made on the chequered
stainless steel sheets with a tr-panning tool, such that the axis of
the circular cut aligns with the center of the drain pipe. All burrs
shall be suitable removed and the circular edge of the chequered
sheet shall be pressed down gently. The work shall be to such
accuracy and finish that water on the coach floor smoothly flows
down the drains without any accumulation. Overall aesthetics shall
be kept in mind by the contractor.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 38 of 85

DPC SCHEDULE E 2 1
SIDE WALL & END CONSTRUCTION PANELLING & MOULDING
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Provision and fitment of of side wall panels and moulding to ICF


drawing: 482-4-2-201, 298-4-2-702 and 298-4-2-703; along with
provision and fitment of end wall panels and moulding to ICF
drawing: 482-4-4-201, 484-4-2-002, 484-4-2-003 and . Colour and
shade of laminated polymer sheet shall be as directed by the
Engineer-In-Charge. Sample of the laminated polymer sheet shall
be approved, prior to bulk ordering. The panels shall be neatly
fastened with stainless steel screws. There shall not be any
waviness. Mouldings shall be of 1 mm thick AISI 304, preferably
mirror finish or finish no 4, which shall be supplied with protective
polythene films 125 micron thick. Sharp edges of the mouldings, if
any shall be grinded and polished before fitment. Post fitment, all
edges shall be checked for any inadvertent sharp corners, edges,
ridges and the same shall be attended properly. It shall be the duty
of the contractor to ensure that the edges, corners etc are so
rounded that no injury is caused by the mouldings to passengers
during rush hours. The protective film shall be removed prior to
dispatch of the coach.
Rites inspection certificate to accompany laminated polymer
sheets. AISI 304 sheets shall be sourced from reputed
manufacturers like SAIL, JSL etc, and test certificate must be
provided, or be RITES inspected.

Coach
set

DPC SCHEDULE E 3 1
PARTITION WALLS & MOULDINGS
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Provision of partition panels with packing (4mm thick), and


stainless steel sheets 1.0 mm thick, honey comb finish in
accordance with ICF drawings: 486-4-3-301, 486-4-3-302.324-43-004,. All molding shall be 1 mm thick stainless steel with
preferably mirror finish or alternatively finish 4, and fastening to
be done with stainless steel pan head screws. Mouldings shall be of
1 mm thick AISI 304, preferably mirror finish or finish no 4, which

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 39 of 85

shall be supplied with protective polythene films 125 micron thick.


Partition panel U moulding shall be single piece (without any
joints as in drawing). Sharp edges of the mouldings, if any shall be
grinded and polished before fitment. Pan head screws shall be used
for fitment. Post fitment, all edges shall be checked for any
inadvertent sharp corners, edges, ridges and the same shall be
attended properly. It shall be the duty of the contractor to ensure
that the edges, corners etc are so rounded that no injury is caused
by the mouldings to passengers during rush hours. The protective
film shall be removed prior to dispatch of the coach.
The AISI 304 sheets shall be preferably sourced from reputed
manufacturers like SAIL, JSL etc, and test certificate must be
provided. Alternatively the material must be RITES inspected.

DPC SCHEDULE E 4 1
CEILINGS & MOULDINGS
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply, installation and fitment of roof panels and moldings as per


ICF drawing: 482-4-4-201, and fastening of the same with stainless
steel fasteners, with proper alignment and without waviness, and
supply, installation and fitment of ventilator ducts as per ICF
drawing: 482-4-4-002 and 482-4-4-003, followed by supply, and
fitment of ventilator grills to ICF drawing: 140-4-4-013. The
material of ventilator grills shall be aluminium and shall be powder
coated. Chest handles to ICF drawing 140-4-3-016 shall be tightly
screwed on panels covering water tanks. Dimensions must be taken
on site, and necessary cuts etc may be done in-situ. The stainless
steel sheets shall be 0.8 mm thick AISI 304, with macromatt finish.
The stainless steel sheets shall be supplied with protective
polythene film 125 micron thick. Contractor to ensure that the
panels are properly aligned as in drawing. There shall not be any
skewed alignment between the roof panels and panels covering
alarm chain wires. The protective film of the stainless steel sheets
and stainless steel moldings shall be removed prior to dispatch of
the coach.
Proof of supply of stainless steel sheets from reputed source
(SAIL, JSL ect. ) with test certificate, or RITES inspection
certificate must be provided.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 40 of 85

DPC SCHEDULE F 1 1
BODY SIDE DOORS WITH LOCKS
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Provision of body side door window to ICF drawing 000-5-3-701,


complete with aluminium frame and stone proof poly-carbonate
louvere shutter (outer side) and stone proof poly-carbonate sheet as
inner shutter. Use of fibre reinforced plastics is not allowed. The
poly-carbonate sheets shall be of such quality that they shall not
yellow for 10 years. Suitable stainless steel fasteners and rubber
profiles shall be used as per drawings for fixing of the windows.
Post fitment, the sliding window frames shall move smoothly.
Bottom of window frames and locks shall be cleaned of any drill
dust, metal chips etc so that the windows seal properly on pulling
down. Manufacturer's test or guarantee certificate must be enclosed
for the poly-carbonate sheets.

Coach
set

DPC SCHEDULE F 4 1
BODY SIDE WINDOW COMPLETE
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Provision of body side window (aluminium frame) to ICF drawing


486-5-6-302, 273-5-4-401 and 273-5-4-401, 273-5-4-404 complete
with mild steel inner frame (ICF drawing: 273-5-4-405) and stone
proof poly-carbonate sheets. Use of fibre reinforced plastics is not
allowed. The mild steel inner frames shall be made smooth at sharp
edges, surface irregularities etc (with the use of suitable metal
putty if required) and then shall be powder coated. The polycarbonate sheets shall be of such quality that they shall not yellow
for 10 years. Suitable stainless steel fasteners and rubber profiles
shall be used as per drawings for fixing of the windows. Post
fitment, the sliding window frame shall move smoothly. Drilling
burrs of laminated polymer sheets, metal and other residues etc
shall be cleaned with suitable brush, so that the windows seal
properly on pulling down.
Manufacturer's test or guarantee certificate must be enclosed for
the poly-carbonate sheets.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 41 of 85

DPC SCHEDULE F 4 2
BODY SIDE WINDOW COMPLETE
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Supply and fitment of body side emergency window (aluminium


frame) to ICF drawing 484-5-4-101 and 329-5-4-001, complete
with fibre reinforced plastics inner frame and stone proof polycarbonate sheets. The fibre reinforced plastic inner frames shall be
made smooth at sharp edges, surface irregularities etc (with the use
of suitable putty if required) and then shall be powder coated. The
poly-carbonate sheets shall be of such quality that they shall not
yellow for 10 years. Suitable stainless steel fasteners and fixing
rubber profiles to ICF drawing 109-5-4-202, shall be used as per
drawings for fixing of the windows. Post fitment, the sliding
window frame shall move smoothly. The entire assembly shall be
cleaned of dust and other substances that accumulate during the
usual process of fitment.
Manufacturer's test or guarantee certificate must enclosed for polycarbonate sheets.

Coach
set

DPC SCHEDULE G 1 1
SEATS & UPPER BERTHS
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Supply of per-inspected seats to ICF drawing: 531-6-1-002 and


fitment of the same as per the layout in ICF drawing: 485-6-1-302.
486-6-1-301. Two no Driver seats shall be provided as per the
master drawing
The material of the seat frames shall be AISI 304, and the surface
shall be mirror polished, and shall be covered with polythene film
of 25 microns thick. The trough floor shall be thoroughly cleaned
and suitable mounting plates shall be properly welded on to the
trough floor and suitable holes be drilled and tapped on the
mounting plates.
There shall be no burrs, sharp edges etc on the seat frames. On site
measurement of the length of the seats shall be taken so the the
seats do not protrude into the walking aisle. One sample shall be
shown for approval before placing bulk order.
Material handling activities are within the scope of the works of
the contractor. Thereafter the seats shall be fitted tightly on the
base mounting plates using stainless steel bolts and stainless steel
spring lock washers.
RITES inspection certificate must accompany the seats.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 42 of 85

DPC SCHEDULE G 2 1
LUGGAGE RACKS
Sl No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply of per-inspected luggage racks to ICF drawing: 140-6-2001 and fitment of the same as per the layout in ICF drawing: 3246-2-001. The material of the luggage racks shall be AISI 304, and
the surface finish shall be mirror finish. Contractor shall unload the
material for trucks and reload the same back on to the coaches
prior to fitment. Suitable mounting plates shall be properly welded
followed by drilling and tapping.
The racks shall be fitted tightly on the base mounting plates using
stainless steel countersunk screws of good quality. Proper interrack alignment shall be ensured so that the final appearance post
fitment is very pleasing and aesthetically appealing.
The finished luggage racks must be RITES inspected.

Coach
set

DPC SCHEDULE G 4 1
INTERIOR EQUIPMENTS & ACCESSORIES
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Provision of longitudinal grab rails as per ICF drawing: 486-6-4101 and 298-6-4-701. The material of the grab rails shall be AISI
304, and the finish shall be mirror finish. The welding between the
tubes and flanges shall be carried out with GTAW process and
there shall be minimum of weld deposit. Weld spatter is any shall
be smoothly grinded out and the grinded area shall be polished.
The material shall be supplied with protective PVC cover of at
least 25 micron thick. One sample to be shown before bulk
manufacture The longitudinal grab rails shall be bolted tightly to
the coach ceiling with stainless steel countersunk screws. Post
fitment all the grab rails shall be properly aligned without any
twists and bends.
Provision of handholds for standees area as per ICF drawing: 4866-4-102. The material of the grab rails shall be AISI 304, and the
finish shall be mirror finish. The welding between the tubes and
flanges shall be carried out with GTAW process and there shall be
minimum of weld deposit. Weld spatter is any shall be smoothly
grinded out and the grinded area shall be polished. The material
shall be supplied with protective PVC cover of at least 25 micron
thick. One sample to be shown before bulk manufacture . The
handholds shall be bolted tightly to the coach ceiling with stainless
steel countersunk screws. Post fitment all the grab rails shall be

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 43 of 85

properly aligned without any twists and bends.


Proof of purchase of stainless steel from reputed manufacturer life
SAIL/JSL must be provided, and the material must be RITES
inspected.

DPC SCHEDULE G 4 4
INTERIOR EQUIPMENTS & ACCESSORIES
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Provision of doorway grab rails as per ICF drawing: 278-6-4-503


and 298-6-4-702. The material of the grab rails shall be AISI 304,
and the finish shall be mirror finish. The welding between the
tubes and flanges shall be carried out with GTAW process and
there shall be minimum of weld deposit. Weld spatter is any shall
be smoothly grinned out and the grinned area shall be polished.
The material shall be supplied with protective PVC cover of at
least 25 micron thick. One sample to be shown before bulk
manufacture. The grab rails shall be bolted tightly to the coach
ceiling with stainless steel countersunk screws. Post fitment all the
grab rails shall be properly aligned without any twists and bends.
Proof of purchase of stainless steel from reputed manufacturer life
SAIL/JSL must be provided, and the material must be RITES
inspected.

Coach
set

DPC SCHEDULE G 4 7
INTERIOR EQUIPMENTS & ACCESSORIES
l No

Description

Unit

Qty

(1)

(2)

(3)

(4)

Supply and fitting/sticking of notices as per ICF drawing 486-6-4103. Unified notice to ICF drawing 140-6-4-022, Alarm and
penalty notice to ICF drawing 140-6-4-030, Sun visor, and sun
control film shall be fitted in the driver cab.
Luminous notice for emergency window to 171-6-4-503 are in the
scope of supply and fitting. Kindly note that the material for
Furnishing Plate and Coach Name Plate shall as per HDF drawing
200_X_X_Xxx and 300_X_X_xxx.
The notices shall be bilingual (Hindi and English) only. Prior to
sticking of the notices, the surfaces must be cleaned thoroughly,
and suitable primer (as in drawing) must be applied.
The person applying the stickers must clean his fingers thoroughly
and must stick the notices in such a manner that there are no air
bubbles between the surfaces to be pasted.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 44 of 85

DPC SCHEDULE H 0 1
SCHEMATIC DIAGRAM
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Supply of electrical fittings and wiring of roof of DPC Coach as


per ICF drawings 486-7-0-101, 486-7-0-102 and 485-7-0-103.
Further details shall be to ICF drawings 278-7-0-501, 278-7-0-502,
278-7-0-503, 278-7-0-504 and 278-7-0-505.
All types of terminal boards (ICF drawing: 237-7-6-303), conduits
(aluminium), clamps, fasteners, internally screwed bushes (shall be
of aluminium to ICF drawing: 077-7-2-230), mounting brackets,
insulation tapes, cable ties etc are in the scope of supply and
fitment. Supply of cables and wires are not in the scope of this
schedule. Railways will provide cables and wires. All joints shall
be prepared and finished tight.
Cable ties shall be used to tighten the harness wherever required.
There shall not be any loose connections, dangling wires, strands
free of sockets and any other situation which may lead to potential
failures or hazardous situations.
Insulation resistance test of the coaches shall be carried out after
wiring and the contractor shall prove that the wiring of the coaches
have been carried out in such manner that the same meets the
norms specified in RDSO standard: EL/TL/48.

Coach
set

SCHEDULE H 6 1
POWER CONTROL, AUX CIRCUIT, DUCTING
Sl No
(1)

Description
(2)

Unit
(3)

Qty
(4)

Wiring of roof as per ICF drawing: 486-7-6-001 (for fans), along


with supply and fitment of pre-inspected 400 mm sweep Brush
Less Direct Current (BLDC) fans to ICF drawing: 000-7-2-715.
Clamps, fasteners, mounting brackets, rubber packing (to ICF
drawing: 077-7-3-058) etc are in the scope of supply and fitment.
Layout of fan switch installation shall be to ICF drawing 486-7-4001. Supply of cables and wires are not in the scope of this
schedule. Railways will provide cables and wires. Some minor
welding works which may be needed for mounting of fan brackets
etc are also in the scope of this schedule. Cable ties shall be used to
tighten the harness wherever required.
Mobile Lap top Socket shall be fitted as per ICF Drawing There
shall not be any loose connections, dangling wires, strands free of
sockets and any other situation which may lead to potential failures
or hazardous situations. Testing of the coaches shall be carried out
after fitment of fans and the same shall be in conformity with
RDSO standard: EL/TL/48.
All the light & fans shall be in conformity with RDSO Standards.

Coach
set

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 45 of 85

PART II GUARANTEE
1.0

GUARANTEE

1.1

Refer to Clause 9.0, SECTION B: Quality Assurance, of Part I.

1.2

During the period of guarantee the contractor shall cause to attend to any defects
wherever it is located over the Indian Railways resulting from defective erection/work
and/or defects in the equipment supplied by the contractor.

1.3

This engineer shall not attend to rectification of defects, which arise out of normal
wear and tear and come within the purview of routine maintenance work.

1.4

The Contractor shall bear the cost of modifications, additions or substitution that may
be considered necessary for the satisfactory working of the equipment/coach.

1.5

The final decision whether this clause will be attracted or not shall rest with the
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South Eastern
Railway.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 46 of 85

PART III RECOVERABLE DUES


1.0

RECOVERIES FROM THE CONTRACTOR

1.1

All the recoveries for materials supplied and services rendered by the purchaser to
the contractor and other refunds due from the contractor shall unless otherwise
specified, ordinarily be made by deductions from payments due to the contractor
covering the value of supply and erection in the progress payment for erection.

1.2

Out of the total security deposit amounting to 5% of the contract value, recovery will
be made at the 10% from the progress payment bills.

1.3

Deduction of Income Tax at source as per provisions of Finance Act and Income Tax
Act in force will be made from the Contractor and the amount so deducted will be
credited to the Central Government.

2.0

EARNEST MONEY

2.1

Earnest Money The tender must be accompanied by a sum of Rs 1 72 969/(Rupees One Lakhs, Seventy Two Thousand Nine Hundred Sixty nine Only).as
earnest money deposited in cash or in any of the forms as mentioned in regulation of
tender and contractors for the guide lines of engineers and contractors, failing which
the tender will not be considered.

2.2

The earnest money is to be deposited in any of the following forms:


In cash paid to the Divisional Cashier/S.E.Railway/Kharagpur.
By Pay Order or Demand Draft in favour of FA & CAO / S.E.Railway
/GRC/Kolkata.
By Deposit Receipt in favour of FA & CAO/S.E.Railway,GRC/Kolkata.

2.3

Earnest money will be refunded to the unsuccessful tenderers after finalization of the
tender case.

2.4

Earnest Money of the successful tenderer will be adjusted as Security Deposit.

2.5

FORFEITURE OF EARNEST MONEY.

2.5.1 Earnest money deposited by the successful Tenderer will be forfeited if the Tenderer
resigns from his/her/their offer or modifies the terms and conditions thereof in a
manner not acceptable to the Railway within the stipulated period of validity of offer.
2.5.2 If the successful Tenderer fails to execute the agreement or start the work with in the
stipulated period, or as may be stipulated in the letter of acceptance, the entire
Signature of the tenderer
SER/KGPW/HHP/DEMU/DPC/2015-02

Page 47 of 85

earnest money shall be liable to be forfeited to the Railways.


2.5.3 Earnest money is liable to be forfeited in cases where any of the
statements/declarations/information made by the Tenderer is proved
wrong/false/incomplete or such as to withhold any information relevant for
consideration of the tender.
3.0

PENALTY

3.1

If the Contractor fails to execute and complete the work within the specified time
except in so far as the delay is on Railway Administration's account the contractor
shall accept reduction in the total amount payable to him by the Railways as per
extent rules.

3.2

The Contractor has to complete the entire work for each coach within twenty (20)
clear working days, from the date of handing over the coach to him/her (refer to
Clause 10.0, SECTION B: Quality Assurance, of Part I).

3.3

Number of days coach taken back by the Railway for Railways departmental work
shall not be taken in to count and date of final inspection of the coach will not be
counted.

3.4

The rate of imposition of penalty will be Rupees Three Thousand Only (Rs 3000/-)
per day per coach, for every day taken extra, beyond Twenty (20) clear working
days.

3.5

Failure to follow instructions mentioned in Clause 6.0, Section A: Preparatory


Activities, Part I, will attract a penalty of Rupees Two Thousand Only (Rs
2000/-) for every case reported in writing by authorized Railway Officials.

3.6

Railway may choose to impose suitable penalty in case of misconduct personal or


statutory by contractor, it's supervisors or staff.

4.0

TAXES

4.1

INCOME TAX

4.1.1 Income Tax,and Surcharge on Income Tax shall be deducted at source, at the rates
specified by Government of India from the bills of the contractor. Presently the rate
of Income Tax is two percent (2%).
4.1.2 In case the rate of Income Tax on contractual payment is changed by Government of
India during the concurrency of the contract, deductions at new rates shall be
applicable.
4.1.3 The contractor shall be given a certificate by Railways towards the amount deducted
at source by Railways, towards Income Tax.
4.2

WAY BILLS

4.2.1 Way Bills shall NOT be provided to the contractor.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 48 of 85

PART IV PAYMENT SCHEDULE & RATES


1.0

DEPOSITS WITH RAILWAYS

1.1

The following amounts will have to deposited under the various heads mentioned
below.

2.0

SECURITY DEPOSIT

2.1

The security deposits/rate of recovery/mode of recovery shall be as under.

2.2

Security deposit for each work should be 5% of the contract value.

2.3

The rate of recovery should be @ 10% of the bill amount till the full security deposit
is recovered.

2.4

Security deposits 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 Bank
Guarantee (BG), FD, etc., shall be accepted towards security deposit.

2.5

Security Deposit shall be returned to the contractor only after the physical
completion of the work and expiry of the maintenance period as certified by the
Competent Railway Authority.

2.6

The work completion certificate should mentioned that the work has been completed
in all respects and that all the contractual obligations have been fulfilled by the
contractors and that there is no due from the contractor to Railways against the
contract concerned.

2.7

Before releasing the security deposit, the contractor concerned should submit an
unconditional and unequivocal no claim as well.

2.8

No interest will be payable upon the earnest money, security deposit or amounts
payable to the contractor under the contract.

2.9

The security deposit will be refunded on successful completion of warranty period.

2.10

The security deposit of the awarded contract shall be forfeited for the breach of any
of the conditions of the contract, if the firm fails to execute the agreement bond or to
start the work within a reasonable time (to be determined by the authorised
representative of Railways) after the notification of the acceptance of the contractor.

3.0

PERFORMANCE GUARANTEE

3.1

The successful Contractor has to submit Performance Guarantee amounting to 5% of


the contract value in any of the following forms with a validity covering the
completion period from the date of issue of LOA plus 60 days beyond that:

A deposit of Cash.

Irrevocable Bank Guarantee.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 49 of 85

Government Securities including State Loan Bonds at 5 percent below the


market value.

Deposit Receipts, Pay orders, Demand Drafts and Guarantee Bonds. These
form of Performance Guarantee is enclosed in annexure.

A Deposit in the Post Office Saving Bank.

Deposit in the National Savings Certificates.

Twelve years National Defense Certificates.

Ten years Defense Deposits.

National Defense Bonds.

Unit trust certificates at 5 percent below market value or at face value


whichever is less.

FDR in favour of FA&CAO, Garden Reach, and Kolkata (FREE FROM


ANY ENCUMBRANCE) may be accepted.

3.2

Performance Guarantee should be furnished by the successful contractor after the


letter of acceptance has been issued, but before signing of the agreement. The
agreement should normally be signed within thirty ( 30 ) days after the issue of
letter of acceptance and performance guarantee should also be submitted within this
time limit. Extension of time for submission of of PG beyond thirty ( 30) days and
upto sixty ( 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 thirty ( 30) 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 sixty ( 60 ) days from 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.

3.3

This guarantee 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.

3.4

Performance guarantee shall be released after the physical completion of the work
based on the Completion Certificate issued by the competent authority stating that
the contractor has completed the work in all respect satisfactory.

3.5

Wherever the contracts are rescinded, the security deposit will be forfeited and the

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 50 of 85

performance guarantee shall be encased and the balance work shall be got done
separately.
3.6

The original 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 would be debarred from participating in
the tender for the balance work either in his/her individual capacity or as a partner of
any other JV/partnership firm.

4.0

PAYMENT

4.1

No advance payment will be made to the contractor.

4.2

The coaches may come from the manufacturing unit with some extra work done in
advance. The manufacturing unit may carry out some of the works mentioned in
Part I on account of quality/testing protocols.

4.3

Moreover Railways may without any prejudice to either parties carry out some work
on its own as well.

4.4

In either of the above cases clause 4.2 and clause 4.3 payment shall not be made for
items of work/quantities not attended to or not done by the contractor.

4.5

Otherwise also payment shall not be made for items of work/quantities not attended
to or not done by the contractor.

4.6

For works not done/carried out by the contractor (refer clause 4.2 to clause 4.5
above) prorata deductions in the bills of the contractor shall be made by Railways
based on it's own rates of labour, material and other associated cost elements.

4.7

The Railway will not make any payments for any such additional work carried out
by the contractor without permission of the Railways authorized representative.

4.8

Payment shall be made strictly as per the actual quantum of work carried out and
duly recorded in the completion certificate.

4.9

The tenderer will neither be compensated monetarily for unavoidable interruptions in


supply of electricity/water nor will he be allowed additional time for completion of
the works on the same account.

4.10

Completion of the work will be recorded as per the certificate issued by Deputy
Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South Eastern Railway,
or his representative detailing the all works have been executed, which will form the
basis for payment.

4.11

The Contractor will raise bills on completion of every Two DPC Coaches . The
contractor can raise bills for multiple of two DPC coaches on a single
challan/invoice/bill as well. Bills shall be raised only once in a month.

4.12

Income tax including surcharge and others as admissible will be deducted from the
contractors bill.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 51 of 85

5.0

MODE OF PAYMENT

5.1

All payments will be made through National Electronic Fund Transfer (NEFT) or
Real Time Gross Settlement (RTGS) system only as per the guidelines of Reserve
Bank of India (RBI). Both the systems are fully electronic payments procedures.

5.2

There will be no paper payment repeat NO PAPER PAYMENT through any


instruments like Cheque, Demand Draft and the like.

5.3

The contractor will be required to submit a mandate form duly filled up for enabling
Railways to process payment through electronic means.

6.0

BILL PASSING AUTHORITY

6.1

Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South Eastern


Railway, will be the bill passing authority.

7.0

BILL PAYING AUTHORITY

7.1

Deputy Financial Advisor and Chief Accounts Officer, Kharagpur Workshop, South
Eastern Railway, will be the bill paying authority.

8.0

RATES

8.1

The rate should be quoted in figures as well as in words and shall include cost of
various constituent elements, like basic cost of material, charges towards
labour, statutory levies like Excise duty, CST, VAT/MODVAT, Entry Tax, and
various other surcharges etc.

8.2

Necessary Electric Power and Water will be supplied by Railways at site of


work free of cost. The tenderer must take the above into account while quoting
for the work. However in the event of unavoidable failure of Railways to supply
electricity/compressed air/water, the tenderer will have to make temporary
arrangement form his own side.

8.3

RATE SCHEDULE HHP DEMU DPC Coaches:

8.3.1 The tenderer may quote his rates in percentage (above/below/At par) at 8.3.2
below.
SCHEDULE

DESCRIPTION

Departmental Value
(Includes the Cost of
Material & Labour )

DPC SCHEDULE C 6 1 EXTERIOR ACCESSORIES


DPC SCHEDULE E 1 1

FLOOR, FLOOR COVERINGS


ETC

1984.60
56611.84

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 52 of 85

DPC SCHEDULE E 1 2

FLOOR, FLOOR COVERINGS


ETC

27552.68

DPC SCHEDULE E 1 3

FLOOR, FLOOR COVERINGS


ETC

142225.00

DPC SCHEDULE E 1 4

FLOOR, FLOOR COVERINGS


ETC

11798.06

DPC SCHEDULE E 1 5

FLOOR, FLOOR COVERINGS


ETC

478.72

DPC SCHEDULE E 2 1

SIDE WALL & END


CONSTRUCTION PANELLING &
MOULDING

DPC SCHEDULE E 3 1

PARTITION WALLS &


MOULDINGS

678038.00

DPC SCHEDULE E 4 1

CEILINGS & MOULDINGS

125616.04

DPC SCHEDULE F 1 1

BODY SIDE DOORS WITH


LOCKS

35428.61

DPC SCHEDULE F 4 1

BODY SIDE WINDOW


COMPLETE

93075.35

DPC SCHEDULE F 4 2

BODY SIDE WINDOW


COMPLETE

58430.02

63664.34

DPC SCHEDULE G 1 1 SEATS & UPPER BERTHS

487444.08

DPC SCHEDULE G 2 1 LUGGAGE RACKS

116464.11

DPC SCHEDULE G 4 1 INTERIOR EQUIPMENTS &


ACCESSORIES

15604.31

DPC SCHEDULE G 4 4 INTERIOR EQUIPMENTS &


ACCESSORIES

14774.40

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 53 of 85

DPC SCHEDULE G 4 7 INTERIOR EQUIPMENTS &


ACCESSORIES

13580.16

DPC SCHEDULE H 0 1 SCHEMATIC DIAGRAM

124901.00

DPC SCHEDULE H 6 1 POWER CONTROL, AUX


CONTROL, DUCTING

94440.03

Total Value Per DPC Coach


(Rounded off figure )

21,62,111/(Rupees Twenty One


Lakh Sixty Two
thousand One
hundred Eleven
only)

8.3.2 Kindly quote your rate as percentage above or percentage below for the above
schedules.
Please note only ONE SINGLE PERCENTAGE ON THE
DEPARTMENTAL VALUE ABOVE is to be quoted for all the entries above. Shall be
applied on all the SCHEDULE
Rate Quoted HHP DEMU DPC :__________________________________________

8.3.3. Railway Reserves the Right to supply the cable & Wires, as such cost of cables &
wires are not included in the Departmental value.
8.3.4 On application of Percentage on schedules fraction of Rupees may come, same shall be
rounded off to nearest rounded Figures in Rupees.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 54 of 85

PART V FINAL SETTLEMENT

On expiry of the guarantee period and issue of the certificate of final acceptance of the entire
installations/rakes, the Performance Guarantee and Security Deposit shall be released to the
contractor after adjustment of any dues payable by the contractor.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 55 of 85

ANNEXURE I
WORKING EXPERIENCE OF THE TENDERER
List of Works Competed by the Tenderer
Sl. Name of Work
Name, Address,
No
Telephone No.
and Fax No. of
organisation
Railway Works
1.

Agreement
No, Date and
value in Rs
( Lakhs )

Amount
received in
Rs (Lakhs)

Date of
completion

2.
3.
4.
State Govt. Works
1.
2.
3.
4.
Public Sector Undertaking Works
1.
2.
3.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 56 of 85

Note: Attach separate sheet(s) if necessary


List of Active Works being done by the Tenderer
Sl. Name of Work
Name, Address,
Agreement
No.
Telephone No.
No, Date and
and Fax No. of
value in Rs
organisation
( Lakhs )
Railway Works
1.

Amount
received till
date in Rs
(Lakhs)

Due
date of
completion

2.
3.
4.
State Govt. Works
1.
2.
3.
4.
Public Sector Undertaking Works
1.
2.
3.
4.

Note: Attach separate sheet(s) if necessary


Signature of the tenderer
SER/KGPW/HHP/DEMU/DPC/2015-02

Page 57 of 85

ANNEXURE II
FINANCIAL CREDENTIALS OF THE TENDERER
Financial Year

Total Turnover in Rupees (Lakhs)

2012 2013
2013 2014
2014 2015
2015 till date

Note: Attach proper and valid documentary proof in support of the above figures.
Railway Administration reserves the right to verify correctness of such data in such a
manner as it may consider fit and appropriate.
Submission of false or misleading documents will lead to rejection of the offer along
with debarment from participation in future tenders of Railways.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 58 of 85

ANNEXURE III
HUMAN RESOURCE AVAILABLE WITH THE TENDERER
Human Resource Currently engaged by the Tenderer
Sl.
N
o
1.

Name & Designation of


Employee

Qualification

Previous
Experience

Working
From
To

2.
3.
4.
5.
6.
7.
8.
Note: Attach separate sheet(s) if necessary
Human Resource Proposed to be engaged for this work by the Tenderer
Sl.
No
1.

Name & Designation of


Employee

Qualification

Previous Experience

2.
3.
4.
5.
6.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 59 of 85

ANNEXURE IV
PLANT AND MACHINERY AVAILABLE WITH THE TENDERER
Plant and Machinery Currently Engaged by the Tenderer
Sl.
No

Particulars of Machinery, Plant


& Equipment along with make
and capacity.

No.
Approx.
of
cost in Rs.
units (Lakhs)

Purchase Bill No, Date,


& Registration
particulars

1.
2.
3.
4.
5.
6.
7.
8.
Note: Attach separate sheet(s) if necessary
Plant and Machinery Proposed to be engaged for this work by the Tenderer
Sl.
No
1.

Particulars of Machinery, Plant & Equipment along


with make and capacity.

No. of
units

Approx. cost in
Rs.(Lakhs)

2.
3.
4.
5.
6.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 60 of 85

ANNEXURE V
LIST OF ARBITRATION CASES AGAINST RAILWAYS

Sl. Name, Address, Telephone No. and Fax


No. No. of organisation

Agreement No. Date and Status


value in Rs (Lakhs)

1.
2.
3.
4.
5.
6.

Note: Attach separate sheet(s) if necessary


Mention NIL if there are no Arbitration Cases against Railways.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 61 of 85

ANNEXURE VI
LIST OF COURT CASES AGAINST RAILWAYS
Sl.
No.

Name, Address, Telephone No. and Fax


No. of organisation

Agreement No. Date and Status


value in Rs (Lakhs)

1.
2.
3.
4.
5.

Note: Attach separate sheet(s) if necessary


Mention NIL if there are no Court Cases against Railways.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 62 of 85

ANNEXURE VII
SPECIFICATIONS
1.0

GENERAL
List of the specifications for materials and components which are required for this
work is enclosed. The tenderer must note that the list is indicative and not exhaustive.

2.0

MECHANICAL COMPONENTS
List of Specifications intended for Mechanical components are provided below.

2.1

Upholstery cloth

RDSO: C-9503

2.2

Structural steel

IS: 2062 Fe410CuWC

2.3

Steel sheets

IRS: M-41

2.4

Chequered steel plates.

IS: 3502-1994, type-1D.

2.5

Stainless Steel chequered plate

AISI: 304

2.6

Stainless Steel Grab poles, rails and grab handles.

AISI: 409M

2.7

Stainless Steel Pipe

ASTM: A269Gr.304

2.8

Stainless steel sheet

AISI: 301L, 409M

2.9

Stainless steel plates and sheet

RDSO: C-K201

2.10 Seat Frames and 1.6mm thick Stainless Steel Sheets to


up to Window level

AISI: 409M, RDSO: CK201.

2.11 Compreg Board

RDSO: C-9407

2.12 Polyurethene Foam

RDSO: C-8914

2.13 Polycarbonate.

ICF/MD/SPEC-159

2.14 FRP tissue.

ICF/MD/SPEC-027

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 63 of 85

2.15 Glass wool.

IS: 8183

2.16 Three (3mm) thick resin bonded laminated Plastic


Sheets.

RDSO STR : C-K514

2.17 Double Ferrule fitting.

ICF/MD/SPEC.166

2.18 Flexible Vinyl flooring for use in coaching stock.

RDSO: C-8515 (Rev.2)

2.19 FRP panels.

RCF: MDTS-133.

2.20 NFTC sheet for interior ceiling.

RDSO: C-K511

2.21 Gear and pinion.

RDSO: C-K303

2.22 Fuel oil.

IS: No.1460 Grade A

2.23 Grease nipples.

IS: 4009 ( or latest )

2.24 Drivers cab.

UIC CODE: 651OR

2.25 Notices inside Coaches.

RDSO Sketch No.K3028

2.26 Welders Training.

IS: 7310 and IS: 817

2.27 Rubber Insulated Cables.

IS: 9857.

2.28 Equipment for eye and face protection during welding.

IS: 1179.

2.29 Leather gauntlets.

IS: 2573 (Type-1).

2.30 Electrode holders.

IS: 2641.

2.31 Return current clamps.

IS: 2641.

2.32 Welders brush.

IS: 4517.

2.33 Specification for DC Electric Welding Generators.

IS: 2635.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 64 of 85

2.34 Specification for Single Operator Rectifier type DC Arc IS: 4549.
Electric Welding Power sources.
2.35 Specification for Single Operator AC/DC Arc Electric
Welding Power sources.

IS: 6008.

3.0

ELECTRICAL COMPONENTS

3.1

P.A. System.

RDSO/SPN/TL/26/98

3.2

Modular switches.

IS: 3854

3.3

Brush Less D.C. fans of 400 mm sweep.

RDSO/PE/SPEC/TL/0021/2
000 (Rev.0)

3.4

Code of practice for wiring.

RDSO: EL/TL/48

3.5

110 V D.C. Lamps.

IS: 897

3.6

Passenger Information Display System.

ICF: ICF/Elect/097

3.7

GPS based station information and display system.

RDSO: RDSO/2008/CG-02.

3.8

Wind screen wipers.

RDSO: C-K306

3.9

Traction Motor.

IEC: 60349 (Pt - 2)

3.10 Auxiliary machine.

IEC: 34.1

3.11 Power inverter.

IEC: 61287,

3.12 Power Rectifier.

IEC: 60411,

3.13 Relays & Contactors.

IEC: 60337, 60157, 60158,

3.14 Control cubicle.

IEC: 68-2-14

3.15 Traction Alternator.

IEC: 60349 (Pt - 1)

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 65 of 85

3.16 Control Electronics.

IEC: 60571

3.17 Equipment Blowers.

BS: 848

3.18 Electromagnetic Compatibility.


(Emission of the whole railway system to the outside
world)

EN: 50121-2 (CENELEC)

3.19 Train Communication Network.

IEC: 61375-1

3.20 Speed indicating and recording equipment of 0 -160


km/h range.

RDSO: MP- 0.3700-07


(Rev.03) of April2003.

3.21 Alternator.

IEC: 60349

3.22 Control equipment.

IEC: 60571, IEC: 60077

3.23 Blower motor.

IEC: 60101

3.24 Electron Beam Irradiated Power & control cables.

RDSO:
ELRS/SPEC/ELC/0019

3.25 Terminal ends for control cables and wire.

RDSO: MP- 0.5200.04.

3.26 Rectifierregulator.

IEC: 60571.

3.27 Low maintenance Lead Acid storage batteries.

RDSO/PE/SPEC/TL/00011998 (Rev-0)

3.28 VRLA type batteries.

RDSO/PE/SPEC/TL/00091999

3.29 Twin Beam Head Light with 24 halogen lamps for diesel EMU:ELRS/SPEC/PR/0024
electric loco.
(Rev-1), Sept2004.
3.30 DC- DC Converter for electric loco /diesel electric loco. ELRS/SPEC/DC-DC
Converter/0021,(Rev-1),
Sept2004.
3.31 LED Marker light for diesel electric loco/electric loco.

ELRS/SPEC/PR/0022,(Rev1) October2004.

3.32 LED Flasher light for diesel electric loco/electric loco.

ELRS/SPEC/LFL/0017(Rev.
1) of Sept2004.

3.33 Electrically operated windscreen wiper.

RDSO: C-K306

4.0

SURFACE PREPARATION AND PAINTING

4.1

Passivation chemical.

ASTM: A-380, A-967

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 66 of 85

4.2

Red Oxide zinc primer.

IS: 2074:1992

4.3

Ready Mixed Paint, Brushing, Grey filler, for Enamels.

IS: 110:1968

4.4

Specification for knifing stopper.

IS: 5083:1988

4.5

Enamel Synthetic Exterior Undercoating and Finishing


for Railway coaches.

IS: 8662:1993

4.6

Specification for Finishing, Exterior, Synthetic Enamel. IS: 524:1968

4.7

Specification for Aluminum paint for General purposes, IS: 2339:1963


in Dual container.

4.8

Specification for Black Japan, Type B.

IS: 341: 1973

4.9

Ready Mixed Paint, Brushing, Finishing, Oil Gloss


for General Purposes (5 Colours).

IS: 120

4.10 Enamel interior for Undercoating and Finishing.

IS: 133: 1993

4.11 Ready mixed paint , thick white for lettering.

IS : 3678: 1966

4.12 Bituminous Emulsion.

IRS: P-30: 1996

5.0

FIRE

5.1

Code of Practice for Prevention of Fires on DEMU's.

RDSO: CMI K 402 ( Rev.


- 0)

5.2

GFRP resistance to spread of flame and deterioration.

UIC: 564-2 OR Class A

5.3

Toxicity value.

Indian Navy: NCD 1409

5.4

Limiting oxygen index.

IS: 13501

5.5

Flammability and smoke emission limitations for nonmetallic materials.

UIC CODE :564-2, BS:


6853.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 67 of 85

ANNEXURE VIII
DRAWINGS
1.0

The tenderer shall keep the following drawing ready with him/her before start of the
work. The table below shows the drawings for HHP DEMU DPC . The list is not
exhaustive. There may be cases where drawings are inter related with TCV-TCG
Coaches
.
Main Drawing
Description

Ref. Main
Drawing

General Installation
HHP/DEMU/Driving
power car (With ladies &
handicapped )
(Aerodynamic front end
4025 mm height)

486-9-0-302

Marking Diagram for HHP


DMU/DPC with aero
dynamic end.

077-8-3-027

Exterior colour scheme for


HHP DEMU/DPC with
aerodynamic end

077-8-3-028
077-8-3-026
077-8-3-027

Coach floor

Location of side wall


paneling

Sub Drawing(s) Description

Ref. SubDrawing

Step Rail
329-4-1-001 Arrgt. Of flooring in engine room
Cover Plate
Drain Pipe

077-4-1-007
077-4-1-194
088-4-1-002
140-4-1-007

482-4-2-201 Details of mouldings


FRP Mouldings
Details of S.S. Mouldings
Details of sidewall panels
Panels & Mouldings for sidewall
Endwall panels and mouldings
Sidewall panels and mouldings in
engine & radiator room
Lock Assembly

140-4-3-007
140-4-3-012
140-4-3-017
324-4-2-003
324-4-2-002
324-4-2-006
482-4-2-202
013-5-4-009

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 68 of 85

Main Drawing
Description

Ref. Main
Drawing

General Installation
HHP/DEMU/Driving
power car (With ladies &
handicapped )
(Aerodynamic front end
4025 mm height)

486-9-0-302

Marking Diagram for HHP


DMU/DPC with aero
dynamic end.

077-8-3-027

Exterior colour scheme for


HHP DEMU/DPC with
aerodynamic end

077-8-3-028
077-8-3-026
077-8-3-027

Coach floor

Location of side wall


paneling

Sub Drawing(s) Description

Ref. SubDrawing

Step Rail
329-4-1-001 Arrgt. Of flooring in engine room
Cover Plate
Drain Pipe

077-4-1-007
077-4-1-194
088-4-1-002
140-4-1-007

Details of mouldings
FRP Mouldings
Details of S.S. Mouldings
Details of sidewall panels
Panels & Mouldings for sidewall
Endwall panels and mouldings
Sidewall panels and mouldings in
engine & radiator room
Lock Assembly

140-4-3-007
140-4-3-012
140-4-3-017
324-4-2-003
324-4-2-002
324-4-2-006

482-4-2-201

Partition paneling between engine


room & radiator room

Lay out of partition panel

Panels and mouldings for partition


between doorway and radiator
486-4-3-301
room
Partition paneling arrgt. Between
doorway and compartment
Partition paneling between
doorway and compartment
Cover profile for sealing
moulding

482-4-2-202
013-5-4-009
324-4-3-004
324-4-3-005
324-4-3-007
324-4-3-008
000-4-4-004

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 69 of 85

Partition paneling between Elect.


482-4-3-202
cubicle and engine room
Partition paneling between ladies
486-4-3-302
& handicapped compt.
Lay out of windows

Modified equalizing device for 2


077-5-4-264 -0 window
Cove profile for sealing moulding
Inside cover sheet for body side
door 2.0 window
Rubber Profile for window guide
Window stop for window guide
frame
Rubber profile
Modified FRP door window guide
FRP inner frame for body side
window (915 X 990 window)
Main line coaches single piece
FRP louvre shutter (2- 0 wide
window)
Two piece glass shutter
Helical spring for louver shutter
Glass for glass shutter
Modified FRP door window sill
FRP Guide frame arrgt. With
equalizing device
Modified equalizing device for 2
wide window
Details of equalizing device
Lever Arm Complete
Spring for equalizing device
Rubber items for FRP window
Body side window assy. With lift
up type glass shutter
Lock assy for lift up type glass
shutter
Outer door window arrgt. With
equalizing device
FRP door window guide arrgt.
With equal. device.
Body side window arrgt. With lift
up type glass shutters
Body side window arrgt. With lift
up type glass shutters
M.S. Inner frame for body side
window (915X990 wide)
Fixing rubber profile

077-5-7-010
000-4-4-004
000-5-3-704
000-5-4-511
000-5-4-606
000-5-4-641
077-5-3-012
329-5-4-002
074-97020
074-98062
074-98153
074-98152
077-5-3-013
074-98147
074-98148
074-98149
074-98150
074-98154
074-98151
273-5-4-402
273-5-4-404
000-5-3-701
077-5-3-011
273-5-4-401
273-5-4-402
273-5-4-405
109-5-4-202

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 70 of 85

Lay out of notices

Panels & Mouldings for


roof

Fixing arrgt. of equipment


in drivers cab

Arrgt. Roof wiring

Body side window arrgt. With lift


up type glass shutters for
emergency windows
Notice for engine room of
278-6-4-505 DMU/DPC
Alarm & Penalty notice
Unified notice for fire prevention
and safety
Furnishing plate
Name plates for non AC coaches
Panels & mouldings for roof (02
482-4-4-201 sheet)
Details for cover sheet
Grill for roof ventilator
Details for ventilator duct arrgt.
Details for ventilator duct arrgt.
Ventilator duct arrgt.
324-6-4-004

329-5-4-001
077-6-4-278
140-6-4-030
140-6-4-022
140-6-4-005
140-6-4-014
324-4-4-001
140-4-4-008
140-4-4-013
077-4-4-124
329-4-4-003
329-4-4-002

Coat hook

140-6-4-010

Tool box

077-6-4-306

Bracket for fire extinguisher


360-6-4-029
Fixing arrgt. Of tool box and
209-6-4-401
telephone pole
Lock assembly
013-5-4-009
Inter vehicle coupler socket and
486-7-6-301 details
077-7-5-053
Fixing Brackets
077-7-5-043
Terminal Blocks for BG. AC
077-7-5-035
EMUs
Fan Guard
077-7-6-158
MCB Panel arrgt. on End wall
077-7-5-086
Jumper Elbow assy.
077-7-2-293
Rubber packing for carriage fan 077-7-36-058
End fitting for flex. Conduits
077-7-1-413
Internally screwed bush
077-7-2-230
Inter vehicle coupler plug and
077-7-5-054
details
Fluorescent light fitting
140-7-6-018
Fluorescent light fitting for two
140-7-6-020
tubes in line
Compact fluorescent light fitting 140-7-6-023
Clamp
000-7-1-756
Clamp
000-7-1-753
Clamp
000-7-1-754
Arrgt. of coupler scket and
486-7-5-301
endwall wiring

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 71 of 85

Lay out of switch installation


Terminal Board assy.(Modified)
Lay out of windows

Modified equalizing device for 2


077-5-4-264 -0 window
Cove profile for sealing moulding
Inside cover sheet for body side
door 2.0 window
Rubber Profile for window guide
Window stop for window guide
frame
Rubber profile
Modified FRP door window guide
FRP inner frame for body side
window (915 X 990 window)
Main line coaches single piece
FRP louvre shutter (2- 0 wide
window)
Two piece glass shutter
Helical spring for louver shutter
Glass for glass shutter
Modified FRP door window sill
FRP Guide frame arrgt. With
equalizing device
Modified equalizing device for 2
wide window
Details of equalizing device
Lever Arm Complete
Spring for equalizing device
Rubber items for FRP window
Body side window assy. With lift
up type glass shutter
Lock assy for lift up type glass
shutter
Outer door window arrgt. With
equalizing device
FRP door window guide arrgt.
With equal. device.
Body side window arrgt. With lift
up type glass shutters
Body side window arrgt. With lift
up type glass shutters
M.S. Inner frame for body side
window (915X990 wide)
Fixing rubber profile
Body side window arrgt. With lift
up type glass shutters for

077-7-4-075
237-7-6-303
077-5-7-010
000-4-4-004
000-5-3-704
000-5-4-511
000-5-4-606
000-5-4-641
077-5-3-012
329-5-4-002
074-97020
074-98062
074-98153
074-98152
077-5-3-013
074-98147
074-98148
074-98149
074-98150
074-98154
074-98151
273-5-4-402
273-5-4-404
000-5-3-701
077-5-3-011
273-5-4-401
273-5-4-402
273-5-4-405
109-5-4-202
329-5-4-001

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 72 of 85

Lay out of notices

Panels & Mouldings for


roof

Fixing arrgt. of equipment


in drivers cab

Arrgt. Roof wiring

emergency windows
Notice for engine room of
278-6-4-505 DMU/DPC
Alarm & Penalty notice
Unified notice for fire prevention
and safety
Furnishing plate
Name plates for non AC coaches
Panels & mouldings for roof (02
482-4-4-201 sheet)
Details for cover sheet
Grill for roof ventilator
Details for ventilator duct arrgt.
Details for ventilator duct arrgt.
Ventilator duct arrgt.
324-6-4-004

077-6-4-278
140-6-4-030
140-6-4-022
140-6-4-005
140-6-4-014
324-4-4-001
140-4-4-008
140-4-4-013
077-4-4-124
329-4-4-003
329-4-4-002

Coat hook

140-6-4-010

Tool box

077-6-4-306

Bracket for fire extinguisher


360-6-4-029
Fixing arrgt. Of tool box and
209-6-4-401
telephone pole
Lock assembly
013-5-4-009
Inter vehicle coupler socket and
486-7-6-301 details
077-7-5-053
Fixing Brackets
077-7-5-043
Terminal Blocks for BG. AC
077-7-5-035
EMUs
Fan Guard
077-7-6-158
MCB Panel arrgt. on End wall
077-7-5-086
Jumper Elbow assy.
077-7-2-293
Rubber packing for carriage fan 077-7-36-058
End fitting for flex. Conduits
077-7-1-413
Internally screwed bush
077-7-2-230
Inter vehicle coupler plug and
077-7-5-054
details
Fluorescent light fitting
140-7-6-018
Fluorescent light fitting for two
140-7-6-020
tubes in line
Compact fluorescent light fitting 140-7-6-023
Clamp
000-7-1-756
Clamp
000-7-1-753
Clamp
000-7-1-754
Arrgt. of coupler scket and
486-7-5-301
endwall wiring
Lay out of switch installation
077-7-4-075
Terminal Board assy.(Modified) 237-7-6-303

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 73 of 85

Arrgt. of fixing fans


Housing for fluorescent light fitting
Junction box complete
Frame complete for end wall
WAGO terminal board
Wiring arrgt. of trays and
conduits

199-7-1-551 Earthling Plug

484-7-5-002

077-7-1-512

Expanded metal guard for choke &


details
Bellows
Stainless steel worm drive hose
clamp
Details of cleats for T/M cables
Earthing scheme for DMU/DPC
Details for Terminal pad assy.
Tray assy. And details
Conduit details for under frame
Details for under frame & engine
room
Battery charging box
Clamp
Clamp
Fixing socket
Terminal blocks for BG. AC EMUs
Internally screwed bush
End fitting for flexible conduit
Motor connection box for EMUs
Junction Box
Crimping sockets
Junction box complete
Distance piece and cover
Cable trays complete for rectifier
Stainless steel worm drive hose
clamp
Cleat support for cable trays
Angle support for cable tray
Brackets
Arrgt. of trays and back pieces on
under frame
Cable tray details for high power
DEMU
Tray asy. Of under frame
General arrgt. of Electrical
equipment inside E/Room

000-7-2-715
067-7-6-203
066-7-6-010

089-9-0-510
089-0-0-007
089-0-0-010
089-7-1-525
156-7-1-010
156-7-1-004
15-7-1-015
156-7-1-007
156-7-1-005
156-7-1-006
000-7-1-756
000-7-1-754
077-7-5-043
077-7-5-035
077-7-2-230
077-7-1-246
077-7-1-138
077-7-1-389
077-7-2-166
077-7-1-390
129-7-1-027
180-7-1-014
180-7-1-021
180-7-1-015
180-7-1-019
039-7-1-003
199-7-1-554
199-7-1-553
199-7-1-552
068-7-5-011

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 74 of 85

Rubber packing for emergency feed


terminal
Cable screw tray details
Vertical tray complete
Emergency feed terminal
Details for emergency feed terminal
Clamp
Clamp
End fitting for flex. Conduits
(Reinforced vinyl hose)
Arrgt. of luggage rack
Arrgt. of Drivers cab for
Aerodynamic design of
HHP DPC

077-7-1-413

324-6-2-001 Stainless steel luggage rack 237-6-2-301

329-9-0-004 Fixing Bracket


077-7-5-043
DC contactor panel for brake
077-7-2-395
application relay
Earthing Lug
077-7-1-512
Terminal blocks for BG AC EMUs 077-7-5-035
FRP Drivers desk and panels
329-9-0-005
(Aerodynamic design of HHP DPC)
Seat Complete

324-6-1-002
458-6-1-005

Fixing Arrgt. of seats

486-6-1-301

Engine Room Arrgt.


(03 sheets)

245-6-4-701 Air Cleaner fixing arrgt.


(02 sheets)
Mounting bracket for Auxiliary
Alternator
Guard for Alternator and
Compressor
Guard for Compressor and
Alternator
Vent. Fan Fixing arrgt.
Exhaust & Silencer Arrgt.

Lay out of windows

199-7-2-503
199-7-2-507
025-7-5-002
025-7-5-003
000-7-1-753
000-7-1-754

Driver seat

245-6-4-703
245-6-4-710
245-6-4-708
156-6-4-025
199-6-4-504
199-6-4-505

485-5-4-001 Body side window


273-5-4-401
arrgt. With lift up type
glass shutters
Body side window
273-5-4-402
arrgt. With lift up type
glass shutters
Lock assy. For lift up 273-5-4-404
type glass shutter

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 75 of 85

M.S. Inner frame for 273-5-4-405


body side window
(915X990 wide)
Fixing rubber profile 109-5-4-202
Outer door window
000-5-3-701
arrgt. With equalizing
device
Outer door window
000-5-3-701
arrgt. With equalizing
device
FRP door window
077-5-3-011
guide arrgt. With
equal.device.
Modified equalizing 077-5-7-010
device for 2 -0
window
Spring for Equalizing 000-5-7-604
device
Nipple for equalizing 088-5-7-020
device
Pin for equalizing
088-5-7-022
device
Link complete for
088-5-7-018
equalizing device
Link for equalizing
088-5-7-019
device
Lever arm complete for077-5-7-011
modified equalizing
device
Lever arm
000-5-7-609
Lever for equalizing 000-5-7-611
device
Roller for lever arm
000-5-7-613
Pin for roller
000-5-7-031
Distance Piece
088-5-7-024
Inside cover sheet
000-5-3-704
Modified FRP door
077-5-3-012
window guide
Modified FRP door
077-5-3-013
window sill
Body side window
329-5-4-001
arrgt. With lift up type
glass shutters for
emergency windows
Rubber profile
T-5-4-641

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 76 of 85

Fixing arrangement of seat

486-6-1-301 Seat complete

324-6-1-002

Roof Assy.

484-9-0-002 Panels

TC10-4-4-001

Panels & mouldings for roof

484-44-001 Details of ventilator


278-4-4-503
duct arrangement
Grill for roof ventilator 140-4-4-013
Ventilator duct
484-4-4-002
arrangement

Arrangements of roof wiring

484-7-6-001 077-7-2-230, 077-7-2-293, 077-7-1-413,


000-7-1-753, 000-7-1-754, 000-7-1-756,
485-7-6-103, 485-7-6-102, 140-7-6-017,
140-7-6-020, 237-7-6-303, 077-7-5-043,
077-7-5-035, 077-7-5-053 (02), 077-7-5054 (02), 077-7-5-086, 000-7-2-715, 077-76-158, 025-7-6-024, 484-7-4-001, 485-7-5101, 484-7-5-002, 140-7-6-140
RDSO-SKEL-3-9-11, ICFSTD-7-6-050,
140-7-6-021
Internally screwed
077-7-2-230
bush
End fitting for flex
077-7-1-413
conduits
Clamp
000-7-1-753
Clamp

000-7-1-754

Clamp

000-7-1-756

Conduits details for


484-7-6-103
roof wiring
Harness details for roof 484-7-6-102
wiring
Fluorescent light fitting 140-7-6-020
for two tubes in linne
Terminal board assy. 237-7-6-303
Modified
Fixing bracket
077-7-5-043
Terminal board for BG. 077-7-5-035
AC EMUs
Arrgt. for Fixing fans 000-7-2-715
Signature of the tenderer
SER/KGPW/HHP/DEMU/DPC/2015-02

Page 77 of 85

Fan guard

077-7-6-158

Fan connector Two


way
Lay out of switch
installation
Arrgt. of coupler
socket & end wall
wiring
Jumper elbow assy.

025-7-6-024
484-7-4-001
485-7-5-101
077-7-2-293

Inter vehicle couplrer 077-7-5-053


socket and details
Inter vehicle couplrer 077-7-5-054
Plug and details
Internally screwed
077-7-2-230
bush
Fluorescent light fitting 140-7-6-017
for (S.S with mesh)
Frame Complete for 484-7-5-002
end wall WAGO
terminal board
MCB panel arrgt. on 077-7-5-086
end wall
Coach ends out side view

2.0

158-9-0-003 Ladder foot step


Tail lamp bracket
Handle
Rib for Drivers cab
foot step

000-2-4-502
000-2-6-504
000-24-514
088-2-4-006

The tenderer shall keep the following drawing ready with him/her before start of the
work. The table below shows the drawings for HHP DEMU TCV. The list is not
exhaustive.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 78 of 85

ANNEXURE IX
CERTIFICATE OF FAMILIARIZATION
I/We hereby solemnly declare that I/We have visited the site of above work and have
familiarized myself/ourselves of the local working conditions in all respects and in particular
the following:
1.

Topography of the area and existing road network (highways & village -Pucca &
Katcha) and availability of service roads.

2.

Availability of local labour, both highly skilled and skilled.

3.

Availability of raw material and transportation facilities for the same.

4.

Availability of water and electricity.

5.

Availability of space for putting up stores godown, offices etc.

6.

Industrial Relations & labour problems if any.

7.

Climate conditions of the area.

Addresses of the possible sites are:


HALDIA SITE ADDRESS
HHP DEMU FACTORY,
SOUTH EASTERN RAILWAY,
HALDIA,
DIST: PURBA MEDINIPORE,
WEST BENGAL,
PIN 721607.

KHARAGPUR SITE ADDRESS


KHARAGPUR WORKSHOP,
SOUTH EASTERN RAILWAYS,
KHARAGPUR,
DIST: PASCHIM MEDINIPORE,
WEST BENGAL,
PIN 721301.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 79 of 85

ANNEXURE X
FORMAT OF BANK GUARANTEE BOND FOR
PERFORMANCE GUARANTEE
In consideration of the President of India (herein after called The Government)
acting through the Financial Adviser and Chief Accounts Officer, South Eastern
Railway, Garden Reach, Kolkata, having agreed .........................(herein after
called the said Contractor(s) from the demand, under the terms and condiditons
of Letter of Acceptance No..................................dated.............................for the
work of ................................. (hereinafter called the said Letter of Acceptance),
of PERFORMANCE GUARANTEE for the due fulfillment by the said
Contractor(s) of the terms and conditions contained in the Letter of Acceptance, on
production
of
B.G
for
Rs.................................
(Rupees....................................................... only,) we.........(indicate the name of the
bank)...........................(hereinafter referred to as the Bank) at the request
of ....................Contractor(s) do hereby undertake to pay to the Government an
amount not exceeding Rs...............................against an loss or damage caused to
or suffered would be caused to or issued by the Government by reason of an
breach by the said Contractor(s) of an of the terms and conditions contained in the
said Letter of Acceptance/Agreement.
We.................(indicate the name of 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 b the said contractor(s) of any of the terms and conditions
contained in the said Letter of Acceptance/Agreement or b reason of the
Contractor(s) failure to perform the said Letter of Acceptance/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.....................................................................
We undertake to pay to the Government any money so demanded not withstanding
any dispute or disputes raised by the Contractor(s)/supplier(s) in any suite or
proceeding pending before any court or Tribunal relating thereto our liability
under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our
liability for payment thereunder and contractor(s)/supplier(s) shall have no claim
against us for making such payment.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 80 of 85

We,..............................(indicate the name of bank)...........................further agree


that the guarantee herein contained shall remain in full force and effect during the
period that would be taken for the performance/of the said Letter of
Acceptance/Agreement and that shall continue to be enforceable till all the dues of
the Government under or by virtue of the said Letter of Acceptance/Agreement
have been fully paid and its claims satisfied or discharged or till FA &
CAO/GRC/S.E.Railway, Ministry of Railway certifies that the terms and
conditions for the said Letter of Acceptance/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.
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 here under to vary any of the
terms and conditions of the said Letter of Acceptance/Agreement or to extend time
of performance by the said Contractor(s) from time to time or to postpone for any
time or from time to time any of the powers excercisable by the Government
against the said Contractor(s) and forbear or enforce any of the terms and
conditions relating to the said Letter of Acceptance/Agreement and we shall not be
relieved from our liability by reason of any such variation,or extension being
granted to the said Contractor(s) or for any forbearance, act or omission on the
part of the Government or any indulgence by the Government to the said
Contractor(s) or any such matter or thing whatsoever which under the law relating
to sureties would, but for this provision, have effect of so relieving us.
This guarantee will not be discharged due to the change in the constitution of the
Bank or the Contractor(s)/ Suppliers

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.
Dated the......day of........2013
For..........................................
(indicate the name of the Bank)
Note:
The Performance Guarantee should be on the non judicial stamp paper of the
appropriate value in accordance with the Stamp Act. The Stamp Paper to be in the
name of the Executive Bank.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 81 of 85

ANNEXURE XI
MANDATE FOR TOWARDS ELECTRONIC PAYMENT

Shall be Attached by the Tenderer as per standard format duly certified by


Bank.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 82 of 85

ANNEXURE XII
GENERAL LAYOUT OF HHP DEMU DPC COACH

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 83 of 85

ANNEXURE XIII
DOCUMENTS NEEDED WITH THE OFFER & CHECK LIST
Kindly note that no alterations/corrections in the entries to be made by the tenderer(s) in the
tender document are allowed. In case some wrong entry has been inadvertently made, in the
tender document, the tenderer(s) may either take a fresh print from the soft copy of the tender
document downloaded from Internet, or request the tender issuing authority to send a fresh
soft copy of the tender document by e_mail.
Sl No Description

Yes/No

1.

All entries in tender document are without any alteration/correction.

2.

Declaration Form has been duly signed.

3.

Cost of Tender form:


a) Challan towards payment enclosed.
OR
b) DD enclosed (for forms downloaded from Internet).

4.

Earnest Money enclosed.

5.

Instructions to Tenderer properly read and understood.

6.

Scope of Work properly understood.

7.

Necessary clarifications obtained from tender issuing authority.

8.

Payment Schedule properly understood.

9.

Offer of Rates properly filed up as percentage .

10.

Working Experience of the Tenderer in detail along with certificate from


important clients giving contact details of clients.

11.

Financial Credentials with sufficient documentary proof enclosed.

12.

Human Resource available with Tenderer duly filled with details.

13.

Plant and Machinery available with Tenderer in detail.

14.

List of Arbitration Cases against Railways/NIL Statement enclosed.

15.

List of Court Cases against Railways/NIL Statement enclosed.

16.

All drawings read in detail and understood properly.

17.

Visited site and certificate of familiarisation enclosed.

18.

Bank guarantee bond towards performance guarantee enclosed.

19.

Mandate form towards electronic payment duly filled.

20.

All pages of the tender document, and enclosures signed and stamped.

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 84 of 85

Kindly refer to Clause 12.0, Chapter V, for procedure to be followed for submission of
offer. The tender offer along with all supporting documents must be enclosed in an envelope
and sealed. The sealed envelope:
1. May be sent by Registered Post to "The Deputy Chief Mechanical Engineer
(DEMU), Kharagpur Workshop, South Eastern Railway, Post-Kharagpur, Dist :
West Medinipore, West Bengal, Pin-721301. so as to reach this office by due date
and time,
OR
2. May be deposited in the Tender Box, specially kept for the same in the office of
Deputy Chief Mechanical Engineer (DEMU), Kharagpur Workshop, South
Eastern Railway, by due date and time.

END

Signature of the tenderer


SER/KGPW/HHP/DEMU/DPC/2015-02

Page 85 of 85

You might also like