Professional Documents
Culture Documents
View Tend
View Tend
TENDER NO:
SER/KGPW/HHP/DEMU/DPC/2015-02
NAME OF THE
WORK:
No of Coaches
TENDER TYPE:
PLACE OF WORK:
HALDIA/KHARAGPUR.
AVAILABLE AT:
http://www.tenders.gov.in
KHARAGPUR WORKSHOP
SOUTH EASTERN RAILWAY,
KHARAGPUR, WEST BENGAL, PIN 721301.
Page 1 of 85
CONTENTS
Identification
Description
Page No
Chapter I
Tender Information
Chapter II
Tender Notice
Chapter III
Chapter IV
Declaration Form
Chapter V
Part I
17
21
33
Part II
Guarantee
46
Part III
Recoverable Dues
47
Part IV
49
Part V
Final Settlement
55
Annexure I
56
Annexure II
58
Annexure III
59
Annexure IV
60
Annexure V
61
Annexure VI
62
Annexure VII
Specifications
63
Annexure VIII
Drawings List
68
Annexure IX
Certificate of Familiarization
79
Annexure X
80
Annexure XI
82
Annexure XII
83
Annexure XIII
84
Page 2 of 85
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.
3.
4.
5.
6.
7.
(Non Transferable)
Page 3 of 85
HALDIA / KHARAGPUR.
Quantity:
Estimated
cost:
Completion
period:
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.
Page 5 of 85
Place of work:
HALDIA / KHARAGPUR.
Quantity:
Estimated
cost:
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:
Page 6 of 85
2.
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 :
___________________________________________
___________________________________________
___________________________________________
___________________________________________
Page 7 of 85
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.
Page 8 of 85
2.0
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.
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
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
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
Page 10 of 85
http://www.tenders.gov.in
OR
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
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
9.0
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
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
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.
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
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
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
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
18.1
18.2
Page 14 of 85
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
21.1
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.
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.
Page 16 of 85
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
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
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
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
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
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.
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
6.10
Page 20 of 85
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
1.8
1.9
Sharp edges and pointed corners shall be grinded and polished smooth.
Page 21 of 85
1.10
1.10.1
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
1.10.10
Gaps between all interior-lining panels, seat, shell etc. shall be minimized.
1.10.11
1.10.12
Page 22 of 85
1.11
WELDED JOINTS
1.11.1
1.11.2
1.11.3
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
1.11.12
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
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
1.12.2
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
1.12.6
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
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
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
1.13.6
1.13.7
Wires must be properly layed inside the conduits meant for the same.
1.13.8
1.13.9
1.13.10
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
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
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
3.5
Page 26 of 85
3.6
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
Page 27 of 85
3.14
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
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
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.
Page 28 of 85
5.0
5.1
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
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
Page 29 of 85
7.3
7.4
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.
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
11.2.2
11.2.3
11.2.4
11.2.5
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
11.3.2
11.3.3
11.3.4
11.3.5
All sockets for Mobile Phones / laptop charging should be fully functional.
11.3.6
11.3.7
Page 31 of 85
11.3.8
11.3.9
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.
Page 32 of 85
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.
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
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
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
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
2.1.3
DPC SCHEDULE E 1 2
2.1.4
DPC SCHEDULE E 1 3
2.1.5
DPC SCHEDULE E 1 4
2.1.6
DPC SCHEDULE E 1 5
2.1.7
DPC SCHEDULE E 2 1
2.1.8
DPC SCHEDULE E 3 1
2.1.9
DPC SCHEDULE E 4 1
2.1.10
DPC SCHEDULE F 1 1
2.1.11
DPC SCHEDULE F 4 1
2.1.12
DPC SCHEDULE F 4 2
2.1.13
DPC SCHEDULE G 1 1
2.1.14
DPC SCHEDULE G 2 1
LUGGAGE RACKS
2.1.15
DPC SCHEDULE G 4 1
2.1.16
DPC SCHEDULE G 4 4
Page 34 of 85
2.1.17
DPC SCHEDULE G 4 7
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.
Page 35 of 85
DPC SCHDEULE C 6 1
EXTERIOR ACCESSORIES
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
DPC SCHEDULE E 1 1
FLOOR FLOOR COVERINGS ETC
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
Page 36 of 85
DPC SCHEDULE E 1 2
FLOOR, FLOOR COVERINGS ETC
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
DPC SCHEDULE E 1 3
FLOOR, FLOOR COVERINGS ETC
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
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)
Coach
set
Page 38 of 85
DPC SCHEDULE E 2 1
SIDE WALL & END CONSTRUCTION PANELLING & MOULDING
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
DPC SCHEDULE E 3 1
PARTITION WALLS & MOULDINGS
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
Page 39 of 85
DPC SCHEDULE E 4 1
CEILINGS & MOULDINGS
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
Page 40 of 85
DPC SCHEDULE F 1 1
BODY SIDE DOORS WITH LOCKS
Sl No
(1)
Description
(2)
Unit
(3)
Qty
(4)
Coach
set
DPC SCHEDULE F 4 1
BODY SIDE WINDOW COMPLETE
Sl No
Description
Unit
Qty
(1)
(2)
(3)
(4)
Coach
set
Page 41 of 85
DPC SCHEDULE F 4 2
BODY SIDE WINDOW COMPLETE
Sl No
(1)
Description
(2)
Unit
(3)
Qty
(4)
Coach
set
DPC SCHEDULE G 1 1
SEATS & UPPER BERTHS
Sl No
(1)
Description
(2)
Unit
(3)
Qty
(4)
Coach
set
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
Page 43 of 85
DPC SCHEDULE G 4 4
INTERIOR EQUIPMENTS & ACCESSORIES
Sl No
(1)
Description
(2)
Unit
(3)
Qty
(4)
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
Page 44 of 85
DPC SCHEDULE H 0 1
SCHEMATIC DIAGRAM
Sl No
(1)
Description
(2)
Unit
(3)
Qty
(4)
Coach
set
SCHEDULE H 6 1
POWER CONTROL, AUX CIRCUIT, DUCTING
Sl No
(1)
Description
(2)
Unit
(3)
Qty
(4)
Coach
set
Page 45 of 85
PART II GUARANTEE
1.0
GUARANTEE
1.1
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.
Page 46 of 85
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
2.3
Earnest money will be refunded to the unsuccessful tenderers after finalization of the
tender case.
2.4
2.5
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
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
3.6
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
Page 48 of 85
1.1
The following amounts will have to deposited under the various heads mentioned
below.
2.0
SECURITY DEPOSIT
2.1
2.2
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
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
A deposit of Cash.
Page 49 of 85
Deposit Receipts, Pay orders, Demand Drafts and Guarantee Bonds. These
form of Performance Guarantee is enclosed in annexure.
3.2
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
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
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
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.
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
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
6.1
7.0
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
8.3
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 )
1984.60
56611.84
Page 52 of 85
DPC SCHEDULE E 1 2
27552.68
DPC SCHEDULE E 1 3
142225.00
DPC SCHEDULE E 1 4
11798.06
DPC SCHEDULE E 1 5
478.72
DPC SCHEDULE E 2 1
DPC SCHEDULE E 3 1
678038.00
DPC SCHEDULE E 4 1
125616.04
DPC SCHEDULE F 1 1
35428.61
DPC SCHEDULE F 4 1
93075.35
DPC SCHEDULE F 4 2
58430.02
63664.34
487444.08
116464.11
15604.31
14774.40
Page 53 of 85
13580.16
124901.00
94440.03
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.
Page 54 of 85
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.
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.
Page 56 of 85
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.
Page 57 of 85
ANNEXURE II
FINANCIAL CREDENTIALS OF THE TENDERER
Financial Year
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.
Page 58 of 85
ANNEXURE III
HUMAN RESOURCE AVAILABLE WITH THE TENDERER
Human Resource Currently engaged by the Tenderer
Sl.
N
o
1.
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.
Qualification
Previous Experience
2.
3.
4.
5.
6.
Page 59 of 85
ANNEXURE IV
PLANT AND MACHINERY AVAILABLE WITH THE TENDERER
Plant and Machinery Currently Engaged by the Tenderer
Sl.
No
No.
Approx.
of
cost in Rs.
units (Lakhs)
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.
No. of
units
Approx. cost in
Rs.(Lakhs)
2.
3.
4.
5.
6.
Page 60 of 85
ANNEXURE V
LIST OF ARBITRATION CASES AGAINST RAILWAYS
1.
2.
3.
4.
5.
6.
Page 61 of 85
ANNEXURE VI
LIST OF COURT CASES AGAINST RAILWAYS
Sl.
No.
1.
2.
3.
4.
5.
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
2.3
Steel sheets
IRS: M-41
2.4
2.5
AISI: 304
2.6
AISI: 409M
2.7
ASTM: A269Gr.304
2.8
2.9
RDSO: C-K201
RDSO: C-9407
RDSO: C-8914
2.13 Polycarbonate.
ICF/MD/SPEC-159
ICF/MD/SPEC-027
Page 63 of 85
IS: 8183
ICF/MD/SPEC.166
RCF: MDTS-133.
RDSO: C-K511
RDSO: C-K303
IS: 9857.
IS: 1179.
IS: 2641.
IS: 2641.
IS: 4517.
IS: 2635.
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
RDSO/PE/SPEC/TL/0021/2
000 (Rev.0)
3.4
RDSO: EL/TL/48
3.5
IS: 897
3.6
ICF: ICF/Elect/097
3.7
RDSO: RDSO/2008/CG-02.
3.8
RDSO: C-K306
3.9
Traction Motor.
IEC: 34.1
IEC: 61287,
IEC: 60411,
IEC: 68-2-14
Page 65 of 85
IEC: 60571
BS: 848
IEC: 61375-1
3.21 Alternator.
IEC: 60349
IEC: 60101
RDSO:
ELRS/SPEC/ELC/0019
3.26 Rectifierregulator.
IEC: 60571.
RDSO/PE/SPEC/TL/00011998 (Rev-0)
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.
ELRS/SPEC/LFL/0017(Rev.
1) of Sept2004.
RDSO: C-K306
4.0
4.1
Passivation chemical.
Page 66 of 85
4.2
IS: 2074:1992
4.3
IS: 110:1968
4.4
IS: 5083:1988
4.5
IS: 8662:1993
4.6
4.7
4.8
4.9
IS: 120
IS : 3678: 1966
5.0
FIRE
5.1
5.2
5.3
Toxicity value.
5.4
IS: 13501
5.5
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
077-8-3-027
077-8-3-028
077-8-3-026
077-8-3-027
Coach floor
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
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
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
077-8-3-027
077-8-3-028
077-8-3-026
077-8-3-027
Coach floor
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
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
Page 69 of 85
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
Page 70 of 85
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
Page 71 of 85
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
Page 72 of 85
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
Page 73 of 85
484-7-5-002
077-7-1-512
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
Page 74 of 85
077-7-1-413
324-6-1-002
458-6-1-005
486-6-1-301
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
Page 75 of 85
Page 76 of 85
324-6-1-002
Roof Assy.
484-9-0-002 Panels
TC10-4-4-001
000-7-1-754
Clamp
000-7-1-756
Page 77 of 85
Fan guard
077-7-6-158
025-7-6-024
484-7-4-001
485-7-5-101
077-7-2-293
2.0
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.
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.
3.
4.
5.
6.
7.
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.
Page 80 of 85
Page 81 of 85
ANNEXURE XI
MANDATE FOR TOWARDS ELECTRONIC PAYMENT
Page 82 of 85
ANNEXURE XII
GENERAL LAYOUT OF HHP DEMU DPC COACH
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
All pages of the tender document, and enclosures signed and stamped.
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
Page 85 of 85