01tenderdocument 1
01tenderdocument 1
TENDER DOCUMENT
FOR
                                                  दक्षिणमधय
                                                           ् रे लवे
                                            SOUTH CENTRAL RAILWAY
                                            क्षवदयुतक्षवभाग/कर्ष णचलसट
                                                                      ् ॉक
                               ELECTRICAL DEPARTMENT/TRACTION ROLLING STOCK/
                                                      क्षवजयवाडा
                                                   VIJAYAWADA
                                                        ***
                                                       *****
                                                        ***
Signature Not
Verified
Digitally signed by S
MUNI REDDY
Date: 2023.08.29
16:35:56 IST
Reason: IREPS-CRIS
Location: New Delhi
                                                 1
CONTENTS
Sl.                                                                                   PAGE
No.                                 DESCRIPTION
                                                                                From     To
 1.    Check list of documents to be submitted along with tender (Annexure-1)    2           5
 2.    Tender Notice                                                             6           -
 3.    Note To Tenderers.                                                        7           -
 4.    Instructions to Tenderers (ITT)                                           8       13
 5.    Tender form (First Sheet) - Annexure-I                                    14              -
 6.    Tender form (Second Sheet)                                                15      28
 7.    Annexure II to Annexure IV                                                29      32
 8.    Standard Format for Certificate (Annexure V & Annexure V (A))             33      34
 9.    Bid Security (Annexure VIA)                                               35      36
 10.   Turnover certificate (Annexure VIB)                                       37          -
 11.   Standard General Conditions of Contract                                   38      60
 12.   Eligibility Criteria                                                      61      -
 13.   Special Conditions of Contract                                            62      73
 14.   Scope of Work                                                             74          -
 15.   Price Schedule                                                            75          -
 16.   Annexure-A’ (List of instruments)                                         76      93
 16.   Other Annexure                                                            94      111
                                                   2
                                                                                      ANNEXURE -“1”
          CHECK LIST OF DOCUMENTS TO BE SUBMITTED ALONG WITH TENDERS.
 1    TENDERER DETAILS:
1.1   NAME OF THE TENDERER
1.2   THE FOLLOWING DOCUMENTS SHOULD BE SUBMITTED ALONG WITH THE
      TENDER FOR IDENTIFICATION OF TENDERER:
      (i) The tenderer shall clearly specify whether the tender is submitted on his own (Proprietary
      Firm) or on behalf of a Partnership Firm / company / Joint Venture (JV) /Registered Society /
      Registered Trust/Hindu Undivided Family (HUF)/Limited Liability Partnership (LLP) etc. The
      tenderer (s) shall enclose the attested copies of the constitution of their concern, and copy of
      PAN Card along with their tender. Tender Documents in such cases are to be signed by such
      persons as may be legally competent to sign them on behalf of the firm, company, association,
      trust or society, as the case may be.
      (ii) Following documents shall be submitted by the tenderer:
      (a) Sole Proprietorship Firm:
      (i) An undertaking that he is not blacklisted or debarred by Railways or any other Ministry /
      Department of Govt. of India from participation in tender on the date of opening of bids, either in
      individual capacity or as a member of the partnership firm or JV in which he was / is a
      partner/member. Concealment / wrong information in regard to above shall make the contract
      liable for determination under Clause 62 of the General Conditions of Contract.
      (ii) All documents in terms of Para 10 of the Tender Form (Second sheet) of latest Standard
      General Conditions of Contract.
      (b) HUF:
      (i) A copy of notarized affidavit on Stamp Paper declaring that he who is submitting the tender
      on behalf of HUF is in the position of ‘Karta’ of Hindu Undivided Family (HUF) and he has the
      authority, power and consent given by other members to act on behalf of HUF.
      (ii) An undertaking that the HUF is not blacklisted or debarred by Railways or any other
      Ministry / Department of Govt. of India from participation in tender on the date of opening of
      bids, either in individual capacity or as a member of the partnership firm or JV in which HUF
      was / is a partner/member. Concealment / wrong information in regard to above shall make the
      contract liable for determination under Clause 62 of the latest General Conditions of Contract.
      (iii) All documents in terms of Para 10 of the Tender Form (Second sheet) of latest Standard
      General Conditions of Contract.
      (c) Partnership Firm: All documents in terms of Para 18 of the Tender Form (Second sheet) of
      latest Standard General Conditions of Contract.
      (d)Joint Venture (JV): All documents in terms of Para 17 of the Tender Form (Second sheet)
      of latest Standard General Conditions of Contract.
      (e) Company registered under Companies Act-2013: The tenderer shall submit
       (i) the copies of MOA (Memorandum of Association)/AOA (Articles of Association) of the
            company
       (ii) A copy of Certificate of Incorporation and create liability against the company.
      (iii) A copy of Authorization/Power of Attorney (POA) issued by the Company (backed by the
      resolution of Board of Directors) in favour of the individual to sign the tender on behalf of the
      company and create liability against the company.
      (iv) An undertaking that the Company is not blacklisted or debarred by Railways or any other
      Ministry / Department of Govt. of India from participation in tender on the date of opening of
      bids, either in individual capacity or as a member of the partnership firm or JV in which the
      Company was / is a partner/member. Concealment / wrong information in regard to above shall
      make the contract liable for determination under Clause 62 of the latest General Conditions of
      Contract.
      (v) All other documents in terms of Para 10 of the Tender Form (Second sheet) of latest
      Standard General Conditions of Contract.
      (f) LLP (Limited Liability Partnership) Firm: If the tender is submitted on behalf of a LLP
      Firm registered under LLP Act-2008, the tenderer shall submit along with the tender-
      (i) a copy of LLP Agreement,
      (ii) a copy of Certificate of Incorporation; and
      (iii) a copy of Power of Attorney/Authorisation issued by the LLP Firm in favour of the
      individual to sign the tender on behalf of the LLP Firm and create liability against the Firm
                                                    3
      (iv) An undertaking by all partners of the LLP that they are not blacklisted or debarred by
      Railways or any other Ministry / Department of the Govt. of India from participation in tenders /
      contracts as on the date of submission of bids, either in their individual capacity or in any
      firm/LLP or JV in which they were / are partners/members. Concealment /wrong information in
      regard to above shall make the contract liable for determination under Clause 62 of the latest
      Standard General Conditions of Contract.
      (v) All other documents in terms of Para 10 of the Tender Form (Second sheet) of latest
            Standard General Conditions of Contract.
      (g) Registered Society & Registered Trust: The tenderer shall submit
      (i)     a copy of the Certificate of Registration,
      (ii)    A copy of Memorandum of Association of Society/Trust Deed
      (iii) A copy of Power of Attorney in favour of the individual to sign the tender documents and
             create liability against the Society/Trust.
      (iv) A copy of Rules & Regulations of the Society
      (v) All other documents in terms of Para 10 of the Tender Form (Second sheet) of latest
      Standard General Conditions of Contract.
      (h) In case of Proprietary Firm: A copy of registration / Income tax/ PAN No. for filing
      returns attested by any Gazetted Officer.
      (i) If it is NOT mentioned in the submitted tender that tender is being submitted on behalf of a
      Sole Proprietorship firm / Partnership firm / Joint Venture / Registered Company etc., then the
      tender shall be treated as having been submitted by the individual who has signed the tender.
      (iv) After opening of the tender, any document pertaining to the constitution of Sole
      Proprietorship Firm / Partnership Firm / Registered Company/ Registered Trust / Registered
      Society / HUF/LLP etc. shall be neither asked nor considered, if submitted. Further, no suo moto
      cognizance of any document available in public domain (i.e., on internet etc.) or in Railway’s
      record/office files etc. will be taken for consideration of the tender, if no such mention is
      available in tender offer submitted.
       (v) A tender from JV / Partnership firm etc., shall be considered only where permissible as per
      the tender conditions.
      (vi) The Railway will not be bound by any change of power of attorney or in the composition of
      the firm made subsequent to the submission of tender. Railway may, however, recognize such
      power of attorney and changes after obtaining proper legal advice, the cost of which will be
      chargeable to the Contractor.
1.3   Documents to be enclosed by the JV along with the tender: The tender shall clearly specify
      that the tender is submitted in case one or more of the members of the JV is/are partnership
      firm(s), following documents shall be submitted:
      (i) A notarized copy of the Partnership Deed or a copy of the Partnership deed registered with
      the Registrar.
      (ii) A copy of consent of all the partners or individual authorized by partnership firm, to enter
      into the Joint Venture Agreement on a stamp paper,
      (iii) A notarized or registered copy of Power of Attorney in favour of the individual to sign the
             MOU/JV Agreement on behalf of the partnership firm and create liability against the firm.
      (iv)      An undertaking by all partners of the partnership firm that they are not blacklisted or
      debarred by Railways or any other Ministry / Department of the Govt. of India from
      participation in tenders / contracts as on the date of submission of bids, either in their individual
      capacity or in any firm/LLP in which they were / are partners/members. Any Concealment /
      wrong information in regard to above shall make the bid ineligible or the contract shall be
      determined under Clause 62 of the latest Standard General Conditions of Contract.
      1.3.1 In case one or more members is/are Proprietary firm or HUF, the following documents
      shall be enclosed:
      (i) A copy of notarized affidavit on Stamp Paper declaring that his concern is a proprietary
      concern and he is sole proprietor of the concern or he who is signing the affidavit on behalf of
      HUF is in the position of ‘Karta’ of Hindu Undivided Family (HUF) and he has the authority,
      power and consent given by other members to act on behalf of HUF.
      1.3.2 In case one or more members of the JV is/are companies, the following documents shall be
      submitted:
      (i) A copy of resolutions of the Directors of the Company, permitting the company to enter into a
      JV agreement,
                                                     4
       (ii) The copies of MOA (Memorandum of Association) / AOA (Articles of Association) of the
      company
      (iii) A copy of Certificate of Incorporation
      (iv) A copy of Authorization/copy of Power of Attorney(POA) issued by the Company (backed by
      the resolution of Board of Directors) in favour of the individual, to sign the tender, sign MOU/JV
      Agreement on behalf of the company and create liability against the company
      1.3.3 All the Members of JV shall certify that they are not blacklisted or debarred by Railways or
      any other Ministry / Department of the Govt. of India from participation in tenders/contract on the
      date of opening of bids either in their individual capacity or as a member of the JV in which they
      were/are members
      1.3.4 In case one or more members of the JV is/are LLP firm/s, the following documents shall be
              submitted:
          (i) A copy of LLP Agreement
          (ii) A copy of Certificate of Incorporation of LLP
          (iii) A copy of resolution passed by partners of LLP firm, permitting the Firm to enter into a JV
                agreement
          (iv) A copy of Authorization /copy of Power of Attorney issued by the LLP firm (backed by
                resolution passed by the Partners) in favour of the individual, to sign the tender and/or
                sign the MOU/ JV agreement on behalf of the LLP and create liability against the LLP.
          (v) An undertaking by all partners of the LLP that they are not blacklisted or debarred by
                Railways or any other Ministry / Department of the Govt. of India from participation in
                tenders / contracts as on the date of submission of bids, either in their individual capacity
                or in any firm/LLP or JV in which they were / are partners/members. Any Concealment /
                wrong information in regard to above shall make the contract liable for determination
                under Clause 62 of the latest Standard General Conditions of Contract.
      1.3.5 In case one or more members of the JV is/are Society/s or Trust/s, the following documents
              shall be submitted:
          (i) A copy of Certificate of Registration
          (ii) A copy of Memorandum of Association of Society/Trust Deed
          (iii) A copy of Rules & Regulations of the Society
          (iv) A copy of Power of Attorney, in favour of the individual to sign the tender documents
                and create liability against the Society/Trust.
      1.3.6All other documents in terms of Para 10 of the Tender Form (Second sheet) of latest
              Standard General Conditions of Contract.
      1.3.7 A Power of Attorney executed and issued overseas, the document will also have to be
          legalized by the Indian Embassy and notarized in the jurisdiction where the Power of Attorney
          is being issued. However, the Power of Attorney provided by Bidders from countries that have
          signed the Hague Legislation Convention 1961 are not required to be legalized by the Indian
          Embassy if it carries a conforming Appostille certificate.
1.4   Power of attorney (POA) : The tenderer whether sole proprietor, a company or a partnership firm
      / registered society /HUF/LLP/registered trust etc if they want to act through agent or individual
      partner(s), should submit along with the tender, a copy of power of attorney duly stamped and
      authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they
      be partner(s) of the firm or any other person specifically authorizing him/them to sign the tender,
      submit the tender and further to deal with the Tender/ Contract up to the stage of signing the
      agreement except in case where such specific person is authorized for above purposes through a
      provision made in the partnership deed / Memorandum of Understanding / Article of
      Association/Board resolution, failing which tender shall be summarily rejected.
      A separate power of attorney duly stamped and authenticated by a Notary Public or by Magistrate
      in favour of the specific person whether he/they be partner(s) of the firm or any other
      person, shall be submitted after award of work, specifically authorizing him/them to deal with all
      other contractual activities subsequent to signing of agreement, if required.
2     Engineering Organization in Annexure – “A” (Optional)
3     List of Plants &Machinery in Annexure – “B” (Optional).
4     List of works completed during the last three Financial Years in Annexure – “C” (Optional)
                                                 5
       दक्षिणमधय
                ् रे लवेSOUTH CENTRAL RAILWAY                      क्षवजयवाडामं डलVIJAYAWADA DIVISON
NOTE TO TENDERERS
1) The administration will not own any responsibility, if website is not opened for downloading / uploading
   the tender documents due to any technical snag.
2) Corrigendum Notice on IREPS: for the purpose of corrigendum in the tender, NIT period is spitted as
   under:
     (a) Advertisement period: Time during which all information pertaining to tender shall be available but
         offers cannot be submitted.
     (b) Offer submission period: Fifteen days prior to opening/closing of tender, during which tenderers can
         submit their offers.
3) The prospective tenderers are advised to visit website “http://www.ireps.gov.in” before the date of
   tenderclosing to note any changes/corrigenda for any tender.
4) The Railway reserves the right to cancel the tender without assigning any reason thereto.
5) The tenderers are required to submit their offer on line ONLY before tender closing time and date as
   mentioned in the tender notice.
6) The tenders will be opened after closing date and time mentioned in the tender notice.
7) If the date of opening happens to be a holiday, the tenders will be opened on the next working day.
8) Warning: It is hereby brought to the notice of all prospective tenderers that if any change/ additions
   /deletions/ alterations are found to be made by them and the same is subsequently detected/ noticed at
   any stage even after award of the contract, all necessary action including banning of business would be
   taken. In addition, the tenderers are liable to be prosecuted under law.
    The contractor/tenderer should offer all the materials for inspection before execution of work and
     inspection will be done by the authorized Railway representative.
    Any Item / Items of the work should be done by the contractor as per the specification. However for any
     modification / Alterations of the Items / Work as per site conditions / requirements should be done, as
     desired by the Railway Site Engineer.
    For purpose of inspection of the materials, to be supplied by the contractor by RITES/ RDSO/Railways,
     the contractor shall give two weeks’ notice to the nominated authority of the railway with a copy of the
     list of materials and quantity ready for inspection.
    The contractor/tenderers are advised to inspect the site before quoting the tenders.
    Two copies of Technical Manuals, Catalogues, Technical specifications issued by OEM of major
     installations are to be supplied by the contractor
    The Drawings / Specifications mentioned in the schedule may be verified in the Sr.DEE/TRS/BZA
     Office during the working days.
    Dismantling of the existing items if any, and the same should be handed over to concerned site Engineer
     at his stores.
9) If any plan/drawing is attached with the tender form, Rs.200/- for plan/drawing will be levied extra.
10) The Tender Notice is displayed in the Notice Board located in the office of Sr. Divisional Electrical
    Engineer’s office, Traction rolling stock, Electric loco shed, S.C.Railway, Chittinagar, Vijayawada-9,
    Krishna District (A.P).
                                                    PART I
                                INSTRUCTIONS TO TENDERERS (ITT)
1.0 Applicability: These instructions and conditions of contract shall be applicable for all the tenders and
    contracts of railways for execution of ‘Works’ as defined in GFR 2017.
1.1 Order of Precedence of Documents: In a contract agreement, in case of any difference, contradiction,
     discrepancy, with regard to conditions of tender/contract, specifications, drawings, Bill(s) of Quantities
     etc., forming part of the tender/contract, the following shall be the order of precedence:
   i. Letter of Award/Acceptance (LOA)
   ii. Bill(s) of Quantities
   iii. Special Conditions of Contract
   iv. Technical Specifications as given in tender documents
   v. Drawings
   vi. Indian Railways Standard General Conditions of Contract updated with correction slips issued up to
         date of inviting tender or as otherwise specified in the tender documents.
   vii. Indian Railways Unified Standard Specification (IRUSS-2019) updated with correction slips issued up
         to date of inviting tender or as otherwise specified in the tender documents, if applicable in the
         contract.
   viii. CPWD Specifications 2019 Vol I & II updated with correction slips issued up to date of inviting tender
         or as otherwise specified in the tender documents, if applicable in the contract.
   ix. Indian Railways Unified Standard Specifications (Works and Material) 2010 updated with correction
         slips issued up to date of inviting tender or as otherwise specified in the tender documents, if
         applicablein the contract.
   x. IR Specifications/Guidelines updated with correction slips issued up to date of inviting tender or as
         otherwise specified in the tender documents.
   xi. Relevant B.I.S. Codes updated with correction slips issued up to date of inviting tender or as otherwise
         specified in the tender documents.
1.2 Interpretation: These Instructions to Tenderers shall be read in conjunction with the Standard General
    Conditions of Contract, which are referred to herein and shall be subject to modifications additions or
    suppression by Special Conditions of Contract and/or Special Specifications, if any, annexed to the Tender
    Forms.
1.3 Definition: In these Instructions to Tenderers, the following terms shall have the meanings assigned
    hereunder except where the context otherwise requires:
    (a) “Railway” shall mean the President of the Republic of India or the administrative officers of the
        Railway or Successor Railway authorized to deal with any matter, which these presents are
        concernedon his behalf.
    (b) “General Manager” shall mean the Officer-in-Charge of the general superintendence and control of
        the Zonal Railway/Production Unit and shall also include Addl. General Manager, General Manager
        (Construction) and shall mean and include their successors of the Successor Railway.
    (c) “Chief Engineer” shall mean the Officer-in-Charge of the Engineering Department of Railway and
        shall also include Chief Engineer (Construction), Chief Electrical Engineer, Chief Electrical Engineer
        (Construction), Chief Signal & Telecom Engineer, Chief Signal & Telecom Engineer (Construction),
        Chief Mechanical Engineer and shall mean and include their successors of the Successor Railway.
    (d) “Divisional Railway Manager” shall mean the Officer-in-Charge of a Division of Zonal Railway and
        shall mean and include Divisional Railway Manager of the Successor Railway.
    (e) “Engineer” shall mean the Divisional Engineer or Executive Engineer, Divisional Signal & Telecom
        Engineer, Divisional Electrical Engineer, Divisional Mechanical Engineer in executive charge of the
        works and shall include the superior officers, both Open Line and Construction Organizations, of
        Engineering, Signal & Telecom, Mechanical and Electrical Departments, i.e. the Senior
        Divisional
                                                              9
             Engineer/Deputy Chief Engineer, Senior Divisional Signal & Telecom Engineer / Dy. Chief Signal &
             Telecom Engineer, Senior Divisional Electrical Engineer / Deputy Chief Electrical Engineer, Senior
             Divisional Mechanical Engineer and shall mean & include the Engineers of the Successor Railway.
     (f)     “Tenderer” shall mean the person / firm / co-operative or company whether incorporated or not who
             tenders for the works with a view to execute the works on contract with the Railway and shall include
             their representatives, successors and permitted assigns.
     (g)     “Limited Tenders” shall mean tenders invited from all or some contractors on the approved or select
             list of contractors with the Railway.
     (h)     “Open Tenders” shall mean the tenders invited in open and public manner and with adequate notice.
     (i)     “Works” shall mean the works contemplated in the drawings and Bill(s) of Quantities set forth in the
             tender forms and required to be executed according to the specifications.
     (j)     “Specifications” shall mean the Specifications for Materials and Works of the Railway as specified
             under the authority of the Ministry of Railways or Chief Engineer or as amplified, added to or
             superseded by special specifications if any, appended to the Tender Forms.
     (k)     Standard Schedule of Rates (SSOR) shall mean the schedule of Rates adopted by the Railway, which
             includes-
             1. “Unified Standard Schedule of Rates of the Railway (USSOR)” i.e. the Standard Schedule of
                   Rates of the Railway issued under the authority of the Chief Engineer from time to time, updated
                   with correction slips issued up to date of inviting tender or as otherwise specified in the tender
                   documents;
             2. “Delhi Schedule Of Rates (DSR)” i.e. the Standard Schedule of Rates published by Director
                   General/ Central Public Works Department, Government of India, New Delhi, as adopted and
                   modified by the Railway under the authority of the Chief Engineer from time to time, updated
                   with correction slips issued up to date of inviting tender or as otherwise specified in the tender
                   documents.
     (l)     “Drawings” shall mean the maps, drawings, plans and tracings, or prints thereof annexed to the
             Tender Forms.
     (m)     “Contractor’s authorized Engineer” shall mean a graduate engineer or equivalent, having more than 3
             years experience in the relevant field of construction work involved in the contract, duly approved by
             the Engineer.
     (n)     Date of inviting tender shall be the date of publishing tender notice on IREPS website if tender is
             published on website or the date of publication in newspaper in case tender is not published on
             website.
     (o)     “Bill of Quantities” shall mean Schedule of Item(s) included in the tender document along with
             respective quantities.
1.4 Words importing the singular number shall also include the plural and vice versa where the context
    requires.
                                  CREDENTIALS OF CONTRACTORS
2.   Application for Registration and Approved list of contractors:
2.1 Works of construction and of supply of material shall be entrusted for execution to contractors whose
    capabilities and financial status have been investigated and approved to the satisfaction of the Railway. A
    list of approved contractors may also be maintained by the Railway. The said list be revised periodically
    once in a year or so by giving wide publicity through advertisements etc. For registration, the contractor
    including a contractor who is already on the approved list shall apply to the concerned General Manager
    (Construction) / Chief Administrative Officer (Construction) / Principal Chief Engineer / Principal Chief
    Signal & Telecommunication Engineer / Principal Chief Mechanical Engineer / Principal Chief Electrical
    Engineer/ Divisional Railway Manager, furnishing particulars regarding:
       (a)      his position as an independent contractor specifying engineering organization available with
                details of partners / staff / engineers employed with qualifications and experience;
                                                           10
      (b)    his capacity to undertake and carry out works satisfactorily as vouched for by a responsible
             official or firm; details about the transport equipment, construction tools and plants etc. required
             for the work, maintained by him;
      (c)    his previous experience of works similar to that to be contracted for, in proof of which original
             certificates or testimonials may be called for and their genuineness verified, if needs be, by
             referenceto the signatories thereof;
      (d)    his knowledge from actual personal investigation of the resources of the area/zone or zones in
             whichhe offers to work;
      (e)    his ability to supervise the work personally or by competent and duly authorized agent;
      (f)    his financial position;
2.2 An applicant shall clearly state the categories of works and the area/zone/division(s)/district(s) in which
    he desires registration in the list of approved contractors.
2.3 The selection of contractors for enlistment in the approved list would be done by a committee for different
    value of slabs as notified by Railway.
2.4 An annual fee as prescribed by the Railway from time to time would be charged from such approved
    contractors to cover the cost of sending notices to them and clerkage for tenders etc. Notices shall be sent
    to them on registered e-mail address and registered postal address.
              For works estimated to costmore than ₹ 1          ₹ 2 lakh plus ½% (half percent) of the excess
              crore                                             of the estimated cost of work beyond ₹ 1 crore
                                                                subject to amaximum of ₹ 1 crore
        Note:
        (i) The Bid Security shall be rounded off to the nearest ₹100. This Bid Security shall be applicable
              for all modes of tendering.
        (ii) Any firm recognized by Department of Industrial Policy and Promotion (DIPP) as ‘Startups’
              shall be exempted from payment of Bid Security detailed above.
        (iii) Labour Cooperative Societies shall submit only 50% of above Bid Security detailed above.
                                                           11
     (b) It shall be understood that the tender documents have been issued to the tenderer and the tenderer is
          permitted to tender in consideration of stipulation on his part, that after submitting his tender he will
          not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the
          Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid
          amount shall be liable to be forfeited to the Railway.
     (c) If his tender is accepted, this Bid Security mentioned in sub para (a) above will be retained as part
          security for the due and faithful fulfillment of the contract in terms of Clause 16 of the Standard
          General Conditions of Contract. The Bid Security of other Tenderers shall, save as herein before
          provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation
          that may happen thereto while in their possession, nor be liable to pay interest thereon.
     (2) The Bid Security shall be deposited either in cash through e-payment gateway or submitted as Bank
          Guarantee bond from a scheduled commercial bank of India or as mentioned in tender documents.
          The Bank Guarantee bond shall be as per Annexure-VIA and shall be valid for a period of 90days
          beyond the bid validity period.
     (3) In case, submission of Bid Security in the form of Bank Guarantee, following shall be ensured:
        i. A scanned copy of the Bank Guarantee shall be uploaded on e-Procurement Portal (IREPS) while
              applying to the tender.
        ii. The original Bank Guarantee should be delivered in person to the official nominated as indicated
              in the tender document within 5 working days before closing date for submission of bids.
        iii. Non submission of scanned copy of Bank Guarantee with the bid on e-tendering portal (IREPS)
              and/or non submission of original Bank Guarantee within the specified period shall lead to
              summary rejection of bid.
        iv. The Tender Security shall remain valid for a period of 90 days beyond the validity period for the
              Tender.
        v. The details of the BG, physically submitted should match with the details available in the
              scanned copy and the data entered during bid submission time, failing which the bid will be
              rejected
        vi. The Bank Guarantee shall be placed in an envelope, which shall be sealed. The envelope shall
              clearly bear the identification “Bid for the Servicing/calibration of measuring & testing
              instruments of ELS/BZA for a period of one (01) year-Qty: 637 Nos. Project” and shall
              clearly indicate the name and address of the Bidder. In addition, the Bid Due Date should be
              indicated on the right hand top corner of the envelope.
        vii. The envelope shall be addressed to the officer and address as mentioned in the tender document.
        viii. If the envelope is not sealed and marked as instructed above, the Railway assumes no
              responsibility for the misplacement or premature opening of the contents of the Bid submitted
              and consequent losses, if any, suffered by the Bidder.
6.   Care in Submission of Tenders:
     (a)
     (i) Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual
         inspection of the site and locality of the works, that all conditions liable to be encountered during
         the execution of the works are taken into account and that the rates he enters in the tender forms
         are adequate and all inclusive to accord with the provisions in Clause-37 of the Standard General
         Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.
     (ii) Tenderers will examine the various provisions of The Central Goods and Services Tax Act,
           2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/ Union Territory Goods and
           Services Tax Act, 2017(UTGST)/ respective state’s State Goods and Services Tax Act (SGST)
           also, as notified by Central/State Govt.& as amended from time to time and applicable taxes
           before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed
           by them is duly considered while quoting rates.
     (iii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall
           submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway
           immediately after the award of contract, without which no payment shall be released to the
           Contractor. The Contractor shall be responsible for deposition of applicable GST to the concerned
                                                          12
         authority.
    (iv) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/ SGST Act,
         the railway shall deduct the applicable GST from his/their bills under reverse charge mechanism
         (RCM) and deposit the same to the concerned authority.
    (b) When work is tendered for by a firm or company, the tender shall be signed by the individual legally
         authorized to enter into commitments on their behalf.
    (c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in
         the composition of the firm made subsequent to the execution of the contract. It may, however,
         recognize such power of attorney and changes after obtaining proper legal advice, the cost of which
         will be chargeable to the Contractor.
6.1 The tenderers shall submit a copy of certificate stating that all their statements/documents submitted
    along with bid are true and factual. Standard format of certificate to be submitted by the bidder is
    enclosed as Annexure-V. In addition to Annexure-V, in case of other than Company/Proprietary firm,
    Annexure-V (A) shall also be submitted by each member of a Partnership firm/ Joint Venture (JV)/
    Hindu Undivided Family (HUF)/ Limited Liability Partnership (LLP) etc. Non submission of above
    certificate(s) by the bidder shall result in summarily rejection of his/their bid. It shall be mandatorily
    incumbent upon the tenderer to identify, state and submit the supporting documents duly self-
    attested/digitally signed by which they/he is qualifying the Qualifying Criteria mentioned in the Tender
    Document.
                                 CONSIDERATION OF TENDERS
7.  Right of Railway to Deal with Tenders: The Railway reserves the right of not to invite tenders for any
    of Railway work or works or to invite open or limited tenders and when tenders are called to accept a
    tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.
    In case if tender is accepted in part by Railway administration, Letter of Acceptance shall be issued as
    counter offer to the Tenderer, which shall be subject to acceptance by the Tenderer.
7A. Two Packets System of Tendering: With a view to assess the tenders technically without being
    influenced by the financial bids, 'Two Packets System of tendering' shall be adopted wherein tender
    documents provide for the same.
7B. Pre Bid Conference: Intenders having advertised value more than Rs.50 Crore or as mentioned in the
    tender document, Railway shall conduct Pre Bid Conference(s) with the prospective bidders.
7C. Make in India Policy: Provisions of Make in India Policy 2017 issued by Govt. of India, as amended
    from time to time, shall be followed for consideration of tenders.
7D. Permission to Bid for a bidder from a country which shares Land boundary with India: Any bidder
    from the countries sharing a land border with India will be eligible to bid in any procurement of works
    (including turnkey projects) only if the bidder is registered with the Competent Authority. The
    Competent Authority for registration will be the Registration Committee constituted by the Department
    for Promotion of Industry and Internal Trade (DPIIT), Government of India. For interpretation of this
    para, Department of Expenditure, Ministry of Finance, Government of India letter F.No.6/18/2019-PPD
    dated 23/07/2020 shall be referred.
7E. Clarification of Bids: To assist in the examination, evaluation & comparison and prequalification of the
    Tender, the Railway may, at its discretion, ask any Bidder for a clarification of its Bid. Any clarification
    submitted by a Bidder that is not in response to a request by the Railway shall not be entertained or
    considered. The Railway request for clarification and the response of the bidder in this regard shall be in
    writing.
    However, if a Bidder does not provide clarification of its bid by the date and time communicated in the
    Railway request for clarification, the bid shall be evaluated as per the documents submitted along with
    the bid.
                                                         13
8.   Execution of Contract Document: The Tenderer whose tender is accepted shall be required to appear
     in person at the office of General Manager/General Manager (Construction), Chief Administrative
     Officer (Construction), Divisional Railway Manager or concerned Engineer, as the case may be, or if
     tenderer is a firm or corporation, a duly authorized representative shall appear (there would be no need
     for appear in person if agreement is signed digitally) and execute the contract agreement within seven
     days of notice from Railways that the Contract Agreement is ready. Failure to do so shall constitute a
     breach of the agreement affected by the acceptance of the tender. The Contract Agreement shall be
     entered into by Railway only after submission of valid Performance Guarantee by the Contractor. In such
     cases the Railway may determine that such tenderer has abandoned the contract and there upon his tender
     and acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full
     amount of the Bid Security and other dues payable to the Contractor under this contract. The failed
     Contractor shall be debarred from participating in the re-tender for that work.
9.   Form of Contract Document: Every contract shall be complete in respect of the document it shall so
     constitute. Not less than 2 copies of the contract document shall be signed by the competent authority and
     the Contractor and one copy given to the Contractor (there would be no need of signing two copies if
     agreement is signed digitally).
     (a) For Zone Contracts, awarded on the basis of the percentage above or below the applicable chapter(s)
          of Standard Schedule of Rates (SSOR) for the whole or part of financial year, the contract agreement
          required to be executed by the tenderer whose tender is accepted shall be as per specimen form,
          Annexure-II of latest standard GCC. During the currency of the Zone Contract, work orders as per
          specimen form Annexures-III of latest standard GCC, for works not exceeding ₹ 5,00,000 each,
          shall be issued by the Divisional Railway Manager / Executive Engineer under the agreement for
          Zone Contract.
     (b) For contracts for specific works, the contract document required to be executed by the tenderer
          whosetender is accepted shall be an agreement as per specimen form Annexure- IV of latest standard
          GCC.
10 MULTIPLE L-1: In case of more than one L-1 bidder, tender may be awarded to tenderer having done
   more value of similar work in last three previous financial years and current financial year up to the date
   of opening of the tender may be selected for the award. Similar work will be defined as per latest records
   available with the O/o Sr.DEE/TRS/ELS/BZA.
                                                             14
                                                                                                   ANNEXURE - I
                                            TENDER FORM (First Sheet)
      Tender No.
      Name of Work
      To
      The President of India
      Acting through the Principal Chief Engineer,
      Divisional Railway Manager,
      Senior Divisional Electrical Engineer/Divisional Electrical Engineer
      South Central Railway
      I/We                             have read the various conditions to tender attached hereto and agree to abide
      by the said conditions. I/We also agree to keep this offer open for acceptance for a period of            days
      from the date fixed for closing of the tender and in default thereof, I/We will be liable for forfeiture of
      my/our “Bid Security”. I/We offer to do the work for South Central Railway, at the rates quoted in the
      attached bill(s) of quantities and hereby bind myself/ourselves to complete the work in all respects within
      the time period stipulated in the Tender Schedule months from the date of issue of letter of acceptance of the
      tender.
      2.       I/We also hereby agree to abide by the Indian Railways Standard General Conditions of Contract,
      with all correction slips up-to-date and to carry out the work according to the Special Conditions of Contract
      and Specifications of materials and works as laid down by Railway in the annexed Special
      Conditions/Specifications, Standard Schedule of Rates (SSOR) with all correction slips up-to-date for the
      present contract.
      3.       A Bid Security of ₹ 21,500/- has already been deposited online/submitted as Bank Guarantee bond.
      Full value of the Bid Security shall stand forfeited without prejudice to any other right or remedies in case
      my/our Tender is accepted and if:
      (a)      I/We do not submit the Performance Guarantee within the time specified in the Tender document;
      (b)    I/We do not execute the contract documents within seven days after receipt of notice issued by the
      Railway that such documents are ready; and
      (c)     I/We do not commence the work within fifteen days after receipt of orders to that effect.
      4.      (a) I/We am/are a Startup firm registered by …………………… Department of Industrial Policy
      and Promotion (DIPP) and my registration number is ……………. valid up to ...............................(Copy
      enclosed) and hence exempted from submission of Bid Security.
      5. We are a Labour Cooperative Society and our Registration No. is .............................. with
      …………………..and hence required to deposit only 50% of Bid Security.
      6.      Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
      binding contract between us subject to modifications, as may be mutually agreed to between us and
      indicated in the letter of acceptance of my/our offer for this work.
                                                                                     _______________________
                                                            15
ANNEXURE - I (Contd. …)
6.   Bid Security:
     (a) Subject to exemptions provided under para 5(1) (a) of Part-1 (ITT) of latest GCC, the tender must be
         accompanied by a Bid Security as mentioned in tender documents, failing which the tender shall be
         summarily rejected.
     (b) The Tenderer(s) shall keep the offer open for a minimum period of 60 days (in case of two packet
         system of tendering 90days) from the date of closing of the Tender. It is understood that the tender
         documents have been issued to the Tenderer(s) and the Tenderer(s), is / are permitted to tender in
         consideration of the stipulation on his / their part that after submitting his / their tender subject to the
         period being extended further, if required by mutual agreement from time to time, he will not
         resile from his offer or modify the terms and conditions thereof in a manner not acceptable to South
                                                            16
           Central Railway. Should the tenderer fail to observe or comply with the foregoing stipulation, the
           amount deposited or Bank guarantee bond submitted as Bid Security for the due performance of the
           above stipulation, shall be forfeited to the Railway.
     (c) If his tender is accepted,
     (i) the Bid Security mentioned in sub para(a) above deposited in cash through e-payment gateway will be
          retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the
          Standard General Conditions of Contract;
     (ii) the Bid Security mentioned in sub para(a) above submitted as Bank guarantee bond, will be encashed
          as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the
          Standard General Conditions of Contract.
         The Bid Security of other Tenderers shall, save as herein before provided, be returned to them, but the
         Railway shall not be responsible for any loss or depreciation to the Bid Security that may happen
         thereto while in their possession, nor be liable to pay interest thereon.
     (d) In case Contractor submits the Term Deposit Receipt/Bank Guarantee Bond towards either the Full
         Security Depositor the Part Security Deposit equal to or more than Bid Security, the Railway shall
         return the Bid Security so retained as per sub para(c) above, to the Contractor.
7.   Rights of the Railway to deal with Tender: The authority for the acceptance of the tender will rest with
     the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other
     tender, and tenderer(s) shall neither demand any explanation for the cause of rejection of his/ their tender
     nor the Railway to assign reasons for declining to consider or reject anyparticular tender or tenders.
8.   If the tenderer(s) deliberately gives/ give wrong information in his / their tender or creates / create
     circumstances for the acceptance of his / their tender, the Railway reserves the right to reject such tender
     at any stage.
9.   If any partner(s) of a partnership firm expires after the submission of its tender or after the acceptance of
     its tender, the Railway shall deem such tender as cancelled/contract as terminated under clause 61 of the
     Standard General Conditions of Contract, unless the firm retains its character as per partnership
     agreement. If a sole proprietor expires after the submission of tender or after the acceptance of tender, the
     Railway shall deem such tender as cancelled / contract as terminated under clause 61 of the Standard
     General Conditions of Contract.
     (i)   Three similar works each costing not less than the amount equal to 30% of advertised value of the
           tender, or
     (ii) Two similar works each costing not less than the amount equal to 40% of advertised value of the
           tender, or
     (iii) One similar work costing not less than the amount equal to 60% of advertised value of the tender.
     (b) (1) In case of tenders for composite works (e.g. works involving more than one distinct component,
            such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of
            major bridges – substructure, superstructure etc.), tenderer must have successfully completed or
            substantially completed any one of the following categories of work(s) during last 07 (seven) years,
            ending last day of month previous to the one in which tender is invited:
                                                      17
(i)   Three similar works each costing not less than the amount equal to 30% of advertised value of each
      component of tender, or
(ii) Two similar works each costing not less than the amount equal to 40% of advertised value of each
      component of tender, or
(iii) One similar work each costing not less than the amount equal to 60% of advertised value of each
      component of tender.
      Note for b (1): Separate completed works of minimum required values shall also be considered for
      fulfillment of technical eligibility criteria for different components.
(b)(2)In such cases, what constitutes a component in a composite work shall be clearly pre-defined with
     estimated tender cost of it, as part of the tender documents without any ambiguity.
(b) (3) To evaluate the technical eligibility of tenderer, only components of work as stipulated in tender
     documents for evaluation of technical eligibility, shall be considered. The scope of work covered in
     other remaining components shall be either executed by tenderer himself if he has work experience
     as mentioned in clause 7 of the Standard General Conditions of Contractor through subcontractor
     fulfilling the requirements as per clause 7 of the Standard General Conditions of Contract or
     jointly i.e., partly himself and remaining through subcontractor, with prior approval of Chief
     Engineer in writing.
      However, if required in tender documents by way of Special Conditions, a formal agreement duly
      notarized, legally enforceable in the court of law, shall be executed by the main contractor with the
      subcontractor for the component(s) of work proposed to be executed by the subcontractor(s), and
      shall be submitted along with the offer for considering subletting of that scope of work towards
      fulfilment of technical eligibility. Such subcontractor must fulfill technical eligibility criteria as
      follows:
      The subcontractor shall have successfully completed at least one work similar to work proposed for
      subcontract, costing not less than 35% value of work to be subletted, in last 5 years, ending last
      day ofmonth previous to the one in which tender is invited through a works contract.
      Note: for subletting of work costing up to Rs.50 lakh, no previous work experience of subcontractor
      shall be asked for by the Railway.
      In case after award of contract or during execution of work it becomes necessary for contractor to
      change subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements as per
      clause 7 of the Standard General Conditions of Contract, with prior approval of Chief Engineer in
      writing.
Work experience certificate from private individual shall not be considered. However, in addition to work
experience certificates issued by any Govt. Organisation, work experience certificate issued by Public
listed company having average annual turnover of Rs.500 crore and above in last 3 financial years
excluding the current financial year, listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of tender, shall also be considered
provided the work experience certificate has been issued by a person authorized by the Public listed
company to issue such certificates.
In case tenderer submits work experience certificate issued by public listed company, the tenderer shall
also submit along with work experience certificate, the relevant copy of work order, bill of quantities, bill
wise details of payment received duly certified by Chartered Accountant, TDS certificates for all
payments received and copy of final/last bill paid by company in support of above work experience
certificate.
                                                         18
10.2. Financial Eligibility Criteria: The tenderer must have minimum average annual contractual turnover of
     V/N or ‘V’ whichever is less, where
    V= Advertised value of the tender in crores of Rupees
    N= Number of years prescribed for completion of work for which bids have been invited.
    The average annual contractual turnover shall be calculated as an average of “total contractual payments”
    in the previous three financial years, as per the audited balance sheet. However, in case balance sheet of
    the previous year is yet to be prepared/ audited, the audited balance sheet of the fourth previous year shall
    be considered for calculating average annual contractual turnover.
    The tenderers shall submit requisite information as per Annexure-VIB, along with copies of Audited
    Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered Accountant duly
    supported by Audited Balance Sheet.
10.3 Bid Capacity: Applicable for Tenders having advertised value more than Rs.20 crores.
10.4 No Technical and Financial credentials are required for tenders having advertised value up to Rs.
     50 lakh.
10.5 Credentials if submitted in foreign currency shall be converted into Indian currency i.e., Indian Rupee as
     under:
    The conversion rate of US Dollars into Rupees shall be the daily representative exchange rates published
    by the Reserve Bank of India or entity authorized by RBI to do so for the relevant date or immediately
    previous date for which rates have been published. Where, relevant date shall be as on the last day of
    month previous to the one in which tender is invited. In case of any other currency, the same shall first be
    converted to US Dollars as on the last day of month previous to the one in which tender is invited, and the
    amount so derived in US Dollars shall be converted into Rupees at the aforesaid rate. The conversion rate
    of such currencies shall be the daily representative exchange rates published by the International
    Monetary Fund for the relevant date or immediately previous date for which rates have been published.
    [Explanation for Para 10 of the Tender Form (Second Sheet) including Para 10.1 to 10.5 - Eligibility
    Criteria:
    1.   Substantially Completed Work means an ongoing work in which payment equal to or more than
         90% of the present contract value (excluding the payment made for adjustment of Price variation
         (PVC), if any) has been made to the contractor in that ongoing contract and no proceedings of
         termination of contract on Contractor’s default has been initiated. The credential certificate in this
         regard should have been issued not prior to 60 days of date of invitation of present tender.
    2.   In case a work is started prior to 07 (seven) years, ending last day of month previous to the one in
         which tender is invited, but completed in last 07 (seven) years, ending last day of month previous to
         the one in which tender is invited, the completed work shall be considered for fulfilment of
         credentials.
    3.   If a work is physically completed and completion certificate to this extent is issued by the concerned
         organization but final bill is pending, such work shall be considered for fulfillment of credentials
    4.   In case of completed work, the value of final bill (gross amount) including the PVC amount (if paid)
         shall be considered as the completion cost of work. In case final bill is pending, only the total gross
         amount already paid including the PVC amount (if paid) shall be considered as the completion cost
         of work.
         In case of substantially completed work, the total gross amount already paid including the PVC
         amount (if paid), as mentioned in the certificate, shall be considered as the cost of substantially
         completed work.
    5.   If a bidder has successfully completed a work as subcontractor and the work experience certificate
         has been issued for such work to the subcontractor by a Govt. Organization or public listed company
         as defined in Note for Item 10.1 Para 10 of the Tender Form (Second Sheet), the same shall be
         considered for the purpose of fulfillment of credentials.
                                                          19
    6.   In case a work is considered similar in nature for fulfillment of technical credentials, the overall cost
         including the PVC amount (if paid) of that completed work or substantially completed work, shall be
         considered and no separate evaluation for each component of that work shall be made to decide
         eligibility.
    7.   In case of newly formed partnership firm, the credentials of individual partners from previous
         propriety firm(s) or dissolved previous partnership firm(s) or split previous partnership firm(s), shall
         be considered only to the extent of their share in previous entity on the date of dissolution / split and
         their share in newly formed partnership firm. For example, a partner A had 30% share in previous
         entity and his share in present partnership firm is 20%. In the present tender under consideration,
         the credentials of partner Awill be considered to the extent of 0.3*0.2*value of the work done in the
         previous entity. For this purpose, the tenderer shall submit along with his bid all the relevant
         documents which include copy of previous partnership deed(s), dissolution deed(s) and proof of
         surrender of PAN No.(s) in case of dissolution of partnership firm(s) etc.
    8.   In case of existing partnership firm, if any one or more partners quit the partnership firm, the
         credentials of remaining partnership firm shall be re-worked out i.e., the quitting partner(s) shall take
         away his credentials to the extent of his share on the date of quitting the partnership firm(e.g. in
         a partnershipfirm of partners A, B & C having share 30%, 30% & 40% respectively and credentials
         of Rs.10 crore; in case partner C quits the firm, the credentials of this partnership firm shall remain
         as Rs.6 crore). For this purpose, the tenderer shall submit along with his bid all the relevant
         documents which include copy of previous partnership deed(s), dissolution deed(s) and proof of
         surrender of PAN No.(s) in case of dissolution of partnership firm(s) etc.
    9.   In case of existing partnership firm if any new partner(s) joins the firm without any modification in
         the name and PAN/TAN no. of the firm, the credentials of partnership firm shall get enhanced to the
         extent of credentials of newly added partner(s) on the same principles as mentioned in item 6 above.
         For this purpose, the tenderer shall submit along with his bid all the relevant documents which
         include copy of previous partnership deeds, dissolution/splitting deeds and proof of surrender of
         PAN No.(s) in case of dissolution of partnership firm etc.
    10. Any partner in a partnership firm cannot use or claim his credentials in any other firm without
        leaving the partnership firm i.e., In a partnership firm of A&B partners, A or B partner cannot use
        credentials of partnership firm of A&B partners in any other partnership firm or propriety firm
        without leaving partnership firm of A&B partners.
    11. In case a partner in a partnership firm is replaced due to succession as per succession law, the
        proportion of credentials of the previous partner will be passed on to the successor.
    12. If the percentage share among partners of a partnership firm is changed, but the partners remain the
        same, the credentials of the firm before such modification in the share will continue to be considered
        for the firm as it is without any change in their value. Further, in case a partner of partnership firm
        retires without taking away any credentials from the firm, the credentials of partnership firm shall
        remain the same as it is without any change in their value.
    13. In a partnership firm “AB” of A&B partners, in case A also works as propriety firm “P” or partner
        in some other partnership firm “AX”, credentials of A in propriety firm “P” or in other partnership
        firm “AX” earned after the date of becoming a partner of the firm AB shall not be added in
        partnership firm AB.
    14. In case a tenderer is LLP, the credentials of tenderer shall be worked out on above lines similar to a
        partnership firm.
    15. In case company A is merged with company B, then company B would get the credentials of
        company A also.]
11. Tenderer Credentials: Documents testifying tenderer previous experience and financial status should be
    produced along with the tender.
    Tenderer(s) who is / are not borne on the approved list of the Contractors of RDSO/CLW shall submit
    alongwith his / their tender:
                                                          20
    (i)   Certificates and testimonials regarding contracting experience for the type of job for which tender is
          invited with list of works carried out in the past.
    (ii) Audited Balance Sheet duly certified by the Chartered Accountant regarding contractual payments
         received in the past.
    (iii) The list of personnel / organization on hand and proposed to be engaged for the tendered work.
          Similarly list of Plant & Machinery available on hand and proposed to be inducted and hired for the
          tendered work.
    (iv) A copy of certificate stating that they are not liable to be disqualified and all their
         statements/documents submitted along with bid are true and factual. Standard format of the
         certificate to be submitted by the bidder is enclosed as Annexure-V. In addition to Annexure-V, in
         case of other than Company/Proprietary firm, Annexure-V (A) shall also be submitted by each
         member of a Partnership firm/ Joint Venture (JV)/ Hindu Undivided Family (HUF)/ Limited
         Liability Partnership (LLP) etc. Non submission of a copy of certificate by the bidder shall result in
         summarily rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to identify,
         state and submit the supporting documents duly self attested / digitally signed by which they/he
         are/is qualifying the Qualifying Criteria mentioned in the Tender Document.
    (v) The Railway reserves the right to verify all statements, information and documents submitted by the
        bidder in his tender offer, and the bidder shall, when so required by the Railway, make available all
        such information, evidence and documents as may be necessary for such verification. Any such
        verification or lack of such verification, by the Railway shall not relieve the bidder of its obligations
        or liabilities hereundernor will it affect any rights of the Railway there under.
    (vi) (a) In case of any information submitted by tenderer is found to be false, forged or incorrect at any
         time during process for evaluation of tenders, it shall lead to forfeiture of the tender Bid Security
         besides banning of business for a period of up to two years.
         (b) In case of any information submitted by tenderer is found to be false, forged or incorrect after the
         award of contract, the contract shall be terminated. Bid Security, Performance Guarantee and
         Security Deposit available with the railway shall be forfeited. In addition, other dues of the
         contractor, if any, under this contract shall be forfeited and agency shall be banned for doing
         business for a period of up to two years.
12. Non-compliance with any of the conditions set forth therein above is liable to result in the tender being
    rejected.
13. Execution of Contract Documents: The successful Tenderer(s) shall be required to execute an
    agreement with the President of India acting through the Principal Chief Engineer, Divisional Railway
    Manager, Senior Divisional Electrical Engineer/Divisional Electrical Engineer, South Central Railway
    for carrying out the work according to the Standard General Conditions of Contract, Special Conditions /
    Specifications annexed to the tender and Standard Specifications (Works and Materials) of Railway as
    amended/corrected up to latest correction slips, mentioned in tender form (First Sheet).
(b) HUF:
    (i) A copy of notarized affidavit on Stamp Paper declaring that he who is submitting the tender on
         behalf of HUF is in the position of ‘Karta’ of Hindu Undivided Family (HUF) and he has the
         authority, power and consent given by other members to act on behalf of HUF.
    (ii) All other documents in terms of Para 10 of the Tender Form (Second Sheet) above.
(c) Partnership Firm:
    (i) All documents as mentioned in para18 of the Tender Form (Second Sheet).
(d) Joint Venture (JV): All documents as mentioned in para 17 of the Tender Form (Second Sheet).
(e) Company registered under Companies Act2013:
    (i) The copies of MOA (Memorandum of Association) / AOA (Articles of Association) of the company
    (ii) A copy of Certificate of Incorporation
    (iii) A copy of Authorization/Power of Attorney issued by the Company (backed by the resolution of
          Board of Directors) in favour of the individual to sign the tender on behalf of the company and
          create liability against the company.
    (iv) All other documents in terms Para 10 of the Tender Form (Second Sheet) above.
(f) LLP (Limited Liability Partnership):
    (i) A copy of LLP Agreement
    (ii) A copy of Certificate of Incorporation
    (iii) A copy of Power of Attorney/Authorization issued by the LLP in favour of the individual to sign
          the tender on behalf of the LLP and create liability against the LLP.
    (iv) An undertaking by all partners of the LLP that they are not blacklisted or debarred by Railways or
          any other Ministry / Department of the Govt. of India from participation in tenders / contracts as on
          the date of submission of bids, either in their individual capacity or in any firm/LLP or JV in
          which they were / are partners/members. Concealment / wrong information in regard to above shall
          make the contract liable for determination under Clause 62 of the Standard General Conditions of
          Contract.
    (v) All other documents in terms of Para 10 of the Tender Form (Second Sheet).
(g) Registered Society & Registered Trust:
    (i) A copy of Certificate of Registration
    (ii) A copy of Memorandum of Association of Society/Trust Deed
    (iii) A copy of Power of Attorney in favour of the individual to sign the tender documents and create
          liability against the Society/Trust.
    (iv) A copy of Rules & Regulations of the Society
    (v) All other documents in terms of Para 10 of the Tender Form (Second Sheet) above.
(iii) If it is NOT mentioned in the submitted tender that tender is being submitted on behalf of a Sole
      Proprietorship firm / Partnership firm / Joint Venture / Registered Company etc., then the tender shall be
      treated as having been submitted by the individual who has signed the tender.
(iv) After opening of the tender, any document pertaining to the constitution of Sole Proprietorship Firm/
     Partnership Firm / Registered Company/ Registered Trust / Registered Society / HUF/LLP etc. shall be
     neither asked nor considered, if submitted. Further, no suo moto cognizance of any document available in
     public domain (i.e., on internet etc.) or in Railway’s record/office files etc. will be taken for consideration
     ofthe tender, if no such mention is available in tender offer submitted.
(v) A tender from JV shall be considered only where permissible as per the tender conditions.
(vi) The Railway will not be bound by any change of power of attorney or in the composition of the firm made
     subsequent to the submission of tender. Railway may, however, recognize such power of attorney and
     changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor.
15. The tenderer whether sole proprietor / a company or a partnership firm / registered society / registered
    trust / HUF / LLP etc if they want to act through agent or individual partner(s), should submit along with
    the tender, a copy of power of attorney duly stamped and authenticated by a Notary Public or by
                                                           22
    Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person,
    specifically authorizing him/them to sign the tender, submit the tender and further to deal with the
    Tender/ Contract up to the stage of signing the agreement except in case where such specific person is
    authorized for above purposes through a provision made in the partnership deed / Memorandum of
    Understanding / Article of Association /Board resolution, failing which tender shall be summarily
    rejected.
    A separate power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in
    favour of the specific person whether he/they be partner(s) of the firm or any other person, shall be
    submitted after award of work, specifically authorizing him/them to deal with all other contractual
    activities subsequent to signing of agreement, if required.
    Note: A Power of Attorney executed and issued overseas, the document will also have to be legalized by
    the Indian Embassy and notarized in the jurisdiction where the Power of Attorney is being issued.
    However, the Power of Attorney provided by Bidders from countries that have signed the Hague
    Legislation Convention 1961 are not required to be legalized by the Indian Embassy if it carries a
    conforming Appostille certificate.
         other department of the railway, then the tenderer at the time of submission of tender, will inform the
         authority inviting tenders the details of such persons.
    Note:- If information as required as per 16.a), b), c) above has not been furnished, contract is liable to be
    dealt in accordance with provision of clause 62 of the Standard General Condition of contract.
17. Participation of Joint Venture (JV) in Works Tender: This para shall be applicable for works tenders
    wherein tender documents provide for the same.
17.2 Number of members in a JV shall not be more than three, if the work involves only one department (say
     Civil or S&T or Electrical or Mechanical) and shall not be more than five, if the work involves more than
     one Department. One of the members of the JV shall be its Lead Member who shall have a majority (at
     least 51%) share of interest in the JV. The other members shall have a share of not less than 20% each in
     case of JV with up to three members and not less than 10% each in case of JV with more than three
     members. In case of JV with foreign member(s), the Lead Member has to be an Indian firm/company with
     a minimum share of 51%.
17.3 A member of JV shall not be permitted to participate either in individual capacity or as a member of
     another JV in the same tender.
17.4 The tender form shall be purchased and submitted only in the name of the JV and not in the name of any
     constituent member. The tender form can however be submitted by JV or any of its constituent member
     or any person authorized by JV through Power of Attorney to submit tender.
17.10 On award of contract to a JV, a single Performance Guarantee shall be submitted by the JV as per
    tender conditions. All the Guarantees like Performance Guarantee, Bank Guarantee for Mobilization
    Advance, Machinery Advance etc. shall be accepted only in the name of the JV and no splitting of
    guarantees amongst the members of the JV shall be permitted.
17.11 On issue of LOA (Letter of Acceptance), the JV entity to whom the work has been awarded, with the
    same shareholding pattern as was declared in the MOU/JV Agreement submitted along with the tender,
    shall be got registered before the Registrar of the Companies under 'The Companies Act 2013' (in case JV
    entity is to be registered as Company) or before the Registrar/Sub-Registrar under the 'The Indian
    Partnership Act, 1932' (in case JV entity is to be registered as Partnership Firm) or under 'The LLP Act
    2008' (in case JV entity is to be registered as LLP). A separate PAN shall be obtained for this entity. The
    documents pertaining to this entity including its PAN shall be furnished to the Railways before signing
    the contract agreement for the work. In case the tenderer fails to observe/comply with this stipulation
    within 60 days of issue of LOA, contract is liable to be terminated. In case contract is terminated railway
    shall be entitled to forfeit the full amount of the Bid Security and other dues payable to the Contractor
    under this contract. The entity so registered, in the registered documents, shall have, inter-alia, following
    Clauses:
17.11.1 Joint and Several Liability - Members of the entity to which the contract is awarded, shall be jointly
    and severally liable to the Railway for execution of the project in accordance with General and Special
    Conditions of Contract. The members of the entity shall also be liable jointly and severally for the loss,
    damages caused to the Railways during the course of execution of the contract or due to non-execution of
    the contract or part thereof.
17.11.2 Duration of the Registered Entity - It shall be valid during the entire currency of the contract
   including the period of extension, if any and the maintenance period after the work is completed.
17.11.3 Governing Laws - The Registered Entity shall in all respect be governed by and interpreted in
   accordance with Indian Laws.
17.12 Authorized Member - Joint Venture members in the JV MoU shall authorize Lead member on behalf
    of the Joint Venture to deal with the Contract, sign the agreement or enter into contract in respect of the
    said tender, to receive payment, to witness joint measurement of work done, to sign measurement books
    and similar such action in respect of the said tender/contract. All notices/correspondences with respect to
    the contract would be sent only to this authorized member of the JV.
17.13 No member of the Joint Venture shall have the right to assign or transfer the interest right or liability in
    the contract without the written consent of the other members and that of the Railway in respect of the
    said tender/contract.
17.14 Documents to be enclosed by the JV along with the tender:
17.14.1 In case one or more of the members of the JV is/are partnership firm(s), followingdocuments shall be
    submitted:
    (i) A notarized copy of the Partnership Deed or a copy of the Partnership deed registered with the
          Registrar.
    (ii) A copy of consent of all the partners or individual authorized by partnership firm, to enter into the
          Joint Venture Agreement on a stamp paper,
    (iii) A notarized or registered copy of Power of Attorney in favour of the individual to sign the
          MOU/JV Agreement on behalf of the partnership firm and create liability against the firm.
    (iv) An undertaking by all partners of the partnership firm that they are not blacklisted or debarred by
          Railways or any other Ministry / Department of the Govt. of India from participation in tenders /
          contracts as on the date of submission of bids, either in their individual capacity or in any firm/LLP
          in which they were / are partners/members. Any Concealment / wrong information in regard to
          above shall make the bid ineligible or the contract shall be determined under Clause 62 of the
          Standard General Conditions of Contract.
                                                        25
17.14.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be
    enclosed:
    (i) A copy of notarized affidavit on Stamp Paper declaring that his Concern is a proprietary Concern
        and he is sole proprietor of the Concern OR he who is signing the affidavit on behalf of HUF is in
        the position of ‘Karta’ of Hindu Undivided Family (HUF) and he has the authority, power and
        consent given by other members to act on behalf of HUF.
17.14.3 In case one or more members of the JV is/are companies, the following documents shall be
    submitted:
    (i) A copy of resolutions of the Directors of the Company, permitting the company to enter into a JV
          agreement,
    (ii) The copies of MOA (Memorandum of Association) / AOA (Articles of Association) of the company
    (iii) A copy of Certificate of Incorporation
    (iv) A copy of Authorization/copy of Power of Attorney issued by the Company (backed by the
          resolution of Board of Directors) in favour of the individual, to sign the tender, sign MOU/JV
          Agreement onbehalf of the company and create liability against the company
17.14.4 In case one or more members of the JV is/are LLP firm/s, the following documents shall be
    submitted:
    (i) A copy of LLP Agreement
    (ii) A copy of Certificate of Incorporation of LLP
    (iii) A copy of resolution passed by partners of LLP firm, permitting the Firm to enter into a JV
         agreement
    (iv) A copy of Authorization /copy of Power of Attorney issued by the LLP firm (backed by resolution
         passed by the Partners) in favour of the individual, to sign the tender and/or sign the MOU/ JV
         agreementon behalf of the LLP and create liability against the LLP.
    (v) An undertaking by all partners of the LLP that they are not blacklisted or debarred by Railways or
         any other Ministry / Department of the Govt. of India from participation in tenders / contracts as on
         the date of submission of bids, either in their individual capacity or in any firm/LLP or JV in which
         they were / are partners/members. Any Concealment / wrong information in regard to above shall
         make the contract liable for determination under Clause 62 of the Standard General Conditions of
         Contract.
17.14.5 In case one or more members of the JV is/are Society/s or Trust/s, the following documents shall
    be submitted:
    (i) A copy of Certificate of Registration
    (ii) A copy of Memorandum of Association of Society/Trust Deed
17.15 Credentials & Qualifying Criteria: Technical, financial eligibility and Bid capacity of the JV shall be
    adjudged based on satisfactory fulfilment of the following criteria:
                                                            26
           The technical eligibility for major component of work as per para 10.1 above, shall be satisfied by
           either the ‘JV in its own name & style’ or ‘Lead member of the JV’ and technical eligibility for other
           component(s) of work as per para 10.1 above, shall be satisfied by either the ‘JV in its own name &
           style’ or ‘any member of the JV’.
           Each other (non-lead) member(s) of JV, who is/ are not satisfying the technical eligibility for any
           component of the work as per para 10.1 above, shall have technical capacity of minimum 10% of
           the cost of any component of work mentioned in technical eligibility criteria. i.e., each other
           (nonlead) member of must have satisfactorily completed or substantially completed during the last
           07 (seven) years, ending last day of month previous to the one in which tender is invited, one
           similar single work for a minimum of 10% of cost of any component of work mentioned in technical
           eligibility criteria.
      Note for Para 17.15.1:
      a)   The Major component of the work for this purpose shall be the component of work having highest
           value. In cases where value of two or more component of work is same, any one work can be
           classified as Major component of work.
      b)   Value of a completed work done by a Member in an earlier JV shall be reckoned only to the extent of
           the concerned member's share in that JV for the purpose of satisfying his/her compliance to the
           above mentioned technical eligibility criteria in the tender under consideration.
 18.1 The Partnership Firms participating in the tender should be legally valid under the provisions of the
      Indian Partnership Act.
 18.2 The partnership firm should have been in existence or should have been formed prior to submission of
      tender. Partnership firm should have either been registered with the Registrar or the partnership deed
      should have been notarized as per the Indian Partnership Act, prior to submission of tender.
 18.3 Separate identity / name should be given to the partnership firm. The partnership firm should have PAN /
                                                          27
    TAN number in its own name and PAN / TAN number in the name of any of the constituent partners
    shall not be considered. The valid constituents of the firm shall be called partners.
18.4 Once the tender has been submitted, the constitution of the firm shall not normally be allowed to be
     modified / altered / terminated during the validity of the tender as well as the currency of the contract
     except when modification becomes inevitable due to succession laws etc., in which case prior permission
     should betaken from Railway and in any case the minimum eligibility criteria should not get vitiated. The
     re- constitution of firm in such cases should be followed by a notary certified Supplementary Deed. The
     approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways
     and the tenderer shall have no claims what-so-ever. Any change in the constitution of Partnership firm
     after submission of tender shall be with the consent of all partners and with the signatures of all partners
     as that in the Partnership Deed. Failure to observe this requirement shall render the offer invalid and full
     Bid Securityshall be forfeited.
    If any Partner/s withdraws from the firm after submission of the tender and before the award of the
    contract, the offer shall be rejected and Bid Security of the tenderer will be forfeited. If any new partner
    joins the firm after submission of tender but prior to award of contract, his / her credentials shall not
    qualify for consideration towards eligibility criteria either individually or in proportion to his share in the
    previous firm. In case the tenderer fails to inform Railway beforehand about any such changes /
    modification in the constitution which is inevitable due to succession laws etc. and the contract is
    awarded to such firm, then it will be considered a breach of the contract conditions liable for
    determination of the contract under Clause 62 of the Standard General Conditions of Contract.
18.5 A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner
     of any other firm in the same tender.
18.6 The tender form shall be submitted only in the name of partnership firm. The Bid Security shall be
     submitted by partnership firm. The Bid Security submitted in the name of any individual partner or in the
     name of authorized partner (s) shall not be considered.
18.7 On issue of Letter of Acceptance (LOA) to the partnership firm, all the guarantees like Performance
     Guarantee, Guarantee for various Advances to the Contractor shall be submitted only in the name of the
     partnership firm and no splitting of guarantees among the partners shall be acceptable.
18.8 On issue of Letter of Acceptance (LOA), contract agreement with partnership firm shall be executed in
     the name of the firm only and not in the name of any individual partner.
18.9 In case the Letter of Acceptance (LOA) is issued to a partnership firm, the following undertakings shall
     be furnished by all the partners through a notarized affidavit, before signing of contract agreement.
    (a) Joint and several liabilities: The partners of the firm to which the Letter of Acceptance (LOA) is
        issued, shall be jointly and severally liable to the Railway for execution of the contract in accordance
        with General and Special Conditions of the Contract. The partners shall also be liable jointly and
        severally for the loss, damages caused to the Railway during the course of execution of the contract
        or due to non-execution of the contract or part thereof.
         The partnership deed/partnership firm agreement shall normally not be modified/altered/ terminated
         during the currency of contract and the maintenance period after the work is completed as
         contemplated in the conditions of the contract. Any change carried out by partners in the constitution
         of the firm without permission of Railway, shall constitute a breach of the contract, liable for
         determination of the contract under Clause 62 of the Standard General Conditions of Contract.
    (c) Governing laws: The partnership firm agreement shall in all respect be governed by and interpreted
        in accordance with the Indian laws.
                                                          28
    (d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the
        contract without the written consent of the other partner/s and that of the Railway.
18.10 The tenderer shall clearly specify that the tender is submitted on behalf of a partnership firm.
    The following documents shall be submitted by the partnership firm, with the tender: A notarized
    copy of the Partnership Deed or a copy of the Partnership deed registered with the Registrar.
    (i) A notarized or registered copy of Power of Attorney in favour of the individual to tender for the
          work, sign the agreement etc. and create liability against the firm.
    (ii) An undertaking by all partners of the partnership firm that they are not blacklisted or debarred by
          Railways or any other Ministry / Department of the Govt. of India from participation in tenders /
          contractsas on the date of submission of bids, either in their individual capacity or in any firm/LLP in
          which they were / are partners/members. Any Concealment / wrong information in regard to above
          shall make the bid ineligible or the contract shall be determined under Clause 62 of the Standard
          General Conditions of Contract.
    (iii) All other documents in terms of Para 10 of the Tender Form (Second Sheet) above.
(Signature)
(Designation)
ANNEXURE – II
(a)     New Works, additions and alterations to existing structures, special repair works and supply of building
materials subject to the contract value for such works not exceeding ₹ _______.
(b)     All ordinary repair and maintenance works at any site between kilometer __________ and kilometre
_________ as will be set forth in the work orders (which work orders shall be deemed and taken to be part of this
contract) that will be issued during the said period at _______% above/below the Standard Schedule of Rates
(SSOR) of the _____________ Railway, corrected up to the latest correction slips and Standard Specifications of
the _____________ Railway corrected upto latest correction slips and the Special Conditions and Special
Specifications, if any in conformity with the drawings (if any) that will be issued with the work order, aforesaid
AND WHEREAS the performance of the said work is an act in which the public are interested.
       NOW THIS INDENTURE PRESENTS WITNESSETH That in consideration of the payment to be made
by the Railway, the Contractor will duly perform the works set forth in the said Work Order and shall execute the
same with great promptness, care and accuracy, in a workman like manner to the satisfaction of the Railway and
will complete the same on or before the respective dates specified therein in accordance with the said
specifications and said drawings (if any) and said conditions of contract and will observe, fulfill and keep all the
conditions therein mentioned, (which shall be deemed and taken to be part of this contract as if the same had been
duly set forth herein), AND the Railway both here-by agree that if the Contractor shall duly perform the said
work in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause
to be paid to the Contractor for the said works on the completion thereof the amount due in respect thereof at the
rates specified above.
                                                                                                   ANNEXURE-III
                                     WORK ORDER UNDER ZONE CONTRACT
WORK ORDER NO._________, DATED ________ UNDER CONTRACT AGREEMENT
NO._________________________________ DATED __________________.
Name of Work _____________________________________ (SITE) _____________________
Schedule of Drawings ____________________________________________________________
Authority__________________________________              Allocation _________________________
 The Contractor(s) ____________________________ is / are hereby ordered to carry out the following works at
________% above/below the Standard Schedule of Rates (SSOR) of ________________, updated with
correction slips issued up to date of inviting tender or as otherwise specified in the tender documents under Zone
Contract Agreement here-in-before referred to:
1 2 3 4 5 6 7
The works herein mentioned are required to be completed on or before ________ (Date). The quantities
provided herein are approximate and subject to variation under Clause 42 of the Standard General Conditions of
Contract updated with correction slips issued up to date of inviting tender or as otherwise specified in the tender
documents.
I agree to complete the works herein set forth on or before the date specified under the Zone Contract
Agreement herein before referred to in conformity with the drawings hereto annexed and in accordance with the
General and Special (if any) Conditions of Contract updated with correction slips issued up to date of inviting
tender or as otherwise specified in the tender documents and the Standard Specifications of _________ Railway
updated with correction slips issued up to date of inviting tender or as otherwise specified in the tender
documents .
I also agree to maintain such works for the period specified below from the date of completion:
(a)    Repair and maintenance work including white/colour washing: three calendar months from date of
completion.
(b)     All new works except earth work: Six calendar months from date of completion.
        Contractor _______________ (Signature)                 Railway: Designation
        Address __________________________                     _____________
                                                                                For President of India)
                                                          31
ANNEXURE - IV
                                               ___________ RAILWAY
                                      CONTRACT AGREEMENT OF WORKS
                                                                                                ANNEXURE-V
                                                                                      Reference -Para 6.1 of ITT
10.     I/We have read the clause regarding restriction on procurement from a bidder of a country which
shares a land border with India and certify that I am/We are not from such a country or, if from such a
country, have been registered with the competent Authority. I/We hereby certify that I/we fulfil all the
requirements in this regard and am/are eligible to be considered (evidence of valid registration by the
competent authority is enclosed)
                                                                                        ANNEXURE-V (A)
                                                                                  Reference -Para 6.1 of ITT
2.      I/We have read the clause regarding restriction on procurement from a bidder of a country which
shares a land border with India and certify that I am/We are not from such a country or, if from such a
country, have been registered with the competent Authority. I/We hereby certify that I/we fulfil all the
requirements in this regard and am/are eligible to be considered (evidence of valid registration by the
competent authority is enclosed)
Place:
Dated:
                                                                            35
                                                                                                                        Annexure –VIA
                                                                                                 Para 5 of the Instructions to Tenderers
                                            (Bid security)
  Bank Guarantee Bond from any scheduled commercial bank of India
(On non-judicial stamp paper, which should be in the name of the Executing Bank).
President of India,
……….. Railway,
Beneficiary ...........................................................................Railway
Date:......................................................
               Bank Guarantee Bond No.:                                                                     Date:---------
In consideration of the President of India acting through ----- (Designation & address of Contract Signing
Authority), …….. Railway, ……………., …. (hereinafter called “The Railway”) having invited the bid
for               through Notice inviting tender (NIT) No..                       , We have been informed that . . .
. . [Insert name of the Bidder]............ (hereinafter called "the Bidder") intends to submit its bid (hereinafter
called "the Bid") .
WHEREAS, the Bidder is required to furnish Bid Security for the sum of [Insert required Value of
Bid Security], in the form of Bank Guarantee, according to conditions of Bid.
AND
WHEREAS, ............[Insert Name of the Bank], with its Branch ...............[Insert Address] having its
Headquarters office at........ [Insert Address], hereinafter called the Bank, acting through ............... [Insert
Name and Designation of the authorised persons of the Bank], have, at the request of the Bidder, agreed to
give guarantee for Bid Security as hereinafter contained, in favour of the Railway:
1.      KNOW ALL MEN that by these present that I/We the undersigned [Insert name(s) of
authorized representatives of the Bank], being fully authorized to sign and incur obligations for and on
behalf of the Bank, confirm that the Bank, hereby, unconditionally and irrevocably guarantee to pay to
the Railway full amount in the sum of [Insert required Value of BidSecurity] as above stated.
2.       The Bank undertakes to immediately pay on presentation of demand by the Railway any
amount up to and including aforementioned full amount without any demur, reservation or recourse.
Any such demand made by the Railway on the Bank shall be final, conclusive and binding, absolute
and unequivocal on the Bank notwithstanding any disputes raised/ pending before any Court, Tribunal,
Arbitration or any Authority or any threatened litigation by the Bidder or Bank.
3.       The Bank shall pay the amount as demanded immediately on presentation of the demand by
Railway without any reference to the Bidder and without the Railway being required to show grounds
or give reasons for its demand of the amount so demanded.
4.       The guarantee hereinbefore shall not be affected by any change in the constitution of the Bank
or in the constitution of the Bidder.
5.       The Bank agrees that no change, addition, modifications to the terms of the Bid document or
to any documents, which have been or may be made between the Railway and the Bidder, will in any
                                                       36
way absolve the Bank from the liability under this guarantee; and the Bank, hereby, waives any
requirement for notice of any such change, addition or modification made by Railway at any time.
6.    This guarantee will remain valid and effective from…….…….[insert date of issue]till
………..[insert date, which should be minimum 90 days beyond the expiry of validity of Bid]. Any
demand in respect of this Guarantee should reach the Bank within the validity period of Bid Security.
8.      The expressions Bank and Railway herein before used shall include their respective successors
and assigns.
9.      The Bank hereby undertakes not to revoke the guarantee during its currency, except with the
previous consent in writing of the Railway. This guarantee is subject to the Uniform Rules for Demand
Guarantees, ICC Publication No.758.
10.     The Bank hereby confirms that it is on the SFMS (Structured Financial Messaging System)
and shall invariably send the advice of this Bank Guarantee to the following bank details –
11.     The Guarantee shall be valid in addition to and without prejudice to any other security
Guarantee(s) of Bidder in favour of the Railway. The Bank, under this Guarantee, shall be deemed as
Principal Debtor of the Railway.
[P/Attorney]No.
Note: All italicized text is for guidance on how to prepare this bank guarantee and shall be deleted from the
final document.
                                                         37
Annexure –VIB
Reference -Para 10.2 & 17.15.2 of Tender Form (Second Sheet) of Annexure I of ITT
Certified that all figures and facts submitted in this form have been furnished after full consideration of
all observations/notes in Auditor’s reports.
                                                                   (Signature of Chartered Accountant)
Name of CA:
Registration No:
                                                                                                  (Seal)
                                                         38
PART-II
1. (1) Definitions: In these Standard General Conditions of Contract, the following terms shall have the
     meaning assigned hereunder except where the context otherwise requires:
     (a) "Railway" shall mean the President of the Republic of India or the Administrative Officers of the
         Railway or of the Successor Railway authorized to deal with any matters which these presents are
         concernedon his behalf.
    (b) "General Manager" shall mean the Officer in-charge of the General Superintendence and Control of
        the Railway and shall also include Addl. General Manager, the General Manager (Construction) and
        shall mean and include their successors, of the successor Railway.
    (c) "Chief Engineer" shall mean the Officer in-charge of the Engineering Department of Railway and
        shall also include Chief Engineer (Construction), Chief Signal & Telecommunication Engineer,
        Chief Signal & Telecommunication Engineer (Construction), Chief Electrical Engineer, Chief
        Electrical Engineer (Construction), Chief Mechanical Engineer and shall mean & include their
        successors, of the Successor Railway.
    (d) "Divisional Railway Manager" shall mean the Officer in-charge of a Division of the Railway and
        shall mean and include the Divisional Railway Manager of the Successor Railway.
    (e) “Engineer” shall mean the Divisional Engineer or the Executive Engineer, Divisional Signal &
        Telecom Engineer, Divisional Electrical Engineer, Divisional Mechanical Engineer in executive
        charge of the works and shall include the superior officers of Open Line and Construction
        organizations on the Railway of the Engineering, Signal & Telecom, Electrical and Mechanical
        Departments, i.e. the Senior Divisional Engineer/Deputy Chief Engineer, Senior Divisional Signal &
        Telecom Engineer / Dy.Chief Signal & Telecom Engineer, Senior Divisional Electrical Engineer /
        Deputy Chief Electrical Engineer, Senior Divisional Mechanical Engineer and shall mean & include
        the Engineers of the Successors Railway.
    (f) "Engineer's Representative" shall mean the Assistant Engineer, Assistant Signal &
        Telecommunication Engineer and Assistant Electrical Engineer, Assistant Mechanical Engineer in
        direct charge of the works and shall include any Sr. Section/Junior Engineer of Civil
        Engineering/Signal and Telecommunication Engineering/Mechanical Engineering/Electrical
        Engineering Departments appointed by the Railway and shall mean and include the Engineer's
        Representative of the Successor Railway.
    (g) "Contractor" shall mean the Person/Firm/LLP/Trust/Co-operative Society or Company whether
        incorporated or not who enters into the contract with the Railway and shall include their executors,
        administrators, successors and permitted assigns.
    (h) "Contract" shall mean and include the Agreement, the Work Order, the accepted Bill(s) of
        Quantities or Chapter(s) of Standard Schedule of Rates (SSOR) of the Railway modified by the
        tender percentage for items of works quantified, or not quantified, the Standard General
        Conditions of Contract, the Special Conditions of Contracts, if any; the Drawing, the Specifications,
        the Special Specifications, if any and Tender Forms, if any.
    (i) "Works" shall mean the works to be executed in accordance with the contract.
    (j) "Specifications" shall mean the Standard Specifications for Materials &Works of Railway as
        specified by Railway under the authority of the Chief Engineer or as amplified, added to or
        superseded by Special Specifications, if any.
    (k) Standard Schedule of Rates (SSOR) shall mean the schedule of Rates adopted by the Railway,
        which includes-
         1.   “Unified Standard Schedule of Rates of the Railway (USSOR)” i.e. the Standard Schedule of
              Rates of the Railway issued under the authority of the Chief Engineer from time to time,
              updated with correction slips issued up to date of inviting tender or as otherwise specified in the
              tender documents;
         2.   “Delhi Schedule Of Rates (DSR)” i.e. the Standard Schedule of Rates published by Director
              General/ Central Public Works Department, Government of India, New Delhi, as adopted and
              modified by the Railway under the authority of the Chief Engineer from time to time, updated
              with correction slips issued up to date of inviting tender or as otherwise specified in the tender
              documents.
                                                           39
    (l)   "Drawing" shall mean the maps, drawings, plans and tracings or prints there of annexed to the
          contract and shall include any modifications of such drawings and further drawings as may be issued
          by the Engineer from time to time.
     (m) "Constructional Plant" shall mean all appliances or things of whatsoever nature required for the
          execution, completion or maintenance of the works or temporary works (as hereinafter defined) but
          does not include materials or other things intended to form or forming part of the permanent work.
     (n) "Temporary Works" shall mean all temporary works of every kind required for the execution
          completion and/or maintenance of the works.
     (o) "Site" shall mean the lands and other places on, under, in or through which the works are to be
          carried out and any other lands or places provided by the Railway for the purpose of the contract.
     (p) "Period of Maintenance" shall mean the specified period of maintenance from the date of completion
          of the works, as certified by the Engineer.
     (q) ‘Contractor’s authorized Engineer’ shall mean a graduate Engineer or equivalent, having more than
          3 years experience in the relevant field of construction work involved in the contract, duly approved
          by Engineer.
     (r) Date of inviting tender shall be the date of publishing tender notice on IREPS website if tender is
          published on website or the date of publication in newspaper in case tender is not published on
          website.
     (s) “Bill of Quantities” shall mean Schedule of Item(s) included in the tender document along with
          respective quantities and rates, accepted by the Railway.
1.(2) Singular and Plural: Words importing the singular number shall also include the plural and vice versa
     where the context requires.
1.(3) Headings and Marginal Headings: The headings and marginal headings in these Standard General
     Conditions are solely for the purpose of facilitating reference and shall not be deemed to be part thereof
     or be taken into consideration in the interpretation or construction thereof the contract.
                                              GENERAL OBLIGATIONS
2 (1) Execution Co-Relation and Intent of Contract Documents: The contract documents shall be signed
     in triplicate by the Railway and the Contractor. The contract documents are complementary and what is
     called for by anyone shall be as binding as if called for by all, the intention of the documents is to include
     all labour and materials, equipments and transportation necessary for proper execution of work. Materials
     or works not covered by or properly inferable from any heading or class of the specifications shall not
     be supplied by the Railway to the Contractors unless distinctly specified in the contract documents.
     Materials or works described in words which so applied have a well-known technical or trade meaning,
     shall be held to refer to such recognized standards.
2.(2) If a work is transferred from the jurisdiction of one Railway to another Railway or to a Project
     authority or vice versa while contract is in subsistence, the contract shall be binding on the Contractor and
     the Successor Railway/Project in the same manner & take effect in all respects as if the Contractor and
     the Successor Railway/Project were parties thereto from the inception and the corresponding officer or
     the Competent Authority in the Successor Railway/Project will exercise the same powers and enjoy the
     same authority as conferred to the Predecessor Railway/Project under the original contract/agreement
     enteredinto.
2. (3) If for administrative or other reasons the contract is transferred to the Successor Railway, the contract
     shall, notwithstanding any things contained herein contrary there to, be binding on the Contractor and the
     Successor Railway in the same manner and take effect in all respects as if the Contractor and the
     Successor Railway had been parties thereto from the date of this contract.
3. (1) Law Governing the Contract: The contract shall be governed by the law for the time being in force in
     the Republic of India.
3. (2) Compliance to Regulations and Bye-Laws: The Contractor shall conform to the provision of any
     statute relating to the works and regulations and bye-laws of any local authority and of any water and
     lighting companies or undertakings, with whose system the work is proposed to be connected and shall
     before making any variation from the drawings or the specifications that may be necessitated by so
     confirming give to the Engineer notice specifying the variation proposed to be made and the reason for
     making the variation and shall not carry out such variation until he has received instructions from the
     Engineer in respect thereof. The Contractor shall be bound to give all notices required by statute,
     regulations or bye-laws as aforesaid and to pay all fees and taxes payable to any authority in respect
     thereof.
                                                          40
         enforceable in Court of Law with subcontractor and submit a copy of the same to the Engineer.
     (d) The Contractor shall intimate to the Engineer not less than 7 days in advance, the intended date of
         commencement of subcontractor’s work.
     (e) Once having entered into above arrangement, Contractor shall discontinue such arrangement, if he
         intends to do so at his own or on the instructions of Railway, with prior intimation to Chief Engineer.
     (f) The Contractor shall indemnify railway against any claim of subcontractor.
     (g) The Contractor shall release payment to the Sub-contractor(s) promptly and shall endeavour to
         resolve all issues amicably and speedily with the Sub-contractor(s), so that the execution of work is
         not affected in any manner whatsoever.
     (h) In addition to issuance of work experience certificate to Contractor, the Engineer, when, based on
         documents, is satisfied that subcontracted work has been carried out by subcontractor, shall issue
         work experience certificate to the subcontractor also for the portion of work subcontracted and
         successfully completed by the sub-contractor.
         Note: Work Experience Certificate to the subcontractor shall be issued only when the contractor’s
         work is complete and contractor is entitled for the issuance of Work Experience Certificate.
         However, in the same contract, when the Chief Engineer, based on documents, is satisfied that the
         subcontractor has successfully carried out subletted work; without issuance of work experience
         certificate to subcontractor at this stage, the Chief Engineer can, only once, consider the successfully
         completed subletted work for the fulfilment of eligibility for further subletting of work to the
         subcontractor in the same contract. When the contractor’s work is complete and contractor is entitled
         for the issuance of work experience certificate, the subcontractor shall be issued one Work
         Experience Certificate for the total scope of work executed by the subcontractor inthe contract.
     (i) The responsibility of successful completion of work by subcontractor shall lie with Contractor.
         Subcontracting will in no way relieve the Contractor to execute the work as per terms of the
         Contract.
     (j) Further, in case Engineer is of the view that subcontractor’s performance is not satisfactory, he may
         instruct the Contractor to remove the subcontractor from the work and Contractor has to comply
         with the above instructions with due promptness. Contractor shall intimate the actual date of
         discontinuation of subcontract to Engineer. No claim of Contractor whatsoever on this account shall
         be entertained by the Railway and this shall be deemed as ‘excepted matter’ (matter not arbitrable).
     (k) The permitted subcontracting of work by the Contractor shall not establish any contractual
         relationship between the sub-contractor and the Railway and shall not relieve the Contractor of any
         responsibility under the Contract.
8.   Assistance by Railway for the Stores to be obtained by the Contractor: Owing to difficulty in
     obtaining certain materials (including Tools & Plant) in the market, the Railway may have agreed without
     any liability therefore to endeavor to obtain or assist the Contractor in obtaining the required quantities of
     such materials as may be specified in the Tender. In the event of delay or failure in obtaining the required
     quantities of the aforesaid material, the Contractor shall not be deemed absolved of his own
     responsibility and shall keep in touch with the day to day position regarding their availability and
     accordingly adjust progress of works including employment of labour and the Railway shall not in any
     way be liable for the supply of materials or for the non-supply thereof for any reasons whatsoever nor for
     any loss or damage arising in consequence of such delay or non-supply.
9.   Railway Passes: No free railway passes shall be issued by the Railway to the Contractor or any of his
     employee/worker.
10. Carriage of Materials: No forwarding orders shall be issued by the Railway for the conveyance of
    Contractor's materials, tools and plant by train which may be required for use in the works and the
    Contractorshall pay full freight charges at public tariff rates therefor.
11. Indemnity by Contractors: The Contractor shall indemnify and save harmless the Railway from and
    against all actions, suit, proceedings, losses, costs, damages, charges, claims and demands of every
    nature and description brought or recovered against the Railways by reason of any act or omission of the
    Contractor, his agents or employees, in the execution of the works or in his guarding of the same. All
    sums payable by way of compensation under any of these conditions shall be considered as reasonable
    compensation to be applied to the actual loss or damage sustained, and whether or not any damage shall
    havebeen sustained.
                                                          42
12.1 Security Deposit: The Security Deposit shall be 5% of the contract value. The Bid Security submitted
    by the Contractor with his tender will be retained/encashed by the Railways as part of security for the due
    and faithful fulfilment of the contract by the Contractor. Provided further that, if Contractor submits the
    Cash or Term Deposit Receipt issued from a Scheduled commercial bank of India or irrevocable Bank
    Guarantee Bond from a Scheduled commercial bank of India, either towards the Full Security Depositor
    the Part Security Deposit equal to or more than Bid Security, the Railway shall return the Bid Security, to
    the Contractor.
    Balance of Security Deposit may be deposited by the Contractor in cash or Term Deposit Receipt issued
    from Scheduled commercial bank of India or irrevocable Bank Guarantee bond issued from Scheduled
    commercial bank of India, or may be recovered at the rate of 6% of the bill amount till the full Security
    Deposit is recovered. Provided also that in case of defaulting Contractor, the Railway may retain any
    amount due for payment to the Contractor on the pending "on account bills" so that the amounts so
    retained (including amount guaranteed through Performance Guarantee) may not exceed 10% of the total
    value of the contract.
    The Irrevocable Bank Guarantee submitted towards Security deposit shall be initially valid up to the
    stipulated date of Maintenance period plus 60 days and shall be extended from time to time, depending
    upon extension of contract granted in terms of Clause 17A and 17B of the Standard General Conditions of
    Contract.
    Note: Security Deposit deposited in cash by the Contractor or recovered from the running bills of a
    Contractor or submitted by contractor as Term Deposit Receipt(s) can be refunded/returned to the
    contractor, in lieu of irrevocable Bank Guarantee bond issued from scheduled commercial bank of India,
    to be submitted by him, for an amount equal to or more than the already available Security Deposit,
    provided however that, in a contract of value less than Rs.50 Crore, such refund/ return of the already
    available Security Deposit is permitted up to two times and in a contract of value equal to or more than
    Rs.50 Crore, such refund / return of the already available Security Deposit is permitted up to three times.
12.2 (i) Refund of Security Deposit: Security Deposit mentioned in sub clause (1) above shall be returned to
     the Contractor along with or after, the following:
       (a) Final Payment of the Contract as per clause 51.(1) of the Standard General Conditions of Contract
            and
       (b) Execution of Final Supplementary Agreement or Certification by Engineer that Railway has No
            Claim on Contractor and
       (c) Maintenance Certificate issued, on expiry of the maintenance period as per clause 50.(1) of the
            Standard General Conditions of Contract, in case applicable.
     (ii) Forfeiture of Security Deposit: Whenever the contract is rescinded as a whole under clause 62 (1) of
         the Standard General Conditions of Contract, the Security Deposit already with railways under the
         contract shall be forfeited. However, in case the contract is rescinded in part or parts under clause 62
         (1) of the Standard General Conditions of Contract, the Security Deposit shall not be forfeited.
12.3 No interest shall be payable upon the Bid Security and Security Deposit or amounts payable to the
     Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause 13.4(b) of
     this clause will be payable with interest accrued thereon.
12.4 Performance Guarantee: The procedure for obtaining Performance Guarantee is outlined below:
     (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 21 (Twenty one)
         days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG
         beyond 21 (Twenty one) days and up to 60 days from the date of issue of LOA may be given by the
         Authority who is competent to sign the contract agreement. However, a penal interest of 12% per
         annum shall be charged for the delay beyond 21(Twenty one) days, i.e. from 22nd day after the date
         of issue of LOA. Further, if the 60th day happens to be a declared holiday in the concerned office of
         the Railway, submission of PG can be accepted on the next working day.
         In all other cases, if the Contractor fails to submit the requisite PG even after 60 days from the date
         of issue of LOA, the contract is liable to be terminated. In case contract is terminated railway shall
         be entitled to forfeit Bid Security and other dues payable to the contractor against that particular
         contract, subject to maximum of PG amount. In case a tenderer has not submitted Bid Security on the
         strength of their registration as a Start-up recognized by Department of Industrial Policy and
         Promotion (DIPP) under Ministry of Commerce and Industry, DIPP shall be informed to this effect.
         The failed Contractor shall be debarred from participating in re-tender for that work.
                                                          43
    (b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms,
        amounting to 5% of the original contract value:-
         (i) A deposit of Cash;
         (ii) Irrevocable Bank Guarantee;
         (iii) Government Securities including State Loan Bonds at 5% below the market value;
         (iv) Pay Orders and Demand Drafts tendered by any Scheduled Commercial Bank of India;
         (v) Guarantee Bonds executed or Deposits Receipts tendered by any Scheduled Commercial Bank
             of India;
         (vi) Deposit in the Post Office Saving Bank;
         (vii) Deposit in the National Savings Certificates;
         (viii)Twelve years National Defence Certificates;
         (ix) Ten years Defence Deposits; (x) National Defence Bonds and
         (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less. Also,
              FDR in favour of FA&CAO (free from any encumbrance) may be accepted.
    (c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of
        Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be
        initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for
        completion of work gets extended, the Contractor shall get the validity of P.G. extended to cover
        such extended time for completion of work plus 60 days.
    (d) The value of PG to be submitted by the Contractor is based on original contract value and shall not
        change due to subsequent variation(s) in the original contract value.
    (e) The Performance Guarantee (PG) shall be released after physical completion of the work based on
        'Completion Certificate' issued by the competent authority stating that the Contractor has completed
        the work in all respects satisfactorily.
    (f) Whenever the contract is rescinded, the Performance Guarantee already submitted for the contract
        shall be encashed.
    (g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which
        the President of India is entitled under the contract (not withstanding and/or without prejudice to any
        other provisions in the contract agreement) in the event of:
         (i) Failure by the Contractor to extend the validity of the Performance Guarantee as described
             herein above, in which event the Engineer may claim the full amount of the Performance
             Guarantee.
         (ii) Failure by the Contractor to pay President of India any amount due, either as agreed by the
              Contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days
              of the service of notice to this effect by Engineer.
         (iii) The Contract being determined or rescinded under clause 62 of the Standard General Conditions
               of Contract.
13 (Clause 17 of GCC) Force Majeure Clause: If at any time, during the continuance of this contract, the
   performance in whole or in part by either party of any obligation under this contract shall be prevented or
   delayed by reason of any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or
   damage by fire, explosions, epidemics/pandemics, strikes, lockouts or acts of God (hereinafter, referred to
   events) provided, notice of the happening of any such event is given by either party to the other within 30
   days from the date of occurrence thereof, neither party shall by reason of such event, be entitled to
   terminate this contract nor shall either party have any claim for damages against the other in respect of
   such non-performance or delay in performance, and works under the contract shall be resumed as soon as
   practicable after such event has come to an end or ceased to exist, and the decision of the Engineer as to
   whether the works have been so resumed or not shall be final and conclusive, PROVIDED FURTHER
   that if the performance in whole or in part of any obligation under this contract is prevented or delayed by
   reason of any such event for a period exceeding 120 days, either party may at its option terminate the
   contract by giving notice to the other party.
                                                         44
13A (Clause 17A of GCC) Extension of Time in Contracts: Subject to any requirement in the contract as to
    completion of any portion or portions of the works before completion of the whole, the Contractor shall
    fully and finally complete the whole of the works comprised in the contract (with such modifications as
    may be directed under conditions of this contract) by the date entered in the contract or extended date in
    terms of the following clauses:
    (i) Extension due to Modification: If any modifications have been ordered which in the opinion of the
         Engineer have materially increased the magnitude of the work, then such extension of the contracted
         date of completion may be granted as shall appear to the Engineer to be reasonable in the
         circumstances, provided moreover that the Contractor shall be responsible for requesting such
         extension of the date as may be considered necessary as soon as the cause thereof shall arise.
    (ii) Extension for Delay not due to Railway or Contractor: If in the opinion of the Engineer, the
         progress of work has any time been delayed by any act or neglect of Railway's employees or by other
         Contractor employed by the Railway under Sub-Clause (4) of Clause 20 of the Standard General
         Conditions of Contract or in executing the work not forming part of the contract but on which
         Contractor's performance necessarily depends or by reason of proceeding taken or threatened by or
         dispute with adjoining or to neighbouring owners or public authority arising otherwise through the
         Contractor's own default etc. or by the delay authorized by the Engineer pending arbitration or in
         consequences of the Contractor not having received in due time necessary instructions from the
         Railway for which he shall have specially applied in writing to the Engineer or his authorized
         representative then upon happening of any such event causing delay, the Contractor shall immediately
         give notice thereof in writing to the Engineer within 15 days of such happening, but shall nevertheless
         make constantly his best endeavors to bring down or make good the delay and shall do all that may be
         reasonably required of him to the satisfaction of the Engineer to proceed with the works. The
         Contractor may also indicate the period for which the work is likely to be delayed and shall be bound
         to ask for necessary extension of time.
  (iii) Extension for Delay due to Railways: In the event of any failure or delay by the Railway to hand
         over the Contractor possession of the lands necessary for the execution of the works or to give the
         necessary notice to commence the works or to provide the necessary drawings or instructions or any
         other delay caused by the Railway due to any other cause whatsoever, then such failure or delay shall
         in no way affect or vitiate the contract or alter the character thereof or entitle the Contractor to
         damages or compensation therefor, but in any such case, the Railway may grant such extension or
         extensions of the completion date as may be considered reasonable.
    The Contractor shall indicate the period for which the work is likely to be delayed and shall seek
    extension of time as may be considered necessary under clause 17A(i) or/and 17A(ii) or/ and 17A(iii) the
    Standard General Conditions of Contract, as soon as the cause thereof shall arise and, in any case, not less
    than 15 days before the expiry of the date fixed for completion of the works. The Engineer shall consider
    the same and shall grant and communicate such extension of time as in his opinion is reasonable having
    regard to the nature and period of delay and the type and quantum of work affected thereby. No other
    compensation shall be payable for works so carried forward to the extended period of time; the same
    rates, terms and conditions of contract being applicable, as if such extended period of time was originally
    provided in the original contract itself.
    The non-submission of request for extension or submission of request within less than 15 days before the
    expiry of the date fixed for completion of the works, shall make him ineligible for extension under these
    sub clauses, subject to final decision of Engineer.
13B (Clause 17B of GCC) Extension of Time with Liquidated Damages (LD) for delay due to
    Contractor: The time for the execution of the work or part of the works specified in the contract
    documents shall be deemed to be the essence of the contract and the works must be completed not later
    than the date(s) as specified in the contract. If the Contractor fails to complete the works within the time
    as specified in the contract for the reasons other than the reasons specified in Clause 17 and 17A the
    Standard General Conditions of Contract, the Railway may, if satisfied that the works can be completed
    by the Contractor within reasonable short time thereafter, allow the Contractor for further extension of
    time (Proforma at Annexure-VII of latest GCC) as the Engineer may decide. On such extension the
    Railway will be entitled without prejudice to any other right and remedy available on that behalf, to
    recover from the Contractor as agreed damages and not by way of penalty for each week or part of the
    week, a sum calculated at the rate of Liquidated Damages as decided by Engineer, between 0.05% to
    0.30% of contract value of the works for each week or part of the week.
                                                           45
    For the purpose of this Clause, the contract value of the works shall be taken as value of work as per
    contract agreement including any supplementary work order/contract agreement issued. Provided also,
    that the total amount of liquidated damages under this condition shall not exceed 5% of the contract value
    or of the total value of the item or groups of items of work for which a separate distinct completion period
    is specified in the contract.
    Provided further, that if the Railway is not satisfied that the works can be completed by the Contractor
    and in the event of failure on the part of the contractor to complete the work within further extension of
    time allowed as aforesaid, the Railway shall be entitled without prejudice to any other right or remedy
    available in that behalf, to appropriate the contractor’s Security Deposit and rescind the contract under
    Clause 62 of the Standard General Conditions of Contract, whether or not actual damage is caused by
    such default.
    NOTE: In a contract, where extension(s) of time have been allowed once under clause 17B the Standard
    General Conditions of Contract, further request(s) for extension of time under clause 17A the Standard
    General Conditions of Contract can also be considered under exceptional circumstances. Such
    extension(s) of time under clause 17A the Standard General Conditions of Contract shall be without any
    Liquidated damages, but the Liquidated damages already recovered during extension(s) of time granted
    previously under clause 17B the Standard General Conditions of Contract shall not be waived. However,
    Price variation during such extension(s) shall be dealt as applicable for extension(s) of time under clause
    17B the Standard General Conditions of Contract.
14.(1) Illegal Gratification: Any bribe, commission, gift or advantage given, promised or offered by or on
     behalf of the Contractor or his partner or agent or servant or anyone on his behalf, to any officer or
     employee of the Railway or to any person on his behalf in relation to obtaining or execution of this or any
     other contract with the Railway shall, in addition to any criminal liability which he may incur, subject
     Contractor to the rescission of the contract and all other contracts with the Railway and to the payment of
     any loss or damage resulting from such decision and the Railway shall be entitled to deduct the amounts
     so payable from the Contractor’s bills/Security Deposit or any other dues of Contractor with the
     Government of India.
14.(2) The Contractor shall not lend or borrow from or have or enter into any monitory dealings or
     transactions either directly or indirectly with any employee of the Railway and if he shall do so, the
     Railway shall be entitled forthwith to rescind the contract and all other contracts with the Railway. Any
     question or dispute as to the commission of any such offence or compensation payable to the Railway
     under this Clause shall be settled by the General Manager of the Railway, in such a manner as he shall
     consider fit & sufficient and his decision shall be final & conclusive. In the event of rescission of the
     contract under this Clause, the Contractor will not be paid any compensation whatsoever except payments
     for the work done up to the date of rescission.
                                          EXECUTION OF WORKS
15.(1) Contractor's understanding: It is understood and agreed that the Contractor has, by careful
     examination, satisfied himself as to the nature and location of the work, the conformation of the ground,
     the character, quality and quantity of the 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
     labour conditions prevailing therein and all other matters which can in any way affect the works under the
     contract.
15.(2) Commencement of Works: The Contractor shall commence the works within 15 days after the receipt
     by him of an order in writing to this effect from the Engineer and shall proceed with the same with due
     expedition and without delay.
15.(3) Accepted Programme of Work: The Contractor who has been awarded the work shall as soon as
     possible but not later than 30 days after the date of receipt of the acceptance letter in respect of contracts
     with initial completion period of two years or less or not later than 90 days for other contracts have to
     submit the detailed programme of work indicating the time schedule of various items of works in the form
     of Bar Chart/PERT/CPM. He shall also submit the details of organisation (in terms of labour and
     supervisors), plant and machinery that he intends to utilize (from time to time) for execution of the work
     within stipulated date of completion. The programme of work amended as necessary by discussions with
     the Engineer, shall be treated as the agreed programme of the work for the purpose of this contract and
     the Contractor shall endeavour to fulfil this programme of work. The progress of work will be watched
                                                          46
    accordingly and the liquidated damages will be with reference to the overall completion date. Nothing
    stated herein shall preclude the Contractor in achieving earlier completion of item or whole of the works
    than indicated in the programme.
    In Contracts for works of New Line/Gauge Conversion/Doubling/Railway Electrification, finalized
    through Tenders having advertised value more than Rs.100 crores, the Contractor shall submit a detailed
    time programme to the Engineer within 30 days after issue of LOA. The program shall include the
    physical and Financial Progress vis-à-vis program and forecast cash flow adopting Project Management
    Software such as Primavera/Sure Track/MS Project etc. The program must identify the milestones,
    interface requirements and program reporting elements. The Contractor shall supply, free of cost one set
    of authorized software to the Engineer and the soft copy of structured program for the project. This shall
    be updated every month. The Contractor shall also submit a revised programme whenever the previous
    programme is inconsistent with actual progress. Each programme shall include:
    The order in which the Contractor intends to carry out the Works, including the anticipated timing of each
    stage, Contractor’s Documents, procurement, manufacture of Plant, delivery to Site, construction,
    erection and testing, each of these stages for work by each Subcontractor, if any, the sequence and timing
    of inspections and tests specified in the Contract, and a supporting report which includes:
    general description of the methods which the Contractor intends to adopt, and of the major stages, in the
    execution of the Works, and
    details showing the Contractor’s reasonable estimate for the number of each class of Contractor’s
    Personnel &Equipment, required on the Site for each major stage.
    Unless the Engineer, within 21 days after receiving a programme, gives notice to the Contractor stating
    the extent to which it does not comply with the Contract, the Contractor shall proceed in accordance with
    the programme, subject to his other obligations under the Contract. The Engineer shall be entitled to rely
    upon the programme when planning their activities.
    If, at any time, the Engineer gives notice to the Contractor that a programme fails (to the extent stated) to
    comply with the Contract or to be consistent with actual progress and the Contractor’s stated intentions,
    the Contractor shall submit a revised programme to the Engineer within 15 days in accordance with this
    Sub-Clause.
15.(4) Setting out of Works: The Contractor shall be responsible for the correct setting out of all works in
     relation to original points, lines and levels of reference at his cost. The Contractor shall execute the work
     true to alignment, grade, levels and dimensions as shown in the drawing and as directed by the Engineer's
     representative and check these at frequent intervals. The Contractor shall provide all facilities like labour
     and instruments and shall co-operate with the Engineer's representative for checking of all alignment,
     grades, levels and dimensions. If, at any time, during the progress of the works any error appear or arise
     in any part of the work, the Contractor, on being required so to do by the Engineer's representative shall,
     at his own cost rectify such errors, to the satisfaction of the Engineer's representative.
     Such checking shall not absolve the Contractor of his own responsibility of maintaining accuracy in the
     work. The Contractor shall carefully protect and preserve all bench marks, sight rails, pegs and other
     things used in setting out the work.
16.(1) Compliance to Engineer’s Instructions: The Engineer shall direct the sequence in which the several
     parts of the works shall be executed and the Contractor shall execute without delay all orders given by the
     Engineer from time to time; but the Contractor shall not be relieved thereby from responsibility for the
     due performance of the works in all respects.
16.(2) Alterations to be Authorized: No alterations in or additions to or omissions or abandonment of any
     part of the works shall be deemed authorised, except under written instructions from the Engineer.
16.(3) Extra Works: Should works over and above those included in the contract require to be executed at the
     site, the Contractor shall have no right to be entrusted with the execution of such works which may be
     carried out by another Contractor or Contractors or by other means at the option of the Railway.
16.(4) Separate Contracts in Connection with Works: The Railway shall have the right to let other
     contracts in connection with the works. The Contractor shall afford other Contractors reasonable
     opportunity for the storage of their materials and the execution of their works and shall properly connect
     and coordinate his work with theirs. If any part of the Contractor’s work depends upon proper execution
     or result upon the work of another Contractor(s), the Contractor shall inspect and promptly report to the
     Engineer any defects in such works that render it unsuitable for such proper execution and results. The
     Contractor's failure so-to inspect and report shall constitute an acceptance of the other Contractor's work
     as fit and proper for the reception of his work, except as to defects which may develop in the other
     Contractor's work after the execution of his work.
                                                           47
17. Instruction of Engineer's Representative: Any instructions or approval given by the Engineer's
    representative to Contractor in connection with the works shall bind the Contractor as though it had been
    given by the Engineer provided always as follows:
    (a) Failure of the Engineer's representative to disapprove any work or materials shall not prejudice the
         power of the Engineer thereafter to disapprove such work or material and to order the removal or
         breakingup thereof.
    (b) If the Contractor shall be dissatisfied by reason of any decision of the Engineer's representative, he
         shall be entitled to refer the matter to the Engineer who shall there upon confirm or vary such
         decision.
18.(1) Adherence to Specifications and Drawings: The site and the detailed drawings shall be made available
     to the contractor commensurate with the accepted programme of work submitted under clause 19(3)
     of the Standard General Conditions of Contract. The whole of the works shall be executed in perfect
     conformity with the specifications and drawings of the contract. If Contractor performs any works in a
     manner contrary to the specifications or drawings or any of them and without such reference to the
     Engineer, he shall bear all the costs arising or ensuing therefrom and shall be responsible for all loss to the
     Railway.
18.(2) Drawings and Specifications of the Works: The Contractor shall keep one copy of Drawings and
     Specifications at the site, in good order, and such contract documents as may be necessary, available to
     the Engineer or the Engineer's Representative.
18.(3) Ownership of Drawings and Specifications: All Drawings and Specifications and copies thereof
     furnished by the Railway to the Contractor are deemed to be the property of the Railway. They shall not
     be used on other works and with the exception of the signed contract set, shall be returned by the
     Contractor to the Railway on completion of the work or termination of the Contract.
18.(4) Compliance with Contractor's Request for Details: The Engineer shall furnish with reasonable
     promptness, after receipt by him of the Contractor's request, additional instructions by means of drawings
     or otherwise, necessary for the proper execution of the works or any part thereof. All such drawings and
     instructions shall be consistent with the Contract Documents and reasonably inferable there from.
18.(5) Meaning and Intent of Specification and Drawings: If any ambiguity arises as to the meaning and
     intent of any portion of the Specifications and Drawings or as to execution or quality of any work or
     material, or as to the measurements of the works the decision of the Engineer thereon shall be final
     subject to the appeal (within 7 days of such decision being intimated to the Contractor) to the Chief
     Engineer who shall have the power to correct any errors, omissions, or discrepancies in aforementioned
     items and whose decision in the matter in dispute or doubt shall be final and conclusive.
19 Working during Night: The Contractor shall not carry out any work between sun-set and sun-rise
   without the previous permission of the Engineer. However, if the Engineer is satisfied that the work is not
   likely to be completed in time except by resorting to night work, he may order the same without
   confirming any right on the Contractor for claiming any extra payment for the same.
20 Damage to Railway Property or Private Life and Property: The Contractor shall be responsible for all
   risk to the work and for trespass and shall make good at his own expense all loss or damage whether to
   the works themselves or to any other property of the Railway or the lives, persons or property of others
   from whatsoever cause in connection with the works until they are taken over by the Railway, although
   all reasonable and proper precautions may have been taken by the Contractor. In case the Railway shall
   be called upon to make good any costs, loss or damages, or to pay any compensation, including that
   payable under the provisions of the Workmen's Compensation Act or any statutory amendments thereof
   to any person or persons sustaining damages as aforesaid by reason of any act, or any negligence or
   omissions on the part of the Contractor; the amount of any costs or charges including costs and charges
   in connection with legal proceedings, which the Railway may incur in reference thereto, shall be charged
   to the Contractor. The Railway shall have the power and right to pay or to defend or compromise any
   claim of threatened legal proceedings or in anticipation of legal proceedings being instituted consequent
   on the action or default of the Contractor, to take such steps as may be considered necessary or desirable
   to ward off or mitigate the effect of such proceedings, charging to Contractor, as aforesaid; any sum or
   sums of money which may be paid and any expenses whether for reinstatement or otherwise which may
   be incurred and the propriety of any such payment, defence or compromise, and the incurring of any such
   expenses shall not be called in question by the Contractor.
                                                          48
    for which the Contractor may become liable or may be put to under any provision of law for the purpose
    of or in connection with the execution of the contract and all such other incidental charges or
    contingencies as may have been specially provided for in the Specifications.
    However, if rates of existing GST or Cess on GST for Works Contract is increased or any new tax /cess
    on Works Contract is imposed by Statute after the date of opening of tender but within the original date
    of completion/date of completion extended under clause 17 & 17A of the latest Standard General
    Conditions of Contract and the Contractor thereupon properly pays such taxes/cess, the Contractor shall
    be reimbursed the amount so paid.
     Further, if rates of existing GST or Cess on GST for Works Contract is decreased or any tax/cess on
     Works Contract is decreased / removed by Statute after the date of opening of tender, the reduction in tax
     amount shall be recovered from Contractor’s bills/Security Deposit or any other dues of Contractor with
     the Government of India.
25 Demurrage and Wharfage Dues: Demurrage charges calculated in accordance with the scale in force
     for the time being on the Railway and incurred by the Contractor failing to load or unload any goods or
     materials within the time allowed by the Railway for loading as also wharfage charges, of materials not
     removed in time, as also charges due on consignments booked by or to him shall be paid by the
     Contractor, failing which such charges shall be debited to the Contractor's account in the hands of the
     Railway and shall be deducted from any sums which may become due to him in terms of the contracts.
25.(1) Rates for Extra Item(s) of Works:
     (a) Standard Schedule of Rates (SSOR) Items: Any item of work carried out by the Contractor on the
          instructions of the Engineer which is not included in the accepted Bill(s) of Quantities but figures in
          the Standard Schedule of Rates (SSOR), shall be executed at the rates set forth in the "Standard
          Schedule of Rates (SSOR)" modified by the tender percentage as accepted in the contract for that
          chapter of Standard Schedule of Rates (SSOR).
     (b) For item(s) not covered in this sub clause, the rate shall be decided as agreed upon between the
          Engineer andthe Contractor before the execution of such items of work as per sub clause (b).
     (c) Other Items: For any item of work to be carried out by the Contractor but not included in theaccepted
          Bill(s) of Quantities and also not covered under sub clause (a) above, the Contractor shall be bound
          to notify the Engineer at least seven days before the necessity arises for the execution of such items
          of works that the accepted Bill(s) of Quantities does not include rate or rates for such extra work
          involved. The rates payable for such items shall be decided at the meeting to be held between the
          Engineer and Contractor, in as short a period as possible after the need for the special item has come
          to the notice. In case the Contractor fails to attend the meeting after being notified to do so or in the
          event of no settlement being arrived at, the Railway shall be entitled to execute the extra works by
          other means and the Contractor shall have no claim for loss or damage that may result from such
          procedure.
          The assessment of rates for extra item(s) shall be arrived at based on the prevailing market rates of
          labour, machinery & materials and by taking guidance from the following documents in order of
          priority:
          i. Analysis of Rates for “Unified Standard Schedule of Rates of Indian Railways (USSOR)”
          ii. Analysis of Rates for “Delhi Schedule of Rates issued by CPWD (DSR)”
          iii. Market Analysis
                               VARIATIONS IN EXTENT OF CONTRACT
26 Modification to Contract to be in Writing: In the event of any of the provisions of the contract required
   to be modified after the contract documents have been signed, the modifications shall be made in writing
   and signed by the Railway and the Contractor and no work shall proceed under such modifications until
   this has been done. Any verbal or written arrangement abandoning, modifying, extending, reducing or
   supplementing the contract or any of the terms thereof shall be deemed conditional and shall not be
   binding on the Railway unless and until the same is incorporated in a formal instrument and signed by the
   Railway and the Contractor, and till then the Railway shall have the right to repudiate such arrangements.
26.1 Powers of Modification to Contract: The Engineer on behalf of the Railway shall be entitled by order
     in writing to enlarge or extend, diminish or reduce the works or make any alterations in their design,
     character position, site, quantities, dimensions or in the method of their execution or in the combination
     and use of materials for the execution thereof or to order any additional work to be done or any works not
     to be done and the Contractor will not be entitled, to any compensation for any increase/reduction in the
     quantities of work but will be paid only for the actual amount of work done and for approved materials
                                                          50
    favour of the Railway in such form as shall be required by the Railway after the works are finally
    measured up. The Contactor shall be debarred from disputing the correctness of the items covered by "No
    Claim" Certificate or demanding a clearance to arbitration in respect thereof.
    the contract, the Contractor directly or through petty Contractors or sub-contractors shall supply any
    labour to be used wholly or partly under the direct orders and control of the Engineer whether in
    connection with the works to be executed hereunder or otherwise for the purpose of the Engineer, such
    labour shall nevertheless be deemed to comprise persons employed by the Contractor and any moneys
    which may be ordered to be paid by the Engineer shall be deemed to be moneys payable by the Engineer
    on behalf of the Contractor and the Engineer may on failure of the Contractor to repay such money to the
    Railways deduct the same from any moneys due to the Contractor in terms of the contract. The Railway
    shall be entitled to recover the same from Contractor’s bills/Security Deposit or any other dues of
    Contractor with the Government of India all moneys paid or payable by the Railway by way of
    compensation of aforesaid or for costs of expenses in connection with any claim thereto and the decision
    of the Engineer upon any question arising out of the effect or force of this Clause shall be final and
    binding upon the Contractor.
31-A Provisions of Contract Labour (Regulation and Abolition) Act, 1970:
    31-A.(1) The Contractor shall comply with the provision of the contract labour (Regulation and
    Abolition) Act, 1970 and the Contract labour (Regulation and Abolition) Central Rules 1971 as modified
    from time to time, wherever applicable and shall also indemnify the Railway from and against any claims
    under the aforesaid Act and the Rules.
    31-A.(2) The Contractor shall obtain a valid license under the aforesaid Act as modified from time to time
    before the commencement of the work and continue to have a valid license until the completion of the
    work. Any failure to fulfil the requirement shall attract the penal provision of the Act.
    31-A.(3) The Contractor shall pay to the labour employed by him directly or through subcontractors the
    wages as per provision of the aforesaid Act and the Rules wherever applicable. The Contractor shall
    notwithstanding the provisions of the contract to the contrary, cause to be paid the wages to labour,
    indirectly engaged on the works including any engaged by sub-contractors in connection with the said
    work, as if the labour had been immediately employed by him.
    31-A.(4) In respect of all labour directly or indirectly employed in the work for performance of the
    Contractor's part of the contract, the Contractor shall comply with or cause to be complied with the
    provisions of the aforesaid Act and Rules wherever applicable.
    31-A.(5) In every case in which, by virtue of the provisions of the aforesaid Act or the rules, the Railway
    is obliged to pay any amount of wages to a workman employed by the Contractor or his subcontractor in
    execution of the work or to incur any expenditure on account of the contingent, liability of the Railway
    due to the Contractor's failure to fulfil his statutory obligations under the aforesaid Act or the rules, the
    Railway will recover from the Contractor, the amount of wages so paid or the amount of expenditure so
    incurred and without prejudice to the rights of the Railway under the Section 20, Sub-Section (2) and
    Section 2, Sub-Section (4) of the aforesaid Act, the Railway shall be at liberty to recover such amount or
    part thereof from Contractor’s bills/Security Deposit or any other dues of Contractor with the
    Government of India. The Railway shall not be bound to contest any claim made against it under Sub-
    Section (1) of Section 20 and Sub-Section (4) of Section 21 of the aforesaid Act except on the written
    request of the Contractor and upon his giving to the Railway full security for all costs for which the
    Railway might become liable in contesting such claim. The decision of the Chief Engineer regarding the
    amount actually recoverable from the Contractor as stated above shall be final and binding on the
    Contractor.
    31 B. Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952:The Contractor
    shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952;
    Para 3 & 4 of Employees’ Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit Linked
    Insurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident
    Fund & Miscellaneous Provisions Act, 1952”, wherever applicable and shall also indemnify the Railway
    from and against any claims under the aforesaid Act and the Rules.
    31-C (i) Contractor is to abide by the provisions of various labour laws in terms of above clause 54, 55,
    55-A and 55-B of the Standard General Conditions of Contract. In order to ensure the same, an
    application has been developed and hosted on website ‘www.shramikkalyan.indianrailways.gov.in’.
    Contractor shall register his firm/company etc. and upload requisite details of labour and their payment in
    this portal. These details shall be available in public domain. The registration/ updationin Portal shall be
    done as under:
                                                         55
         (a) Contractor shall apply for onetime registration of his company/firm etc. in the Shramikkalyan
             portal with requisite details subsequent to issue of Letter of Acceptance. Engineer shall approve
             the contractor’s registration in the portal within 7 days of receipt of such request.
         (b) Contractor once approved by any Engineer, can create password with login ID (PAN No.) for
             subsequent use of portal for all Letter of Acceptances (LoAs) issued in his favour.
         (c) The contractor once registered on the portal, shall provide details of his Letter of Acceptances
             (LoAs) / Contract Agreements on shramikkalyan portal within 15 days of issue of any LoA for
             approval of concerned Engineer. Engineer shall update (if required) and approve the details of
             LoA filled by contractor within 7 days of receipt of such request.
         (d) After approval of LoA by Engineer, contractor shall fill the salient details of contract labours
             engaged in the contract and ensure updating of each wage payment to them on shramikkalyan
             portal on monthly basis.
         (e) It shall be mandatory upon the contractor to ensure correct and prompt uploading of all salient
             details of engaged contractual labour & payments made thereof after each wage period.
    (ii) While processing payment of any ‘On Account Bill’ or ‘Final Bill’ or release of ‘Advances’ or
         ‘Performance Guarantee / Security Deposit’, contractor shall submit a certificate to the Engineer or
         Engineer’s representatives that “I have uploaded the correct details of contract labours engaged in
         connection with this contract and payments made to them during the wage period in Railway’s
         Shramikkalyan portal at ‘www.shramikkalyan.indianrailways.gov.in’ till ____Month, ____Year.”
    31-D. Provisions of “The Building and Other Construction Workers (Regulation of Employment and
    Conditions of Service) Act, 1996” and “The Building and Other Construction Workers’ Welfare Cess
    Act, 1996”:
    The tenderers, for carrying out any construction work, shall get themselves registered with the
    Registering Officer under Section-7 of the Building and Other Construction Workers Act, 1996 and Rules
    made thereto by the concerned State Govt., and submit Certificate of Registration issued by Registering
    Officer of the concerned State Govt. (Labour Dept.). The Cess shall be deducted from contractor’s bills as
    per provisions of the Act.
32 Reporting of Accidents: The Contractor shall be responsible for the safety of all employees directly or
    through petty Contractors or sub-contractor employed by him on the works and shall report serious
    accidents to any of them however and wherever occurring on the works to the Engineer or the Engineers
    Representative and shall make every arrangement to render all possible assistance.
33 Provision of Workmen’s Compensation Act: In every case in which by virtue of the provisions of
   Section 12 Sub-Section (1) of the Workmen's Compensation Act 1923, Railway is obliged to pay
   compensation to a workman directly or through petty Contractor or sub-contractor employed by the
   Contractor in executing the work, Railway will recover from the Contractor the amount of the
   compensation so paid, and, without prejudice to the rights of Railway under Section 12 Sub-section (2) of
   the said Act, Railway shall be at liberty to recover such amount or any part thereof from Contractor’s
   bills/Security Deposit or any other dues of Contractor with the Government of India. Railway shall not
   be bound to contest any claim made against it under Section 12 Sub-Section (1) of the said Act except on
   the written request of the Contractor and upon his giving to Railway full security for all costs for which
   Railway might become liable in consequence of contesting such claim.
34 Railway not to Provide Quarters for Contractors: No quarters shall normally be provided by the
   Railway for the accommodation of the Contractor or any of his staff employed on the work. In
   exceptional cases where accommodation is provided to the Contractor at the Railway's discretion,
   recoveries shall be made at such rates as may be fixed by the Railway for the full rent of the buildings and
   equipments therein as well as charges for electric current, water supply and conservancy.
35 (1) Labour Camps: The Contractor shall at his own expense make adequate arrangements for the housing,
     supply of drinking water and provision of latrines and urinals for his staff and workmen, directly or
     through the petty Contractors or sub-contractors and for temporary creche (Bal-Mandir) where 50 or more
     women are employed at a time. Suitable sites on Railway land, if available, may be allotted to the
     Contractor for the erection of labour camps, either free of charge or on such terms and conditions that
     may be prescribed by the Railway. All camp sites shall be maintained in clean and sanitary conditions by
     the Contractor at his own cost.
                                                           56
35.(2) Compliance to Rules for Employment of Labour: The Contractor(s) shall conform to all laws, bye-
     laws rules and regulations for the time being in force pertaining to the employment of local or imported
     labour and shall take all necessary precautions to ensure and preserve the health and safety of all staff
     employed directly or through petty contractors or sub-contractors on the works.
35.(3) Preservation of Peace: The Contractor shall take requisite precautions and use his best endeavours to
     (i) Prevent any riotous or unlawful behaviour by or amongst his workmen and other employed directly
         or through the petty Contractors or sub-contractors on the works and for the preservation of peace
         and protection of the inhabitants and
    (ii) Security of property in the neighbourhood of the works. In the event of the Railway requiring the
          maintenance of a Special Police Force at or in the vicinity of the site during the tenure of works, the
          expenses thereof shall be borne by the Contractor and if paid by the Railway shall be recoverable
          from the Contractor.
35.(4) Sanitary Arrangements: The Contractor shall obey all sanitary rules and carry out all sanitary
     measures that may from time to time be prescribed by the Railway Medical Authority and permit
     inspection of all sanitary arrangements at all times by the Engineer, the Engineer's Representative or the
     Medical Staff of the Railway. Should the Contractor fail to make the adequate sanitary arrangements,
     these will be provided by the Railway and the cost thereof recovered from the Contractor.
35.(5) Outbreak of Infectious Disease: The Contractor shall remove from his camp such labour and their
     families as refuse protective inoculation and vaccination when called upon to do so by the Engineer or the
     Engineer's Representative on the advice of the Railway Medical Authority. Should cholera, plague, or
     other infectious disease break out, the Contractor shall burn the huts, beddings, clothes and other
     belongings of or used by the infected parties and promptly erect new huts on healthy sites as required by
     the Engineer, failing which within the time specified in the Engineer's requisition, the work may be done
     by the Railway and the cost thereof recovered from the Contractor.
35.(6) Treatment of Contractor's Staff in Railway Hospitals: The Contractor and his staff, other than
     labourers and their families requiring medical aid from the railway hospital and dispensaries will be
     treated as private patients and charged accordingly. The Contractors' labourers and their Families will be
     granted free treatment in railway hospitals and dispensaries where no other hospitals or dispensaries are
     available provided the Contractor pays the cost of medicines, dressing and diet money according to the
     normal scale and additional charges for special examinations such as pathological and bacteriological
     examination, X-Ray, etc. and for surgical operation.
35.(7) Medical Facilities at Site: The Contractor shall provide medical facilities at the site as may be
     prescribed by the Engineer on the advice of the Railway Medical Authority in relation to the strength of
     the Contractor's resident staff and workmen.
35.(8) Use of Intoxicants: The sale of ardent spirits or other intoxicating beverages upon the work or in any
     of the buildings, encampments or tenements owned, occupied by or within the control of the Contractor
     or any of his employees shall be forbidden and the Contractor shall exercise his influence and authority to
     the utmost extent to secure strict compliance with this condition.
35.(9) Restrictions on the Employment of Retired Engineers of Railway Services Within One Year of
     their Retirement: The Contractor shall not, if he is a retired Government Engineer of Gazetted rank,
     himself engage in or employ or associate a retired Government Engineer of Gazetted rank, who has not
     completed one year from the date of retirement, in connection with this contract in any manner
     whatsoever without obtaining prior permission of the President and if the Contractor is found to have
     contravened this provision it will constitute a breach of contract and administration will be entitled to
     terminate the contract and forfeit his Performance Guarantee as well as Security Deposit.
36.(1) Non-Employment of Labourers below the age of 15: The Contractor shall not employ children below
     the age of 15 as labourers directly or through petty Contractors or sub-contractors for the execution of
     work.
36.(2) Medical Certificate of Fitness for Labour: It is agreed that the Contractor shall not employ a person
     above 15 and below 19 years of age for the purpose of execution of work under the contract unless a
     medical certificate of fitness in the prescribed form (Proforma at Annexure-VIII of latest GCC) granted to
     him by a certifying surgeon certifying that he is fit to work as an adult, is obtained and kept in the custody
     of the Contractor or a person nominated by him in this behalf and the person carries with him, while at
     work; a token giving a reference to such certificate. It is further agreed that the responsibility for having
                                                           57
     the adolescent examined medically at the time of appointment or periodically till he attains the age of 19
     years shall devolve entirely on the Contractor and all the expenses to be incurred on this account shall be
     borne by him and no fee shall be charged from the adolescent or his parent for such medical examination.
36.(3) Period of Validity of Medical Fitness Certificate: A certificate of fitness granted or renewed for the
     above said purposes shall be valid only for a period of one year at a time. The certifying surgeon shall
     revoke a certificate granted or renewed if in his opinion the holder of it, is no longer fit for work in the
     capacity stated therein. Where a certifying surgeon refuses to grant or renew a certificate or revoke a
     certificate, he shall, if so required by the person concerned, state his reasons in writing for doing so.
36.(4) Medical Re-Examination of Labourer: Where any official appointed in this behalf by the Ministry of
     Labour is of the opinion that any person employed in connection with the execution of any work under
     this contract in the age group 15 to 19 years is without a certificate of fitness or is having a certificate of
     fitness but no longer fit to work in the capacity stated in the certificate, he may serve on the Contractor, or
     on the person nominated by him in this regard, a notice requiring that such persons shall be examined by
     a certifying surgeon and such person shall not if the concerned official so directs, be employed or
     permitted to do any work under this contract unless he has been medically examined and certified that he
     is fit to work in the capacity stated in the certificate.
                                    DETERMINATION OF CONTRACT
37.(1) Right of Railway to Determine the Contract: The Railway shall be entitled to determine and
     terminate the contract at any time should, in the Railway's opinion, the cessation of work becomes
     necessary owing to paucity of funds or from any other cause whatever, in which case the value of
     approved materials at site and of work done to date by the Contractor will be paid for in full at the rate
     specified in the contract. Notice in writing from the Railway of such determination and the reasons
     therefor shall be conclusive evidence thereof.
37.(2) Payment on Determination of Contract: Should the contract be determined under sub clause (1) of
     this clause and the Contractor claims payment for expenditure incurred by him in the expectation of
     completing the whole of the work, the Railways shall admit and consider such claims as are deemed
     reasonable and are supported by vouchers to the satisfaction of the Engineer. The Railway's decision on
     the necessity and propriety of such expenditure shall be final and conclusive.
37.(3) The Contractor shall have no claim to any payment of compensation or otherwise, howsoever on
     account of any profit or advantage which he might have derived from the execution of the work in full but
     which he did not derive in consequence of determination of contract.
38.(1) Determination of Contract owing to Default of Contractor: If the Contractor should:
    (i) Becomes bankrupt or insolvent, or
    (ii) Make an arrangement for assignment in favour of his creditors, or agree to carry out the contract
          under a Committee of Inspection of his creditors, or
    (iii) Being a Company or Corporation, go into liquidation (other than a voluntary liquidation for the
          purposes of amalgamation or reconstruction), or
    (iv) Have an execution levied on his goods or property on the works, or
    (v) Assign the contract or any part thereof otherwise than as provided in Clause 7 of these Conditions, or
    (vi) Abandon the contract, or
    (vii) Persistently disregard the instructions of the Engineer, or contravene any provision of the contract, or
    (viii)      Fail to adhere to the agreed programme of work by a margin of 10% of the stipulated period, or
    (ix) Fail to Execute the contract documents in terms of Para 8 of the Instructions to Tenderers.
    (x) Fail to submit the documents pertaining to identity of JV and PAN in terms of Para 17.11 of Tender
          Form (Second Sheet) of Annexure I available in the Instructions to Tenderers.
    (xi) Fail to remove materials from the site or to pull down and replace work after receiving from the
          Engineer notice to the effect that the said materials or works have been condemned or rejected under
          Clause 25 and 27 of these Conditions, or
    (xii) Fail to take steps to employ competent or additional staff and labour as required under Clause 26 of
          these Conditions, or
    (xiii) Fail to afford the Engineer or Engineer's representative proper facilities for inspecting the works or
            any part thereof as required under Clause 28 of these Conditions, or
    (xiv)       Promise, offer or give any bribe, commission, gift or advantage either himself or through his
          partner, agent or servant to any officer or employee of the Railway or to any person on his or on their
          behalf in relation to the execution of this or any other contract with this Railway.
                                                         58
    (xv) Fail to adhere to the provisions of Para 16 of Tender Form (Second Sheet) of Annexure I of the
         Instructions to Tenderers, or provision Clause 59(9) of these Conditions.
    (xvi)Submits copy of fake documents / certificates in support of credentials, submitted by the tenderer
         Then and in any of the said Clause, the Engineer on behalf of the Railway may serve the Contractor
         with a notice (Proforma at Annexure-IX of latest GCC) in writing to that effect and if the Contractor
         does not within seven days after the delivery to him of such notice proceed to make good his default
         in so far as the same is capable of being made good and carry on the work or comply with such
         directions as aforesaid of the entire satisfaction of the Engineer, the Railway shall be entitled after
         giving 48 hours’ notice (Proforma at Annexure-X or XII of latest GCC, as the case may be) in
         writing under the hand of the Engineer to rescind the contract as a whole or in part or parts (as may
         be specified in such notice) and after expiry of 48 hours’ notice, a final termination notice (Proforma
         at Annexure-XI or XIII of latest GCC, as the case may be) should be issued.
         Note: Engineer at his discretion may resort to the part termination of contract with notices (Proforma
         at Annexure- IX, XII and XIII of latest GCC), only in cases where progress of work is more than or
         equal to 80% of the original scope of work.
38.(2) Right of Railway after Rescission of Contract owing to Default of Contractor: In the event of any
     or several of the courses, referred to in Sub-Clause (1) of this Clause, being adopted:
    (a) The Contractor shall have no claim to compensation for any loss sustained by him by reason of his
        having purchased or procured any materials or entered into any commitments or made any advances
        on account of or with a view to the execution of the works or the performance of the contract and
        Contractor shall not be entitled to recover or be paid any sum for any work thereto for actually
        performed under the contract unless and until the Engineer shall have certified the performance of
        such work and the value payable in respect thereof and the Contractor shall only be entitled to be paid
        the value so certified.
    (b) In the contract which has been rescinded as a whole, the Security Deposit already with railways under
        the contract shall be encashed/ forfeited and the Performance Guarantee already submitted for the
        contract shall be encashed. The balance work shall be got done independently without risk & cost of
        the failed Contractor. The failed Contractor shall be debarred from participating in the tender for
        executing the balance work. If the failed Contractor is a JV or a Partnership firm, then every
        member/partner of such a firm shall be debarred from participating in the tender for the balance work
        in his/her individual capacity or as a partner of any other JV /partnership firm.
       Further the authorized representative of failed Contractor cannot be accepted as authorized
       representative in new contract.
    (c) In the contract rescinded in part or parts,
        (i) The full Performance Guarantee available for the contract shall be recovered. No additional
              Performance Guarantee shall be required for balance of work being executed through the part
              terminated contract. The contract value of part terminated contract stands reduced to the balance
              value of work under the contract.
        (ii) The Security Deposit of part terminated contract shall be dealt as per clause 16(2) of these
              Conditions.
        (iii) The defaulting Contractor shall not be issued any completion certificate for the contract.
        (iv) The balance work shall be got done independently without risk & cost of the failed Contractor.
              The failed Contractor shall be debarred from participating in the tender for executing the balance
              work. If the failed Contractor is a JV or a Partnership firm, then every member/partner of such a
              firm shall be debarred from participating in the tender for the balance work in his/her individual
              capacity or as a partner of any other JV /partnership firm.
        (v) Further the authorized representative of failed Contractor will not be accepted as authorized
              representative in new contract.
    (d) The Engineer or the Engineer's Representative shall be entitled to take possession of any materials,
        tools, implements, machinery and buildings on the works or on the property on which these are being
        or ought to have been executed, and to retain and employ the same in the further execution of the
        works or any part thereof until the completion of the works without the Contractor being entitled to
        any compensation for the use and employment thereof or for wear and tear or destruction thereof.
    (e) The Engineer shall as soon as may be practicable after removal of the Contractor fix and determine ex-
        parte or by or after reference to the parties or after such investigation or enquiries as he may consider
                                                     59
     fit to make or institute and shall certify what amount (if any) had at the time of rescission of the
     contract been reasonably earned by or would reasonably accrue to the Contractor in respect of the
     work then actually done by him under the contract and what was the value of any unused, or partially
     used materials, any constructional plant and any temporary works upon the site. The legitimate amount
     due to the Contractor after making necessary deductions and certified by the Engineer should be
     released expeditiously.
I / We have gone through the General conditions of contract for works April 2022 governing the
performance of work covered by this Tender.
I/ We have kept myself/ourselves fully informed of the provisions of these general conditions of contract
for works April 2022. I will follow the General conditions of contract for works of Indian Railway as
amended from time to time and in token of acceptance I/ we ,am/are appending my/our signature below.
                                                 ELIGIBILTY CRITERIA
1.0     ELIGIBILITY CRITERIA: No Technical and Financial credentials are required for tenders having
        advertised value up to Rs. 50 lakhs. However, the Tenderer shall comply with the following Technical
        requirement:
        TECHNICAL REQUIREMENT:
(i)     The tenderer should have valid accreditation for servicing and calibration of measuring and testing
        instruments issued by NABL (National accreditation board for testing & calibration laboratories) which
        shall be valid on the date of opening of this tender. Non submission of the certificate by the tenderer shall
        result in summary rejection of his /their tender.
(ii)    Only those firms who are having valid accreditation at the time of opening of Tender shall participate in the
        tender.
(iii)   Further, expiry of such accreditation without extension or with drawl of accreditation by NABL for any
        reason during the period of Contract will entail termination of contract.
      they are related to supply of Goods and Services. However, seignorage charges, building and other worker
      welfare cess, IT and IT related cess etc., will continue.
4.2   All the bidders/tenderers should ensure that they are GST complaint and their quoted tax
      structure/rates as per GST Law.
4.3   GST shall be paid after submission of documentary evidence to the extent of payment made to the
      Government by the contractor.
4.4   Procedure for payment of contractual bills in Railways is as follows (Railway board Lr. No.2016/CE-
      I/CT/12/GST/Pt.I, dt: 29.06.17)
      (i) With GST act in force, it will be the responsibility of service providers (i.e. contractors) to submit the
          invoice (bill) on his letter head duly segregating the “Amount of work executed excluding GST amount”
          and “GST amount” along with Invoice No. (bill No.) and all other details required under GST act.
      (ii) In case contractor is registered under GST Act, Railway shall pay to the contractor Gross amount of
          work executed duly deducting all other livable taxes like I/Tax, labour cess, royalty etc., as applicable.
          Contractor shall be liable to pay ‘GST amount’ to respective authority himself.
      (iii) In case contractor is not liable to be registered under GST Act, the contractor shall be paid “Amount of
          work executed excluding GST amount” duly deducting all other livable taxes like I/Tax, labour cess,
          royalty etc., as applicable. Railway shall deposit “GST amount” as well as all other taxes deducted to
          concerned authorities.
4.5   GST Deduction at source on transactions- Accounting of deductions and deposit of GST TDS by Railways.
      GST deduction at source (GST TDS) by Indian railways (deducted) from the payment made or credited to
      the supplier (deductee) of taxable goods or services or both, where total contract value of such supply
      exceeds two lakhs and fifty thousand rupees, TDS @1% each on CGST and SGST/UTGST only shall be
      deducted by Indian railways from payment for taxable services/supplies and TDS @2% on IGST also to be
      deducted in case of IGST transactions.
5.0 TAXES: (Ref: PCE’s Lr. No.W.44/B/ Vol. VII dtd 06.12.2017):
    (i) The tenderer shall quote the rate by taking into account all the statutory duties/taxes applicable to the
          work up to the date of opening of tender. However, the tenderer has to indicate/give breakup of all
          leviable duties, taxes, cess separately at the time of quoting rates.
    (ii) Any new impost or revision in the duties/taxes/cess during the original currency of the contract will be
          the Railway’s account subject to production of Govt. notification and documentary evidence. This will
          also be applicable for the work done during the extended period, if such extension is on Railway’s
          account.
    (iii) However, if the extension of contract period is on account of failure of contractor, no compensation
          shall be made towards upward revision or imposition of any new taxes. Any benefit on account of
          downward revision of duty either in original contract period or during the extended contract period
          shall be passed on by the contractor to the Railways.
5.1 Implementation of IT Application works Contract Management System (IR-WCMS) Vide Rly. Board letter
    No.2018/CE-I/CT/30, Dtd.21-04-2020.
    The successful Tenderer/Contractor has to implement the IT application (WCMS) hosted on IRCEP portal
    www.ircep.gov.in which covers following activities, The necessary training will be given by the Railways.
                  PG (Performance Guarantee) : Entry & Verification
                  Agreement generation along with digital signature authentication by all concerned
                  Billing ( On Account & Final)
                  Variation in a running Contract
                  NS item approval
                  Extension of DOC
                  Release of PG/SD
                  Zonal Contracts including Work Orders, Billing, Variation etc.
                  All types of Correspondences (As per GCC & General).
   (i)   For all tenders having advertised cost of Rs. 10 lakh or above, the contractor shall have the option to
         take payment from Railways through a letter of credit (LC) arrangement.
   (ii) This option of taking payment through LC arrangement has to be exercised in IREPS (Indian Railway
         Electronic Procurement System- the e-application on which tenders are called by Railways) by the
         tenderer at the time of bidding itself, and the tenderer shall affirm having read over and agreed to the
         terms and conditionsof the LC option.
   (iii) The option so exercised, shall be an integral part of the bidders offer.
   (iv) The above option of taking payment through LC arrangement, once exercised by tenderer at the time
         of bidding, shall be final and no change shall be permitted, thereafter, during execution of contract.
   (v) In case tenderer opts for payment through LC, following shall be the procedure to deal release of
         payment through LC.
     (a) The LC shall be a sight LC.
     (b) The contractor shall select his Advising/Negotiating bank for LC. The incidental cost towards issue of
           LC and its operation thereof shall be borne by the contractor.
     (c) SBI, New Delhi, Main Branch will be the nodal branch for issue of LCs based on line requests
           received from Railway Accounts Units for tenders opened in financial year 2018-19. SBI branches,
           where the respective Railway Accounts Office has its Account (local SBI branch) will be the
           issuance/reimbursing branch for LC issued under this arrangement. The Bank shall remain same for
           this tender till completion of contract. The incidental cost @ 0.15% per annum of LC value, towards
           issue of LC and operation thereof shall be borne by the contractor and shall be recovered from his
           bills.
     (d) The LC shall be opened initially for duration of 180 to 365 days in consultation with contractor. The
           LC shall be extended time to time as per the progress of the contract, on the request of the contractor.
           The value ofLC to be opened initially as well as extended thereafter shall be finalized by the engineer
           in consultation with the contractor on the basis of expected progress of work.
     (e) The LC terms and conditions shall inter-alia indemnify and save harmless the Railway from and
           against all losses, claims and demands of every nature and description brought or recovered against
           the Railways by reason of any act or omission of the contractor, his agents or employees, in relation
           to the Letter of Credit (LC). All sums payable/borne by Railways on this account shall be
           considered as reasonable compensationand paid by contractor.
     (f) The LC terms and conditions shall inter-alia provide that Railways will issue a Document of
           Authorization (format enclosed as Annexure-(LC)-2)after passing the bill for completed work, to
           enable contractor to claim the authorized amount from their bank.
     (g) The acceptable, agreed upon document for payments to be released under the LC shall be the
           Document of Authorization.
     (h) The Document of Authorization shall be issued by Railway Accounts Office against each bill passed
           by Railways.
     (i) On issuance of Document of Authorization, a copy of Document of Authorization shall be posted on
           IREPS for download by the contractor. A digitally signed copy of Document of Authorization
           shall also besent by Railway accounts office to Railways bank (Local SBI branch)
     (j) The contractor shall take print out of the Document of Authorization available on IREPS and present
           his claim to his bank (advising Bank) for necessary payment as per LC terms and conditions. The
           claim shall comprise of copy of Document of Authorization, Bill of Exchange and Bill.
     (k) The payment against LC shall be subject to verification from Railways Bank (Local SBI branch)
     (l) The contractors bank (advising bank) shall, submit the documents to the Railways Bank (SBI local
           branch)
     (m) The Railways bank (issuing bank) shall, after verifying the claim so received w.r.t. the digitally
           signed Document of Authorization received from Railway Accounts office, release the payment to
           contractors bank (advising bank) for crediting the same to contractors account.
     (n) Any number of bills can be dealt within one LC, provided the sum total of payments to contractor is
           within the amount for which LC has been opened.
     (o) The LC shall be closed after the release of final payment including PVC amount, if any to the contractor
     (p) The release of performance guarantee or security deposit shall be dealt directly by railway with
           thecontractor i.e., not through LC
3. For opening of LC, executive department shall make a request letter to concerned Accounts Departmenton
   a format, placed as Annexure-LC-I.
4. Necessary changes in IREPS and IPAS e- applications have already been carried out, for having optionfor
   payment to contractors through LC.
                                                         65
8.1 It is HEREBY AGREED that it shall be the duty of the contractor to keep himself informed ofall
    corrections, and amendments of the said General Conditions of Contract made up to the date of the
    execution of these presents and no objection shall be taken by the contractor on the ground that he was not
    aware of such amendments and corrections of the dais General Conditions of Contract or to any of them.
10.0 SUPERVISOR FOR THE WORK: The entire work shall be carried out under the supervision of
    SSE/M7/ELS/BZA
11.0 PERIOD OF COMPLETION: The Railway expects that a resourceful and experienced contractor should
                                                           66
     be able to complete the work in all respects within the period of Twelve (12) Months from the date of
     commencement of work. The calibration certificate of 606 Nos. of instruments shall be valid for a period of
     Twelve (12) months from the date of issue of their certificate (Calibrated once during the period of
     contract) & for 31 Nos. of instruments for a period of Six (06) months (Calibrated twice during the
     period of contract).
12.0 INSPECTION
12.1 Initial Joint Inspection at Railway Premises –
     The contractor has to check the measuring & testing instruments thoroughly before executing the work at
     ELS/BZA or before lifting for servicing & calibration from Railway premises. If any measuring & testing
     instrument is found unfit for servicing & calibration, the same shall not be taken for servicing & calibration
     or shall not be lifted by the contractor from Railway premises for servicing & calibration. A joint
     inspection has to be carried out by the contractor along with authorized Railway’s representative to assess
     and record the actual work involved as per Annexure Spl-A. The initial joint inspection report duly signed
     by both the representatives of Railways and contractor shall be submitted in four copies to Senior
     Divisional Electrical Engineer, Traction Rolling Stock, S.C. Railway, Vijayawada immediately after
     inspection.
12.2.2          After issue of final inspection certificate for calibration of equipment, if any defects/ deficiencies
     related to servicing & calibration is noticed by Railways, the same shall be rectified by the contractor
     within 15(fifteen) days from the date of receipt of such message from the Railways. The same shall be
     guaranteed as per clause 18.0 of special condition of contract. The entire expenditure for the rectification
     will be borne by the contractor.
12.2.3        The final joint inspection report duly signed by both the representatives of Railways and
     Contractor shall be submitted to Senior Divisional Electrical Engineer, Traction Rolling stock, S.C.
     Railway, Vijayawada in four (04) copies immediately after the inspection.
12.2.4 After successful completion of final joint inspection on each batch, contractor has to issue valid
     calibration certificate traceable to National/International standards. Validity of calibration of 606
     Nos. of instruments shall be valid for a period of Twelve (12) months from the date of issue of their
     certificate (Calibrated once during the period of contract) & for 31 Nos. of instruments for a period
     of Six (06) months (Calibrated twice during the period of contract).
13.0 LOT SIZE: Generally, each lot of size 25 to 30 Nos. of measuring & testing instruments and Gauges will
     be handed over to the contractor for Servicing/ Calibration. The lot size can be increased/decreased
     depending upon the requirement and availability of the instruments.
13.1 DELIVERY:
13.1.1 The contractor has to start the work of Servicing and Calibration of measuring & testing instruments at
     Railways premises i.e. Electric Loco Shed, South Central Railway, Vijayawada-9 within 15(fifteen) days
     from the date of issue of `Letter of Acceptance’ for due and faithful fulfillment of contractual obligations.
13.1.2          In case of the equipment to be serviced & calibrated at Contractor’s premises, the contractor has
     to lift these equipments for Servicing & Calibration immediately as and when handed over to him by
     Railways duly submitting cash/FDR/Indemnity Bond for safe custody of Railway material as specified by
     Railways.
13.1.3 Each lot of instruments shall be returned by the Contractor duly serviced/ calibrated within Thirty (30)
     days from the date of collection of the lot.
13.1.4 Out of the 637 Nos. instruments, 31 Nos. are to be calibrated twice i.e. calibration validity for these 31
     Nos. of instruments shall be 6 Months only. All the other instruments i.e. 606 Nos. are to be calibrated only
     once in a year i.e. calibration validity is 12 Months.
13.1.5 After expiry of calibration validity for the above mentioned 31 Nos., the instruments shall be calibrated
     duly issuing fresh calibration certificate with validity for further 06 months.
                                                          67
13.1.6         Accordingly the contractor has to plan for Servicing and Calibrating the measuring &
     testing instruments of Railways so that the work can be completed within stipulated time period.
13.1.7         The above indicated collection and delivery of measuring & testing instruments shall be further
     subject to availability of measuring & testing instruments with Railways and requirement of calibrated
     measuring & testing instruments decided by the Railways.
13.1.8 As the time for completing the works by the date or extended date fixed for completion shall be deemed
     to be the essence of the contract, it is not only requested to improve upon delivery but also advised that for
     any default in complying delivery schedule as mentioned above, the Contractor will be penalized by levy of
     liquidated damage charges as per relevant clause of General Conditions of Contract.
               The contractor shall produce all materials used in the subject work shall be of the best quality and
     of class most suited for the purpose specified. Materials required for the said Servicing and calibration
     shall be procured from RDSO/Railways approved or proven sources. Only tested quality material shall be
     used. The contractor shall produce the purchase documents along with test certificates of raw materials
     used for Servicing and Calibration of equipments for verification of Railways.
     The contractor shall produce the traceability Certificate for the equipment used for the calibration as per
     the National and International Standard. Relevant purchase documents and traceability certificate shall be
     submitted along with each bill.
15.0 TRANSPORTATION:
15.1          The contractor has to collect the measuring & testing equipment, which are to be serviced &
     calibrated at his calibration laboratory, from Railway’s premises i.e., Electric Loco Shed, South Central
     Railway, Vijayawada and transport the same to his premises by Road Transport or by Rail at his risk and
     the collection/delivery schedule shall satisfy the Delivery clause of these special conditions of
     Tender/contract.
15.2 The serviced & calibrated instruments after inspection and tests shall be transported back by the
     contractor from his workshop to Electric Loco Shed, South Central Railway, Vijayawada by Road
     Transport or by Rail at his risk.
15.3          All incidental arrangements for safe transport of the subject material will be the responsibility of
     the contractor/firm. The contractor has to avail fastest and safest mode of transportation so that the transit
     time between Electric Loco Shed/Vijayawada and contractor's workshop can be kept as minimum as
     possible.
              The responsibility of lifting material from and handing over the material to the consignee
     i.e., Electric Loco Shed, S.C. Railway, Vijayawada lies with the contractor i.e., the delivery of the
     material shall be on "Door Delivery" basis.
              All expenditure in this connection will be incurred by the Contractor. However, only loading of
     and unloading of measuring & testing instruments at consignee’s premises i.e., Electric Loco Shed, S.C.
     Railway, Vijayawada will be done by the Railways.
15.4          Freight, Transportation, Insurance, Packing and handling charges will be borne entirely by the
     contractor.
16.0 PACKING
16.1 The contractor shall collect the measuring & testing instruments from Railways and pack properly,
     Special care shall be taken to prevent the damages of material during transit.
16.2 While returning the serviced & calibrated measuring & testing instruments to the Railways, instruments
     shall be packed properly to avoid any damages during transit. Each serviced & calibrated measuring &
     testing instruments shall be wrapped in polythene cover to prevent from moisture and dirt.
17.0 INDEMNITY BOND: The Railway’s materials handed over to the contractor will be at contractor’s
     premises until they are returned to railway, duly carrying out servicing/ calibration. It is a practice that
     whenever any material belonging to railways are handed over to any outside agency for carrying out any
     work, the estimated cost of material is either deposited in cash with the railways in the form of FDR in
     favour of FA&CAO/BZA or the Contractor shall submit an Indemnity Bond for an equivalent amount in
     favour of Sr.DEE/TRS/ELS/BZA for and on behalf of President of India on Rs.100/- (or of requisite value)
     non-judicial stamp paper duly attested by Notary Public in the railway’s prescribed proforma is to be
                                                           68
     submitted to railways for indemnifying safe custody of the Railway material at a contractor’s premises. It
     should be submitted immediately after the issue of LOA before taking the material from the Railways. It
     should be valid up to Calibration validity period of the instrument. The Contractor’s Indemnity Bond/FDR
     shall be released after expiry of calibration validity only after successful completion work and on receipt of
     entire Railway material at ELS/BZA.
18.0 GUARANTEE:
18.1 The performance of the Serviced & calibrated measuring & testing instruments shall be guaranteed/
     warranty by the contractor for a period of 12(twelve) months from the date of calibration certificate issued
     by the contractor for 606 Nos. of instruments that are to be calibrated once a year. For the instruments that
     are to be calibrated twice a year (31 Nos.), guarantee period shall be 06 (Six) months from the date of
     calibration certificate issued. Guarantee shall be issued twice for the 31 Nos. of instruments during the
     period of contract for each instance of calibration. During guarantee period if the instrument developed
     measurement error and measurements are not precise, then such instruments shall be serviced and
     calibrated again at his own risk and cost within 15 days from the receipt of failure advice from Railways.
     In such cases calibration certificate shall be issued afresh for the validity of 12 (twelve) or 06 (Six) months.
21.0 PENALTIES:
21.1 While working, contractor's personnel should not smoke or consume any liquor or be in a state of
     intoxication. In case if it is noticed any time that they are either smoking or under influence of liquor
     penalty of Rs.1,000/- per person per incident will be imposed and concerned authority will be intimated to
     initiate necessary legal action.
21.2 If any person deployed by the contractor behaves or conduct himself /herself in a manner which is not
     acceptable in a civilized society then such person(s) shall not be allowed to work further in the shed
     premises and a penalty of Rs.1000/- incident shall be imposed.
21.3 Late commencement of work: After receiving of LOA, the contractor has to commence the work
     within 15 days from the date of issue of LOA, failure of which a penalty of Rs.500/- per week or part
     thereof will be imposed.
21.4 Late Delivery: The contractor has to deliver each lot of instruments that are to be serviced/ calibrated
     within the stipulated period of time i.e. 30 days from the date of collection of instruments, failure of which
     a penalty of Rs.100/- per instrument per week or part thereof will be imposed from 31st day from the
     date of collection of the instrument.
21.5 Late attention of Warranty failures: Servicing/ calibration of Warranty failure instruments shall have
     to be carried out by the Contractor and made good within 15 days from the date of receipt of intimation,
     failure of which a penalty of Rs.100/- per instrument per day will be imposed.
21.6 However, the overall penalties shall not exceed 10% of the actual contract value as per Clause No.16.(1)
     of Part II of latest Standard General Conditions of Contract.
21.7 The liquidated damage charges and penalties as mentioned above may be imposed simultaneously.
22.2 The Contractor shall be entitled to be paid from time to time by way of "On-Account" payment only for
     such works as in the opinion of the Engineer he has executed in terms of the contract. All payments due on
     the Engineer’s/Engineer's Representative's certificates of measurements or Engineer’s certified
     Contractor’s authorized Engineer’s measurements” shall be subject to any deductions which may be made
     under these presents.
22.3 On the completion of the work or the termination of this contract, final measurements shall be made and
     account/adjusted accordingly.
22.4 On the Engineer’s certificate of completion in respect of works an adjustment shall be made and the
     balance of account based on the Engineer or the Engineer’s representative’s certified measurements of the
     total quantity of work executed by the contractor up to date of completion and on the accepted schedule or
     rates for extra works on rates determined under Clause 39 of GCC shall be paid to the contractor subject
     always to any deduction which may be made under these presents.
24.3 Payment will be made on completed portion of work against schedule item.
24.4 Actual billing at the time of submitting the Bill shall be as per the Schedule of Rates accepted by the
     Railways to the extent of work carried out on the basis of the Joint Inspection Reports.
24.5 A bill in triplicate in Railways prescribed form and as per Railway’s rules in force has to be prepared,
     which has to be signed by the contractor. All relevant documents such as delivery challan, details of works
     done as per contract agreement duly certified by authorized Railway representative, relevant documents
     sought in Special Conditions of Tender/Contract wherever applicable and all other documents sought by
     Railways time to time etc. in duplicate shall be submitted by the Contractor for arranging payment
     through the Sr.Divisional Finance Manager, S.C. Railway, Vijayawada. Discrepancies, if any, found on
     the Bill shall be notified to the Contractor by Railways for rectification.
24.6 Railway will deduct Income tax and others if any for works contract from the contractor’s bill amount as
     per the rules in force from time to time.
                                                           70
26.0 First aid facilities: - The contractor shall provide and maintain a first aid box so as to be readily accessible
     during all working hours. First -aid box equipped with the prescribed contents at every place where contract
     labour is employed by him.
27.0 Preferably, contractor shall engage National skill Qualification frame work (NSQF) certified personnel
     for this contract.
    this portal. These details shall be available in public domain. The Registration/updation of Portal shall be
    done as under:
    (a) Contractor shall apply for onetime registration of his company/firm etc. in the Shramikkalyan portal
         with requisite details subsequent to issue of Letter of Acceptance. Engineer shall approve the
         contractor’s registration in the portal within 7days of receipt of such request.
    (b) Contractor once approved by any Engineer, can create password with login ID (PAN No.) for
         subsequent use of portal for all LOAs issued in his favour.
    (c) The contractor once registered on the portal, shall provide details of his Letter of Acceptances (LoA) /
         Contract Agreements on Shramikkalyan portal within 15 days of issue of any LOA for approval of
         concerned engineer. Engineer shall update (if required) and approve the details of LOA filled by
         contractor within 7 days of receipt of such request.
    (d) After approval of LOA by Engineer, contractor shall fill the salient details of contract labour engaged
         in the contract and ensure updating of each wage payment to them on Shramikkalyan portal on
         monthly basis.
    (e) It shall be mandatory upon the contractor to ensure correct and prompt uploading of all salient details
         of engaged contractual labour & payments made thereof after each wage period.
    (f) While processing payment of any ‘On Account bill’ or ‘Final bill’ or release of ‘Advances’ or
         ‘Performance Guarantee / Security deposit’, contractor shall submit a certificate to the Engineer or
         Engineer’s representatives that “I have uploaded the correct details of contract labour engaged in
         connection with this contract and payments made to them during the wage period in Railway’s
         Shramikkalyan portal at ‘www.shramikkalyan.indianrailways.gov.in’ till_____ Month ,_____ year
30.0 COMPLIANCE TO STATUTORY REGULATIONS: The work shall also confirm to the following
           acts rules & codes applicable:
       a. Indian factories Act.
       b. Indian Boiler Act.
       c. Indian Explosive Act.
       d. Indian Electricity Rules.
       e. National Buildings Code.
       f. Indian Standard Specification wherever applicable.
       g. Abiding by various contract / labour laws:
     The contractor shall comply with all relevant contract / labour laws of Government including Contract
     Labour (Regulation & Abolition) Act 1970, workman’s compensation act – 1923, Payment of wages -1936,
     Minimum wages act -1948, Employees State Insurance act, Provident Fund act, Employment of Children
     act, Untouchability act and other labour laws as amended from time to time. The contractor shall also
     indemnify the Railway administration against any claims/liabilities.
        Sl.
        No         Name of Register                                 To be maintained by
              .
        1          Site order book                                  By Firm
        2          Hindrance register                               By Firm
        3          Material Transaction Register                    By Firm& Railway
        4          Daily Progress &Labour Register                  By Firm
These Registers are to be maintained at site and should be produced during inspection by Officials.
     charge shall be the deciding authority with regard to the intentions of the provisions and his decision shall
     be final and binding on the Contractor.
33.5 The work shall be carried out generally in conformity with the Railway specifications enclosed, except as
     amended or modified by these special conditions and directions if any in writing by the Engineer-incharge
     of the work and also in conformity to Indian Electricity Rules & Regulations as amended from time to time
     and also conforms to Southern Railway specifications used for this purpose.
33.6 The programme and method of work shall have to be furnished by the contractor well in time in
     consultation with Engineer -in-charge of the work duly obtaining his approval.
33.7 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work(s)
     arising out of delay in approval of changes, modifications, alterations, additions, omission or due to any
     other factor on Railway account.
33.8 This contract shall be governed in all respects by the prevailing laws in India and governed by General
     and special conditions of Indian Railways.
33.9 This contract shall also be governed by Indian Electricity Act and Indian Electricity Rules with latest
     amendments.
34.0 SPECIAL CONDITIONS, IF ANY, PROPOSED BY TENDERER/CONTRACTOR: Special
    conditions if any quoted by the Tenderer/Contractor will not be accepted by railways. If any special
    condition is quoted by tenderer the offer will be liable for rejection
34.1 If any certificates or details enclosed by tenderers are found to be fake/bogus/ tampered, such of those
    agencies shall not be awarded any work in S.C. Railway for a period of 2 years from the date of opening of
    tender. Joint ventures or partnership firms or any other nature of firms in which such agencies are a party
    shall also not be awarded any work for this period of 2 years.
35.0 AGREEMENT: The successful tenderer shall within reasonable time after having been called upon by
    notice to do so, be bound to execute an agreement based on accepted rates and conditions, in such form as
    the Railways prescribe and place the same with the Railways together with conditions of contract,
    specifications and schedule of price referred to therein duly completed. The tenderer whose tender is
    accepted shall be required to appear at the 'Office of the Sr.DEE, Electric Loco Shed, Vijayawada-520009’
    as the case may be in person, or if a firm or a corporation, a duly authorized representative shall so appear,
    and to execute the contract document within 7 days after notice that the contract has been awarded to him.
    Failure to do so shall constitute a breach of agreement effected by the acceptance of the tender in which
    case the full value of the security deposit accompanying the tender shall stand forfeited without prejudice to
    any other rights or remedies. In the event of any tenderer, whose tender is accepted, shall refuse to execute
    the contract documents as herein before provided, the Railway may determine that such tenderer has
    abandoned the contract and thereupon his tender and the acceptance thereof shall be treated as cancelled
    and the Railway shall be entitled to forfeit the full amount of earnest money and to recover the liquidated
    damages for such default.
36.0 INSURANCE: - The contractor shall have comprehensive insurance policy for his employees / Labourers.
     Apart from this Railways encouraging the contractors to take 'Pradhan Mantri Jeevan Jyothi Bhima Yozana /
     Pradhan Mantri Jan Dhan Yozana / 'Pradhan Mantri Suraksha Bhima Yozana' schemes for their employees.
                                                          74
SCOPE OF WORK
1.1 Servicing & calibration of 637 Nos. of Measuring and Testing instruments of Electric loco shed/
    Vijayawada, for a period of 01 (One) year as per standards with contractors own standard equipment and
    issue of valid calibration certificate confirming to National/International standards for each item.
1.2 Firm shall arrange to carry out servicing and calibration at ELS/BZA. Items, that are not feasible to
    calibrate at Electric Loco Shed/ S.C.Railway/Vijayawada, only shall be allowed to carry out at contractor’s
    laboratory on their own risk duly submitting necessary Indemnity bond for securing the safe custody of
    Railway materials as specified by Railways.
1.3 Some of the instruments (31 Nos.) are required to be calibrated twice in a year as per the list of instruments
    at Annexure-A’ i.e. validity of calibration certificate for these instruments shall be Six (06) months only.
    After completion of calibration validity of these instruments, they shall be calibrated again duly issuing
    calibration certificate for further 06 months. All the remaining instruments (606 Nos.) are to be calibrated
    with validity for one year i.e. only once in a year.
1.4 The equipments shall be spared in lots at the discretion of consignee and at a time all equipment shall not
    be offered for servicing & calibration.
1.5 The calibration should have traceability certificate and no payment shall be made if the calibration does not
    have traceability certificate.
1.6 For each calibrated instruments & gauges detailed calibration procedure and reports should be submitted
    along with the calibration certificate. Calibration Certificate may include these details as well.
1.7 After calibration, the date of calibration should be indicated with necessary Label/Tag on the instrument for
    proper identification and records. The label should be small in size and should be affixed properly on the
    instruments/ gauge etc. on front or back of the instrument/ gauge.
1.8 The firm/contractor shall be responsible for safe guarding of measuring instrument & gauges during the
    time these instruments are in possession of the firm/contractor. In case of any damages, contractor shall
    replace the same measuring instrument & gauges (or) arrange repairs of the same at their own cost.
1.9 Required electric power supply, compressed air supply, test piece for testing calibrated equipments, space
    for work and keeping contractor’s materials etc. shall be provided by Railways free of cost for the
    equipments which shall be serviced and calibrated by the contractor at Railway premises.
NOTE:
      Servicing means: Overhauling, servicing of the instrument and to replace minor spare parts viz. washers,
      springs, diodes, resistors etc. with new ones to the extent that instrument should satisfy the stated accuracy
      in relevant Indian standard / International standard meant for new instrument.
                                                         75
PRICE SCHEDULE
Name of the work: Servicing/ calibration of measuring & testing instruments of ELS/BZA for a period of one
(01) year-Qty: 637 Nos.
SCHEDULE-A
                                                                                                    TOTAL
      Sl.                                                                         Rate per
                       DESCRIPTION                    Qty            Unit                          AMOUNT
      No.                                                                         unit (₹)
                                                                                                     (In ₹)
               Servicing/ calibration of measuring & testing instruments of ELS/BZA for a period of one (01)
     SW-I
               year-Qty: 637 Nos.
               Servicing/calibration of measuring
               & testing instruments for a period
       1)                                                      LS              8,86,550.00     8,86,550.00
               of one (01) year Qty:637 Nos. as
               per Annexure-A’
       2)      Onsite & conveyance charges                    LS                 25,000.00         25,000.00
                      Sub- total (SW-I)                                                           9,11,550.00
     SW-
                    GST @ 18% on SW-I                         LS                                  1,64,079.00
      II
                  Grand Total of Schedule A
                                                                                                 10,75,629.00/-
                      (SW-I + SW-II)
      To be filled by Contractor:
                  In figure    In words
      At par
NOTE:
b) On production of Documentary evidence about the payment of GST for the schedule items by the contractor,
   Total GST amount paid will be reimbursed when submitted along with on account bill/Final bill.
c)    GST may increase or decrease as per Government rules in vogue. GST will be paid as applicable as per
     Government rules in vogue.
                                                                                 76
                                                              Annexure-A’: List of Instruments
                                                                                                                                    Periodicity
                                                                                                                                                Unit Rate per
                                                                                                             DUE DATE     Qty per        of
SL                                                                                                                                               Instance of Total for
             DESCRIPTION   SEC            MAKE            MODEL                RANGE                SL NO     (MM/DD/      year     Calibration               1 year
NO                                                                                                                                               Calibration
                                                                                                                YYY)                 per year
     DIGITAL OUTSIDE
3                          M-7   MITUTOYO        293-557-30          250-275MM                   801032        9/7/2021
     MICROMETER 250-                                                                                                         1        Once          650         650
     275MM
     DIGITAL NON
17                         M-7   AGRONIC                             60-50,000 RPM               C1 581       10/6/2022
     CONTACT                                                                                                                 1        Once          1500        1500
     TACHOMETER
     ROOT WEAR GAUGE             JYOTHI
18                         M-7                   SKDL4444             ---                          146        10/6/2022      1        Twice         1100        2200
     FOR WAP-4 LOCO              ENTERPRISES
     FLANGE WEAR GAUGE           JYOTHI
19                         M-7                   SKDL4445             ---                          174        10/6/2022      1        Twice         900         1800
     FOR WAP-4 LOCO              ENTERPRISES
     OUTSIDE MICROMETER
20                         M-7   MITUTOYO        104-145             600-700MM                   505727       10/7/2022      1        Once          900         900
     600- 700MM
     OUTSIDE MICROMETER
21                         M-7   MITUTOYO        104-145             600-700MM                   503836       10/7/2022      1        Once          900         900
     600- 700MM
                                                                     20 – 100 LB FT
22   TORQUE WRENCH         E-6   RASUKI          RTW – 100           25 – 135 NM        3         8C-04      10/29/2022
                                                                                                                             1        Once          1500        1500
                                                                     – 14 KG MTS
                                                                     10-50 LB FT,14-
23   TORQUE WRENCH 50R     M-7   RASUKI          RTW50R                                           8C-05      10/29/2022
                                                                     68NM 1-7KG MTS                                          1        Once          1500        1500
                                                                     10-50 LB FT,14-
24   TORQUE WRENCH 50R     M-7   RASUKI          RTW50R                                           8C-05      10/29/2022
                                                                     68NM 1-7KG MTS                                          1        Once          1500        1500
                                                                     5-25LB.FT, 5-35NM,
25   TORQUE WRENCH 25R     M-7   RASUKI          RTW25R                                           8C-04      10/29/2022
                                                                     0.5-3.5 KGMTS                                           1        Once          1500        1500
                                                                     10-50 LB FT,14-
26   TORQUE WRENCH 50R     M-7   RASUKI          RTW50R                                           8C-05      10/29/2022
                                                                     68NM 1-7KG MTS                                          1        Once          1500        1500
     CONTROL PRESSURE
27                         E-5   TOP GRIP        ---                 0-14 KG/CM2            P13795.09.12       2/8/2023      1        Once          800         800
     GAUGE
28   MAIN PRESSURE         E-5   HKCO            ---                 0-14 KG/CM2                 2870419       2/8/2023
                                                                                                                             1        Once          800         800
     GAUGE
                                                                                            S16D 01580
29   AC VOLTMETER          M-4   ---             ---                 0-600V                                    3/1/2023      1        Once          1100        1100
                                                                                              O52169
                                                                                            S15E 003430
30   AC VOLTMETER          M-4   ---             ---                 0-600V                                    3/1/2023      1        Once          1100        1100
                                                                                              O52169
                                                                                            S15E 003402
31   AC VOLTMETER          M-4   ---             ---                 0-600V                                    3/1/2023      1        Once          1100        1100
                                                                                              O52169
                                                                                            S15E 03452
32   AC VOLTMETER          M-4   ---             ---                 0-600V                                    3/1/2023      1        Once          1100        1100
                                                                                              O52169
                                                                       77
                                                                                S15E 03450
33   AC VOLTMETER         M-4   ---            ---         0-600V                               3/1/2023   1   Once   1100   1100
                                                                                  O52169
                                                                                S15E 003454
34   AC VOLTMETER         M-4   ---            ---         0-600V                               3/1/2023   1   Once   1100   1100
                                                                                  O52169
                                AUTOMATIC
35   VOLTMETER - MDB7     M-4                  ---         0-500V               04/01/12077     3/1/2023   1   Once   1100   1100
                                ELECTRIC LTD
36   AMMETER - MDB - 6    M-4   L&T            ---         0-800A                   ---         3/1/2023   1   Once   1100   1100
                                AUTOMATIC
37   VOLTMETER - MDB10    M-4                  ---         0-500V               10/2K/71239     3/1/2023   1   Once   1100   1100
                                ELECTRIC LTD
38   AMMETER              M-4   ---            ---         ---                  19062200661     3/1/2023   1   Once   1100   1100
39   VOLTMETER            M-4   ---            ---         ---                  19102261148     3/1/2023   1   Once   1100   1100
     MULTI FUNCTION
40   ENERGY               M-4   ---            ---         ---                  19102262266     3/1/2023
                                                                                                           1   Once   6000   6000
     METER
                                AUTOMATIC
41   VOLTMETER            M-4                  S1          0-200V                 812119        3/1/2023   1   Once   1100   1100
                                ELECTRIC LTD
                                AUTOMATIC
42   VOLTMETER            M-4                  S1          0-500V                7526-2-09      3/1/2023   1   Once   1100   1100
                                ELECTRIC LTD
                                AUTOMATIC
43   AMMETER              M-4                  S1          0-400A                  92186        3/1/2023   1   Once   1100   1100
                                ELECTRIC LTD
                                AUTOMATIC
44   AMMETER              M-4                  S1          0-75A                 9779-2-09      3/1/2023   1   Once   1100   1100
                                ELECTRIC LTD
                                                           FREQUENCY:
     STATIC ENERGY                             BENTEX      50HZ, CLASS: 1.0,
45                        M-4   BENTEX                                            517597        3/1/2023
     METER AC - 3-PHASE                        LINGER      CURRENT:10-40A,
                                                           3X240V,                                         1   Once   6000   6000
                                                           TEMP:27°C
                                                           5-25LB.FT, 5-35NM,
47   TORQUE WRENCH 25R    M-7   MAC MASTER     25R                                19F-353      4/12/2023
                                                           0.5-3.5 KGMTS                                   1   Once   1500   1500
                                                           5-25LB.FT, 5-35NM,
48   TORQUE WRENCH 25R    M-7   RASUKI         25R                                 8C-10       4/12/2023
                                                           0.5-3.5 KGMTS                                   1   Once   1500   1500
                                                           10-50 LB FT,14-
49   TORQUE WRENCH 50R    M-7   RASUKI         RTW50R                              8C-14       4/12/2023
                                                           68NM 1-7KG MTS                                  1   Once   1500   1500
                                                           10-50 LB FT,14-
50   TORQUE WRENCH 50R    M-7   RASUKI         RTW50R                             8C-18        4/12/2023
                                                           68NM 1-7KG MTS                                  1   Once   1500   1500
                                                           10-50 LB FT,14-
51   TORQUE WRENCH 50R    M-7   RASUKI         RTW50R                             8C-10        4/12/2023
                                                           68NM 1-7KG MTS                                  1   Once   1500   1500
                                                           540-1380NM,
52   TORQUE WRENCH        M-7   RASUKI         RTW1000R                           6L-102       4/12/2023
                                                           55-140KGF.M                                     1   Once   1500   1500
     1000R
53   ANALYTICAL           LAB   SCALE TEC      SAB-224CL   0 TO 220 GMS         N2220212-324   4/25/2023
                                                                                                           1   Once   2000   2000
     BALANCE
54   DIGITAL VERNIER      M-6   INSIZE         1112-300    0-300MM              0704221640     7/17/2023
                                                                                                           1   Once   800    800
     CALIPER
55   DIGITAL VERNIER      M-6   INSIZE         1112-300    0-300MM              0704221625     7/17/2023
                                                                                                           1   Once   800    800
     CALIPER
56   DIGITAL VERNIER      M-8   INSIZE         1112-300    0-300MM               190322261     7/17/2023
                                                                                                           1   Once   800    800
     CALIPER
57   DIGITAL VERNIER      M-8   INSIZE         1112-300    0-300MM              0704221673     7/17/2023
                                                                                                           1   Once   800    800
     CALIPER
58   INSIDE MICRO METER   M-8   INSIZE         3222-1000   50-1000MM             200176919     8/1/2023    1   Once   1200   1200
59   INSIDE MICRO METER   M-8   INSIZE         3222-1000   50-1000MM             200481823     8/1/2023    1   Once   1200   1200
     DIGITAL INSULATION
60                        E-5   MOTWANE        5K PI       5KV                   A01160D22     9/7/2023    1   Once   3500   3500
     TESTER
     DIGITAL INSULATION
61                        M-5   MOTWANE        5K PI       5KV                   A02012G22     9/7/2023    1   Once   3500   3500
     TESTER
62   INSULATION TESTER    M-3   MOTWANE        5K PI       0-5KV                 A02013G22     9/8/2023
                                                                                                           1   Once   3500   3500
     5KV
63   DIGITAL GREASE       M-7   ANTIMU         AM-GM-700   0-1000CM³, 70MPA      M30119        9/10/2023
                                                                                                           1   Once   1100   1100
     METERS
                                                                 0     0
64   IR THERMOMETER       M-8   FLUKE          64 MAX      - 30 C TO 600 C      44562760WS     9/10/2023   1   Once   1100   1100
                                                                 0       0
65   THERMAL IMAGE        E-1   STANLEY        S280 PRO    - 20 C TO 550 C      C20121060288   9/12/2023
                                                                                                           1   Once   1100   1100
     CAMERA
66   THERMAL IMAGE        E-5   STANLEY        S280 PRO    - 200C TO 5500C      C20121060307   9/12/2023
                                                                                                           1   Once   1100   1100
     CAMERA
                                                                 0       0
67   THERMAL IMAGE        E-6   STANLEY        S280 PRO    - 20 C TO 550 C      C20121060280   9/12/2023
                                                                                                           1   Once   1100   1100
     CAMERA
     WATER COLUMN WITH
68                        E-7   ---            ---         ---                      ---        9/12/2023   1   Once   1100   1100
     MANOMETER
69   VOLTMETER            E-7   MECO           ---         ---                    0732289      9/12/2023   1   Once   1100   1100
70   AMMETER              E-7   MECO           ---         ---                   14108561      9/12/2023   1   Once   1100   1100
                                                                                  78
71   VOLTMETER                E-7    MECO          ---                 ---                    08135852     9/12/2023   1   Once    1100   1100
     OVEN DIGITAL
72   TEMPERATURE              M-4    MULTISPAN     TC-19              0-600ºC                    ---       9/12/2023
                                                                                                                       1   Once    500    500
     CONTROLLER
     D-GAUGE FOR PIT
73   WHEEL LATHE              M-4    ---           ---                 ---                       ---       9/12/2023   1   Once    1100   1100
74   INSIDE MICROMETER        M-6    INSIZE        ---                50-1000MM               130788084    9/12/2023   1   Once    1200   1200
     DIAL VERNIER
75                            M-6    MITUTOYO      ---                0-200MM                    ---       9/12/2023   1   Once    400    400
     CALIPER 0- 200MM
76   TORQUE WRENCH            M-6    RASUKI        ---                RTW100R                  8C-03       9/12/2023   1   Once    1500   1500
     OUTSIDE MICROMETER
77                            M-6    MITUTOYO      ---                150-300MM                  ---       9/12/2023   1   Once    450    450
     150- 300MM
78   WHEEL PROFILE            M-6    JYOTHI        ---                 ---                      598        9/12/2023
                                                                                                                       1   Twice   1100   2200
     GAUGE
     DIGITAL BORE GAUGE
79                            M-7    INSIZE        2122-35A           18-35MM                3006151945    9/12/2023   1   Once    450    450
     18- 35MM
     NO GAUGE FOR
92   DIMENSION OF             E-3    PRASAD ENGG   HS-15250A          282.00MM                   ---       9/19/2023
     MAGNET FRAME OF                                                                                                   1   Once    800    800
     TM
     GO GAUGE FOR BIG
                                     GANAPATHY
93   AND SMALL POCKET OF      E-3                  HS-15250 A          ---                       ---       9/19/2023
                                     INDUSTRIES
     HITACHI                                                                                                           1   Once    800    800
     TM –(01NO)S
     GO GAUGE FOR
94   CHECKING                 E-3    PRASAD ENGG   HS-15250 A          ---                       ---       9/19/2023
     COMMUTATOR POLE
                                                                                                                       1   Once    800    800
     & MAIN POLE (BORE
     DIA)
     GO GAUGE FOR
95   CHECKING                 E-3    PRASAD ENGG   ---                 ---                       ---       9/19/2023
     COMMUTATOR POLE
                                                                                                                       1   Once    800    800
     & MAIN POLE (BORE
     DIA)
     GO GAUGE FOR
96   CHECKING LUG LINER       E-3    PRASAD ENGG   HS-15250 A         304.25 + 0.75                        9/19/2023
     DIFFERENCE GAP IN                                                                                                 1   Once    800    800
     HTM
     GO GAUGE FOR SMALL              GANAPATHY
97                            E-3                  SKEL 4713                                      -        9/19/2023
     / BIG POCKETS (TAO-             INDUSTRIES                                                                        1   Once    800    800
     659)
     GO GAUGE FOR SMALL              GANAPATHY
98                            E-3                  SKEL 4713                                      -        9/19/2023
     / BIG POCKETS (TAO-             INDUSTRIES                                                                        1   Once    800    800
     659)
99   INSIDE MICROMETER        E-3    MITUTOYO      -                  50-1000MM               7008901      9/19/2023   1   Once    1800   1800
                                                                                79
    TAO BRUSH/POCKETS
                                GANAPATHY
100 MOUNTING              E-3                 SKEL 4709          ---                       ---        9/19/2023
                                INDUSTRIES
    SERRATION
                                                                                                                  1   Once   1100   1100
    INSPECTION
    FIXTURE
    TAO COMBINED                GANAPATHY
101                       E-3                 SKEL 4714          ---                       ---        9/19/2023
    GAUGE FOR BH-               INDUSTRIES                                                                        1   Once   1100   1100
    BRUSH POCKETS
    INSPECTION FIXTURE
                                GANAPATHY
102 FOR BRUSH HOLDER      E-3                 SKDL4711           ---                       ---        9/19/2023
                                INDUSTRIES
    OF HITACHI TM –                                                                                               1   Once   1100   1100
    (01SET)
    INSULATOR SLOT
103 GAUGES (TOP &         E-3   HS-15250 A    SKDL4710           ---                       ---        9/19/2023
    BOTTOM) FOR                                                                                                   1   Once   1100   1100
    HITACHI TM
                                GANAPATHY
104 NO GO GAUGE           E-3                 SKDL4708           ---                  HS-15250 A      9/19/2023   1   Once   800    800
                                INDUSTRIES
    NO GO GAUGE FOR
    CHECKING
105                       E-3   PRASAD ENGG   HS-15250 A        519.8 - 520.2              ---        9/19/2023
    COMMUTATOR POLE
    & MAIN POLE (BORE                                                                                             1   Once   800    800
    DIA)
    NO GO GAUGE FOR
    CHECKING
106                       E-3   PRASAD ENGG   HS-15250 A        512.5 - 512.9              ---        9/19/2023
    COMMUTATOR POLE
    & MAIN POLE (BORE                                                                                             1   Once   800    800
    DIA)
    NO GO GAUGE FOR
107 CHECKING LUG          E-3   PRASAD ENGG   HS -15250A        305.75 + 0.75MM            ---        9/19/2023
    LINER DIFFERENCE                                                                                              1   Once   800    800
    GAP IN HTM
108 MICRO OHM METER       E-3   MOTWANE       LR2045            2MΩ TO 2000 Ω         A01939D16       9/19/2023   1   Once   3000   3000
109 MICRO OHM METER       E-3   MOTWANE       LR2045            2MΩ TO 2000 Ω         A09245L14       9/19/2023   1   Once   3000   3000
110 DIGITAL               E-3   FLUKE         59 MAX             ---                   31820467       9/19/2023
                                                                                                                  1   Once   2000   2000
    THERMOMETER
    MEGGER INSULATION
111                       E-4   BM5200-5KV    BM5200            0-5KV                  EA:SEC80I      9/19/2023   1   Once   3500   3500
    TESTER
112 MULTIMETER            E-4   FLUKE         179 TRUE RMS                             39760705       9/19/2023   1   Once   1100   1100
    DIGITAL TFP
113                       E-4   FLUKE         64MAXIR                                 44211651WS      9/19/2023   1   Once   2000   2000
    THERMOMETER
    DIGITAL TFP
114                       E-4   FLUKE         64MAXIR                                 43301615WS      9/19/2023   1   Once   2000   2000
    THERMOMETER
    MICRO OHM
                                                                2 MICRO OHMS TO
115 METER (2 MICRO        E-5   MOTWANE       LR2045                                  A00845C21       9/19/2023
                                                                2000 OHMS
    OHMS TO 2000                                                                                                  1   Once   3000   3000
    OHMS)
                                MCM
116 EMC CHECKER           E-5                 --                                         1612         9/19/2023
                                INSTRUMENTS                                                                       1   Once   2000   2000
                                                                1000V AC/DC 10A
117 MULTI METER DIGITAL   E-5   FLUKE 179     --                                       39730762       9/19/2023   1   Once   1100   1100
                                                                AC/DC
                                                                1000V AC/DC 10A
118 MULTI METER DIGITAL   E-5   FLUKE 179     --                                       39760704       9/19/2023   1   Once   1100   1100
                                                                AC/DC
                                AQUILA ENGG
119 SHORT TURN            E-5                 LITTLE GAINT       ---                 AQ/ST/28/05-18   9/19/2023
                                PVT LTD                                                                           1   Once   1100   1100
    INDIACTOR
    REMOTE DISPLAY
120 MULTIMETER /          E-5   FLUKE                        233 600V – 1000V         2009DJ6034      9/19/2023
                                                                                                                  1   Once   1100   1100
    FREQUENCY METER
121 MICRO OHM METER       E-6   MOTWANE       LR – 2045         2MW – 2000W           A04291116       9/19/2023   1   Once   3000   3000
122 MICRO OHM METER       E-6   MOTWANE       LR – 2045         2MW – 2000W           A04496D14       9/19/2023   1   Once   3000   3000
    SHORT TURN COIL             AQUILA
123 TESTER                E-6                 AQUILA                                 AQ/ST/27/05-18   9/19/2023
                                ENGINEERS                                                                         1   Once   1100   1100
    INDICATOR
124 IR THERMOMETER        E-6   FLUKE         64 MAX             - 300C TO 6000C      44211650WS      9/19/2023   1   Once   1500   1500
    ALLIGNING WING              PARAGON
125                       M-1                          ---                               159/21       9/19/2023
    LIMIT GAUGE FOR 3-Ω         INSTRUMENTS                                                                       1   Once   1100   1100
    LOCOS
    CONTOUR
                                PARAGON
126 CONDEMNING LIMIT      M-1                          ---                               139/21       9/19/2023
                                INSTRUMENTS
    GAUGE FOR 3-Ω                                                                                                 1   Once   1100   1100
    LOCOS
    CONTOUR
                                PARAGON
127 MAINTANANCE           M-1                          ---                               161/21       9/19/2023
                                INSTRUMENTS
    GAUGE (FOR LOCK
                                                                                                                  1   Once   1100   1100
    COUPLERS) FOR 3-Ω
    LOCOS
                                                                         80
    KNUCKLE NOSE WEAR
                                    PARAGON
128 & STRETCH LIMIT           M-1                      ---                     162/21    9/19/2023
    GAUGE FOR 3-Ω LOCOS             INSTRUMENTS                                                      1   Once    1100   1100
    VERTICLE HEIGHT
    ALLIGNING WING
                                    PARAGON
129 POCKET & GUARD            M-1                      ---                     160/21    9/19/2023
                                    INSTRUMENTS
    ARRANGEMENT (GO
                                                                                                     1   Once    1100   1100
    GAUGE) FOR 3-Ω
    LOCOS
    VERTICLE HEIGHT
    CONDEMNING LIMIT
                                    PARAGON
130 ALIGNING WING             M-1                      ---                     153/21    9/19/2023
                                    INSTRUMENTS
    POCKET & GUARD
                                                                                                     1   Once    1100   1100
    ARM GAUGE FOR 3-
    Ω LOCOS
    WHEEL PROFILE
131                           M-1      JYOTHI      SKDL 3592                    1167     9/19/2023
    GAUGE BG (WEAR                                                                                   1   Twice   1000   2000
    ADOPTED PROFILE)
    WHEEL DISTANCE
132                           M-1      JYOTHI         WG4                       667      9/19/2023   1   Once    1100   1100
    MEASURING GAUGE BG
    DIGITAL WHEEL                   PARAGON
133                           M-1                   WG-3(S)                    505/16    9/19/2023
    DISTANCE                        INSTRUMENTS
    MEASURING GAUGE                                                                                  1   Once    1100   1100
    BG
    CALIBRATION TEST
                                    PARAGON
134 BENCH FOR WHEEL           M-1                      ---                     002/16    9/19/2023
                                    INSTRUMENTS
    DISTANCE MEASURING                                                                               1   Once    1100   1100
    GAUGE BG
135 BUFFER HEIGHT             M-1     PARAGON      BHG 2(S)                    2069/11   9/19/2023
                                                                                                     1   Once    1100   1100
    GAUGE
136 BUFFER HEIGHT             M-1     PARAGON      BHG 2(S)                    2069/11   9/19/2023
                                                                                                     1   Once    1100   1100
    GAUGE
                                      COUNTRY
137 DIA MEASURING ROD         M-1                      ---     1000 MM          NIL      9/19/2023   1   Once    900    900
                                       MADE
    KNUCKLE NOSE WEAR                GANAPATHY
138                           M-1                      ---                       ---     9/19/2023
    AND STRETCH LIMIT                INDUSTRIES                                                      1   Once    1100   1100
    GAUGE
                                        JYOTHI
      SICK LINE LIMIT GAUGE
139                           M-1    ENTERPRISES       ---                       ---     9/19/2023
      NO- 1                                                                                          1   Once    1100   1100
                                       ROORKEE
                                        JYOTHI
      CONTOUR WORN
140                           M-1    ENTERPRISES       ---                       ---     9/19/2023
      LIMIT GAUGE NO-2                                                                               1   Once    1100   1100
                                       ROORKEE
                                     GANAPATHY
141 10A CONTOUR GAUGE         M-1                      ---                       ---     9/19/2023
                                      INDUSTRIES                                                     1   Once    1100   1100
    BG
    LOCK PARALLEL
                                     GANAPATHY
142 THICKNESS                 M-1                      ---                       ---     9/19/2023
                                     INDUSTRIES                                                      1   Once    1100   1100
    CHECKING GAUGE
    BOTTOM ANTI CREEP                GANAPATHY
143 HOZ-                      M-1                      ---                       ---     9/19/2023
                                     INDUSTRIES                                                      1   Once    1100   1100
    LOC GAUGE
      CONDEMNING
      GAUGE TO CHECK                 GANAPATHY
144                           M-1                      ---        278.0MM        ---     9/19/2023
      LONG SHACKLE                   INDUSTRIES
      HOLE AND TRUNION                                                                               1   Once    1100   1100
      SCREW COUPLING
      PIN
    CONDEMNING
    GAUGE TO CHECK                   GANAPATHY
145                           M-1                      ---        187.0MM        ---     9/19/2023
    SHORT SHACKLE                    INDUSTRIES
    HOLE AND TRUNION                                                                                 1   Once    1100   1100
    SCREW COUPLING
    PIN
    GAUGE FOR LONG
                                     GANAPATHY                   GO: 45.00MM
146 SHACKLE (GO AND           M-1                      ---                       ---     9/19/2023
                                     INDUSTRIES                 NOGO:
    NO-GO                                                                                            1   Once    1100   1100
                                                                39.50MM
    GAUGE)
    GAUGE FOR SHORT
                                     GANAPATHY                   GO: 29.00MM
147 SHACKLE (GO AND           M-1                      ---                       ---     9/19/2023
                                     INDUSTRIES                 NOGO:
    NO-GO                                                                                            1   Once    1100   1100
                                                                25.00MM
    GAUGE)
      SCREW PITCH GAUGE              GANAPATHY
148                           M-1                      ---        1.625MM        ---     9/19/2023
      FOR KNUCKLE                    INDUSTRIES                                                      1   Once    800    800
      THREAD (LH)
      INSULATION
192                        E-6   MEGGER        MIT 410/2             UP TO 1KV           101681003      9/20/2023
      RESISTANCE &                                                                                                  1   Once    1500   1500
      CONTINUITY TESTER
      INSULATION
193                        E-6   MEGGER        BM5200                UP TO 5KV              02          9/20/2023
      RESISTANCE &                                                                                                  1   Once    3500   3500
      CONTINUITY TESTER
                                               ECPL/20/ET/54         1000V AC/DC 10A
194 DIGITAL MULTIMETER     E-7   FLUKE RMS                                               36320259       9/20/2023   1   Once    1100   1100
                                               58-35                 AC/DC
195 OSCILLOSCOPE           E-7   FLUKE         225C                                     DM9980180       9/20/2023   1   Once    5000   5000
                                 TRANSCAL      DIGIX
196 MEGGER                 E-7                                                            111912        9/20/2023   1   Once    1500   1500
                                 RISHI         INSULATION
                                 SLAZER
197 VCB ANALYZER           E-7                                                              008         9/20/2023   1   Once    1100   1100
                                 ELECTRONICS
    FLANGE WEAR GAUGE             GANAPATHY
198                        M-1                           ---                               4445         9/20/2023
    FOR WAP4 (THICK               INDUSTRIES                                                                        1   Twice   1100   2200
    PROFILE)
199 MICRO OHM METER        M-3   MOTWANE       LR2045                                   A00844C21       9/20/2023   1   Once    3000   3000
200 EMC                    M-3   MCM                            38                         0785         9/20/2023   1   Once    2000   2000
201 CLAMP METER            M-3   FLUKE                         325                        A3090         9/20/2023   1   Once    1100   1100
202 DIGITAL CLAMP          M-3   RISHAB        ---                   1000V AC/DC        1511018736      9/20/2023
                                                                                                                    1   Once    1100   1100
    METERS
                                 MEGGER
203 INSULATIONTESTER       M-3                 BM5200                0-5KV               101527942      9/20/2023   1   Once    3500   3500
                                 BM5200
204   VERNIER CALIPER      M-4   MITUTOYO      -----                 0 – 300 MM          16049190       9/20/2023   1   Once    800    800
205   VERNIER CALIPER      M-4   MITUTOYO      -----                 0 – 300 MM           M98317        9/20/2023   1   Once    800    800
206   VERNIER CALIPER      M-4   MITUTOYO      -----                 0 – 150 MM           9192436       9/20/2023   1   Once    400    400
207   VERNIER CALIPER      M-4   MITUTOYO      MN84                  0 – 300 MM           3038001       9/20/2023   1   Once    800    800
208   VERNIER CALIPER      M-4   FORBES        -----                 0 – 150 MM          16276100       9/20/2023   1   Once    400    400
209   VERNIER CALIPER      M-4   MITUTOYO      -----                 0 – 150 MM          10300156       9/20/2023   1   Once    400    400
210   VERNIER CALIPER      M-4   MITUTOYO      -----                 0 – 300 MM          16049169       9/20/2023   1   Once    800    800
      1000 MM MEASURING
211                        M-4   KALINGA       ---                                         1016         9/20/2023
      ROD FOR PIT WHEEL                                                                                             1   Once    400    400
      LATHE
212   INSIDE MICROMETER    M-4   MITUTOYO      ---                   50-1000MM             2005297      9/20/2023   1   Once    1200   1200
213   INSIDE MICRO METER   M-6   MITUTOYO                            50-1000MM           141238852      9/20/2023   1   Once    1200   1200
214   VERNIER CALIPER      M-6   MITUTOYO                            0-300MM              10300101      9/20/2023   1   Once     800    800
215   INSIDE MICRO METER   M-6   MITUTOYO                            150-300MM         SL/ID. 2011469   9/20/2023   1   Once    1200   1200
216   VERNIER CALIPER      M-6   MITUTOYO                            0-300MM           SER 51004852     9/20/2023   1   Once     800    800
217   VERNIER CALIPER      M-6   MITUTOYO                            0 – 280 MM        SER 16049191     9/20/2023   1   Once     800    800
218   VERNIER CALIPER      M-6   MITUTOYO                            0-150MM              10268677      9/20/2023   1   Once     400    400
219   VERNIER CALIPER      M-6   MITUTOYO                            0-150MM              11192304      9/20/2023   1   Once     400    400
220   INSIDE MICRO METER   M-6   MITUTOYO                            50-1000MM             1005505      9/20/2023   1   Once    1400   1400
221   OUTSIDE MICRO        M-6   MITUTOYO                            100-200MM            64110160      9/20/2023
                                                                                                                    1   Once    500    500
      METER
222 OUTER MICRO METER      M-6   MITUTOYO                            150-300MM              ---         9/20/2023   1   Once    500    500
223 DIAL VERNIER           M-6   MITUTOYO                            0-280MM             16049169       9/20/2023
                                                                                                                    1   Once    800    800
    CALIPER
                                                                                         027217 &
224 L P GAUGE              M-6   MITUTOYO                                                               9/20/2023   1   Once    800    800
                                                                                          1502152
225 BUFFER HEIGHT          M-6   PARAGON                             900-1140MM           20069/11      9/20/2023
                                                                                                                    1   Once    1400   1400
    GAUGE
226 WHEEL DIA GAUGE        M-6   PARAGON                             900-1100             316/04        9/20/2023   1   Once    1100   1100
227 VERNIER CALIPER        M-6   MITUTOYO                            0-300MM             15055837       9/20/2023   1   Once     800    800
228 DIAL CALIPER           M-6   MITUTOYO                            0-300 MM            10300109       9/20/2023   1   Once     800    800
229 VERNIER CALIPER        M-6   MITUTOYO                            0-150 MM            51221143       9/20/2023   1   Once     400    400
    DIGITAL VERNIER
230 CALIPER                M-6   PRECISION     ---                   0-600MM             22030058       9/20/2023
                                                                                                                    1   Once    1200   1200
    0-600MM
231 VERNIER CALIPER        M-7   MITUTOYO                            0-1000MM             319392        9/20/2023   1   Once    1800   1800
232 INSIDE MICROMETER      M-7   MITUTOYO                            50-1000MM            1008701       9/20/2023   1   Once    1400   1400
233 FLUKE 179              M-7   FLUKE 179                           ---                27483242WS      9/20/2023
                                                                                                                    1   Once    1100   1100
    MULTIMETER
234 MOTOR CHECKER EMC      M-7   MCM           EMC-38                ---                   1613         9/20/2023   1   Once    2000   2000
235 DIGITAL CLAMP          M-7   FLUKE                         325 300V – 600V         30360467-WS      9/20/2023
                                                                                                                    1   Once    1100   1100
    METERS
236 DIGITAL CLAMP          M-7   FLUKE                         325 300V – 600V         39040382 WS      9/20/2023
                                                                                                                    1   Once    1100   1100
    METERS
                                                                      83
    DIGITAL INSULATION
237                       M-7    RISHI - 20   MU-20     01 KV                  100512      9/20/2023   1   Once   1500   1500
    TESTER
    DIGITAL INSULATION
238                       M-7    MECO         DIT918    2.5KV                 0362974      9/20/2023   1   Once   3000   3000
    TESTER 2.5KV
239 LCR METER             M-7    MECO         LCR999                        QA-311-11235   9/20/2023   1   Once   4500   4500
                                                        2.5-11NM, 0.3-1.2
240 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW10                           22JL-125     9/20/2023
                                                        KG.MTS                                         1   Once   1500   1500
    10
                                                        2.5-11NM, 0.3-1.2
241 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW10                           22JL-126     9/20/2023
                                                        KG.MTS                                         1   Once   1500   1500
    10
                                                        2.5-11NM, 0.3-1.2
242 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW10                           22JL-127     9/20/2023
                                                        KG.MTS                                         1   Once   1500   1500
    10
                                                        2.5-11NM, 0.3-1.2
243 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW10                           22JL-128     9/20/2023
                                                        KG.MTS                                         1   Once   1500   1500
    10
                                                        5-35NM, 0.5-
244 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW25                           180-1099     9/20/2023
                                                        3.5KG.MTS                                      1   Once   1500   1500
    25
                                                        5-35NM, 0.5-
245 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW25                           180-1105     9/20/2023
                                                        3.5KG.MTS                                      1   Once   1500   1500
    25
                                                        5-35NM, 0.5-
246 3/8'' TORQUE RWENCH   M-7    RASUKI       RTW25                           180-1107     9/20/2023
                                                        3.5KG.MTS                                      1   Once   1500   1500
    25
                                                        14-68NM, 1-
247 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW50                          22AG-700      9/20/2023
                                                        7KGMTS                                         1   Once   1500   1500
    50
                                                        25-135NM, 3-
248 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-458     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        25-135NM, 3-
249 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-460     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        25-135NM, 3-
250 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-461     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        25-135NM, 3-
251 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-462     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        25-135NM, 3-
252 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-463     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        25-135NM, 3-
253 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-464     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        25-135NM, 3-
254 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW100                          22JL-465     9/20/2023
                                                        14KG.MTS                                       1   Once   1500   1500
    100
                                                        50-220NM, 5-
255 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-209     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
256 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-210     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
257 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-211     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
258 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-212     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
259 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-213     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
260 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-214     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
261 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-215     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        50-220NM, 5-
262 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW160                          22JL-216     9/20/2023
                                                        23KGMTS                                        1   Once   1500   1500
    160
                                                        70-340NM, 7-
263 1/2'' TORQUE WRENCH   M-7    RASUKI       RTW250                          22JN-547     9/20/2023
                                                        35KGMTS                                        1   Once   1500   1500
    250
                                                        135-140NM, 14-
264 3/4'' TORQUE WRENCH   M-7    RASUKI       RTW400                          22JN-78      9/20/2023
                                                        56KG.MTS                                       1   Once   1500   1500
    400
                                                        135-140NM, 14-
265 3/4'' TORQUE WRENCH   M-7    RASUKI       RTW400                          22JN-79      9/20/2023
                                                        56KG.MTS                                       1   Once   1500   1500
    400
                                                        135-140NM, 14-
266 3/4'' TORQUE WRENCH   M-7    RASUKI       RTW400                          22JN-80      9/20/2023
                                                        56KG.MTS                                       1   Once   1500   1500
    400
                                                        135-140NM, 14-
267 3/4'' TORQUE WRENCH   M-7    RASUKI       RTW400                          22JN-81      9/20/2023
                                                        56KG.MTS                                       1   Once   1500   1500
    400
    DIGITAL VERNIER
268 CALIPER               M-7    PRECISION    ---       0-600MM               22030056     9/20/2023
                                                                                                       1   Once   1200   1200
    0-600MM
    DIGITAL VERNIER
269 CALIPER               M-7    PRECISION    ---       0-1000MM              22070072     9/20/2023
                                                                                                       1   Once   1800   1800
    0-1000MM
270 OUTSIDE MICRO         M-8    MITUTOYO               150-300MM             64001966     9/20/2023
                                                                                                       1   Once   600    600
    METER
271 OUTSIDE MICRO         M-8    MITUTOYO               100-200MM             64110141     9/20/2023
                                                                                                       1   Once   450    450
    METER
272 VERNIER CALIPER       M-8    MITUTOYO               0-300MM               14261049     9/20/2023   1   Once   600    600
273 VERNIER CALIPER       M-8    MITUTOYO     531-142   0-300MM               10300101     9/20/2023   1   Once   600    600
274 DIAL CALIPER          PTS/   MITUTOYO     ---       0-300MM                38J714      9/20/2023   1   Once   600    600
                                                                               84
                            BZA
275 IR TESTER               E-1   MEGGER          MIT410/2        0-1KV                  101681002       9/21/2023   1   Once    1500   1500
276 INDUCTION HEATER        E-3   UNITECH         UIH-2004         ---                      248          9/21/2023   1   Once    1000   1000
277 AUTOMATIC BDV TEST      E-4   MOTWANE         OTS 100A        0-100KV               A01799G21        9/21/2023
                                                                                                                     1   Once    3500   3500
    KIT
278 SMGR TEST UNIT          E-4   SLAZER          --                                       GR15          9/21/2023   1   Once    3000   3000
279 TENSION GAUGE           E-5   BSE                             0-500 GRMS                170          9/21/2023   1   Once    1200   1200
280 SPRING BALANCE          E-5   FISH                            0-50KG                   SB-02         9/21/2023   1   Once    2000   2000
    MILLI VOLT DROP TEST          SLAZER
281                         E-5                   ---                                  BZA/MV100/08      9/21/2023   1   Once    3000   3000
    UNIT                          ELECTRONICS
    MILLI VOLT DROP TEST          SLAZER
282                         E-5                   ---                                  BZA/MV100/07      9/21/2023   1   Once    3000   3000
    UNIT                          ELECTRONICS
    HIGH VOLTAGE
283                         E-5   AGRONIC         --              0-5 KV               E5/HVBDT-01       9/21/2023   1   Once    1500   1500
    BREAKDOWN TESTER
284 SPRING BALANCE          E-5   FISH             ---            0-50KGS                   SB01         9/21/2023   1   Once    2000   2000
285 MCB TEST UNIT           E-6   SLAZER          --              0 – 260A                 401071        9/21/2023   1   Once    3000   3000
286 MCB MV DROP TEST        E-6   SLAZER          --              0 – 100A 0 – 200MV       401081        9/21/2023
                                                                                                                     1   Once    3000   3000
    UNIT
                                  AGARWAL         ECPL/20/ET/20
287 DC AMMETER              E-7                                                           2490/05        9/21/2023   1   Once    1100   1100
                                  ELECTRONICS     10-25
288 DC VOLT METER           E-7   MECO-G          SMP35S                                  0813548        9/21/2023   1   Once    1100   1100
                                  AGARWAL
289 DC VOLT METER           E-7                   34A7                                     050/06        9/21/2023   1   Once    1100   1100
                                  ELECTRONICS
                                  AGARAWAL
290 DC VOLT METER           E-7                   34A7                                     10214         9/21/2023   1   Once    1100   1100
                                  ELECTRONICS
291 DC VOLT METER ( DPM)    E-7   MECO-G          R3501DC                                 2648/05        9/21/2023   1   Once    1100   1100
      DIGITAL PANEL METER
292                         E-7   MECO-G          R3501 DC                                2746/05        9/21/2023
      (DC CURRENT)                                                                                                   1   Once    1100   1100
    DIGITAL PANEL METER           AGARAWAL
293 (                       E-7                   34A18                                    050829        9/21/2023
                                  ELECTRONIC                                                                         1   Once    1100   1100
    AC VOLTAGE)
      DIGITAL PANEL METER
294                         E-7   MECO-G          SMP35S                                  1315196        9/21/2023
      (AC CURRENT)                                                                                                   1   Once    1100   1100
                                                 MADE IN
367 VERNIER CALIPER        E-3    MITUTOYO                         0-150 MM            S02832       9/22/2023
                                                 JAPAN.M.N84                                                    1   Once    400    400
368 VERNIER CALIPER        E-4    MITUTOYO       C/N532-102        (0 TO 180MM)        16276017     9/22/2023   1   Once    600    600
369 VERNIER CALIPER 0-     E-5    MITUTOYO                         0-150MM             51221130     9/22/2023
                                                                                                                1   Once    400    400
    150MM
    DIAL TENSION GAUGE
370 (0 TO 250 )            E-6    RISHITA                          0-250 GRMS          MIE-03       9/22/2023   1   Once    1100   1100
    DIAL GAUGE WITHOUT
371                        M-3    MUTUTOYO       2046S             0 - 10MM            WCT906       9/22/2023   1   Once    550    550
    STAND (0-10MM)
                                                                                86
      DIAL TENSION GAUGE
372   (50- 250GM)           M-3   RISHITA                        50-250 GRMS                MIE-02      9/22/2023   1   Once   1100   1100
373   VERNIER CALIPERS      M-3   MITUTOYO                       0-300MM                   51004811     9/22/2023   1   Once   800    800
      DIAL BORE GAUGE
374                         M-3   MITUTOYO        2046F                                    AC-A005      9/22/2023   1   Once   550    550
      INDICATOR (0-90 MM)
375   DIAL GAUGE            M-7   MITUTOYO        2046-08        0-100MM                     3925       9/22/2023   1   Once   550    550
376   VERNIER CALIPERS      LAB   MITUTOYO        ---            0-300MM                   51006075     9/22/2023   1   Once   800    800
      SALTER (TAOCHI)
377   BRUSH HOLDER          E-3   SALTER          ---            0-10 KG                      ---       9/23/2023
      SPRING TENSION                                                                                                1   Once   1100   1100
      CHECKING
      SALTER (TAOCHI)
378   BRUSH HOLDER          E-3   SALTER          ---            0-10 KG                      ---       9/23/2023
      SPRING TENSION                                                                                                1   Once   1100   1100
      CHECKING
      RTW-400R TORQUE                                            100-400 LB.FT, 135-
379                         E-3   RASUKI          RTW 400R                                   8C-05      9/23/2023   1   Once   1500   1500
      WRENCH                                                     540NM
      PNEUMATIC PORTABLE
380                         E-4   NAGMAN          PPC-P          ---                       2011P0316    9/23/2023
      PRESSURE                                                                                                      1   Once   1500   1500
      CALIBRATOR
                                                                 8-50 LB FT,10-
381 TORQUE WRENCH (TW-      E-4   MAC MASTER      TW50           68NM                      1.90E-207    9/23/2023
    50R)                                                                                                            1   Once   1500   1500
                                                                 1-7KG MTS
                                                                 100-0600LBF IN 8-
      TORQUE WRENCH
382                         E-4   MAC MASTER      TW50           50 LB FT, 10-68NM,         2.20E-70    9/23/2023
      FOR GR (TW-50)                                                                                                1   Once   1500   1500
                                                                 1- 7KG MTS
383 GAUGE E-5 SALTER0-50 KG 235 6M B585604 9/23/2023 1 Once 1100 1100
384 GAUGE E-5 SALTER0-50 KG 235 6M B585606 9/23/2023 1 Once 1100 1100
385 GAUGE                   E-5   SALTER0-25 KG   235 6M                                    B396007     9/23/2023   1   Once   1100   1100
                                  GSE TESTING
386 TENSION GAUGE           E-5                   CTT-HI         100-500                     1166       9/23/2023   1   Once   1100   1100
                                  MACHINES
                                                                 10 – 50 LB FT 14 –
387 TORQUE WRENCH           E-6   RASUKI          RTW – 50                                   8C – 2     9/23/2023
                                                                 68 NM1 – 7 KG                                      1   Once   1500   1500
                                                                 MTS
                                                                 5 – 25 LB FT 5 – 35
388 TORQUE WRENCH           E-6   RASUKI          RTW – 25       NM 0.5 – 3.5               8C – 12     9/23/2023
                                                                                                                    1   Once   1500   1500
                                                                 KG MTS
389 GRAM GAUGE 5-50         E-7   RISHITHA                       05-50 GRAMS               MIE-48-5     9/23/2023
                                                                                                                    1   Once   1100   1100
    GRMS
    ULTRASONIC
390 THICKNESS               M-3   BSK                            1.5 TO 66MM               N-975519     9/23/2023
                                                                                                                    1   Once   1600   1600
    GAUGE
      MICROMETER WITH
391                         M-3   MITUTOYO                       0-100MM X 0.01                1        9/23/2023
      INTER- CHANGEABLE                                                                                             1   Once   1400   1400
                                                                 MM
      ANVILS
      MICROMETER WITH
392                         M-3   MITUTOYO                       0.100X0.01MM                  2        9/23/2023   1   Once   1400   1400
      ADJUSTABLE ANVILS
393   MICROMETER            M-3   MITUTOYO                       25-50MM                    2125236     9/23/2023   1   Once   450    450
      ANGLE RINDER                                               0-90 DEG IN ANY
394                         M-5   GILHOT          6E-05T- B6UX                            6E-05T-B6UX   9/23/2023
      MAGNETIC                                                   QUADRENT                                           1   Once   800    800
      BASE
395   DIGITAL ‘J’ GAUGE     M-6   JYOTHI                         0.01MM                       1250      9/23/2023   1   Once   1100   1100
396   TORQUE WRENCH         M-6   MAC MASTER                     100R                        23J-04     9/23/2023   1   Once   1500   1500
      DIGIMATIC OUTSIDE
397                         M-7   MITUTOYO        293-523-30     50-75MM                    7279398     9/23/2023   1   Once   450    450
      MICROMETER
                                                  50-250 LB.FT
398 TORQUE WRENCH           M-7   GRIP HOLD       70-340 NM,     250R                        23J-03     9/23/2023
                                                  7-35KGF.MTR                                                       1   Once   1500   1500
399 TORQUE WRENCH           M-7   BRITOOL         AVT – 300A     0.5 – 3.4 KG               N002475     9/23/2023   1   Once   1500   1500
400 TORQUE WRENCH           M-7   BRITOOL         AVT – 100A     0.3 – 1.2 KG               N003316     9/23/2023   1   Once   1500   1500
                                                                 5-25LB.FT, 5-35NM,
401 TORQUE WRENCH 25R       M-7   RASUKI          RTW25R                                     8C-07      9/23/2023
                                                                 0.5-3.5 KGMTS                                      1   Once   1500   1500
                                                                 50-250 LB.FT
402 TORQUE WRENCH 250R      E-3   MAC MASTER      TW250R         70-340 NM,          7-     281-26      9/25/2023
                                                                                                                    1   Once   1500   1500
                                                                 5KGF.MTR
                                                                 50-250 LB.FT
403 TORQUE WRENCH 250R      E-3   RASUKI          TW250R         70-340 NM,          7-    22JN-548     9/25/2023
                                                                                                                    1   Once   1500   1500
                                                                 5KGF.MTR
                                                                 50-250 LB.FT
404 TORQUE WRENCH 250R      E-3   MAC MASTER      TW250R         70-340 NM,          7-     281-21      9/25/2023
                                                                                                                    1   Once   1500   1500
                                                                 5KGF.MTR
                                                                 50-250 LB.FT
405 TORQUE WRENCH 250R      E-3   RASUKI          TW250R         70-340 NM,          7-    22JN-549     9/25/2023
                                                                                                                    1   Once   1500   1500
                                                                 5KGF.MTR
                                                                               87
                                                                    50-250 LB.FT
406 TORQUE WRENCH 250R       E-3   RASUKI       TW250R              70-340 NM,      7-    22JN-346     9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
                                                                    50-250 LB.FT
407 TORQUE WRENCH 250R       E-3   MAC MASTER   TW250R              70-340 NM,      7-     281-28      9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
                                                                    50-250 LB.FT
408 TORQUE WRENCH 250R       E-3   MAC MASTER   TW250R              70-340 NM,      7-     281-30      9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
                                                                    50-250 LB.FT
409 TORQUE WRENCH 250R       E-3   MAC MASTER   TW250R              70-340 NM,      7-     281-27      9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
                                                                    50-250 LB.FT
410 TORQUE WRENCH 250R       E-3   RASUKI       TW250R              70-340 NM,      7-    22JN-543     9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
                                                                    50-250 LB.FT
411 TORQUE WRENCH 250R       E-3   RASUKI       TW250R              70-340 NM,      7-    22JN-544     9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
                                                                    50-250 LB.FT
412 TORQUE WRENCH 250R       E-3   RASUKI       TW250R              70-340 NM,      7-    22JN-550     9/25/2023
                                                                                                                   1   Once   1500   1500
                                                                    5KGF.MTR
      VERNIER CALIPERS (0-
413                          E-4   MITUTOYO     C/N532-102          0-180mm               16276106     9/25/2023   1   Once   400    400
      180MM)
414   DIGITAL ANEMOMETER     E-4   FLUKE                      925                          1112051     9/25/2023   1   Once   3000   3000
      FLUKE FIBER OPTICS
415                          E-7   STANLEY      SLS525                                    210300017    9/25/2023   1   Once   1500   1500
      CABLE TEST
      FLUKE FIBER OPTICS
416                          E-7   STANLEY      OPM 510                                   203100122    9/25/2023   1   Once   1500   1500
      CABLE TEST
      FLUKE FIBER OPTICS
417                          E-7   STANLEY      SLS525                                    210300014    9/25/2023   1   Once   1500   1500
      CABLE TEST
      FLUKE FIBER OPTICS
418                          E-7   STANLEY      OPM 510                                   203100106    9/25/2023   1   Once   1500   1500
      CABLE TEST
419   DIGITAL ANEMOMETER     M-3   FLUKE                      925                          1112051     9/25/2023   1   Once   3000   3000
    DISTILLED WATER
    PLANT- BATTERY
420                          M-4   MULTISPAN    MDC-1901                                     ---       9/25/2023
    ROOM DIGITAL METER
    FOR TEMPERATURE                                                                                                1   Once   500    500
    CONTROLLER
      JET CLEANING
      MACHINE DIGITAL
423                          M-4   EMTECH       ETC401                                       ---       9/25/2023
      METER FOR
      TEMPERATURE                                                                                                  1   Once   500    500
      CONTROLLER
      OIL FILTERATION
424                          M-4   MULTISPAN    MDC-1901            0-600ºC                  ---       9/25/2023
      PLANT CBS – DIGITAL                                                                                          1   Once   1500   1500
      METER
      WHEEL FLANGE
425                          M-7   LAKSHMI      D/TRS/4/405                                666343      9/25/2023
      PROFILE TEMPLATE                                                                                             1   Once   1100   1100
      FOR BG MEMO
    OIL FILTRATION
450                        M-4   FAIR PERFECT                  0-200ºC                  ---        9/26/2023
    PLANT NACH –                                                                                               1   Once   500    500
    ANALOG METER
    OVEN DIGITAL METER
451 FOR TEMPERATURE        M-4   MULTISPAN      MDC-1901       0-400ºC                  ---        9/26/2023
    CONTROLLER                                                                                                 1   Once   500    500
    OVEN DIGITAL METER
452 FOR CONTROLLER         M-4   DIGIQUAL       ---            0-400ºC                709439       9/26/2023   1   Once   500    500
453 OUTSIDE MICRO          M-6   MITUTOYO                      300-400MM             62002482      9/26/2023
                                                                                                               1   Once   800    800
    METER
    BORE GAUGE WITH
454 DIAL INDIACTOR         M-7   MITUTOYO       511-128P       50 – 100 MM        1214430/132907   9/26/2023   1   Once   550    550
455 SNAP GAUGE M-7 MITUTOYO 175-200MM 22110 / XXW362 9/26/2023 1 Once 1100 1100
456 SNAP GAUGE M-7 MITUTOYO 225-250MM 22789 / XXA730 9/26/2023 1 Once 1100 1100
457 SNAP GAUGE M-7 MITUTOYO 275-300MM 50935 / XXW627 9/26/2023 1 Once 1100 1100
458 SNAP GAUGE             M-7   MITUTOYO                      125-150MM          50950 / XXW353   9/26/2023   1   Once   1100   1100
    OUTSIDE MICROMETER
459 25 - 50 MM             M-7   MITUTOYO       ----           25 – 50 MM            0481405       9/26/2023   1   Once   450    450
523 DIGITAL GREASE            E-3    ANTIMU         AM-GM-700       0-1000CM³, 70MPA       M30115       2/12/2024
                                                                                                                     1   Once    1500   1500
    METERS
524 DIGITAL GREASE            E-3    ANTIMU         AM-GM-700       0-1000CM³, 70MPA       M30116       2/12/2024
                                                                                                                     1   Once    1500   1500
    METERS
                                                                    540-1380NM,
525 TORQUE WRENCH             E-3    MAC MASTER     1000R                                   23J-02      2/12/2024
                                                                    55-140KGF.M                                      1   Once    1500   1500
    1000R
526 GRAM GAUGE                E-4    TRANSCAL       CTT-HI          50G-500G                 1169       2/12/2024    1   Once    1100   1100
                                                                    0.3-1.2 KG, 2.5 TO
527 TORQUE WRENCH 10R         E-4    MAC MASTER     TW-10R                                  19B-12      2/12/2024    1   Once    1500   1500
                                                                    11NM
                                                                    RANGE: 20MAMP,
                                     SLAZER
528 PRESSURE INDICATOR        E-4                   ---             RESOLUTION:           BZA/PRI/03    2/12/2024
                                     ELECTRONICS                                                                     1   Once    1100   1100
                                                                    0.1M AMP
                                                                    RANGE: 20MAMP,
                                     SLAZER
529 PRESSURE INDICATOR        E-4                   ---             RESOLUTION:           BZA/PRI/04    2/12/2024
                                     ELECTRONICS                                                                     1   Once    1100   1100
                                                                    0.1M AMP
    DIGITAL CAPACITANCE
530                           E-4    KEYSIGHT       UI701B          1000PF-199.99MF      MY62030031     2/12/2024    1   Once    2000   2000
    METER
    DIGITAL CAPACITANCE
531                           E-4    KEYSIGHT       UI701B          1000PF-199.99MF      MY62030040     2/12/2024    1   Once    2000   2000
    METER
    TORQUE WRENCH 3/8''
532                           E-4    MAC MASTER     TW25R           0.5-3.5 KG (5-          28B-13      2/12/2024
    SQ.DRIVE 25R                                                                                                     1   Once    1500   1500
                                                                    35NM)
    TORQUE WRENCH 1/2''
533                           E-4    MAC MASTER     TW100R          3-14 KG (25-            25D-28      2/12/2024
    SQ.DRIVE 100R                                                                                                    1   Once    1500   1500
                                                                    135NM)
534 PRESSURE GAUGE            E-5    HKCO           ---             0-14 KG/CM2            2990419      2/12/2024    1   Once    800    800
535 PRESSURE GAUGE            E-5    HKCO           ---             0-14 KG/CM2            2930419      2/12/2024    1   Once    800    800
536 PRESSURE GAUGE            E-5    HKCO           ---             0-14 KG/CM2            2830419      2/12/2024    1   Once    800    800
537 2.5KV MEGGER              E-5    SONEL POLAND   MIC2501         2.5KV                  CD2257       2/12/2024    1   Once    3000   3000
    DIGITAL CAPACITANCE
538                           E-5    KEYSIGHT       UI701B          1000PF-199.99MF      MY62040001     2/12/2024    1   Once    2000   2000
    METER
    DIGITAL PANEL METER
539                           E-5    MECO           SMP48           1000V DC               1810907      2/12/2024    1   Once    1100   1100
    (DC)
    DIGITAL PANEL METER
540                           E-5    MECO           SMP96           750V AC                1801319      2/12/2024    1   Once    1100   1100
    (DC)
                                                                    600MV-1000V DC,
541 DIGITAL CLAMP             E-6    KUSUM MECO     KM4002          6V-1000V AC, 60A-       215336      2/12/2024
    METER                                                                                                            1   Once    1100   1100
                                                                    1000A AC/DC
                                                                    1000V AC/DC,
542 DIGITAL MULTIMETER        E-6    FLUKE          87-V                                   39730767     2/12/2024    1   Once    1100   1100
                                                                    10A AC/DC
                                                                    600MV-1000V DC,
543 DIGITAL CLAMP             E-7    KUSUM MECO     KM4002          6V-1000V AC, 60A-       215338      2/12/2024
    METER                                                                                                            1   Once    1100   1100
                                                                    1000A AC/DC
    DIGITAL CAPACITANCE
544                           E-7    KEYSIGHT       UI701B          1000PF-199.99MF      MY62030029     2/12/2024    1   Once    2000   2000
    METER
                                     MCM
545 BEARING ANALYSER          M-3                   BVT-111         3300RPM                  265        2/12/2024
                                     INSTRUMENTS                                                                     1   Once    1100   1100
                                                                                91
    TORQUE WRENCH 1/2''
546                           M-3    MAC MASTER    TW100R        3-14 KG (25-           28A-69      2/12/2024
    SQ.DRIVE 100R                                                                                               1   Once   1500   1500
                                                                 135NM)
    TORQUE WRENCH 3/8''
547                           M-3    MAC MASTER    TW25R         0.5-3.5 KG (5-         28B-14      2/12/2024
    SQ.DRIVE 25R                                                                                                1   Once   1500   1500
                                                                 35NM)
                                                                 2MH-20H 0MF –
      DIGITAL LCR 4 ½ DIGIT
548                           M-3    KUSUM MECO    KM520B        20NF 0Ω-200MΩ       VA-181209806   2/12/2024
      METER                                                                                                     1   Once   1500   1500
                                                                 200MA-10A
    FEMALE GAUGE
    TEMPLATE FOR BG               HYT           COFMOW/UF                              COFMOW/UFW
586                        M-4                                     ---                                  2/13/2024
    MEMUS 29.4MM WORN             ENGINEERING   WL/BG/2007                              L/BG/2007/01
    WHEEL (CARRIAGE                                                                                                  1   Once    1100   1100
    AND WAGON STOCK)
    FEMALE GAUGE WEAR
    ADOPTED TEMPLATE              HYT                                                   PROFILE NO:
587                        M-4                  SKDL 2561          ALT-8                                2/13/2024
    FOR DIESEL &                  ENGINEERING                                            127.1011.12
    ELECTRIC FOR BG                                                                                                  1   Once    1100   1100
    LOCOS
    FEMALE GAUGE THICK
    FLANGE TEMPLATE               HYT                                                   GAUGE NO:
588                        M-4                  CSL-3040           ALT-2                                2/13/2024
    FOR DIESEL &                  ENGINEERING                                           127.1011.16
    ELECTRIC FOR BG                                                                                                  1   Once    1100   1100
    LOCOS
    PROFILE   CHECKING                          RDSO DRG:
                                  GANAPATHY                                            1-G-C-ELS-BZA-
589 GAUGE FOR IRS THICK    M-6                  C.S.L.3040-ALT- 02 ---                                  2/13/2024
                                  INDUSTRIES                                                SCR
    FLANGE (BG AC LOCO                                                                                               1   Once    1100   1100
    WHEEL)
624 SHORT TURN              M-7    AQUILA          LIITLE GAINT       OD 100MM-100      AQ/ST/02/04-22    6/12/2024
                                                                                                                      1   Once   1100   1100
    INDICATOR
625 SHORT TURN              M-7    AQUILA          LIITLE GAINT       OD 100MM-100      AQ/ST/03/04-22    6/12/2024
                                                                                                                      1   Once   1100   1100
    INDICATOR
626 SHORT TURN              M-7    AQUILA          LIITLE GAINT       OD 100MM-100      AQ/ST/04/04-22    6/12/2024
                                                                                                                      1   Once   1100   1100
    INDICATOR
627 PUSH PULL GAUGES        M-7    YUYUTSU         ---                0-5000 GRAMS          18339         6/12/2024   1   Once   1100   1100
628 PUSH PULL GAUGES        M-7    YUYUTSU         ---                0-5000 GRAMS          18521         6/12/2024   1   Once   1100   1100
629 PUSH PULL GAUGES        M-7    YUYUTSU         ---                0-5000 GRAMS          18304         6/12/2024   1   Once   1100   1100
      DIGITAL DIAL GAUGE           BROWN &
630                         M-7                    ---                0-1MM                 934537        6/12/2024
      WITH MAGNETIC                SHARP                                                                              1   Once   550     550
      STAND
      DIGITAL VERNIER
637                         M6     MITUTOYO        500-151-30         0-150MM             B21228718       6/12/2024   1   Once   400     400
      CALIPER 0-150MM
                                                     Total for 637 Items                                                                886550
                                                94
ANNEXURE-“A”
PROFORMA
        01            02                   03            04                05
    A
    B
    C
    Z
        01             02                   03            04               05
    A
    B
    C
    Z
        01            02                   03            04                05
        A
        B
        C
        Z
ANNEXURE-“B”
PROFORMA
      Sl.    Particulars      No. of    Kind     Capacity      Age and        Approx.         Purchase Bill No. &
      No.    of               Units     and                    Condition      cost in Rs.     Date and
             machinery,                 make                                  in lakhs        Registration
             Plant &                                                                          particulars
             equipment
       01         02            03        04           05            06              07                 08
      A
      B
      C
      Z
     Sl.    Particulars      No. of    Kind    Capacity      Age and         Approx.        Purchase Bill No. &
     No.    of               Units     and                   Condition       cost in        Date and Registration
            machinery,                 make                                  Rs. in         particulars
            Plant &                                                          lakhs
            equipment
      01         02            03        04       05             06              07                   08
     A
     B
     C
     Z
ANNEXURE-“C”
ANNEXURE-“D”
ANNEXURE-“E”
EXPERIENCE/PERFORMANCE CERTIFICATE
Note:
1) This certificate in this proforma is to be issued only for physically Completed work.
    2) This certificate to be issued by an Officer not below the rank of JA Grade or Bill Passing Officer
       in Railways and Bill Passing Officer / Executive In-charge of work in other Govt. / Govt. bodies /
       Public Sector Undertaking. The certificate should bear the signature and seal of the issuing
       officer, name of the department etc.
    3) It is to be ensured that the above details are covered in the experience certificate submitted by the
       tenderer, otherwise which his bid shall be rejected.
                                                                      Signature           :
                                                                      Name of Officer     :
                                                                      Designation         :
                                                                      Address             :
                                                                      Office Seal         :
                                                                      Phone / Fax No. :
                                                                      Date
                                                             99
                                                                                       ANNEXURE-“F”
TENDERER’S INFORMATION
4. GST No. :
Station:
Date:                                                                 SIGNATURE OF THE TENDERER (S):
                                                                            NAME OF THE TENDERER(S):
                                         100
ANNEXURE-“G”
NEFT / RTGS
MANDATE FORM
1. Name of City
3.    Bank’s Name
4.    Branch Address
7. Type of Account
ANNEXURE-“H”
1. In compliance to the provision of the minimum wages act 1948 and rules made there under in respect of any
   employees engaged by me/us. I/We hereby declare that the labour engaged by me/us have been fully paid for. In
   the event of any outstanding due to be payable to any labour / labours engaged by me/us, corporation is entitled to
   recover the same from any money due to accruing to me/us in consideration of payment to such labour / labours.
2 Certified that EPF Act 1952. Minimum wages act 1948, Workmen compensation Act 1923, Contract
  Labour Act 1938, Factories Act 1948 have been fully complied with by
  Me / Us. Photocopies of challans for EPF/ESI deposited are enclosed herewith
3. Certified that ……. Nos. of staff has been paid through the bank transfer.
4 Certified that weekly off is given to all the employees and overtime payment, if required, is made to the concerned
  as per the prescribed rates.
5. We have paid wages as per notification No. ------------------------ or later (whichever is applicable) issued by the
   state government / govt of India.
 6. I also undertake that, if at any point of time during progress of work or after completion of work it is found that
   any of the statutory provisions like EPF Act 1952, Minimum wages act 1948, Workmen compensation Act 1923,
   Contract Labour Act 1938, Factories Act 1948 etc. has not been complied, with than I shall be held morally,
   financially and legally responsible. I also undertake to indemnify RAILWAY ADMINISTRATION for such
   lapses.
Railway’s representative
                                                                                    ANNEXURE-“I”
                                          IDENTITY CARD
DATE OF ISSUE :
PARTICULARS OF PERSONNEL
                                                                                           Office of __________
                                                                                           __________.Railway
No.                                                                                             Dated.
________
The PFA/Sr.DFM/Dy.FA
HQ/Division/Workshop/Cost
                                                   (Signature)
                                                                                         Name:______________
                                                                                   Designation______________
                                                  (Official seal)
                                                         104
Annexure-(LC)-2
DOCUMENT OF AUTHORIZATION
The beneficiary of the aforementioned Letter of Credit M/s_____(NAME AND VENDER CODE)_____ as per
GEM____ is entitled to receive payment aggregating INR ____$$$____FROM ABSTRCT OF BILL PASSED
out of a total LC amount of ______INR____(FROM MASTER TABLE OF LC OPENED) _____against the
first/second*)Commercial Invoice No. (FROM IPAS) _____ dated ____FROM IPAS ______for INR (FROM
IPAS)____raised against the above contract from State Bank of India____(branch- FROM LC MASTER
TABLE)____ on the strength of this Certificate.
 The details of payments already made to the beneficiary under this Letter of Credit are as follows.
S.No          Invoice         Invoice          Invoice           LCDA            LCDA             Amount
                 No.            date           Amount              No.             date              paid
                                                (INR)                                              (INR)
Total Paid
                                           ___________ RAILWAY
                                             (Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
1. In spite of repeated instructions to you by the subordinate offices as well as by this office through various
   letters of even no. ________________, dated __________; you have failed to start work/show adequate
   progress and/or submit detailed programme for completing the work/ part of work (details of part of work
   to be mentioned).
2. Your attention is invited to this office/Chief Engineer’s office letter no. ___________ ________, dated
     __________ in reference to your representation, dated ____________.
3. As you have failed to abide by the instructions issued to commence the work /to show adequate progress of
     work you are hereby given 7 days’ notice in accordance with Clause 62 of the Standard General Conditions
     of Contract to commence works / to make good the progress, failing which further action as provided in
     Clause 62 of the Standard General Conditions of Contract viz. to terminate your Contract and complete the
     balance work without your participation will be taken.
                                                                                                 Yours faithfully
                                                                      For and on behalf of the President of India
                                                      106
                                                                                         ANNEXURE-VIII
                                                                           Registered Acknowledgement Due
                                          ___________ RAILWAY
                                            (Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
1. Seven days’ notice under Clause 62 of the Standard General Conditions of Contract was given to you under
   this office letter of even no., dated ____________; but you have taken no action to commence the
   work/show adequate progress of the work.
2. You are hereby given 48 hours’ notice in terms of Clause 62 of the Standard General Conditions of Contract
   to commence works / to make good the progress of works, failing which and on expiry of this period your
   above contract will be rescinded and the work under this contract will be carried out independently without
   your participation and your Security Deposit shall be forfeited and Performance Guarantee shall also be
   encashed and any other consequences which may please be noted.
Yours faithfully
                                 ______________ RAILWAY
                                     (Without Prejudice)
No. ________________________________                 Dated ____________ To
M/s _____________________________
_________________________________
Dear Sir,
Forty eight hours (48 hrs.) notice was given to you under this office letter of even no., dated
_______________; but you have taken no action to commence the work/show adequate progress of the work.
Since the period of 48 hours’ notice has already expired, the above contract stands rescinded in terms of
Clause 62 of the Standard General Conditions of Contract and the balance work under this contract will be
carried out independently without your participation. Your participation as well as participation of every
member/partner in any manner as an individual or a partnership firm/JV is hereby debarred from participation
in the tender for executing the balance work and your Security Deposit shall be forfeited and Performance
Guarantee shall also be encashed.
Yours faithfully
          In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt-
------------------- ( hereinafter called “ the said Contractor(s)”) from the demand, under the terms and conditions of
an Agreement dated                      made between and                       for
(hereinafter called “the said Agreement”), of performance guarantee for the due fulfillment by the said
contractor(s) of the terms and conditions contained in the said Agreement, on production of a Bank Guarantee 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 any
loss / damage caused to or suffered or would be caused to or suffered by the Government by reasons of any breach
by the said contractor(s) of any of the terms or conditions contained in the said Agreement.
2.                We ---------------------------------(indicate the name of the Bank) do hereby undertake to pay the
amounts due and payable under this guarantee without any demur, merely on a demand from the Government
stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by
the Government by reason of breach by the said contractor(s) of any of the terms or conditions contained in the
said Agreement or by reason of the contactor(s) failure to perform the said Agreement. Any such demand made on
the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However,
our liability under this guarantee shall be restricted to an amount not exceeding Rs ---------------- --.
3.                 We undertake to pay to the Government any money so demanded notwithstanding 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 the contractor(s) / supplier(s) shall have no claim against us for making such payment.
4.                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 Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue
of the said Agreement have been fully paid and its claims satisfied or discharged or till -------------------------
Office/Department) Ministry of -------------------------certifies that the terms and conditions of the said Agreement
have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee.
Unless a demand or claim under this guarantee is made on us in writing on or before the----------------------------- we
shall be discharged from all liability under this guarantee thereafter.
5.                We,---------------------- (indicate the name of the Bank) further agree with the Government that the
Government shall have the fullest liberty without our consent and without affecting in any manner our obligations
hereunder to vary any of the terms and conditions of the said 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 exercisable
by the Government against the said Contractor(s) and to
6.                forbear or enforce any of the terms and conditions relating to the said agreement and we shall not
be relieved from our liability by reason of any such variation, or extension 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 the sureties would, but
for this provision, have effect of so relieving us.
7.                      This guarantee will not be discharged due to the change in the constitution of the bank or the
Contractor(s) / Supplier(s).
8.                We,----------------------- (indicate the name of the bank) lastly under take not to revoke this guarantee
during its currency except with the previous consent of the Government in writing.
                                                                             Dated: the              day of              20
                                                                                          For
                                                                                            (Indicate the name of the bank)
                                                            109
                                                                                                        ANNEXURE-XI
                                     DECLARATION BY THE TENDERER
   i. I/We here by confirm and declare that my/our firm/company M/s is  not blacklisted/delisted
      or debarred with any company of Private/Public Ltd. or Government Company/ Govt. deptt.
      from participating in the tender as on date.
   ii. I/We here by confirm and declare that my/our firm/company M/s............................................
       Has never been put on defaulter list by EPF/ ESI/ Service Tax/ Labor Deptt.etc.
   iii. I/We here by confirm and declare that my/our firm/company M/s is/are not involved in any illegal
        activity and/or has not been charge sheeted for any criminal act during last five years.
  iv. I/We further undertake that in case any of the facts sworn in as mentioned above and any
      particulars mentioned in our applications are found other-wise or incorrect or false at any stage,
      my/our firm/ company shall stand debarred from the present and future tenders of the RAILWAY
      ADMINISTRATION. Besides, RAILWAY ADMINISTRATION shall be entitled to take all such
      actions as may be deemed fit under the provision of this Agreement as well as under the frame
      work of law including termination of contract, if awarded, without any claim for any
      compensation, damages, costs etc. whatsoever on account of such premature closure of the
      contract.
  v. I/We do hereby undertake that none of the Central / State government department / public sector
     undertaking / other government entity or local body has debarred us for business as on the date of
     tender submission. Also no work has been rescinded / terminated by RAILWAY
     ADMINISTRATION after award of contract to us during last 2 years due to our non-
     performance.
   vi. I/We hereby declare that no retired Manager of the Gazetted rank or any other Gazetted Officer
       working before her retirement, whether in the executive or administrative capacity or whether holding
       a pensionable post or not, in any department of any of the Railways owned and administered by the
       President of India for the time being, has been employed with our firm.
   I/We know that to swear a false affidavit is a crime under the law and with such knowledge only I
have swear this Affidavit.
                                                                                              ANNEXURE-XII
                                          INDEMNITY BOND
                              (On Stamp papers of Rs.100/- or requisite value)
                                                  *****
10    In the event of any loss damage or deterioration as aforesaid, the assessment of such loss or
      damage or _____________________________deterioration, the assessment of compensation
      therefore would be made by the President of India or by his authorised Nominee and the said
      assessment shall be final and binding upon us.
11    In witness whereof I, ________________________________have executed this Indemnity Bond on
      the date, month and year first written at _______________________________dated this
      __________________day of_____________________20 _.
     (2)
                                                    111
                                                                                            ANNEXURE- SPL ‘A’
                                                                                                     Sheet 1/1
                PROFORMA FOR INITIAL INSPECTION REPORT FOR
SERVICING/ CALIBRATION OF MEASURING & TESTING INSTRUMENTS OF ELS/BZA FOR A
                    PERIOD OF ONE (01) YEAR-QTY: 637 NOS.
  Counter signed
  Signature
  Name
  Designation
***END OF DOCUMENT***