0% found this document useful (0 votes)
20 views112 pages

01tenderdocument 1

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views112 pages

01tenderdocument 1

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 112

Tender No.ELS-BZA-eTN-06-2023-24 Dt:29.08.2023.

TENDER DOCUMENT

FOR

SERVICING/ CALIBRATION OF MEASURING & TESTING INSTRUMENTS OF ELS/BZA


FOR A PERIOD OF ONE (01) YEAR-QTY: 637 NOS.

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

Tender No.ELS-BZA-eTN-06-2023-24 Dt.29.08.2023


ELECTRICAL DEPARTMENT/TRACTION ROLLING STOCK
VIJAYAWADA

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

5 List of Works on Hand in Annexure – “D” (Optional)


6 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 (Mandatory). Non
submission of the certificate by the tenderer shall result in summary rejection of his /their
tender.
8 Tenderer’s Information- Annexure – “F”
9 NEFT Mandate Form - Annexure – “G”
10 The tenderers shall submit Format of Certificate along with tender documents, as
Annexure-“V” (Mandatory). 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 the certificate by the tenderer shall result in
summary rejection of his /their tender.
11 Performance guarantee- Annexure-“X”
12 The tenderers shall submit the Declaration as per Annexure-“XI” (Mandatory). Non
submission of the certificate by the tenderer shall result in summary rejection of his /their
tender.
13 Registration Number of GST
14 Any other information / certificates required as per Tender document
15 The check list is indicative and not exhaustive. The bidders must go through the complete tender
documents and submit the required document accordingly.
6

निनिदासूचिा TENDER NOTICE

दक्षिणमध‍य
् रे लवेSOUTH CENTRAL RAILWAY क्षवजयवाडामं डलVIJAYAWADA DIVISON

मं डलरे लप्रबंधककाकायाष लय,‍कर्ष णचलस‍ट


् ॉक,‍क्षवदयुतलोकोशे ड,‍क्षवजयवाडा
DRM’S OFFICE/TRACTION ROLLING STOCK/ELECTRIC LOCO SHED/VIJAYAWADA

क्र.सं. क्षववरण कायषकानाम


Sl.No. DESCRIPTION NAME OF THE WORK
1. क्षनक्षवदासं.‍ ईएलएस-बीजे डए‍–‍ईटीएन‍-‍06-2023-24,‍क्षदनां क.29.08.2023
Tender No. ELS-BZA-eTN-06-2023-24, DATED: 29.08.2023.
2. कायषकानाम Servicing/calibration of measuring & testing instruments of
Name of the work ELS/BZA for a period of one (01) year-Qty: 637 Nos.
3. अनु माक्षनतमूल‍य्
₹ 10,75,629/- (Including GST @18%)
Approximate value
4. क्षनक्षवदाफामष कामू ल‍य

NIL
Cost of the tender form
5. Bid security
₹ 21,500/-
6. क्षनक्षवदाखोलने कीतारीखवसमय
20.09.2023 @15.00बजे Hrs.
Date & time of Tender Opening.
7. क्षवज्ञापन्अवक्षध
29.08.2023 to तक 05.09.2023
Advertisement period
8. प्रस्ताव जमा करने की अवक्षध
06.09.2023 to तक 20.09.2023
Offer submission period
9. समापनअवक्षध्
Twelve (12) months from the date of commencement of work.
Completion Period
10. ठे केकाप्रकार
कायष्WORKS
Type of contract
11. प्रस्‍तावोंकीवैधता
60 क्षदन्days
Validity of offers
12. टें डरप्रस्‍तुक्षतएवंमूल‍य
् ां कनपद्धक्षत
Open tendering system. Single packet system. Tenders should
Mode of Tender submission & be submitted online through website www.ireps.gov.in only.
Evaluation
13. कायषस्‍थान क्षवदयुतलोकोशेड,‍क्षवजयवाडा‍–‍520‍009
Location of work Electric loco shed, Vijayawada-520 009

मं डलरे लप्रबंधक‍(कर्ष णचलस‍ट ् ॉक)‍Divisional Railway Manager (TRS)


क्षवदयुतलोकोशेड,‍द.म.रे लवे,‍क्षवजयवाडाElectric Loco Shed, S.C.Rly., Vijayawada
कृतेभारतकेरार्‍ट् र पक्षतकीओरसेFor and on behalf of President of India.
7

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).

Visit our site at “http://www.ireps.gov.in”


8

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.

TENDERS FOR WORKS


3. Tender Form: Tender Forms shall embody the contents of the contract documents either directly or by
reference and shall be as per specimen form, Annexure-I. e-Tender Forms shall be issued free of cost to all
tenderers.
4. Omissions & Discrepancies: Should a tenderer find discrepancies in or omissions from the drawings or
any of the Tender Forms or should he be in doubt as to their meaning, he should at once notify the
authority inviting tenders. The tender inviting authority may, if deemed necessary, clarify the same to all
tenderers. It shall be understood that every endeavor has been made to avoid any error which can
materially affect the basis of tender and successful tenderer shall take upon himself and provide for the risk
of any error which may subsequently be discovered and shall make no subsequent claim on account
thereof.
5. Bid Security:
(1) (a) The tenderer shall be required to submit the Bid Security with the tender for the due performance
with the stipulation to keep the offer open till such date as specified in the tender, under the conditions
of tender. The Bid Security shall be as under:

Value of the Work Bid Security


For works estimated to costup to ₹ 1 crore 2% of the estimated cost of the work

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.

Signature of Witnesses: ____________________

(1) _________________ Signature of Tenderer(s)

(2) __________________ Date _____________

Address of the Tenderer(s)

_______________________
15

ANNEXURE - I (Contd. …)

TENDER FORM (Second Sheet)


1. Instructions to Tenderers and Conditions of Tender: The following documents form part of
Tender / Contract:
(a) Tender Forms – First Sheet and Second Sheet
(b) Special Conditions/Specifications (enclosed)
(c) Bill(s) of quantities (enclosed)
(d) Standard General Conditions of Contract and Standard Specifications (Works and Materials) of Indian
Railways as amended/corrected up to latest correction slips, copies of which can be seen in the office
of Sr.DEE/TRS/ELS/BZA or obtained from the office of the Chief Engineer, South Central Railway
on payment of prescribed charges.
(e) Standard Schedule of Rates (SSOR) as amended / corrected up to latest correction slips, copies of
which can be seen in the office of Sr.DEE/TRS/ELS/BZA or obtained from the office of the Chief
Engineer,South Central Railway on payment of prescribed charges.
(f) All general and detailed drawings pertaining to this work which will be issued by the Engineer or his
representatives (from time to time) with all changes and modifications.
2. Drawings for the Work: The Drawing for the work can be seen in the office of the
Sr.DEE/TRS/ELS/BZA and / or Chief Engineer, South Central Railway at any time during the office
hours. The drawings are only for the guidance of Tenderer(s). Detailed working drawings (if required)
based generally on the drawing mentioned above, will be given by the Engineer or his representative
from time to time.
3. The Tenderer(s) shall quote his / their rates as a percentage above or below the Standard Schedule of
Rates (SSOR) of South Central Railway as applicable to Vijayawada Division except where he/they are
required to quote item rates and must tender for all the items shown in the Bill(s) of Quantities attached.
The quantities shown in the attached Bill(s) of Quantities are given as a guide and are approximate only
and are subject to variation according to the needs of the Railway. The Railway does not guarantee work
under each item of the Bill(s) of Quantities. The tenderer(s) shall quote rates / rebates only at specified
place in Tender Form supplied by Railway. Any revision of rates / rebates submitted (quoted) through a
separate letter whether enclosed with the bid (Tender Form) or submitted separately or mentioned
elsewhere in the document other than specified place shall be summarily ignored and will not be
considered.
4. Tenders containing erasures and / or alterations of tender documents are liable to be rejected. Any
correction made by tender(s) in his/their entries must be attested by him / them.
5. The works are required to be completed within a period as stipulated in Tender Schedule from the date of
issue of acceptance letter.

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.

10. Eligibility Criteria:


10.1 Technical Eligibility Criteria:
(a) The 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:

(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.

Note for Item 10.1:

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).

14. Documents to be Submitted Along with Tender


(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) All documents in terms of Para 10 of the Tender Form (Second Sheet) above.
21

(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.

16. Employment/Partnership etc. of Retired Railway Employees:

(a) Should a tenderer


i) be a retired Engineer of the gazetted rank or any other gazetted officer working before his retirement,
whether in the executive or administrative capacity or whether holding a pensionable post or not, in
the Engineering or any other department of any of the railways owned and administered by the
President of India for the time being,
OR
ii) being partnership firm / joint venture (JV) / registered society / registered trust etc have as oneof its
partners/members a retired Engineer of the gazetted rank or any other gazetted officer working
before his retirement, OR iii) being an incorporated company have any such retired Engineer of the
gazetted rank or any other gazetted officer working before his retirement as one of its directors
AND
in case where such Engineer or officer had not retired from government service at least 1 year prior
to thedate of submission of the tender
THEN
the tenderer will give full information as to the date of retirement of such Engineer or gazetted
officer from the said service and as to whether permission for taking such contract, or if the
Contractor be a partnership firm or an incorporated company, to become a partner or director as the
case may be, has been obtained by the tenderer or the Engineer or officer, as the case may be from
the President of India or any officer, duly authorized by him in this behalf, shall be clearly stated in
writing at the time of submitting the tender.
b) In case, upon successful award of contract, should a tenderer depute for execution of the works under
or to deal matters related with this contract, any retired Engineer of gazette rank or retired gazetted
officer working before his retirement in the Engineering or any other department of any of the
railways owned and administered by the President of India for the time being, and now in his
employment, then the tenderer will ensure that retired Engineer or retired gazetted officer had
retired from government service at least 1 year prior to the date of his employment with tenderer
and in case he had retired from service within a year then he possesses the requisite permission
from the President of India or any officer, duly authorized by him in this behalf, to get associated
with the tenderer.
c) Should a tenderer or Contractor being an individual, have member(s) of his family or in the case of
partnership firm/ company / joint venture (JV) / registered society / registered trust etc. one or more
of his partner(s)/shareholder(s) or member(s) of the family of partner(s)/shareholder(s) having share
of more than 1%in the tendering entity employed in gazetted capacity in the Engineering or any
23

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.

JOINT VENTURE (JV) IN WORKS TENDERS

17. Participation of Joint Venture (JV) in Works Tender: This para shall be applicable for works tenders
wherein tender documents provide for the same.

17.1 Separate identity/name shall be given to the Joint Venture.

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.

17.5 Bid Security shall be submitted by JV or authorized person of JV either as:


(i) Cash through e-payment gateway or as mentioned in tender document, or
(ii) Bank Guarantee bond either in the name of JV, or in the name of all members of JV as per MOU
irrespective of their share in the JV if the JV has not been constituted legally till the date of
submission of tender.
17.6 A copy of Memorandum of Understanding (MoU) duly executed by the JV members on a stamp paper,
shall be submitted by the JV along with the tender. The complete details of the members of the JV, their
share and responsibility in the JV etc. particularly with reference to financial, technical and other
obligations shall be furnished in the MoU.
17.7 Once the tender is submitted, the MoU shall not normally be modified / altered / terminated during the
validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Bid
Security shall be liable to be forfeited.
17.8 Approval for change of constitution of JV shall be at the sole discretion of the Railway. The constitution
of the JV shall not normally be allowed to be modified after submission of the bid by the JV, except
when modification becomes inevitable due to succession laws etc., provided further that there is no
change in qualification of minimum eligibility criteria by JV after change of composition. However, the
Lead Member shall continue to be the Lead Member of the JV. Failure to observe this requirement would
render the offer invalid.
17.9 Similarly, after the contract is awarded, the constitution of JV shall not be normally allowed to be altered
during the currency of contract except when modification become inevitable due to succession laws etc.
and minimum eligibility criteria should not get vitiated. Failure to observe this stipulation shall be
deemed to be breach of contract with all consequential penal action as per contract conditions.
24

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

(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.
17.14.6 All other documents in terms of Para 10 of the Tender Form (Second Sheet) above.
17.14.7 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 Apostille certificate.

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

17.15.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder):


(a) For Works without composite components
The technical eligibility for the 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’.
Each other (non-lead) member(s) of JV, who is/ are not satisfying the technical eligibility for the
work as per para 10.1 above, shall have technical capacity of minimum 10% of the cost of work i.e.,
each non-lead member of JV member 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 advertised value of the tender.
(b) For works with composite components

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.

17.15.2 Financial Eligibility Criteria


The JV shall satisfy the requirement of “Financial Eligibility” mentioned at para 10.2 above. The
“financialcapacity” of the lead member of JV shall not be less than 51% of the financial eligibility criteria
mentioned at para 10.2 above.
The arithmetic sum of individual “financial capacity” of all the members shall be taken as JV’s “financial
capacity” to satisfy this requirement.
Note: Contractual payment received by a Member in an earlier JV shall be reckoned only to the extent of
theconcerned member’s share in that JV for the purpose of satisfying compliance of the above mentioned
financial eligibility criteria in the tender under consideration.
18. Participation of Partnership Firms in works tenders:

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.

(b) Duration of the partnership deed and partnership firm agreement:

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.

18.11 Evaluation of eligibility of a partnership firm:


Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of
theeligibility criteria laid down in Para 10 of the Tender Form (Second Sheet) above.

(Signature)

(Designation)

Signature of Tenderer(s) Railway Date


Date
29

ANNEXURE – II

AGREEMENT FOR ZONE CONTRACT

CONTRACT AGREEMENT No.______________ DATED _____________. ARTICLES OF AGREEMENT


made this ______________ day of ______________ between the President of India acting through the
_________________, _____________ Railway hereinafter called the "Railway" of the one part and
___________________________ hereinafter called the "Contractor" of the other part.
WHEREAS the Contractor has agreed with the Railway during the period of _____ months from
______________ to _________________ for the performance of:

(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.

Contractor _______________ Designation


Address _________________ Railway _________
(For President of India)
Witnesses (to signature of Contractor):
Signature of witnesses with address ______________________________________
Date __________ _______________________________________
Signature of witnesses with address _______________________________________
Date __________ _______________________________________
_______________________________________
30

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:

SL Description of Approximate Unit Rates in Figures and Amount (₹)


Item No.
Item of Work Quantity Words (₹)

1 2 3 4 5 6 7

Total Approximate Value of Work = ₹ ____________

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.

Divisional Railway Manager/Divisional __________ Engineer


_______________ Division
__________________ Railway
Date ___________ for President of India

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

Date _____________ Date _____________

Signature of Witnesses (to Signature of Contractor) with address


1. ________________________ _________________________
________________________ _________________________
_________________________ _________________________
2. _________________________ _________________________
_________________________ __________________________
_________________________ __________________________
32

ANNEXURE - IV

___________ RAILWAY
CONTRACT AGREEMENT OF WORKS

CONTRACT AGREEMENT NO. _________________________ DATED ___________


ARTICLES OF AGREEMENT made this _________ day of _________ 20______ between President of India
acting through the Railway Administration hereafter called the "Railway" of the one part and
___________________________herein after called the "Contractor" of other part.
WHEREAS the Contractor has agreed with the Railway for performance of the works _____________________
set forth in the Bill(s) of Quantities hereto annexed upon 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 and the
Specifications of _____________ updated with correction slips issued up to date of inviting tender or as
otherwise specified in the tender documents and the applicable 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 and the Special Conditions and Special Specifications, if any and in conformity with the
drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are
interested.
NOW THIS INDENTURE WITNESSETH that in consideration to the payments to be made by the Railways, the
Contractors will duly perform the said works in the said Bill(s) of Quantities set forth 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 in accordance with the said specifications and said drawings and said conditions of contract on
or before the ______ day of ___________ 20___ and will maintain the said works for a period of
________Calendar months from the certified date of their completion and will observe, fulfil and keep all the
conditions therein mentioned (which shall be deemed and taken to be part of this contract, as if the same have
been fully set forth herein), AND the Railway, both hereby agree that if the Contractor shall duly perform the said
works 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 final completion thereof the amount due in respect thereof at
the rates specified in the Bill(s) of Quantities hereto annexed.

Contractor _______________ (Signature) Railway: Designation ___________


Address _________________________ (For President of India)
Date _____________ Date _____________

Signature of Witnesses (to Signature of Contractor) with address:


Witnesses:
_____________________________ _____________________________
_____________________________ _____________________________
33

ANNEXURE-V
Reference -Para 6.1 of ITT

FORMAT FOR CERTIFICATE TO BE SUBMITTED / UPLOADED BY TENDERER ALONGWITH


THE TENDER DOCUMENTS

I……………………………… (Name and designation)**appointed as


the attorney/authorized signatory of the tenderer (including its constituents),
M/s (hereinafter called the tenderer) for the purpose of the Tender
documents for the work of as per the tender
No. of (Railway)**, do hereby solemnly affirm and state on the behalf of the
tenderer including its constituents as under:
1. I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2. I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in
confirmation thereof.
3. I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no
addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy
noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the
master copy available with the railway Administration shall be final and binding upon me/us.
4. I/we declare and certify that I/we have not made any misleading or false representation in the
forms, statements and attachments in proof of the qualification requirements.
5. I/We also understand that my/our offer will be evaluated based on the documents/credentials
submitted along with the offer and same shall be binding upon me/us.
6. I/We declare that the information and documents submitted along with the tender by me/us
are correct and I/we are fully responsible for the correctness of the information and documents,
submitted byus.
7. I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other
Ministry / Department of Govt. of India from participation in tender on the date of submission of bids,
either in individual capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust.
8. I/we understand that if the contents of the certificate submitted by us are found to be forged/false or
incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security
and may also lead to any other action provided in the contract including banning of business for a period
of up to two year. Further, I/we (insert name of the tenderer) **_______ and all my/our constituents
understand that my/our offer shall be summarily rejected.
9. I/we also understand that if the contents of the certificate submitted by us are found to be
false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract,
along with forfeiture of Bid Security/Security Deposit and Performance guarantee and may also lead to any
other action provided in the contract including banning of business for a period of up to two year.

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)

SEAL AND SIGNATURE


OF THE TENDERER
Place:
Dated:
**The contents in Italics are only for guidance purpose. Details as appropriate are to be filled in suitably by
tenderer.
34

ANNEXURE-V (A)
Reference -Para 6.1 of ITT

(This certificate is to be given by attorney/authorized signatory/each member of Partnership firm/Joint


Venture (JV)/Hindu Undivided Family (HUF)/ Limited Liability Partnership (LLP) etc.)

I/We………………… (Name), attorney/authorized signatory of the ………………..


(constituent firm/constituent partner) and member/partner of the……………………….. (tendering firm)
hereby solemnly affirm and state as under:

1. I/we certify that…………………… (constituent firm/constituent partner) is/are not blacklisted or


debarred by Railways or any other Ministry / Department of Govt. of India from participation in tender
on the date of submission of bids, either in individual capacity or as a HUF/ member of the partnership
firm/LLP/JV/Society/Trust.

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)

SEAL AND SIGNATURE


OF THE CONSTITUENT FIRM/CONSTITUENT PARTNER

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).

Name of the Bank: ----------

President of India,

Acting through ............ ,

……….. 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.

7. The Bank Guarantee is unconditional and irrevocable.

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 –

IFSC CODE *****************


IFSC TYPE *****************
BANK NAME *****************
BRANCH NAME *****************
CITY NAME *****************
ADDRESS *****************
DISTRICT *****************
STATE *****************
BG ENABLED *****************

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.

Date ………… ………………………………………

Place…………. Bank’s Seal and authorized signature(s)

[Name in Block letters] ………………....

[Designation with Code No.]……………..……


[P/Attorney] No.
Witness:

1 Signature, Name & Address & Seal

2 Signature, Name& address & Seal Bank’s Seal

[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

Each Bidder or each member of a JV must fill in this form separately:

NAME OF BIDDER/JV PARTNER:

Annual Contractual Turnover Data for the Previous 3/4 Years


(Contractual Payment only)

Amount Currency Exchange Rate Indian National Rupees


Year Equivalent

Average Annual Contractual Turnover for last 3 years

1. The average annual contractual turnover shall be calculated as an average of “total


contractual payments” in the previous three financial years. 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.
2. The information supplied shall be substantiated by data in the audited balance sheets and
profit and loss accounts for the relevant years in respect of the bidder or all members constituting
the bidder.
3. Contents of this form should be certified by a Chartered Accountant duly supported by
Audited Balance Sheet duly certified by the Chartered Accountant.

SEAL AND SIGNATURE OF THE BIDDER

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

STANDARD GENERAL CONDITIONS OF CONTRACT

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

3. (3) Environmental and Forest clearances:


The Railway represents and warrants that the environmental and forest clearances pertaining to the work
commensurate with the progress of work/agreed programme, will be obtained by Engineer. In the event
of any delay in securing respective clearances leading to delay in execution of work, the Contractor shall
be entitled to Extension of Time for the period of such delay in accordance with the provisions of Clause-
17A(ii) of the Standard General Conditions of Contract.
4. Communications to be in Writing: All notices, communications, reference and complaints made by the
Railway or the Engineer or the Engineer's Representative or the Contractor inter-se concerning the works
shall be in writing or e-mail on registered e-mail IDs i.e. the e mail id provided for correspondence in the
contract agreement, otherwise email id registered with IREPS and no notice, communication, reference or
complaint not in writing or through e-mail, shall be recognized.
5. Service of Notices on Contractors: The Contractor shall furnish to the Engineer the name, designation
and address of his authorized agent and all complaints, notices, communications and references shall be
deemed to have been duly given to the Contractor, if delivered to the Contractor or his authorized agent
or left at or posted to the address so given and shall be deemed to have been so given in the case of
posting on day on which they would have reached such address in the ordinary course of post/ e-mail or
on the day on which they were so delivered or left. In the case of contract by partners, any change in the
constitution of the firm shall be forthwith notified by the Contractor to the Engineer.
6. Occupation and Use of Land: No land belonging to or in the possession of the Railway shall be
occupied by the Contractor without the permission of the Railway. The Contractor shall not use, or allow
to be used the site for any purposes other than that of executing the works. Whenever non-railway
bodies/persons are permitted to use railway premises with competent authority’s approval, conservancy
charges as applicable from time to time may be levied.
7. Assignment or Subletting of Contract: The Contractor shall not assign or sublet the contract or any part
thereof or allow any person to become interested therein in any manner whatsoever without the special
permission in writing of the Chief Engineer, save as provided below. Any breach of this condition shall
entitle the Railway to rescind the contract under Clause 62 of the Standard General Conditions of
Contract and also render the Contractor liable for payment to the Railway in respect of any loss or
damage arising or ensuing from such cancellation; provided always that execution of the details of the
work by pettyContractor under the direct and personal supervision of the Contractor or his agent shall not
be deemed to besub-letting under this clause.
In case Contractor intends to subcontract part of work, he shall submit a proposal in writing seeking
permission of Chief Engineer for the same. While submitting the proposal to railway, Contractor shall
ensure the following:
(a) (i) Total value of work to be assigned to sub-contractor(s) shall not be more than 50% of total
contract value.
(ii) The subcontractor shall have successfully completed at least one work similar to work proposed
for subcontract in last 5 years, ending date of submission of proposal by Contractor to Railway,
costing not less than 35% value of work to be subletted, through a works contract. For fulfilment of
above, Work Experience Certificate issued by a Govt. Department/Organisation shall be considered.
Further, Work Experience Certificate issued by a Public listed company shall be considered
provided the company is 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, registered at least 5 years back from the date of submission of proposal by
Contractor to Railway and work experience certificate issued by a person authorised by the Public
Listed Company to issue such certificates.
Note: for subletting of work costing up to Rs 50 lakh no previous work experience shall be asked for
by the Railway.
In case contractor submits subcontractor’s work experience certificate issued by public listed
company, the contractor 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.
(iii) There is no banning of business with the sub-contractor in force over IR.
(b) The Contractor shall provide to the Engineer a copy of the agreement to be entered into by
Contractor with subcontractor. No subcontractor shall be permitted without a formal agreement
between Contractor and subcontractor. This agreement shall clearly define the scope of work to be
carried out by subcontractor and the terms of payment in clear & unambiguous manner.
(c) On receipt of approval from Chief Engineer, Contractor shall enter into a formal agreement legally
41

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

21 Provision of Efficient and Competent Staff at Work Sites by the Contractor:


21.1 The Contractor shall place and keep on the works at all times efficient and competent staff to give the
necessary directions to his workmen and to see that they execute their work in sound & proper manner
and shall employ only such supervisors, workmen & labourers in or about the execution of any of these
worksas are careful and skilled in the various trades.
21.2 The Contractor shall at once remove from the works any agents, permitted sub-contractor, supervisor,
workman or labourer who shall be objected to by the Engineer and if and whenever required by the
Engineer, he shall submit a correct return showing the names of all staff and workmen employed by him.
21.3 In the event of the Engineer being of the opinion that the Contractor is not employing on the works a
sufficient number of staff and workmen as is necessary for proper completion of the works within the
time prescribed, the Contractor shall forthwith on receiving intimation to this effect deploy the additional
number of staff and labour as specified by the Engineer within seven days of being so required and
failure on the part of the Contractor to comply with such instructions will entitle the Railway to
rescind thecontract under Clause 62 of the latest Standard General Conditions of Contract.

21A. Deployment of Qualified Engineers at Work Sites by the Contractor:


21A.1 The Contractor shall also employ qualified Graduate Engineer(s) or equivalent, or qualified
DiplomaEngineer(s), as prescribed in the tender documents.
21A.2 In case the Contractor fails to employ the Engineer, as aforesaid in Para 21A.1, he shall be liable
topay liquidated damages at the rates, as prescribed in the tender documents.
21A.3 No. of qualified Engineers required to be deployed by the Contractor for various activities
contained in the works contract shall be specified in the tender documents as ‘Special Condition of
Contract’.
22.(1) Workmanship and Testing: The whole of the works and/or supply of materials specified and provided
in the contract or that may be necessary to be done in order to form and complete any part thereof shall
be executed in the best and most substantial workman like manner with materials of the best and most
approved quality of their respective kinds, agreeable to the particulars contained in or implied by the
specifications and as referred to in and represented by the drawings or in such other additional
particulars, instructions and drawings given during the carrying on of the works and to the entire
satisfaction of the Engineer according to the instructions and directions which the Contractors may from
time to time receive from the Engineer. The materials may be subjected to tests by means of such
machines, instruments and appliances as the Engineer may direct and wholly at the expense of the
Contractor.
23 Facilities for Inspection: The Contractor shall afford the Engineer and the Engineer's
Representative every facility for entering in and upon every portion of the work at all hours for the
purpose of inspection or otherwise and shall provide all labour, materials, planks, ladders, pumps,
appliances and things of every kind required for the purpose and the Engineer and the Engineer's
Representative shall at all times have free access to every part of the works and to all places at which
materials for the works arestored or being prepared.
24 Rates for Items of Works:
(i) The rates, entered in the accepted Bill(s) of Quantities of the Contract are intended to provide for
works duly and properly completed in accordance with the General and Special (if any) Conditions of the
Contract and the Specifications and drawings together with such enlargements, extensions, diminutions,
reductions, alterations or additions as may be ordered in terms of Clause 42 of the latest Standard General
Conditions of Contract and without prejudice to the generality thereof and shall be deemed to include and
cover superintendence and labour, supply, including full freight of materials, stores, patterns, profiles,
moulds, fittings, centerings, scaffolding, shoring props, timber, machinery, barracks, tackle, roads, pegs,
posts, tools and all apparatus and plant required on the works, except such tools, plant or materials as
may be specified in the contract to be supplied to the Contractor by the Railway, the erection,
maintenance and removal of all temporary works and buildings, all watching, lighting, bailing, pumping
and draining, all prevention of or compensation for trespass, all barriers and arrangements for the safety
of the public or of employees during the execution of works, all sanitary and medical arrangements for
labour camps as may be prescribed by the Railway, the setting of all work and of the construction, repair
and upkeep of all center lines, bench marks and level pegs thereon, site clearance, all fees duties,
royalties, rent and compensation to owners for surface damage or taxes and impositions payable to local
authorities in respect of land, structures and all material supplied for the work or other duties or expenses
49

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

supplied against a specific order.


26.2 (i) Unless otherwise specified in the special conditions of the contract, the accepted variation in quantity
of each individual item of the contract would be up to 25% of the quantity originally contracted,
except in case of foundation work (in which no variation limit shall apply). However, the rates for
the increased quantities shall be as per sub- para (iii) below.
(ii) The Contractor shall be bound to carry out the work at the agreed rates and shall not be entitled to
any claim or any compensation whatsoever up to the limit of 25% variation in quantity of individual
item of works.
(iii) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is
considered unavoidable, then same shall be executed at following rates
a. Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned
item, shall be paid at 98% of the rate awarded for that item in that particular tender;
b. Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned
item shall be paid at 96% of the rate awarded for that item in that particular tender;
c. Variation in quantities of individual items beyond 150% will be avoided and would be permitted
only in exceptional unavoidable circumstances and shall be paid at 96% of the rate awarded for that
item in that particular tender.
d. Variation to quantities of Minor Value Item:
The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for
other items). A minor value item for this purpose is defined as an item whose original agreement
value is less than 1% of the total original contract value.
d.(i) Quantities operated up to and including 100% of the agreement quantity of the concerned minor
value item, shall be paid at the rate awarded for that item in that particular tender;
d.(ii) Quantities operated in excess of 100% but up to 200% of the agreement quantity of the
concerned minor value item, shall be paid at 98% of the rate awarded for that item in that
particular tender;
d.(iii) Variation in quantities of individual minor value item beyond 200% will be avoided and would
be permitted only in exceptional unavoidable circumstances and shall be paid at 96% of the rate
awarded for that item in that particular tender.
(iv) In case of earthwork items, the variation limit of 25% shall apply to the gross quantity of earthwork
items and variation in the quantities of individual classifications of soil shall not be subject to this
limit.
(v) As far as Standard Schedule of Rates (SSOR) items are concerned, the variation limit of 25% would
apply to the value of SSOR schedule(s) as a whole and not on individual SSOR items. However, in
case of Non Standard Schedule of Rates (SSOR) items, the limit of 25% would apply on the
individual items irrespective of the manner of quoting the rate (single percentage rate or individual
item rate).
26.3 Valuation of Variations: The enlargements, extensions, diminution, reduction, alterations or additions
referred to in Sub-Clause (2) of this Clause shall in no degree affect the validity of the contract; but shall
be performed by the Contractor as provided therein and be subject to the same conditions, stipulations and
obligations as if they had been originally and expressively included and provided for in the Specifications
and Drawings and the amounts to be paid therefor shall be calculated in accordance with the accepted
Bill(s) of Quantities. Any extra item(s)/quantities of work falling outside the purview of the provisions of
Sub-Clause (2) above shall be paid for at the rates determined under Clause-39 of the Standard General
Conditions of Contract.
CLAIMS
27.(1) Quarterly Statement of Claims: The Contractor shall prepare and furnish to the Engineer once in
every quarter commencing from the month following the month of issue of Letter of Acceptance, an
account giving full and detailed particulars of all claims for any additional expenses to which the
Contractor may consider himself entitled to and of all extra or additional works ordered by the Engineer
which he has executed during the preceding quarter and no claim for payment for such work will be
considered which hasnot been included in such particulars.
27.(2) Signing of "No Claim" Certificate: The Contractor shall not be entitled to make any claimwhatsoever
against the Railway under or by virtue of or arising out of this contract, nor shall the Railway entertain or
consider any such claim, if made by the Contractor, after he shall have signed a "No Claim" Certificate in
51

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.

MEASUREMENTS, CERTIFICATES AND PAYMENTS


28. Quantities in Bill(s) of Quantities Annexed to Contract: The quantities set out in the accepted Bill(s) of
Quantities with items of works quantified are the estimated quantities of the works and they shall not be
taken as the actual and correct quantities of the work to be executed by the Contractor in fulfillment of
his obligations under the contract.
28(i). Measurement of Works by Railway: The Contractor shall be paid for the works at the rates in the
accepted Bill(s) of Quantities and for extra works at rates determined under Clause 39 of the latest
Standard General Conditions of Contract on the measurements taken by the Engineer or the Engineer's
representative in accordance with the rules prescribed for the purpose by the Railway. The quantities for
items the unit of which in the accepted Bill(s) of Quantities is 100 or 1000 shall be calculated to the
nearest whole number, any fraction below half being dropped and half and above being taken as one; for
items the unit of which in the accepted Bill(s) of Quantities is single, the quantities shall be calculated to
two places of decimals. Such measurements will be taken of the work in progress from time to time and
at such intervals as in the opinion of the Engineer shall be proper having regard to the progress of works.
The date and time on which ‘on account’ or ‘final’ measurements are to be made shall be communicated
to the Contractor who shall be present at the site and shall sign the results of the measurements (which
shall also be signed by the Engineer or the Engineer's representative) recorded in the official
measurements book as an acknowledgement of his acceptance of the accuracy of the measurements.
Failing the Contractor's attendance, the work may be measured up in his absence and such
measurements shall, notwithstanding such absence, be binding upon the Contractor whether or not he
shall have signed the measurement books provided always that any objection made by him to
measurement shall be duly investigated and considered in the manner set out below:
(a) It shall be open to the Contractor to take specific objection to any recorded measurements or
Classification on any ground within seven days of the date of such measurements. Any
remeasurement taken by the Engineer or the Engineer's representative in the presence of the
Contractor or in his absence after due notice has been given to him in consequence of objection made
by the Contractor shall be final and binding on the Contractor and no claim whatsoever shall
thereafter be entertained regarding the accuracy and Classification of the measurements.
(b) If an objection raised by the Contractor is found by the Engineer to be incorrect the Contractor shall
be liable to pay the actual expenses incurred in measurements.
28 (ii). Measurement of Works by Contractor’s Authorized Representative (in case the contract provides for
the same):
(a) The Contractor shall be paid for the works at the rates in the accepted Bill(s) of Quantities and for
extra works at rates determined under Clause 39 of the latest Standard General Conditions of
Contract on the measurements taken by the Contractor’s authorized Engineer in accordance with the
rules prescribed for the purpose by the Railway. The quantities for items the unit of which in the
accepted Bill(s) of Quantities is 100 or 1000 shall be calculated to the nearest whole number, any
fraction below half being dropped and half and above being taken as one; for items the unit of which
in the accepted Bill(s) of Quantities is single, the quantities shall be calculated to two places of
decimals. Such measurements will be taken of the work in progress from time to time. The date and
time on which ‘on account’ or ‘final’ measurements are to be made shall be communicated to the
Engineer.
The date and time of test checks shall be communicated to the Contractor who shall be present at the
site and shall witness the test checks, failing the Contractor’s attendance the test checks may be
conducted in his absence and such test checks shall not withstanding such absence be binding upon
Contractor provided always that any objection made by Contractor to test check shall be duly
investigated and considered in the manner set out below:
(i) It shall be open to the Contractor to take specific objection to test checks of any recorded
measurement within 7 days of date of such test checks. Any re-test check done by the concerned
Railway’s authority in the presence of the Contractor or in his absence after due notice given to
him in consequent of objection made by the Contractor shall be final and binding on the
Contractor and no claim whatsoever shall thereafter be entertained regarding the accuracy and
classification of the measurements.
(ii) If an objection raised by the Contractor is found by the Engineer to be incorrect the Contractor
52

shall be liable to pay the actual expenses incurred in measurements.


(b) Incorrect measurement, actions to be taken: If in case during test check or otherwise, it is detected by
the Engineer that agency has claimed any exaggerated measurement or has claimed any false
measurement for the works which have not been executed; amounting to variation of 5% or more of
claimed gross bill amount, action shall be taken as following:
(i) On first occasion of noticing exaggerated/ false measurement, Engineer shall recover liquidated
damages equal to 10% of claimed gross bill value.
(ii) On any next occasion of noticing any exaggerated/false measurement, railway shall recover
liquidated damages equal to 15% of claimed gross bill value. In addition, the facility of
recording of measurements by Contractor as well as release of provisional payment shall be
withdrawn. Once withdrawn, measurements shall be done by railway as per clause 45(i) of the
latest Standard General Conditions of Contract.
29.(1) "On-Account " Payments: 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 and shall further be subject to, unless otherwise
required by Clause 16 of the latest Standard General Conditions of Contract, a retention of six percent by
way of Security Deposits, until the amount of Security Deposit by way of such retentions shall amount to
5% of the total value of the contract provided always that the Engineer may by any certificate make any
correction or modification in any previous certificate which shall have been issued by him and that the
Engineer may withhold any certificate, if the works or any part thereof are not being carried out to his
satisfaction.
29.(2) Rounding off Amounts: The total amount due on each certificate shall be rounded off to the nearest
rupee, i.e. sum less than 50 paise shall be omitted and sums of 50 paise and more upto ₹1 will be
reckoned as ₹ 1.
29.(3) On Account Payments not Prejudicial to Final Settlement: "On-Account" payments made to the
Contractor shall be without prejudice to the final making up of the accounts (except where
measurementsare specifically noted in the Measurement Book as "Final Measurements" and as such have
been signed by the Contractor and Engineer/Engineer's Representative) and shall in no respect be
considered or used as evidence of any facts stated in or to be inferred from such accounts nor of any
particular quantity of work having been executed nor of the manner of its execution being satisfactory.
29.(4) If payment(s) of Advances are applicable in the contract, as mentioned in the Tender Documents,
Railway shall make payment(s) of Interest bearing advances, on the request of contractor. The payment
and recovery of such Advances shall be made as under:
(a) : Mobilisation Advance –
This shall be limited to 10% of the Contract value and shall be paid in 2
stages :Stage 1– 5% of Contract Value on signing of the contract
agreement.
Stage 2 – 5% on mobilization of site-establishment, setting up offices, bringing in equipment and actual
commencement of work.
The stage 1 of advance shall be payable immediately after signing of contract agreement.
The stage 2 of advance shall be payable at the time of mobilisation, only after submission of an
utilization certificate by the contractor that the Stage 1 advance has been properly utilized in the
contract.
These Advances shall be payable against irrevocable guarantee (Bank Guarantee, FDRs) from a
scheduled commercial bank of India of at least 110% of the value of the sanctioned advance
amount (coveringprincipal plus interest).
(b) : Advance Against Machinery and Equipment – This advance shall be limited to a maximum of
10% of the contract value against new Machinery & Equipment, involving substantial outlay,
brought to site and essentially required for the work. This advance shall not exceed 75% of the
purchase price of such Equipment and shall be payable when Equipment is hypothecated to the
President of India by a suitable bond or alternatively covered by an irrevocable Bank Guarantee
from a scheduled commercial bank of India for full cost of the Plant & Equipment in a form
acceptable to Railways. The Plant & Equipment shall be insured for the full value and for the
entire period, they are required for the work. This Plant & Equipment shall not be removed from
the site of work without prior written permission of the Engineer. No advance should be given
53

against old Plant & Machinery.


The advances under sub clause (a) and (b) above, are subject to the following conditions -
(i) The full amount of Advances shall be recovered from contractor dues. The recovery shall
commence when the value of contract executed reaches 15% of original contract value and shall be
completed when the value of work executed reaches 85% of the original contract value. The
instalments on each "on account bill" will be on pro-rata basis.
Interest shall be recovered on the advance outstanding for the period commencing from the date of
payment of advance till date of particular on-account bill (through which recovery of principal is
effected) and adjusted fully against on-account bill along with pro-rata principal recovery. In the
event of any short-fall, the same shall be carried forward to the next on-account bill and shall attract
interest.
(ii) The advances shall be used by the Contractor for the purpose of the Contract, and for the purpose
for which they are paid. Under no circumstances, shall the advances be diverted for other purposes.
Any such diversion shall be construed as a breach of the Contract and the Contractor shall be asked
to return the advance at once and pay interest at 15% per annum till the advance is recovered back
from him. The Contractor shall return the advance and pay the interest in one go without demur. The
Contractor, if required by the Engineer shall provide the details of utilisation of Mobilisation
advance.
(iii) If the Contractor is found to have contravened the provision, it will constitute a breach of contract
and Railway shall be entitled to terminate the contract and forfeit his Performance Guarantee as well
as Security Deposit.
(iv) In cases, where the Contract is rescinded as per clause 62 of the contract or short closed under any
other condition(s) of the contract, without making full recovery of advances and accrued interest
thereon, by the Railway, such balance of advances and accrued interest thereon shall immediately
become due and payable by the Contractor to the Railway. The same shall be recovered from any
due of Contractor with the Government of India.
29.(5) Manner of Payment: Unless otherwise specified payments to the Contractor will be transferred
electronically to his bank account.
29A. Price Variation Clause (PVC):
29A.1 Applicability: Price Variation Clause (PVC) shall be applicable only in tender having advertised value
above Rs. 2 Crores.
LABOUR
30 Wages to Labour: The Contractor shall be responsible to ensure compliance with the provision of the
Minimum Wages Act, 1948 (hereinafter referred to as the “said Act”) and the Rules made thereunder in
respect of any employees directly or through petty Contractors or sub-contractors employed by him for
the purpose of carrying out this contract.
If, in compliance with the terms of the contract, the Contractor supplied any labour to be used wholly or
partly under the direct orders and control of the Railways whether in connection with any work being
executed by the Contractor or otherwise for the purpose of the Railway such labour shall, for the purpose
of this Clause, still be deemed to be persons employed by the Contractor.
If any moneys shall, as a result of any claim or application made under the said Act be directed to be paid
by the Railway, such money shall be deemed to be moneys payable to the Railway by the Contractor and
on failure by the Contractor to repay the Railway any moneys paid by it as aforesaid within seven days
after the same shall have been demanded, the Railways shall be entitled to recover the same from
Contractor’s bills/Security Deposit or any other dues of Contractor with the Government of India.
30A Apprentices Act: The Contractor shall be responsible to ensure compliance with the provisions of the
Apprentices Act, 1961 and the Rules and Orders issued thereunder from time to time in respect of
apprentices directly or through petty Contractors or sub-contractors employed by him for the purpose of
carrying out the Contract.
If the Contractor directly or through petty Contractors or sub-contractors fails to do so, his failure will be
a breach of the contract and the Railway may, in its discretion, rescind the contract. The Contractor shall
also be liable for any pecuniary liability arising on account of any violation of the provisions of the Act.
31 Provisions of Payments of Wages Act: The Contractor shall comply with the provisions of the Payment
of Wages Act, 1936 and the rules made thereunder in respect of all employees employed by him either
directly or through petty Contractors or sub-contractors in the works. If in compliance with the terms of
54

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.

39 SETTLEMENT OF DISPUTES – INDIAN RAILWAY ARBITRATION AND CONCILIATION


RULES: as per latest GCC Clause 63 and 64.
60

SOUTH CENTRAL RAILWAY

GENERAL CONDITIONS OF CONTRACT FOR WORKS APRIL 2022

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.

Signature of the Tenderer


61

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.

2.0 DOCUMENTS TO BE SUBMITTED ALONG WITH THE TENDER; -


(i) List of personnel organization available on hand and proposed to be engaged for the subject work. These
two lists should be given separately and signed by tenderer and are to be submitted in the Proforma given
in the Annexure-‘A’. (OPTIONAL)
(ii) List of machinery and plant available on hand (own) and proposed to be inducted (own and hired to be
given separately) for the subject work and this list shall be signed by the tenderer and is to be submitted in
the proforma given in the Annexure-‘B’ (OPTIONAL).
(iii) List of completed works in the last three Financial years giving description of work, Organization for
whom executed, approximate value of contract at the time of award, date of award and date of scheduled
completion of work, date of actual start, actual completion and final value of contract should also be given
in the Annexure-‘C’. (OPTIONAL)
(iv) List of works on hand indicating name of work, contract value, bill amount paid so far; due date of
completion etc. to be furnished by Contractor in Annexure-‘D (OPTIONAL) and this certificate is to be
signed by Contractor.
(v) 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 (Mandatory). Non submission of the certificate by the
tenderer shall result in summary rejection of his /their tender.
(vi) 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 the certificate to be submitted by the bidder is enclosed as
Annexure-V (Mandatory). 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 by
the bidder shall result in summary rejection of his /their bid. It shall be mandatorily incumbent upon the
tenderer to identify, state and submit the supporting documents duly self-attested by which they/he is
qualifying the qualifying Criteria mentioned in the tender document.
(vii) The tenderers shall submit the Declaration as per Annexure-“XI” (MANDATORY). Non submission of
the certificate by the tenderer shall result in summary rejection of his /their tender.
(viii) A checklist of documents to be submitted at the time of tender submission is given as top sheet in
Annexure-1 for easy guidance and compliance from prospective Tenderers.
(ix) Delayed/post tender submission of documents/information of mandatory nature linked to eligibility criteria
called for at tender stage.
62

SPECIAL CONDITIONS OF CONTRACT

1.0 SPECIAL CONDITIONS OF CONTRACT: -


1.1 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.
1.2 The Special conditions supplemented the “Regulations for tenders and contracts, conditions of Tender
and General Conditions of contract” and should be considered as part of the contract papers. Where the
provisions of the special conditions are at variance with General Conditions of Contract these special
conditions shall prevail.
1.3 The Contract is governed strictly by the General Conditions of Contract as well as the Special Conditions
and Specifications.
1.4 The railway administration has right to pre-closure of the contract agreement with due notice.

2.0 PRICE VARIATION CLAUSE (PVC):


Price variation clause is not applicable to this tender/ contract as per extant Railway rules. Hence, the
rate/value quoted by the tenderer/contractor and accepted by Railways shall be treated as firm during the
entire period of contract agreement.

3.0 DEDUCTION OF INCOME TAX AT SOURCE:


In terms of new Section 194-C inserted by the Finance Act 1972, in the income tax Act 1961 the Railway
shall at the time of arranging payments to the contractor and/or subcontractor (in the case of Sub contractor
only when the Railway is responsible for payment of consideration to him under the contract) for carrying
out any work (including supply of labour for carrying out any work) under the contract be entitled to deduct
income tax at source on Income comprised in the sum of such payments.
The deduction towards income tax to be made at source from the payments due to non-residents shall
continue to be governed by Section 195 of the Income Tax Act 1961. No Income Tax will be deducted by
the Railway on payments made for the supply of materials where such value of supply portion is distinct
and ascertainable such as the supply of Timber, tiles, bricks, ballast including track/ballast etc. The
deductions towards Income Tax to be made at source from the payment due to non/residents shall continue
to be governed by Section 195 of the Income Tax Act 1961. The Railway Administration shall at the time
of arranging payment to the contractor be entitled to deduct income tax @ 2%, surcharge on income tax @
12% in case of individuals and 15% in case of companies and education cess @ 3% on income tax and
surcharge charge or at the rate applicable from time to time. All the taxes that are applicable will vary from
time to time as per latest guidelines issued form Government of India.
3.1. Provision of “The Building and other construction Workers (RECS) Act, 1996 and the Building and other
Construction Workers Welfare Cess Act, 1996” in Railway Contracts.
“The Tenderers, for carrying out any construction work in Andhra Pradesh (name of State), must get
themselves registered from the Registering Officer under Section-7 of the Building and other Construction
Workers Act, 1996 and rules made thereto by the Andhra Pradesh (name of State) Government and submit
certificate of registration issued from the Registering Officer of the Andhra Pradesh (name of the State)
Government (Labour Department). For enactment of this act, the Tenderer shall be required to pay cess @
1% of the cost of construction work to be deducted from each bill, Cost of material shall be outside the
purview of cess when supplied under a separate schedule item.”
All the taxes that are applicable will vary from time to time as per latest guidelines issued form Government
of India.
4.0 GOODS AND SERVICE TAX (GST):
4.1 GST would replace taxes currently levied and collected by Centre like Central Excise Duty, Service tax,
cess, and surcharge so far as they are related to supply of Goods and Services. GST would also replace State
Taxes that is within GST like state VAT, Central Sales Tax, Entry tax and State cess and surcharge so far as
63

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).

6.0 “LETTER OF CREDIT” AS MODE OF PAYMENT IN WORKS TENDERS OR SERVICE


TENDERS:
(Ref: Railway Board Letter No.2018/CE-I/CT/9 dt.04-06-2018communicated by PCE/SC vide letter.
No. W.148/P/GCC/Vol-III dt.15-06-2018.)
1. This is applicable only for Tenders whose advertised tender value is Rs.10 lakhs and above.
2. This is an option for the contractors to take payment from Railways through a Letter of Credit (LC)
arrangement and the following are the special conditions.
64

(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

7.0 CONSERVENCY CESS CHARGES


(a) No Conservancy charges will be recovered from the contractor’s on account bill as the work is done in
the firm’s premises.
(b) If the work is executed at ELS/BZA, conservancy cess charges for deployment of contact labour will be
recovered from contractor bill as per the rate mentioned below from 01.07.2021 to 30.06.2026 (Ref-
Rly.Bd’s letter No.F(X)I/95/1/1 dt:07.09.2021).

Avg. No. of laborers or workmen Conservancy cess charges to be


employed per day recovered per month (Rs.)
1 to 5 159/-
6 to10 312/-
11 to 25 785/-
26 to 50 1143/-
51 to 100 1534/-
101 to 200 1926/-
201 to 300 2318/-
301 to 750 2676/-
751 to 1500 5382/-
1501 to 3000 10768/-
3000 &over 21508/-

8.0 LIABILITY OF CONTRACTOR(S) ANY DAMAGE SUSTAINED BY RAILWAYS DURING


ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULT OR
NEGLIGENCE.
Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site for
Technical Supervision of the work. This Engineer-in-charge will be responsible for safety of the traffic. The
work shall be executed by the contractor in a workman like manner to the satisfaction of the Engineer-in-
charge. The Contractor and his labour shall be guided by the instructions of the Engineer-in- Charge. In the
event of any accident occurring at the work site and it is established during the departmental enquiry by the
Railway or by Statutory enquiry of CRS, that the accident occurred wholly or partly due to any act
amounting to negligence on the part of the contractor or his labour in not adhering to the instructions of the
engineer-in-charge, the contractor shall render himself liable for damages and also legal prosecution if loss
of life is involved.

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.

9.0 EMPLOYMENT OF ELECTRICAL ENGINEERING GRADUATES/DIPLOMA-HOLDERS:


The contractor shall employ the following technical staff during the execution of this work.
1 One graduate engineer when the cost of the work to be executed is Rs.2 Crores and above.
2 One qualified diploma holder (over-seer) when the cost of the work to be executed is more than Rs.25
lakhs but less than Rs.2 Crores. Technical staff should be available at site whenever required by the
Engineer-in-charge to take instructions. In case the contractor fails to employ the technical staff as
aforesaid, he shall be liable to pay a reasonable amount not exceeding a sum of Rs.40,000/-(forty
thousand only) for each month of default in case of graduate engineer and Rs.25,000/- (twenty five
thousand only) for each month of default in case of diploma holder (over-seen)
(Modification of Cl.26 and introduction of new Cl.26A to IR’s GCC Ref: Rly. Bd. Lr.No.2012/CE-
I/CT/0/20, dt.10.05.2013.)
3 The decision of the Engineer-in-charge as to the period for which the required technical staff was not
employed by the contractor and as to the reasonableness of the amount to be deducted on this account
shall be final and binding on the contractor.

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 Final Joint Inspection & issue of Calibration certificate –


12.2.1 Inspection at Railways’ premises immediately after completion/ receipt of calibrated measuring
and testing instruments as per standards. The measured values/ checks conducted shall be recorded in the
joint 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.

14.0 PRODUCTION OF PURCHASE DOCUMENTS AND TRACEABILITY CERTIFICATES

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.

19.0 EXTENSIONS OF COMPLETION DATES


19.1 In case if the contractor fails to carryout, execute and complete the work or part of the work to be done by
him under this contract within the time Specified, the extension of time will be granted as per clause 17 of
general conditions of contract 2022. The Contractor shall apply for extension at least one month before the
expiry of the period of completion. It has now been decided that the competent authority while granting
extension to the currency of contract due to delay in execution of the work or part of the work under clause
17 (B) of GCC may also consider levy of token penalty as deemed based on the merit of the case.
The above said penalty due to delay in execution of the work or part of the work will be imposed as
decided by the Sr.DEE/TRS/ELS/BZA. In case of delay in warranty attention beyond the time limit
specified then also penalty will be imposed.

20.0 APPLICATION OF LIQUIDATED DAMAGE CHARGES


In case of any default in complying the completion period or during the extension of completion period, if
any, in case there is loss or damage to the Railway Administration on account of such default / extension,
the Contractor shall be penalized by levy of liquidated damage charges as per relevant Clause of General
Conditions.

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.

22.0 MEASUREMENT AND PAYMENT:


22.1 The quantities set out in the accepted Bills(s) of Quantities with items of works quantified are the estimated
quantities of the works and they shall not be taken as the actual and correct quantities of the work to be
69

executed by the Contractor in fulfillment of his obligations under the contract.

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.

23.0 MODIFICATION TO CLAUSE 63 & 64 OF GCC:


23.1 The Provision of Clause 63 and 64 of the General Conditions of Contract will be applicable only for
settlement of claims/disputes, for values less than or equal to 20% of the original value (excluding the cost
of materials supplied free by Railway) of the contract or 20% of the actual value of the work done
(excluding the value of the work rejected) under the contract whichever is less. When claims/disputes are
of value more than 20% of the value of the original contract or 20% of the value of the actual work done
under the contract, whichever is less, the contractor will not be entitled to seek such disputes/claims for
reference to arbitration and the provisions of Clause No; 63 &64 of the General Conditions of Contract will
not be applicable for referring the disputes to be settled through arbitration.
23.2 The Contractor shall furnish his monthly statement of claims as per Clause 43(1) of Standard General
Conditions of Contract. But the Contractor should seek reference to arbitration to settle the disputes only
once, subject to the conditions as per Para 23.1 above.
23.3 The Special conditions shall prevail over the existing Clause 63 & 64 of General Conditions of contract.
23.4 The Railway shall be entitled to determine the contract at any time in the Railway opinion, the cessation of
work become necessary owning to paucity of funds or from any other cause whatsoever, in which case the
value of approved materials at site and or work done to date by the contractor shall be paid for in full at the
rates specified in the contract. Notice in writing from the Railway of such determination and the reason
therefore shall be conclusive evidence thereof.

24.0 TERMS OF PAYMENT TO CONTRACTOR:

24.1 No advance payment on any account shall be made by the Railways.


24.2 A register shall be maintained by the contractor showing the details of day to day work carried out by the
contractor. The report with the above details shall be signed by the authorized representative of Electric
Loco Shed, S.C. Railway, Vijayawada at the end of each month.

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

25.0 LEGAL CHARGES


Indemnity Bond, Bank guarantees, partnership deed or power of attorney executed before or after the
execution of the contract and other documents as required in the opinion of railways are liable for
departmental legal verification. For obtaining legal Advice from Law Officer a fee of Rs.200/- per legal
document will be recovered from CC bills submitted by the bidder.

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.

28.0 LABOUR LAWS:


28.1 The stipulated standard relevant provisions of the following acts (amended from time to time) should be
strictly adhered to by the contractor during the course of the contract period. The contractor is solely
responsible for violation of such provisions and its consequences.
a. Minimum wages act 1948.
b. Payment of wages acts 1936.
c. The employees’ provident funds and miscellaneous provisions act, 1952.
d. Provision of contract Labour act 1970.
e. Workmen’s compensation act of 1923.
f. Employees state insurance Act, 1948.
g. Employees’ pension scheme 1995
h. All OTHER RELEVANT GOVT. ACTS as applicable to the contract shall comply.
i. The guidelines and instructions issued by National Commission for Safai Karmachari Govt. of India
shall be complied with by the contractor.
28.2 The contractor has to fulfill all statutory obligations regarding taxes, GST, Payment of minimum wages,
Labour laws, workmen men compensation act, EPF& MP Act, ESI act, etc. as determined by Government
of India from time to time which is mandatory.

29.0 MANDATORY COMPLIANCE OF GOVERNMENT SCHEMES


The contractor must ensure and provide documentary evidence for the following.
29.1 All the workers or labour employed directly or indirectly by the contractor must be enrolled under the
Pradhan Mantri Jan Dhan Yojana (PMJDY), a scheme that aims to provide all the citizens of India a bank
account, credit facility, insurance cover and debit card
29.2 All the workers or labour employed directly or indirectly by the contractor between the ages 18 — 70
years must be enrolled under the Pradhan Mantri Suraksha Bima Yojana (PMSBY), an accident insurance
scheme which will be a one year cover, renewable from year to year. offering accidental death and
disability cover for death or disability on account of an accident. The contractor will be responsible to pay
the premium per annum per member for all her workers during the contract period.
29.3 All the workers or labour employed directly or indirectly by the contractor between the ages 18 — 50
years must be enrolled under the Pradhan Mantri Jeevan Jyoti Bima Yojana, an insurance scheme which
will be a one year cover, renewable from year to year, offering life insurance cover for death due to any
reason. The contractor will be responsible to pay the premium per annum per member for all her workers
during the contract period.
29.4 The contractor must submit documentary evidence to show the coverage of all her workers or labour under
the above mentioned schemes at all times during the contract period on an annual basis.
29.5 The contractor must submit documentary evidence to show the coverage of all her workers or labour under
the above mentioned schemes at all times during the contract period on an annual basis.
(i) Contractor is to abide by the provisions of Payment of Wages act & Minimum Wages act in terms of
clause 54 and 55 of Indian Railways General Condition 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
71

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.

31.0 SAFETY PRECAUTIONS TO BE TAKEN AT WORK SITE:


31.1The Contractor shall not allow any road vehicle belonging to his or his suppliers etc. to ply in railway land
next to the running line. If for execution of certain works, viz., earthwork for parallel railway line and
supply of ballast for new or existing rail line gauge conversion etc. road vehicles are necessary to be used in
railway land next to the railway line the contractor shall apply to the Engineer-in-charge for permission
giving the type and number of individual vehicles, names and license particulars of the drivers location
duration and timings for such work/movement. The Engineer-in-charge or his authorized representative will
personally counsel, examine and certify the road vehicle drivers contractor’s flagmen and Supervisor and
will give written permission giving names of road vehicle drivers, contractor’s flagmen and supervisor, to
be deployed on the work, location, period and timing to the work. This permission will be subject to the
following obligatory conditions.
i) Road vehicles can ply along the track after suitable cordoning of track with minimum distance of 6m
from the center of the nearest track. For ply of road vehicles during night hours, adequate measures to be
communicated in writing along with a site sketch to the contractor/contractor’s representative and
controlling engineers/supervisors in-charge of the work including officers and the in-charge of the
sections.
ii) Nominated vehicles and drivers will be utilized for work in the presence of at least one flagmen and one
supervisor certified for such work.
iii) The vehicles shall ply 6 M. clear of track. Any movement /work at less than 6M. and up to minimum
3.5M. clear of track center shall be done only in the presence of railway employees authorized by the
engineer-in-charge . No part of the road vehicle will be allowed at less than 3.5M. from track
72

center. Cost of such railway employee shall be borne by the Railway.


iv) The Contractor shall remain fully responsible for ensuring safety and in case of any accident, shall bear
cost of all damages to this equipment and men and also damages to railway and its passengers.
v) Engineer-in-charge may impose any other conditions necessary for a particular work or site.
31.2The contractor shall take all precautionary measures not only for protection of his own personnel moving
about or working on the Railway premises, but also conform to the rules and regulations of the Railways in
this respect.
31.3All safety measures shall be taken to prevent accidents while executing the work either to his workmen or
the others. No compensation towards any accident will be paid by the Railways.
31.4The work must be carried out very carefully without affecting the proper functioning or cause damage to
any railway equipment, structure or rolling stock.
31.5 In view of COVID-19 Contractor has to take all precautionary measures for his men duly arranging masks
and hand gloves in additional to industrial shoes. While working the staff including contractor has to
maintain 6 feet social distance.

32.0 QUALITY OF WORK:


a) All materials/components used in the execution of the contract shall confirm to the Indian
Standard and shall be the makes of reputed manufacture/suppliers and of the class most suited for
the purpose specified. The contractor shall ensure that the equipments& services under the scope
of this contract whether manufactured or performed with in the Contractors premises or at his
subordinates premises or at the Railway site or at any other places also strictly in accordance with
the provisions of this contract. For this purpose, the contractor shall adopt necessary quality
assurance program to control such activities at all stages. Materials, components etc. shall be used
after obtaining prior approval of the Engineer. Should any item be considered technically and
quality wise unacceptable by the Engineer-In-charge, Railway reserves the right to reject and
require free replacement provision with a better technical and quality item.
b) All work shall be carried out to the entire satisfaction of the Railways. Good workmanship,
technical suitability and quality is an essential requirement as this is a safety item.
c) The work shall be carried under the direct supervision of a contractor person holding a valid
Electrical license/certificate of competency issued by the State Govt. for the type of work
involved.
d) After completion of work, the authorized Engineer-in-charge of ELS/BZA will jointly inspect
along with firm’s representative and the authorized Engineer-in-charge of ELS/BZA shall give
clearance for the work done and its quality.
32.1 The Quality Assurance Program such as maintenance of various register on the part of Railways as well as
the contractor, for the subject works contract is necessary for system improvement.
32.2 Hence, the following ledgers are to be maintained in the subject works contract depending upon the nature
of work at site:

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.

33.0 OTHER CONDITIONS OF CONTRACT:


33.1 In case of any dispute of any nature arising on / during the execution of the contract, the decision of the
Sr.DEE/TRS/ELS/BZA will be final and binding on both parties.
33.2 In case of any difference of opinion regarding quality of work or quality of the materials, the decision of
the Sr.DEE/TRS/ELS/BZA or his authorized representative shall be final.
33.3 The several documents forming the Contract are to be taken as mutually complementary to one another.
Detailed drawings shall be followed in preference to small-scaled drawing and figured dimensions in
preference to scaled dimensions.
33.4 If there are varying or conflicting provisions in the documents forming part of contract the Engineer- In
73

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

1.0 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.

1.10 Accommodation for contractor’s representative shall not be provided by Railways.

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

Tender No.ELS-BZA-eTN-06-2023-24 Dt.29.08.2023.

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

Above % Above percent only.

Below % Below percent only.

NOTE:

a) Schedule A is inclusive of GST. The contractor/tenderer has to quote the percentage AT


PAR/ABOVE/BELOW for tender estimated rate of Schedule – ‘A’. The tenderer should carefully study all
instructions, terms and conditions as mentioned in special conditions, Technical specifications and price
schedule of this tender before quoting their offer in the Price Schedule. The tenderer should submit their offer
through: IREPS website at www.ireps.gov.in”.

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

1 GRAM GAUGE 5-50 E-7 RISHITHA 05-50 GRAMS MIE-48-92 9/30/2020


1 Once 1100 1100
GRMS
WHEEL DIAMETER JYOTHI
2 M-7 --- 800-1150MM 716 9/7/2021
GAUGE DIGITAL FOR ENTERPRISES 1 Once 1100 1100
BG

DIGITAL OUTSIDE
3 M-7 MITUTOYO 293-557-30 250-275MM 801032 9/7/2021
MICROMETER 250- 1 Once 650 650
275MM

FULLY AUTOMATIC SUBHAL


4 E-3 HV 12KA 0-12 KV SE0830321 3/1/2022
TAN DELTA TESTING ELECTRONICS 1 Once 3000 3000
MACHINE
5 INDUCTION HEATER E-3 AGM GROUP GMIR-50 50KVA GMIR-502 3/1/2022 1 Once 1500 1500
6 GAUGE E-5 SALTER0-25 KG 235 6M B396008 4/12/2022 1 Once 1100 1100
LEAKAGE CURRENT
7 M-7 MECO 4671 40MA-60A 11160483 10/3/2022 1 Once 1100 1100
TESTER
100-400 LB.FT, 135-
8 TORQUE WRENCH 400R M-7 RASUKI RTW 400R 8C-03 10/4/2022 1 Once 1500 1500
540NM
20-100LB.FT, 25-
9 TORQUE WRENCH 100R M-7 MAC MASTER TW100R 19C-144 10/4/2022 1 Once 1500 1500
135NM
10 PH METER E-6 EXTECH PH 100 0.00-14.00 398588 10/5/2022 1 Once 1500 1500
11 DC VOLTMETER E-6 MECO SMP48 UPTO 200V 1706434 10/5/2022 1 Once 1100 1100
DIAL TENSION GAUGE BSE TESTING
12 M-7 CTT-HI 50-500 GRMS 1183 10/5/2022
50- MACHINES 1 Once 1100 1100
500 GRMS
OUTSIDE MICROMETER
13 400- 500MM M-6 MITUTOYO 104-143 400-500MM 62043017 10/6/2022 1 Once 800 800
INSIDE MICROMETER
14 M-7 MITUTOYO 141-206 50-300MM 60371 10/6/2022
50- 1 Once 1200 1200
300MM
DEPTH MICROMETER 0-
15 M-7 MITUTOYO 0-25MM 106953 10/6/2022 1 Once 300 300
25MM
DIGITAL OUTSIDE
16 M-7 MITUTOYO 293-554-30 175-200MM 001146 10/6/2022
MICROMETER 175- 1 Once 400 400
200MM

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

TORQUE WRENCH 10-50 LB FT,14-


46 E-4 RASUKI 8C-03 4/11/2023
(RTW- 50R) 68NM 1-7KG MTS 1 Once 1500 1500

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

50-170 LB.FT, 70-


80 TORQUE WRENCH M-7 NORBAR 966947 9/12/2023
230NM, 7-20 KGM 1 Once 1500 1500
81 500MM STANDARD BAR LAB --- --- --- --- 9/12/2023 1 Once 1100 1100
82 THERMAL IMAGE PTS/ STANLEY S280 PRO - 200C TO 5500C C20121060298 9/12/2023
1 Once 1100 1100
CAMERA BZA
WIND SPEED 0.40 -
25.00 M/S AIR
83 DIGITAL ANEMOMETER E-1 FLUKE 925 1112004 9/13/2023
FLOW 0.01- 1 Once 3000 3000
99.99 M³/S
MOTOR & PHASE
84 E-1 FLUKE - --- 9062 9/19/2023 1 Once 1000 1000
ROTATION INDICATOR
ANALOG DIAL
85 E-3 MITUTOYO 7011S-10 --- 027219 9/19/2023
GAUGE WITH 1 Once 1200 1200
MAGNETIC BLOCK
COMBINED GAUGE FOR
BH – BRUSH POCKETS GANAPATHY
86 E-3 SKEL4709 --- --- 9/19/2023
OF HITACHI HS-15250A INDUSTRIES 1 Once 1100 1100
NO-GO GAUGE
GANAPATHY
87 FOR BH BRUSH E-3 --- --- --- 9/19/2023
INDUSTRIES
POCKET OF 1 Once 1100 1100
HITACHI HS-15250A (H4)
88 DEPTH GAUGE E-3 MITUTOYO --- 0-25MM 213037 9/19/2023 1 Once 400 400
51872 GAUGE
89 DIAL SNAP GAUGE E-3 MITUTOYO --- 100-125MM 9/19/2023
SL NO: XWE935 1 Once 800 800

2109S-10/201- 71233 GAUGE


90 DIAL SNAP GAUGE E-3 MITUTOYO 150-175MM 9/19/2023
107 SL NO: XXW357 1 Once 800 800
GO GAUGE FOR
DIMENSION OF
91 E-3 PRASAD ENGG HS-15250A 282.052MM --- 9/19/2023
MAGNET FRAME OF TM 1 Once 800 800

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)

SCREW PITCH GAUGE GANAPATHY


149 M-1 --- 1.515MM --- 9/19/2023
FOR KNUCKLE INDUSTRIES 1 Once 800 800
THREAD (RH)
81
150 DIGITAL THERMO M-1 FLUKE 64 MAX 44562786WS 9/19/2023
1 Once 1500 1500
METER
151 IR THERMOMETER M-3 FLUKE0-1000A IR -64 MAX 44562787WS 9/19/2023 1 Once 1500 1500
152 INDUCTION HEATER M-3 UNITECH UIH 2001 000219 9/19/2023 1 Once 1000 1000
JYOTHI
153 WHEEL – WHEEL M-6 ENTERPRISES 1600+-15 SL 669 9/19/2023
GAUGE 1 Once 1100 1100
ROORKEE
154 SHORT TURN M-7 AQUILA LITTLE GAINT AQ/ST/15/11-17 9/19/2023
1 Once 1100 1100
INDICATOR
ELECTRONIC
155 LAB WENSAR TTB15 25G-15KG 93181 9/19/2023
WEIGHING 1 Once 3000 3000
BALANCE
156 IIW BLOCK LAB MODSONIC --- 287.09.2004 9/19/2023 1 Once 1100 1100
ROCKWELL HARDNESS
157 LAB SAROJ RAB 250 0 TO 90 HRC 00/11/007 9/19/2023 1 Once 2500 2500
TESTER

SHORE-A HARDNESS AZURE TESTING


158 LAB --- 0 TO 90 27114 9/19/2023 1 Once 2500 2500
TESTER MACHINES LLP
159 MULTIMETER FTS/ MECO --- 17030013 9/19/2023
1 Once 1100 1100
BZA
0 – 750V AC 0 –
160 CLAMP METER FTS/ FLUKE 376 1000V DC 1000A 28961385WS 9/19/2023
BZA 1 Once 1100 1100
AC/DC
161 MEGGER FTS MECO MC-904 500V 5780/11 9/19/2023
1 Once 1500 1500
/BZA
162 MEGGER FTS/ MECO MC-907 01 KV 6996/11 9/19/2023
1 Once 1500 1500
BZA
163 MEGGER 1000V PTS/ MECO --- 1000V 5087/11 9/19/2023
1 Once 1500 1500
BZA
164 MEGGER 500V PTS/ MECO --- 500V 7731/11 9/19/2023
1 Once 1500 1500
BZA
1000V AC/DC 10A
165 DIGITAL MULTIMETER PTS/ MECO TRMS - 18 17030054 9/19/2023
AC/DC 1 Once 1100 1100
BZA
1000V AC/DC 10A
166 CLAMP METER PTS/ FLUKE --- 289613811WS 9/19/2023
AC/DC 1 Once 1100 1100
BZA
167 CAPACITANCE METER PTS/ AGRONIC DCM56 0.1PF - 20,000 ΜF 100409 9/19/2023
1 Once 1500 1500
BZA
168 CAPACITANCE METER PTS/ AGRONIC DCM56 0.1PF - 20,000 ΜF 100406 9/19/2023
1 Once 1500 1500
BZA
169 CAPACITANCE METER PTS/ AGRONIC DCM56 0.1PF - 20,000 ΜF 100410 9/19/2023
1 Once 1500 1500
BZA
170 CAPACITANCE METER PTS/ AGRONIC DCM56 0.1PF - 20,000 ΜF 100407 9/19/2023
1 Once 1500 1500
BZA
0 – 750V AC 0 –
171 AC/DC CLAMP METER PTS/ MASTECH MS2101 1000V DC 1000A 10020045519 9/19/2023
BZA 1 Once 1100 1100
AC/DC
0 – 750V AC 0 –
172 AC/DC CLAMP METER PTS/ MASTECH MS2101 1000V DC 1000A 10020045463 9/19/2023
BZA 1 Once 1100 1100
AC/DC
0 – 750V AC 0 –
173 AC/DC CLAMP METER PTS/ MASTECH MS2101 1000V DC 1000A 10020045478 9/19/2023
BZA 1 Once 1100 1100
AC/DC
1000V AC/DC 10A
174 DIGITAL MULTIMETER PTS/ MECO --- 17030045 9/19/2023
AC/DC 1 Once 1100 1100
BZA
0 – 750V AC 0 –
175 AC/DC CLAMP METER PTS MASTECH MS2101 1000V DC 1000A 9050008997 9/19/2023
/BZA 1 Once 1100 1100
AC/DC
JYOTHI
176 WHEEL PROFILE PTS/ --- --- 1166 9/19/2023
ENTERPRISES 1 Twice 1100 2200
GAUGE BZA
DIGITAL INSULATION
177 E-1 MECO DIT99C 0-500V 14081159 9/20/2023 1 Once 1500 1500
TESTER
0-1000A AC/DC 0-
178 CLAMP METER E-1 FLUKE 319 600VAC/DC 0- 39540072WS 9/20/2023
1 Once 1100 1100
4000Ω
DC 80MV -
179 DIGITAL MULTIMETER E-3 MECO 81K-TRMS 1000V AC 08011059 9/20/2023
80MV-750V 1 Once 1100 1100
AC/DC 80MA-10A
SPM (SHOCK PULSE
180 E-3 SPM A-30/1 -99 TO 99 DBSV 571 9/20/2023 1 Once 1500 1500
ANALYZER)
181 HV TESTER E-3 METRAVI - 0-15KV ET/082/05-06 9/20/2023 1 Once 2500 2500
AUTOMATIC
SIVANANDA MLS-5DA/HLS-
182 CAPACITANCE E-3 0-5KV SE-001092007 9/20/2023
& TAN DELTA TEST ELECTRONICS 5A
1 Once 1500 1500
SET 05 KV
183 LCR METER E-3 KUSUM MECO --- -- VA200103240 9/20/2023 1 Once 4500 4500
184 MULTIMETER E-3 FLUKE FLUKE 87 – V 27410043 9/20/2023 1 Once 1100 1100
DIGITAL VERNIER
185 CALIPER 0-450MM E-3 PRECISION --- 0-450MM 22070009 9/20/2023 1 Once 800 800
DC HIGH CURRENT GT
186 E-5 -- 02-10/06 9/20/2023 1 Once 2000 2000
INJECTION TEST SET ELECTRONICS
1000V AC/DC 10A
187 MULTIMETER E-6 FLUKE FLUKE 179 36320260 9/20/2023 1 Once 1100 1100
AC/DC
82
1000V AC/DC 10A
188 MULTIMETER E-6 FLUKE FLUKE 179 19780143 9/20/2023 1 Once 1100 1100
AC/DC
0 – 750V AC 0 –
189 CLAMP METER E-6 METRAVI DT – 3690 1000V DC 1000A 092857481 9/20/2023
1 Once 1100 1100
AC/DC
0 – 750V AC 0 –
190 CLAMP METER E-6 METRAVI DT – 3690 1000V DC 1000A 092857484 9/20/2023
1 Once 1100 1100
AC/DC
INSULATION
191 E-6 MEGGER MIT 400 UP TO 1KV 101194921 9/20/2023
RESISTANCE & 1 Once 1500 1500
CONTINUITY TESTER

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

DIGITAL PANEL METER


295 E-7 AUTONIX PD34 ELS/BZA/SCR-1 9/21/2023
(AC CURRENT) 1 Once 1100 1100

DIGITAL PANEL METER


296 E-7 MECO-G SMP9635 0418238 9/21/2023
(AC CURRENT) 1 Once 1100 1100

DIGITAL PANEL METER


297 E-7 MECO-G 96R-3501/AC 1272105 9/21/2023
(AC VOLTAGE) 1 Once 1100 1100
DIGITAL PANEL METER
298 (DC E-7 MECO SMP35S 1410856 9/21/2023
1 Once 1100 1100
MILLI CURRENT)
DIGITAL PANEL METER
299 (DC E-7 MECO-G R-3501DC 2852/05 9/21/2023
1 Once 1100 1100
MILLI VOLTMETER)
DIGITAL PANEL METER
300 E-7 MECO SMP35S 1418303 9/21/2023
(DC VOLTAGE) 1 Once 1100 1100

DIGITAL PANEL METER


301 E-7 NIPPAN DV-1 19101345 9/21/2023
(DC VOLTAGE) 1 Once 1100 1100
DIGITAL PANEL METER AGARWAL
302 (DC E-7 34A7 19052404 9/21/2023
ELECTRONICS 1 Once 1100 1100
VOLTAGE)
303 TIMER E-7 SELEC TI103A 0312V10-87 9/21/2023 1 Once 1500 1500
AC HIGH VOLTAGE 13073/33(R)/21-
304 TESTER E-7 R & E PVT LTD 0-70 KV 9/21/2023
22 1 Once 3500 3500
0-70 KV
305 DC VOLTMETER(DPM) E-7 MECO SPM35S 1714775 9/21/2023 1 Once 1100 1100
SLAZER ECPL/21/ET/S1
306 QD RELAY TEST E-7 --- 9/21/2023 1 Once 3000 3000
ELECTRONICS 05-74
SLAZER ECPL/21/ET/S1
307 Q20 RELAY E-7 --- 9/21/2023 1 Once 3000 3000
ELECTRONICS 05-73
AGARWAL
308 DC VOLTMETER (DPM) E-7 34A7 --- 010216 9/21/2023 1 Once 1100 1100
ELECTRONIC
309 DC VOLTMETER (DPM) E-7 MECO SMP35S --- 813585 9/21/2023 1 Once 1100 1100
310 DC AMMETER E-7 MECO SMP35S --- 1405835 9/21/2023 1 Once 1100 1100
311 DC VOLTMETER (DPM) E-7 MECO SMP35S --- 711629 9/21/2023 1 Once 1100 1100
312 RADIUS GAUGE 7.5 - M-1 TECHNIKA 7.5 - 15MM --- 9/21/2023
1 Once 1000 1000
15MM
ROOT WEAR GAUGE GANAPATHY
313 M-1 --- 4444 9/21/2023
FOR WAP4 (THICK INDUSTRIES 1 Twice 1100 2200
PROFILE)
314 BORE GAUGE M-3 MITUTOYO 511-705 160-250 MM 5341231 9/21/2023 1 Once 450 450
315 BORE GAUGE M-3 MITUTOYO 50-150 MM 6395985 9/21/2023 1 Once 450 450
85
SURGE COMPARISON
316 M-3 JABBALS 5005 0-10KV M3/SCT/01 9/21/2023 1 Once 3000 3000
TESTER

PROFILE GAUGES FOR JYOTHI


317 WAG- 7 WEAR ADOPTED M-4 ENTERPRISES ALT-6 597 9/21/2023
AND WAP-4 FOR THICK ROORKEE 1 Twice 1100 2200
FLANGE

PROFILE GAUGES FOR JYOTHI


318 WAG- 7 WEAR ADOPTED M-4 ENTERPRISES TWG-1 1165 9/21/2023
AND WAP-4 FOR THICK ROORKEE 1 Twice 1100 2200
FLANGE
319 MULTIMETER (M5) M-5 FLUKE 179 39730764 9/21/2023 1 Once 1100 1100
PANTOGRAPH RESTING
320 M-5 SALTER 0-25 KG B032902 9/21/2023 1 Once 3000 3000
WEIGHT SCALE
VERNIER CALIPERS (0-
321 M-5 MUTYTOYO 16049186 9/21/2023 1 Once 600 600
280MM) (M5)
322 MASTER GAUGE M-5 TOPGRIP ------- 0-10 KG/CM2 B13084008 9/21/2023 1 Once 1200 1200
323 MASTER GAUGE M-5 OASIS ------- 0-15 KG/CM2 3800608 9/21/2023 1 Once 1200 1200
324 MASTER GAUGE M-5 HKCO ------- 0-15 KG/CM2 041017 9/21/2023 1 Once 1200 1200
325 MASTER GAUGE M-5 HKCO ------- 0-1 KG/CM2 051017 9/21/2023 1 Once 1200 1200
326 MASTER GAUGE M-5 TOP GRIP ------- 0-15 KG/CM2 B13084012 9/21/2023 1 Once 1200 1200
327 MASTER GAUGE M-5 TOP GRIP ------- 0-10 KG/CM2 B13084010 9/21/2023 1 Once 1200 1200
328 MASTER GAUGE M-5 TOP GRIP ------- 0-10 KG/CM2 B13084009 9/21/2023 1 Once 1200 1200
329 MASTER GAUGE M-5 HKCO ---------- 0-10 KG/CM2 021017 9/21/2023 1 Once 1200 1200
330 MASTER GAUGE M-5 OASIS ---------- 0-15 KG/CM2 3770608 9/21/2023 1 Once 1200 1200
331 MASTER GAUGE M-5 OASIS ---------- 0-15 KG/CM2 3830608 9/21/2023 1 Once 1200 1200
332 MASTER GAUGE M-5 OASIS ---------- 0-15 KG/CM2 3790608 9/21/2023 1 Once 1200 1200
333 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084015 9/21/2023 1 Once 1200 1200
334 MASTER GAUGE M-5 TOP GRIP ---------- 0-10 KG/CM2 B13084007 9/21/2023 1 Once 1200 1200
335 MASTER GAUGE M-5 OASIS ---------- 0-10 KG/CM2 3970608 9/21/2023 1 Once 1200 1200
336 MASTER GAUGE M-5 OASIS ---------- 0-15 KG/CM2 3760608 9/21/2023 1 Once 1200 1200
337 MASTER GAUGE M-5 OASIS ---------- 0-10 KG/CM2 3900608 9/21/2023 1 Once 1200 1200
338 MASTER GAUGE M-5 OASIS ---------- 0-10 KG/CM2 3880608 9/21/2023 1 Once 1200 1200
339 MASTER GAUGE M-5 HKCO ---------- 0-15 KG/CM2 120105SA 9/21/2023 1 Once 1200 1200
340 MASTER GAUGE M-5 OASIS ---------- 0-15 KG/CM2 3810608 9/21/2023 1 Once 1200 1200
341 MASTER GAUGE M-5 TOPGRIP --- 0-7 KG/CM2 B13084016 9/21/2023 1 Once 1200 1200
342 MASTER GAUGE M-5 TOPGRIP --- 0-1 KG/CM2 B13084005 9/21/2023 1 Once 1200 1200
343 MASTER GAUGE M-5 TOP GRIP ---------- 0-10 KG/CM2 B13084022 9/21/2023 1 Once 1200 1200
344 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084027 9/21/2023 1 Once 1200 1200
345 MASTER GAUGE M-5 TOP GRIP ---------- 0-10 KG/CM2 B13084024 9/21/2023 1 Once 1200 1200
346 MASTER GAUGE M-5 TOP GRIP ---------- 0-7 KG/CM2 B13084018 9/21/2023 1 Once 1200 1200
347 MASTER GAUGE M-5 TOP GRIP ---------- 0-10 KG/CM2 B13084023 9/21/2023 1 Once 1200 1200
348 MASTER GAUGE M-5 TOP GRIP ---------- 0-10 KG/CM2 B13084025 9/21/2023 1 Once 1200 1200
349 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084030 9/21/2023 1 Once 1200 1200
350 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084029 9/21/2023 1 Once 1200 1200
351 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084028 9/21/2023 1 Once 1200 1200
352 MASTER GAUGE M-5 TOP GRIP ---------- 0-1 KG/CM2 B13084004 9/21/2023 1 Once 1200 1200
353 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084011 9/21/2023 1 Once 1200 1200
354 MASTER GAUGE M-5 TOP GRIP ---------- 0-1 KG/CM2 B13084002 9/21/2023 1 Once 1200 1200
355 MASTER GAUGE M-5 TOP GRIP ---------- 0-10 KG/CM2 B13084006 9/21/2023 1 Once 1200 1200
356 MASTER GAUGE M-5 TOP GRIP ---------- 0-1 KG/CM2 B13084003 9/21/2023 1 Once 1200 1200
357 MASTER GAUGE M-5 TOP GRIP ---------- 0-15 KG/CM2 B13084014 9/21/2023 1 Once 1200 1200
358 VERNIER CALIPER M-5 MITUTOYO --- 0-150 MM 51221147 9/21/2023 1 Once 400 400
359 MOTOR CHECKER EMC M-7 MCM EMC-38 --- 0426 9/21/2023 1 Once 2000 2000
360 DAIL THICKNESS LAB MITUTOYO --- 0.01 TO 20 MM 7323 9/21/2023
1 Once 400 400
GAUGE
361 ANALYTICAL LAB SCALE TEC SAB-224L 0 TO 220 GMS N4190342-147 9/21/2023
1 Once 3000 3000
BALANCE
362 BP MASTER GAUGE FTS/ TOP GRIP 0-7KG/CM2 P17607 9/21/2023
1 Once 1200 1200
BZA
363 FP MASTER GAUGE FTS/ HKCO 0-7 KG/CM2 P1803 9/21/2023
1 Once 1200 1200
BZA
364 WEIGHING SCALE PTS/ PHOENIX --- 100G TO 50KG Q513347 9/21/2023
1 Once 3000 3000
BZA
JYOTHI
FLANGE WEAR GAUGE
365 PTS/ ENTERPRISES SKDL 4445 175 9/21/2023
FOR WAP4 (THICK 1 Twice 1100 2200
BZA ROORKEE
PROFILE)
JYOTHI
ROOT WEAR GAUGE
366 PTS/ ENTERPRISES SKDL 4444 147 9/21/2023
FOR WAP4 (THICK 1 Twice 1100 2200
BZA ROORKEE
PROFILE)

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

HOT AIR OVEN –


421 DIGITAL METER FOR M-4 SELEC TC344 1904A02-260 9/25/2023
TEMPERATURE 1 Once 500 500
CONTROLLER

HOT AIR OVEN –


422 DIGITAL METER FOR M-4 THERMOTECH PID-73D --- 9/25/2023
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

DIAL TENSION GAUGE


426 M-7 RISHITA ---- MIE-116-2 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


427 M-7 RISHITA ---- MIE-51-6 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


428 M-7 RISHITA ---- MIE-47-7 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


429 M-7 RISHITA ---- MIE-47-1 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


430 M-7 RISHITA ---- MIE-47-10 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


431 M-7 RISHITA ---- MIE-47-5 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


432 M-7 RISHITA ---- MIE-47-2 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100
88
DIAL TENSION GAUGE
433 M-7 RISHITA ---- MIE-47-4 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


434 M-7 RISHITA ---- MIE-48-2 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100

DIAL TENSION GAUGE


435 M-7 RISHITA ---- MIE-47-3 9/25/2023
10 – 100 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
436 M-7 RISHITA ---- MIE-50-3 9/25/2023
5 – 50 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
437 M-7 RISHITA ---- MIE-116-1 9/25/2023
5 – 50 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
438 M-7 RISHITA ---- MIE-116-1 9/25/2023
5 – 50 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
439 M-7 RISHITA ---- MIE-48-5 9/25/2023
5 – 50 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
440 M-7 RISHITA ---- MIE-48-4 9/25/2023
5 – 50 GRAMS 1 Once 1100 1100
PERMANENT
441 M-7 FERFLUX PM – 1 NIL 9/25/2023 1 Once 3000 3000
MAGNETIC YOKE
SURFACE OUGHNESS
MEASURING TAYLOR
442 M-7 SURTRONIC 10 6132 9/25/2023 1 Once 6500 6500
INSTRUMENT HOBSON
443 VERNIER CALIPER DRG MITUTOYO --- 0-180MM 16276099 9/26/2023 1 Once 400 400
444 DIGITAL BORE GAUGE E-3 MITUTOYO 511-806 250-400 MM 3228519 9/26/2023 1 Once 550 550
445 VERNIER CALIPER E-6 MITUTOYO JQA 0 – 150 MM 11194675 9/26/2023 1 Once 400 400
446 IR THERMOMETER E-6 FLUKE 59 MAX - 300C TO 3500C 29860401 9/26/2023 1 Once 1500 1500
447 MULTIMETER E-6 FLUKE FLUKE 179 39730766 9/26/2023 1 Once 1100 1100
1000V AC/DC 10A
448 MULTI METER DIGITAL E-7 METRAVI METRASAFE10 R210019507 9/26/2023 1 Once 1100 1100
AC/DC
OIL FILTRATION PLANT
– ANALOG METER FOR
449 M-4 SELEC TC344 2001A01-105 9/26/2023
TEMPERATURE 1 Once 500 500
CONTROLLER

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

460 VERNIER HEIGHT M-7 MITUTOYO 0-600MM 24’’/600 MM NIL 9/26/2023


1 Once 1200 1200
GAUGE
461 DIAL THICKNESS M-7 MITUTOYO 209-610 0 – 50 MM AA30H239 9/26/2023
1 Once 800 800
GAUGE
WHEEL DISTANCE
462 MEASURING GAUGE M-7 PARAGON WG - 1 524/09 9/26/2023
1 Once 1100 1100
(NON DIGITAL)
WHEEL DISTANCE
463 MEASURING GAUGE M-7 PARAGON WG - 1 525/09 9/26/2023
1 Once 1100 1100
(NON DIGITAL)
464 BUFFER HEIGHT M-7 PARAGON BHG – 2 2120/06 9/26/2023
1 Once 1400 1400
GAUGE
465 BUFFER HEIGHT M-7 PARAGON BHG - 2 1104 9/26/2023
1 Once 1400 1400
GAUGE
DIGITAL OUTSIDE
466 M-7 MITUTOYO ----- 125 – 150 MM 001172 9/26/2023 1 Once 650 650
MICROMETER
DIGITAL OUTSIDE
467 M-7 MITUTOYO 340-511-30 0.001 MM 701047 9/26/2023
MICROMETER 0 - 150 1 Once 650 650
MM
DIGITAL INSIDE
468 MICROMETER 200 – M-7 MITUTOYO ---- ----- 35036458 9/26/2023
1 Once 650 650
2000 MM
89
JYOTHI
469 CONDEMING GAUGE M-7 ----- ----- DRG: 2222/M 9/26/2023 1 Once 1100 1100
ENTERPRISES
INSIDE MICROMETER25
470 M-7 MITUTOYO 245-186 25 - 50 MM 75264 9/26/2023
– 50 MM 1 Once 1200 1200
BORE GAUGE WITH
471 M-7 MITUTOYO 511-132 50 – 150 MM 350547 9/26/2023 1 Once 550 550
DIAL INDIACTOR
472 DIGITAL DIAL GAUGE M-7 MITUTOYO ID-C-112 0.001 - 14MM 16109987 9/26/2023 1 Once 450 450
473 VERNIER DEPTH M-7 INSIZE ----- 0 - 150MM 0106130130 9/26/2023
1 Once 550 550
GAUGE
474 CLAMP METER M-7 METRAVI DT – 3690 092857523 9/26/2023 1 Once 550 550
BORE GAUGE WITH
475 M-7 MITUTOYO 511-132 50 – 150 MM 347758 9/26/2023 1 Once 1100 1100
DIAL INDIACTOR
OUTSIDE MICROMETER
476 400 – 500 MM M-8 MITUTOYO CN-104-143 400 – 500 MM 62040424 9/26/2023 1 Once 1100 1100

DIAL TENSION GAUGE


477 M-7 RISHITA ---- MIE-48-8 9/27/2023
10 – 100 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
478 M-7 RISHITA ---- MIE-48-2 9/27/2023
5 – 50 GRAMS 1 Once 1100 1100
DIAL TENSION GAUGE
479 M-7 RISHITA ---- MIE-51-1 9/27/2023
0 – 03 GRMS 1 Once 1100 1100
DIAL TENSION GAUGE
480 0 – 03 GRMS M-7 RISHITA ---- MIE-51-4 9/27/2023 1 Once 1100 1100
DIAL TENSION GAUGE
481 M-7 RISHITA ---- MIE-51-3 9/27/2023
0 – 03 GRMS 1 Once 1100 1100
DIAL TENSION GAUGE
482 0 – 03 GRMS M-7 RISHITA ---- MIE-51-2 9/27/2023 1 Once 1100 1100
DIAL TENSION GAUGE
483 M-7 RISHITA ---- MIE-51-5 9/27/2023
0 – 03 GRMS 1 Once 1100 1100
OUTSIDE MICROMETER
484 M-7 I/T ---- 0 - 25 MM 42/P 9/27/2023
0 – 25 MM 1 Once 450 450
DIAL TENSION GAUGE
485 M-7 RISHITA ---- MIE-1 9/27/2023 1 Once 1100 1100
25- 250 GRMS
DIAL TENSION GAUGE
486 25- 250 GRMS M-7 RISHITA ---- MIE-2 9/27/2023 1 Once 1100 1100
DIAL TENSION GAUGE
487 25- 250 GRMS M-7 RISHITA ---- MIE-3 9/27/2023 1 Once 1100 1100
DIAL TENSION GAUGE
488 25- 250 GRMS M-7 RISHITA ---- MIE-4 9/27/2023 1 Once 1100 1100
DIAL TENSION GAUGE
489 25- 250 GRMS M-7 RISHITA ---- MIE-5 9/27/2023 1 Once 1100 1100
PERMANENT
490 MAGNETIC LAB SIMS-PY --- --- 201501110036 9/27/2023
1 Once 3000 3000
YOKE
PERMANENT
491 MAGNETIC YOKE LAB SIMS-PY --- --- 201501110037 9/27/2023 1 Once 3000 3000
PERMANENT
492 MAGNETIC YOKE LAB PY-1/EEIC --- --- 199 9/27/2023 1 Once 3000 3000
PERMANENT
493 MAGNETIC YOKE LAB PY-1/EEIC --- --- 202 9/27/2023 1 Once 3000 3000
DIGITAL VERNIER
494 CALIPER 0-450MM M-6 PRECISION --- 0-450MM 22070003 10/5/2023 1 Once 1100 1100
DIGITAL VERNIER
495 CALIPER 0-450MM M-7 PRECISION --- 0-450MM 22070005 10/5/2023 1 Once 1100 1100

496 DIGITAL VERNIER M-8 PRECISION --- 0-450MM 22070001 10/5/2023


1 Once 1100 1100
CALIPER
DIGITAL FLANGE
497 M-1 PIE FWG-1(D) --- 301/23 11/23/2023 1 Twice 1100 2200
WEAR GAUGE
DIGITAL ROOT WEAR
498 M-1 PIE RWG-1(D) --- 300/23 11/23/2023 1 Twice 1100 2200
GAUGE
DIGITAL FLANGE
499 WEAR GAUGE M-7 PIE FWG-1(D) --- 304/23 11/23/2023 1 Twice 1100 2200
DIGITAL FLANGE
500 M-7 PIE FWG-1(D) --- 305/23 11/23/2023 1 Twice 1100 2200
WEAR GAUGE
DIGITAL FLANGE
501 M-7 PIE FWG-1(D) --- 306/23 11/23/2023 1 Twice 1100 2200
WEAR GAUGE
DIGITAL ROOT WEAR
502 M-7 PIE RWG-1(D) --- 297/23 11/23/2023 1 Twice 1100 2200
GAUGE
DIGITAL ROOT WEAR
503 M-7 PIE RWG-1(D) --- 298/23 11/23/2023 1 Twice 1100 2200
GAUGE
DIGITAL ROOT WEAR
504 M-7 PIE RWG-1(D) --- 299/23 11/23/2023 1 Twice 1100 2200
GAUGE
DIGITAL FLANGE
505 M-8 PIE FWG-1(D) --- 302/23 11/23/2023 1 Twice 1100 2200
WEAR GAUGE
DIGITAL ROOT WEAR
506 M-8 PIE RWG-1(D) --- 295/23 11/23/2023 1 Twice 1100 2200
GAUGE
DIGITAL FLANGE
507 WEAR GAUGE FTS/ PIE FWG-1(D) --- 303/23 11/23/2023
1 Twice 1100 2200
BZA
DIGITAL ROOT WEAR
508 FTS/ PIE RWG-1(D) --- 296/23 11/23/2023
GAUGE 1 Twice 1100 2200
BZA
90
DIGITAL FLANGE
509 WEAR PTS/ PIE FWG-1(D) --- 286 11/23/2023
BZA 1 Twice 1100 2200
GAUGE
DIGITAL ROOT WEAR
510 PTS/ PIE RWG-1(D) --- 288 11/23/2023
GAUGE 1 Twice 1100 2200
BZA
511 WHEEL PROFILE M-1 PIE SKDL-3592 --- 7069 12/20/2023
1 Twice 1100 2200
GAUGE
512 WHEEL PROFILE M-4 PIE SKDL-3592 --- 7071 12/20/2023
1 Twice 1100 2200
GAUGE
JYOTHI
513 WHEEL PROFILE M-6 ENTERPRISES 7070 12/20/2023
GAUGE 1 Twice 1100 2200
ROORKEE
TREAD WEAR
514 M-8 PIE TWG-(1) --- 7074 12/20/2023
MEASURING 1 Twice 1100 2200
GAUGE
CONTACTLESS
515 E-1 RAYTEK 0-750ºC MINITEMP MT4 123508 2/12/2024 1 Once 1500 1500
THERMOMETER
516 DIGITAL TACHOMETER E-3 AGRONIC 81-C 60-50,000 RPM 2411 2/12/2024 1 Once 2000 2000
517 THERMAL IMAGE E-3 FLIR E85 -4 TO 2192°F 24310367 2/12/2024
1 Once 1100 1100
CAMERA
518 1KV MEGGER E-3 MEGGER MIT-400 0-1KV --- 2/12/2024 1 Once 1500 1500
2MH-20H 0MF –
DIGITAL LCR 4 ½ DIGIT
519 E-3 KUSUM MECO KM520B 20NF 0Ω-200MΩ VA-200103264 2/12/2024
METER 1 Once 4500 4500
200MA-10A
1000V AC/DC
520 CLIP ON METER E-3 FLIR CM85 1000A 209 2/12/2024
1 Once 1100 1100
AC/DC
DIGITAL INSULATION
521 E-3 RISHAB RISHI INSU 10 01 KV 111910 2/12/2024 1 Once 1500 1500
TESTER 01KV
522 2.5KV MEGGER E-3 SONEL POLAND MIC2501 2.5KV CD2256 2/12/2024 1 Once 3000 3000

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

PORTABLE DEW APPLIED


549 M-5 ATS-301D -80 DEG TO 30 20200912301D 2/12/2024
POINT METER TECHNOLOGIES 1 Once 1500 1500
DEG

PORTABLE DEW APPLIED


550 M-5 ATS-301D -80 DEG TO 30 20200914301D 2/12/2024
POINT METER TECHNOLOGIES 1 Once 1500 1500
DEG
551 INSIDE MICROMETER M-6 MITUTOYO 137-204 50-1000MM 2007638 2/12/2024 1 Once 1400 1400
600MV-1000V DC,
552 DIGITAL CLAMP M-7 KUSUM MECO KM4002 6V-1000V AC, 215339 2/12/2024
METER 1 Once 1100 1100
60A-1000A AC/DC
600MV-1000V DC,
553 DIGITAL CLAMP M-7 KUSUM MECO KM4002 6V-1000V AC, 215335 2/12/2024
METER 1 Once 1100 1100
60A-1000A AC/DC
GRAM GAUGE 100-1000
554 M-7 RISHITHA --- 100G – 1000GRAMS DTG/1000-01 2/12/2024 1 Once 1100 1100
GRAMS
750V AC, 1000V
555 DIGITAL MULTIMETER M-7 MECO 603 JUNIOR DC, 21010250 2/12/2024
1 Once 1100 1100
10A AC/DC
1000V AC/DC,
RESISTANCE:
556 DIGITAL MULTIMETER M-7 METRAVI METRASAFE10 60MΩ, R210019509 2/12/2024
CAPACITANC
1 Once 1100 1100
E:
100MF
TORQUE WRENCH 3/8''
557 M-7 MAC MASTER TW25R 0.5-3.5 KG (5- 28B-16 2/12/2024
SQ.DRIVE 25R 1 Once 1500 1500
35NM)
TORQUE WRENCH 3/8''
558 M-7 MAC MASTER TW25R 0.5-3.5 KG (5- 28B-3 2/12/2024
SQ.DRIVE 25R 1 Once 1500 1500
35NM)
TORQUE WRENCH 3/8''
559 M-7 MAC MASTER TW25R 0.5-3.5 KG (5- 28B-12 2/12/2024
SQ.DRIVE 25R 1 Once 1500 1500
35NM)
TORQUE WRENCH 1/2''
560 M-7 MAC MASTER TW100R 3-14 KG (25- 25A-40 2/12/2024
SQ.DRIVE 100R 1 Once 1500 1500
135NM)
PRESSURE GAUGE 0-
561 250 KG/CM2 OF 500 TON M-8 WIKA EN837-1 0-250 KG/CM2 9000IVFZ 2/12/2024
WHEEL PRESS 1 Once 1500 1500
MACHINE
PRESSURE GAUGE 0-
562 400 KG/CM2 OF 500 TON M-8 GENERAL SS 316 0-400 KG/CM2 316L 2/12/2024
WHEEL PRESS 1 Once 1500 1500
MACHINE
TEMPERATURE
563 LAB JENSON DELUXE --- -10°C TO 110°C --- 2/12/2024 1 Once 1500 1500
THERMOMETER
TEMPERATURE
564 LAB DIMPLE --- 0 TO 200°C --- 2/12/2024 1 Once 1500 1500
THERMOMETER
565 ANEMOMETER FTS/ LUTRON AM4201 0.4 - 30M/S AE-40011 2/12/2024
1 Once 3000 3000
BZA
566 ANEMOMETER PTS/ LUTRON AM4201 0.4 - 30M/S AE-23434 2/12/2024
1 Once 3000 3000
BZA
567 ANEMOMETER PTS/ LUTRON AM4201 0.4 - 30M/S AE-40063 2/12/2024
1 Once 3000 3000
BZA
568 INSULATION TESTER PTS MECO MC-907 1000V 5830/11 2/12/2024
1 Once 1500 1500
1000V /BZA
569 INSULATION TESTER PTS/ MECO MC-907 1000V 7662/11 2/12/2024
1 Once 1500 1500
1000V BZA
570 INSULATION TESTER PTS/ MECO MC-907 1000V 5079/11 2/12/2024
1 Once 1500 1500
1000V BZA
571 INSULATION TESTER PTS/ MECO MC-904 500V 2272/10 2/12/2024
1 Once 1500 1500
500V BZA
572 INSULATION TESTER PTS/ MECO MC-904 500V 6972/10 2/12/2024
1 Once 1500 1500
500V BZA
SIVANANDA
573 BDV TEST KIT E-4 OTS-60M 0-60KV SE-026112013 2/13/2024 1 Once 3500 3500
ELECTRONICS
2MH-20H 0MF –
DIGITAL LCR 4 ½ DIGIT
574 E-5 KUSUM MECO KM520B 20NF 0Ω-200MΩ VA-200103260 2/13/2024
METER 1 Once 4500 4500
200MA-10A
575 DIGITAL VOLTMETER E-5 MECO SMP35S 0-300V DC 731912 2/13/2024
1 Once 1100 1100
(DC)
576 DIGITAL VOLTMETER E-5 MECO SMP35S --- 79412 2/13/2024
1 Once 1100 1100
(DC)
577 850MM MEASURING M-4 KALINGA --- 850MM 1015 2/13/2024
1 Once 1200 1200
ROD
92
1000V AC/DC,
578 DIGITAL MULTIMETER M-4 FLUKE 179 39730763 2/13/2024 1 Once 1100 1100
10A AC/DC
1000V AC/DC,
579 DIGITAL MULTIMETER M-4 FLUKE 179 ---- 2/13/2024 1 Once 1100 1100
10A AC/DC
WHEEL FLANGE
JYOTHI
580 PROFILE TEMPLATE M-4 B/TRS/3/583 --- B/TRS/3/583/01 2/13/2024
ENTERPRISES 1 Once 1100 1100
FOR BG MEMU (LH)
WHEEL FLANGE
JYOTHI
581 PROFILE TEMPLATE M-4 B/TRS/3/583 --- B/TRS/3/583/02 2/13/2024
ENTERPRISES 1 Once 1100 1100
FOR BG MEMU (RH)
THICK FLANGE
PROFILE TEMPLATE GANAPATHY 2GC-ELS/BZA-
582 M-4 B/TRS/3/595 ALT-02 2/13/2024
FOR DIESEL & INDUSTRIES SCR
ELECTRIC FOR BG 1 Once 1100 1100
LOCO’S (LH)
THICK FLANGE
PROFILE TEMPLATE GANAPATHY 4GC-ELS-BZA-
583 M-4 B/TRS/3/595 ALT-02 2/13/2024
FOR DIESEL & INDUSTRIES SCR
ELECTRIC FOR BG 1 Once 1100 1100
LOCO’S (RH)
WEAR ADOPTED
PROFILE TEMPLATE JYOTHI
584 M-4 B/TRS/3/572 --- B/TRS/3/572/01 2/13/2024
FOR DIESEL & ENTERPRISES
ELECTRIC FOR BG 1 Once 1100 1100
LOCO’S (LH)
WEAR ADOPTED
PROFILE TEMPLATE JYOTHI
585 M-4 B/TRS/3/572 --- B/TRS/3/572/02 2/13/2024
FOR DIESEL & ENTERPRISES
ELECTRIC FOR BG 1 Once 1100 1100
LOCO’S (RH)

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)

PROFILE CHECKING RDSO DRG:


GANAPATHY 2-G-C-ELS-BZA-
590 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)

PROFILE CHECKING RDSO DRG:


GANAPATHY 3-G-C-ELS-BZA-
591 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)
JYOTHI
592 WHEEL DIA GAUGE M-8 --- 1000 - 1500MM T041500 2/13/2024 1 Once 1100 1100
ENTERPRISES
WHEEL TO WHEEL
PARAGON
593 DISTANCE MEASURING M-8 WG-1 (E) 1600 +/- 15MM 090/21 2/13/2024
INSTRUMENTS 1 Once 1100 1100
GAUGE
DIAL GAUGE WITH 0272220 /
594 M-8 MITUTOYO 7011S / 2046S --- 2/13/2024 1 Once 550 550
MAGNETIC BLOCK WCT753
TORQUE WRENCH 1/2''
595 M-8 MAC MASTER TW100R 3-14 KG (25- 25 E - 66 2/13/2024
SQ.DRIVE 100R 1 Once 1500 1500
135NM)
596 INSIDE MICROMETER M-8 MITUTOYO 137-204 50-1000MM 2007638 2/13/2024 1 Once 1200 1200
597 INFRARED FTS/ MECO IRT550P -50°C-550°C --- 2/13/2024
1 Once 1500 1500
THERMOMETER BZA
598 INFRARED FTS/ MECO TG8818N 34 - 42°C --- 2/13/2024
1 Once 1500 1500
THERMOMETER BZA
599 CAPACITANCE METER FTS/ AGRONIC DCM56 200PF TO 20MF 110405 2/13/2024
1 Once 2000 2000
BZA
600 CAPACITANCE METER FTS/ AGRONIC DCM56 200PF TO 20MF 110408 2/13/2024
1 Once 1400 1400
BZA
FLANGE WEAR GAUGE GANAPATHY 1GC ELS-BZA-
601 FOR P-4 LOCOS M-4 SKDL-4445 --- 13.02.2024 1 Twice 1100 2200
INDUSTRIES SCR
ROOT WEAR GAUGE GANAPATHY 1GC ELS-BZA-
602 FOR P- 4 LOCOS M-4 SKDL-4444 --- 13.02.2024 1 Twice 1100 2200
INDUSTRIES SCR
93
NON CONTACT PTS/
603 FLUKE 566 -40° TO 650°C 23070048 2/13/2024 1 Once 3000 3000
PYROMETER BZA
10-60NM, 5-45
604 TORQUE WRENCH M-7 ITORQ BMH960-QR AT028027 3/16/2024 1 Once 1500 1500
LB.FT,
10-60NM, 5-45
605 TORQUE WRENCH M-7 ITORQ BMH960-QR AT028030 3/16/2024 1 Once 1500 1500
LB.FT,
DIGITAL CAPACITANCE
606 E-7 KEYSIGHT UI701B 1000PF-199.99MF MY6222021 4/1/2024 1 Once 2000 2000
METER
607 DIGITAL E-7 FLUKE 123B 20MHZ 60560121 4/1/2024
1 Once 4000 4000
OSCILLOSCOPE
DIGITAL MICRO OHM
608 E-5 METRAVI 7272A 2MΩ TO 20 KΩ WAC0301 4/5/2024 1 Once 3000 3000
METER (CORDLESS)
CORDLESS DIGITAL
609 MICRO OHM METER E-4 METRAVI 7272A 2MΩ - 20KILOΩ WAC0306 4/6/2024 1 Once 3000 3000
610 PUSH PULL GAUGES E-3 YUYUTSU --- 0-5000 GRAMS 18317 6/12/2024 1 Once 1100 1100
611 PUSH PULL GAUGES E-3 YUYUTSU --- 0-5000 GRAMS 18498 6/12/2024 1 Once 1100 1100
DIGITAL VERNIER
612 E-3 MITUTOYO 500-151-30 0-150MM A21304356 6/12/2024 1 Once 400 400
CALIPER 0-150MM
TEST PANEL FOR 010/029/082022/
613 E-3 BG INDUSTRIES ISI-094-P 1K RATING 6/12/2024 1 Once 1500 1500
TEMPERATURE SENSOR 026
614 SHORT TURN E-5 AQUILA LIITLE GAINT OD 100MM-100 AQ/ST/05/04-22 6/12/2024
1 Once 1100 1100
INDICATOR
1000V AC/DC,
615 DIGITAL MULTIMETER E-5 FLUKE 15B+ 56394022WS 6/12/2024 1 Once 1100 1100
10A AC/DC
RANGE: 0-300A
MICROPROCESSOR
AC, RESOLUTION:
616 BASED MCB TIME E-5 GTE --- 0032/22 6/12/2024
01 A 1 Once 3000 3000
CURRENT TEST UNIT
1000V AC/DC,
617 DIGITAL MULTIMETER E-6 FLUKE 15B+ 56394030WS 6/12/2024 1 Once 1100 1100
10A AC/DC
618 SHORT TURN E-6 AQUILA LIITLE GAINT OD 100MM-100 AQ/ST/01/04-22 6/12/2024
1 Once 1100 1100
INDICATOR
DIGITAL VERNIER
619 CALIPER 0-150MM M-4 MITUTOYO 500-151-30 0-150MM A21304352 6/12/2024 1 Once 400 400
DIGITAL VERNIER
620 CALIPER 0-150MM M-6 MITUTOYO 500-151-30 0-150MM B21228732 6/12/2024 1 Once 400 400
DIGITAL VERNIER
621 CALIPER 0-150MM M-6 MITUTOYO 500-151-30 0-150MM B21228739 6/12/2024 1 Once 400 400
DIGITAL VERNIER
622 CALIPER 0-150MM M-6 MITUTOYO 500-151-30 0-150MM A21304357 6/12/2024 1 Once 400 400
DIGITAL VERNIER
623 CALIPER 0-150MM M-6 MITUTOYO 500-151-30 0-150MM B21228718 6/12/2024 1 Once 600 600

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 DIAL GAUGE BROWN &


631 M-7 --- 0-1MM 934538 6/12/2024
WITH MAGNETIC SHARP 1 Once 550 550
STAND

DIGITAL DIAL GAUGE BROWN &


632 M-7 --- 0-1MM 934539 6/12/2024
WITH MAGNETIC SHARP 1 Once 550 550
STAND
1000V AC/DC,
633 DIGITAL MULTIMETER M-7 FLUKE 15B+ 56394034WS 6/12/2024 1 Once 1100 1100
10A AC/DC
DIGITAL DIAL GAUGE BROWN &
634 M-8 --- 0.001 - 14.05MM 934536 6/12/2024
WITH MAGNETIC SHARP 1 Once 550 550
STAND
DIGITAL VERNIER
635 CALIPER 0-150MM M6 MITUTOYO 500-151-30 0-150MM B21228739 6/12/2024 1 Once 400 400
DIGITAL VERNIER
CALIPER 0-150MM
636 M6 MITUTOYO 500-151-30 0-150MM A21304357 6/12/2024 1 Once 400 400

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

a. ENGINEERING ORGANISATION AVAILABLE ON HAND.


Sl. Name & Designation of Qualification Previous Working
No. Employee Experience From To

01 02 03 04 05
A
B
C
Z

b. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM


ABOVE.

Sl. Name & Designation of Qualification Previous Working


No. Employee Experience From To

01 02 03 04 05
A
B
C
Z

ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THIS WORK FROM


OUTSIDE.
(A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSON SHOULD BE
OBTAINED AND ATTACHED).

Sl. Name & Designation of Qualification Previous Remarks


No. Employee Experience

01 02 03 04 05
A
B
C
Z

SIGNATURE OF THE TENDERER (S):


NAME OF THE TENDERER(S):
95

ANNEXURE-“B”

PROFORMA

1. PLANT & MACHINERY AVAILABLE ON HAND.

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

2. PLANT &MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.

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

3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE.

Sl. Particulars of No. of Kind Capacity Age and Approx. If to be purchased


No. machinery, Units and Condition cost in give likely date of
Plant & make Rs. in lakhs receipt and supplier’s
equipment Name.
01 02 03 04 05 06 07 08
A
B
C
Z

SIGNATURE OF THE TENDERER (S):


NAME OF THE TENDERER(S):
96

ANNEXURE-“C”

LIST OF COMPLETED WORKS BY THE TENDERER

Sl. Name of Agreement Designation Agreement Completed Date of Remarks


No. work No. and and address value in value of completion
date of agreement lakhs work ( in
signing lakhs)
authority
Railway/Central
Govt. works
A
B
C
D
E
Z
State Govt.
Works
A
B
C
D
E
Z
Public Sector
Undertaking
Works
A
B
C
D
E
Z

SIGNATURE OF THE TENDERER (S):


NAME OF THE TENDERER(S):
97

ANNEXURE-“D”

LIST OF WORKS ON HAND WITH THE TENDERER

Sl. Name of Agreement Designation Agreement Bill Due date of Number of


No. work No. and and address value in amount completion extensions
date of agreement lakhs paid so taken
signing far in
authority lakhs
Railway/Central
Govt. works
A
B
C
D
E
Z
State Govt.
Works
A
B
C
D
E
Z
Public Sector
Undertaking
Works
A
B
C
D
E
Z

SIGNATURE OF THE TENDERER:


NAME OF THE TENDERER:
98

ANNEXURE-“E”

EXPERIENCE/PERFORMANCE CERTIFICATE

Sl. Work Details Details


No.
1 Name of Work

2 Agreement Number, date and name of the Agency.


3 Agreement Value in Rupees ( in words and figures)
4 Due date of completion
5 Number of Extensions granted
6 Actual date of completion of work
7 Value of Final Bill if passed (in words)
8 Work completed but Final measurements not
recorded
a) Amount paid so far as in CC Bill No.
9 Work completed, Final measurements recorded with
negative variation.
a) Amount so far paid as in CC Bill No.
10 Work completed, if Final measurements recorded
with positive variation which is not sanctioned yet
a) Original agreement value or last sanctioned
agreement value whichever is lower
11 Performance of the firm (Satisfactory/Not
satisfactory)

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

The tenderer shall furnish the following information:

1 Name of the contractor/Firm& Full Address :


(copy of proof of address should be enclosed)

2. For contact purpose:


(i) Mobile No. :

(ii) Land Phone


(a) Office :
(b) Residence :

(iii) Fax No. :


(iv) e-mail address :

3. (i) Bank Account Nos. :

(i) Current Account Nos. :

(ii) Name of the Bank with address :

(iii) Code of the Bank :


(To arrange contractual payments through
Electronic Fund Transfer System)

4. GST No. :

5. Partnership deed should be enclosed, :


if it is not a proprietary firm. :

6. License No., under contract Labour :


(Regulation and abolition Act 1970 or Building
and Other Construction Works Act (BOCW)
from Ministry of Labour, if applicable.
Specify the reasons if not applicable.
(copy should be enclosed).

7. EPF Code No. :


(Copy of Registration to be enclosed)

8. ESI: Code No.


(Copy of Registration to be enclosed) :

Station:
Date: SIGNATURE OF THE TENDERER (S):
NAME OF THE TENDERER(S):
100

ANNEXURE-“G”

NEFT / RTGS

MANDATE FORM

1. Name of City

2. Bank Code No.

3. Bank’s Name
4. Branch Address

5. Branch Telephone / Fax No.

6. Contractor’s Account No.

7. Type of Account

8. IFSC Code for NEFT

9. IFSC Code of RTGS


Contractor’s Name as per
10.
Account
Telephone No. of Contractor
11.
with STD code

Contractor’s E-mail ID, if


12.
any

SIGNATURE OF THE TENDERER (S):


NAME OF THE TENDERER(S):
101

ANNEXURE-“H”

STATUTORY COMPLIANCE CERTIFICATE

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

Signature of contractor with seal


102

ANNEXURE-“I”
IDENTITY CARD

IDENTITY CARD No. : …………………………………………….

DATE OF ISSUE :

CONTRACT AGREEMENT No. :

Space for photo

NAME OF THE CONTRACTOR :


………………………………………………………………………
& ADRESS : ………………………………………………………………………

PARTICULARS OF PERSONNEL

i) Name of the Personnel :

ii) Date of Birth/Age :

iii) Personal Identification Mark :

iv) Permanent Address :

(Signature of Contractor) (Signature/Thumb Impression of


Personnel)
(The person who signed the original Tender document
or the contract Agreement)
103
Annexure-(LC)-I

Request letter from Executive branch to Accounts Office for opening of LC

Office of __________
__________.Railway
No. Dated.
________
The PFA/Sr.DFM/Dy.FA
HQ/Division/Workshop/Cost

Sub: Opening of LC.


Ref: Supply Order/Contract Agreement No.
****
It is requested to open a sight LC against the above referred Order/Agreement in favour of
_________________________.The details of beneficiary are as under.
(i) Name of Bidder/Supplier
(ii) Vender Code
(iii) Address
(iv) Bid No.
(v) Contract Agreement No.
(vi) Description of Goods/Service
(vii) Value of Contract
(viii) Stages of payment
(ix) Expected payment within 6 months (LC amount)
(x) Beneficiary bank details
a) Bank name
b) Address
c) Account No.
d) IFSC code
It is certified that the supplier/contactor has exercised the option of taking payment due against
the bid, through LC arrangement in GEM portal at the time of bidding itself and the option has
been flagged in the GEM. This has the approval of _______________
(xi) Validity/period for which LC is to be opened

(Signature)
Name:______________
Designation______________
(Official seal)
104

Annexure-(LC)-2

LCDA No. (18 DIGIT IPAS GENERATED NO.)


Dated:_________________

DOCUMENT OF AUTHORIZATION

Reference: (i) Works contract/Supply Contract No.____________dated_________


(ii) Inland Letter of Credit No.______________________dated__________
This document is issued against contract No.____(FROM GEM) ________dated_______
For supply/work of __________DESCRIPTION OF GOODS/WORK FROM GEM)_______

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

THIS PAYMENT: _________$$$________


LC BALANCE AFTER THIS PAYMENT
{{{{{
(Signature of Authorized Railway Authority)
Name________________________
Designation_____________________
Official seal
105
ANNEXURE-VII
Registered Acknowledgement Due

PROFORMA OF 7 DAYS NOTICE FOR WORKS AS A WHOLE/ IN PARTS


(DETAILS OF PART OF WORK TO BE MENTIONED)

___________ RAILWAY
(Without Prejudice)
To

M/s _____________________________

_________________________________

Dear Sir,

Contract Agreement No. _____________________________________________

In connection with _________________________________________________

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.

Kindly acknowledge receipt.

Yours faithfully
For and on behalf of the President of India
106
ANNEXURE-VIII
Registered Acknowledgement Due

PROFORMA OF 48 HRS. NOTICE FOR WHOLE WORK

___________ RAILWAY
(Without Prejudice)
To

M/s _____________________________

_________________________________

Dear Sir,

Contract Agreement No. _____________________________________________

In connection with _________________________________________________

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.

Kindly acknowledge receipt.

Yours faithfully

For and on behalf of the President of India


107
ANNEXURE-IX
Registered Acknowledgement Due

PROFORMA OF TERMINATION NOTICE

______________ RAILWAY
(Without Prejudice)
No. ________________________________ Dated ____________ To

M/s _____________________________

_________________________________

Dear Sir,

Contract Agreement No. _____________________________________________

In connection with _________________________________________________

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.

Kindly acknowledge receipt.

Yours faithfully

For and on behalf of the President of India


108
ANNEXURE-X
PERFORMANCE GUARANTEE

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.

(Signature of Authorized Signatory)


110

ANNEXURE-XII
INDEMNITY BOND
(On Stamp papers of Rs.100/- or requisite value)
*****

1. This deed of Indemnity is executed on the day of __________


___________________by_______________________________________ which expression includes
his successors and assignee in favour of the President of India acting through the
____________________________________________________________ South Central Railway, (
herein after called the `Railway').
2. Whereas the parties hereto have entered into an agreement vide acceptance letter
No.__________________________________ Dated__________________for the purpose of executing
the said contract until such time the materials herein after mentioned are duly erected or
otherwise and handed over to the Railway.
3. Whereas I _________________________________is required to hold in custody for and on behalf
of the Railway in trust __________________________________________________ which have been
handed over to me for__________________________________ in connection with
______________________________________as per lettr of Acceptance
No._________________________________ for the purpose of executing the said contract until such
time the materials are duly erected and or handed over to Railway.
4. Where as I ___________________________________is required to furnish an Indemnity Bond.
5. Now by this Indemnity Bond I hereby undertake that I hold in my custody for and on behalf of the
President of India and his property in trust of the said
_____________________________________________ handed over to me for the purpose of
execution of the said contract until such time the materials are duly erected or otherwise handed over
to the Railway
6. I shall be entirely responsible for the safe custody and protection of the said
______________________________________________materials against all risks till they are duly
erected and or otherwise delivered to the __________________________________________ or to any
other officer as he may direct otherwise and shall indemnify the Railway against any loss, damage or
deterioration in respect of the said materials which are in my possession.
7. The said materials shall at all times be open for inspection by any authorised Officer of the Railway
8. Shall any loss or damage or deterioration occur or refund becomes due, the President of India shall
be entitled to recover from us compensation for such loss or damage or deterioration the amount is
to be refunded without prejudice to any other remedies available to Railways and also by
deduction from any sum due or any sum which at any time hereafter may become due to us for this
work or under any other contract with any other department of the Railway.
2. The value of the above materials for the purpose of Indemnity that can be claimed under this
Indemnity Bond shall not exceed _______________/- (
Rupees__________________________________________________________________only ).

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 _.

Witnesses ( with address ) EXECUTANT


(1)

(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.

{Four (4) copies to be submitted to Railways}

Contract Agreement No. &Dt. :


Make :
Type :
Sl.No. :
Date of Inspection :
Place of Inspection : Electric Loco Shed, Vijayawada
Name & Designation of Inspectors : Railways
Contractor

Work to be done Place of work


Name of Servicing Calibration Periodicity of (please write
the Calibration in whether work to
Sl.
equipment, Qty. one year be done at Rly. REMARKS
No.
Sl. No. & (Please write `yes’ or (Once or Premises or at
make `No’ in each column) Twice) contractor’s
premises)
(1) (2) (3) (4) (5) (6) (7) (8)

Signature of Contractor’s representative : Signature of Railway representative


Name : Name
Designation : Designation
Date : Date

Counter signed
Signature
Name
Designation

***END OF DOCUMENT***

You might also like