0% found this document useful (0 votes)
11 views256 pages

Tender Document: of Signature of Tenderer

The tender document outlines the details for an e-tender by Northern Railway for earthwork and related construction activities between Dilkusha and Malhaur, with an approximate cost of Rs. 26.81 crore and a completion period of 15 months. Bidders must submit their offers online between May 28 and June 11, 2025, with the opening of tenders scheduled for June 11, 2025. Various documents and credentials are required from bidders to ensure compliance with eligibility criteria and tender conditions.

Uploaded by

cerberuslucknow
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)
11 views256 pages

Tender Document: of Signature of Tenderer

The tender document outlines the details for an e-tender by Northern Railway for earthwork and related construction activities between Dilkusha and Malhaur, with an approximate cost of Rs. 26.81 crore and a completion period of 15 months. Bidders must submit their offers online between May 28 and June 11, 2025, with the opening of tenders scheduled for June 11, 2025. Various documents and credentials are required from bidders to ensure compliance with eligibility criteria and tender conditions.

Uploaded by

cerberuslucknow
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/ 256

TENDER DOCUMENT

NORTHERN RAILWAY
(TOP SHEET)
(Version 18-02-2025)

(A) Details to be filled in by Railway:

Mode of Tender E-Tender (Two Packet)


Tender Notice No. No.75-Tender/Dy. CE/C-IV/LKO Date. 13/05/2025
Full name of work Earthwork in Formation including Filling, Cutting, Blanketing,
Extension of Minor Bridges, Construction of Retaining wall,
Trolley Refuges, Drains, LC Duty Huts, Roads and other
ancillary works in connection with 3rd Line between Dilkusha-
Malhaur (8.20 Km).
Approx. cost Rs. 26,81,68,604.53

Completion period 15 (Fifteen) Months.

Bid security (Cash/BG) Rs. 14,90,900.00


amount

Sale/availability of Tender documents will be available on IREPS web site


tender document on Rly. i.e.www.ireps.gov.in from- 20/05/2025 to 11/06/2025 upto 11.30 hrs.
Website

Last date/Time of upload 11/06/2025 upto 11:30 hours.


of tenders
Bid can be uploaded by the tenderer on IREPS website w.e.f. 28/05/2025
to 11/06/2025

Date and time of opening 11/06/2025 at 11.30 hours (immediately after close of uploading of
of tender tender (D2). In case of two packet system, financial bids of the eligible
tenderers would be opened subsequently on the date & time to be
notified later on.

Signature Not
Verified
Digitally signed by
ASHISH VERMA
Date: 2025.05.19
16:01:50 IST
Reason: IREPS-CRIS  Page 1 of 256

Location: New Delhi Signature of Tenderer

(B) Details to be filled in by tenderer while uploading their offer:

1 Constitution of the firm/ Concern Sole Proprietorship/ Partnership Firm /


(Tick as applicable) Company/ JV/ Registered
Society/Registered Trust/LLP/HUF etc.

2 Full name of Sole Proprietorship/


Partnership Firm /Company/ JV/
Registered Society/Registered
Trust/LLP/HUF etc.(as the case
may be)

3 Year of formation/ incorporation

4 PAN NO.

5 GSTIN No.

6 Registered Office Address

7 Address on which
correspondence regarding this
tender should be done

8 Names of the Proprietor/


Partners/ JV members etc

9 Contact No and e-mail id of


authorized person under whose
digital signature key tender
document will be
signed/uploaded on behalf of the
tendering firm

Note:

i) Special attention of tenderers is drawn to clause 2.4.1 of “General tender condition &
instruction to tenderers”, tenderer must upload, the documents mentioned therein
pertaining to constitution of firm/ concern.

ii) Special attention of tenderers is drawn to Clause 2.3 of “General tender condition
&instruction to tenderers” and Annexure-M, & M (A), as the case may be, they
should upload the requisite documents pertaining to their technical & financial
eligibility.

 Page 2 of 256
 Signature of Tenderer

Signature of the tenderer

Name of signatory____________

(C) Check List of documents to be uploaded by the tenderer(s) while submitting their offer.
Tenderer must upload following documents along with their offer

1 Cost of tender document, (NIL in case of e tender mode)


2 Requisite Bid Security,

A. (ONLINE mode-CASH) (No Documentary Proof required)

B. ONLINE MODE-BG (BG Scanned copy to be uploaded with Tender Documents)

Note for B:- The original Bank Guarantee should be delivered in person to the official
nominated as indicated in the tender document before closing date for submission of bids (i.e.
excluding the last date of submission of bids)

3 All requisite documents/credentials mentioned in clause 2.3 of “General Tender Conditions and
Instructions to tenderers” pertaining to his/their technical and financial eligibility. (As applicable)
4 All requisite documents mentioned in clause 2.4 of “General Tender Conditions and instruction to
tenderers” pertaining to constitution of firm/concern. (As applicable).
5 Tenderers are compulsorily required to upload certificate as per Annexure – M & M (A) as
the case may be, as stipulated in 2.2.6 of “General Tender Conditions and instruction to tenderers”
without which the offer will be considered incomplete and will be rejected summarily (Ref:
RB letter No. 2022/CE-I/CT/GCC-2022/Policy dated 13.12.2022)
6 Applicable for tender value more than Rs20 crore.
Tenderer(s) are compulsorily required to upload detail statement of works being executed/in hand
on prescribed format as per Annexure-H & maximum value of construction works executed
and payment received in any one of the previous three financial years or the current financial
year (up to date of inviting tender)as per Annexure-N as stipulated in Clause No. 2.3.2(A)(xiv)
of “Special Tender Condition and Instructions to Tenderer(s)” without which the offer will be
considered as incomplete and will be rejected summarily.
7 Tenderers are required to upload requisite details in prescribed Performa of Annexure C to G,I, J&
L without which the offer is liable to be rejected.
Note i) After opening of tender, any document/credential pertaining to technical, financial eligibility
and available Bid Capacity constitution of firm etc. shall neither be asked nor be
entertained/considered under any circumstances and no claim or representation whatsoever
from the tenderer in this regard shall be entertained. Scanned copy of the documents,
uploaded by the tenderer shall be clear & readable. However, Railway reserves the right
to ask for any clarification on the documents/credentials already submitted by the tenderer
along with the offer.

 Page 3 of 256
 Signature of Tenderer

ii) Tenderer may have to produce the original Documents in physical form at short notice
whenever asked by Railway at any stage of tender evaluation process or even after finalization
of tender.
iii) In E-tender, all submissions of documents are to be uploaded on web-site. There may be last
minute hic-cups and delay in uploading the Documents and payment of Bid Security etc.
Tenderer’s/Prospective bidders are advised to upload their offer well in time. Railway will
not be responsible for any delay/non submission of offer due to any reason whatsoever
iv) Annexure Q-Mandatory undertaking Regarding Employment/ Partnership of Retired
Railway Employees.

v) In case of tender value more Rs.20 crore,


Ten0derer may please note that offers received without requisite Annexure-H & N as
mentioned above, will be considered as incomplete & invalid tender and for which
contractor shall have no claim on Railway.

(D) CHECK LISTDOCUMENT ATTACHED WITH THE OFFER


(For guidance to Tenderer)

S.No Document/ Detail Required in the form Attached


Yes No
Constitution of Firm documents (as required in terms of Clause 2.4 of the tender
document)
1 In case of Sole (Undertaking as per Annexure O-1)
Proprietorship
Concern Undertaking may be given. If not given

As per para 14(iii) of GCC-2022, 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.

2 In case of a (i) A Notarised copy of the Partnership Deed or a


“Partnership copy of the Partnership Deed registered with the
Firm/Concern” Registrar
(ii) Document(s) in support of Registration of firm
with Registrar/Sub-Registrar of firms viz.
Certificate of registration and copy of Register
of firm (Form No. may vary from State to State)
(as applicable) etc. issued by Registrar of firms.

(iii) A notarized or registered copy of Power of


Attorney in favour of the individual to

 Page 4 of 256
 Signature of Tenderer

tender for the work, sign the agreement etc.
and create liability against the firm (Standard
Performa as per Annexure O-2)

(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.

3 In case of a “JV (i) A copy of Memorandum of Understanding (MoU)


Firm” duly executed by the JV members on a stamp
paper, shall be submitted by the JV alongwith the
tender (Standard Performa as per Annexure – K-
I). 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.
(ii) Power of Attorney/authorization duly Notarised
by all JV constituents, in favour of the individual
under whose digital signature key the tender
document shall be uploaded on behalf of JV for
signing the tender document on behalf of the
JV(Standard Performa as per Annexure O-3)
In case one or more
(i) A Notarised copy of the Partnership Deed or a
3 (a) of the members of
copy of the Partnership deed registered with the
the JV Firm is/are
Registrar.
Partnership
Firm(s), following
(ii) Document(s) in support of registration of firm with
documents shall be registrar/Sub-Registrar of firms viz. Certificate of
submitted: registration and copy of Register of firm (Form No.
may vary from State to State) (as applicable) etc.
issued by registrar of firms.
(iii) 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,
(Standard Performa as per Annexure O-4)
(iv) 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. (Standard Performa as
per Annexure O-5)

 Page 5 of 256
 Signature of Tenderer

(v) 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.
3(b) In case one or more
A copy of notarized affidavit on Stamp Paper declaring
of the members of
that his Concern is a proprietary Concern and he is sole
the JV Firm is/are
proprietor of the Concern OR he who is signing the
Proprietary Firm or
affidavit on behalf of HUF is in the position of ‘Karta’
HUF, following
of Hindu Undivided Family (HUF) and he has the
documents shall be
authority, power and consent given by other members
submitted:
to act on behalf of HUF. (Standard Affidavit as per
Annexure O-6)
3(c) In case one or more (i) A copy of resolutions of the Directors of the
members of JV Company, permitting the company to enter
is/are Companies, into a JV agreement, (Standard Performa as
the following per Annexure O-7)
documents shall be (ii) The copies of MOA (Memorandum of Association)
submitted: / AOA (Articles of Association) of the company
(iii) 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 on
behalf of the company and create liability against
the company (Standard Performa as per Annexure
O-8).
3(d) In case one or more (i) A copy of LLP Agreement
members of JV (ii) A copy of Certificate of Incorporation of LLP
is/are LLP firm, the (iii) A copy of resolution passed by partners of LLP
following firm, permitting the Firm to enter into a JV
documents shall be agreement (Standard proforma as per
submitted/uploaded Annexure O-13)
(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. (Standard
proforma as per Annexure O-14)

 Page 6 of 256
 Signature of Tenderer

(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.

4 In case of a (i) Copies of the AOA/MOA (Article of


“Company” Association / Memorandum 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 (Standard
Performa as per Annexure O-9, 10).
5 In case of a (i) A copy of Certificate of Registration
“Registered (ii) A copy of Memorandum of Association of
Society & Society/Trust Deed
Registered Trust” (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. (Standard Performa as per
Annexure-O-16)
6 In case of LLP (i) A copy of LLP Agreement,
(ii) A copy of Certificate of Incorporation; and
(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 (Standard proforma as
per Annexure O-11 & O-12).
(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.

 Page 7 of 256
 Signature of Tenderer

Concealment / wrong information in regard to
above shall make the contract liable for
determination under Clause 62 of the Standard
General Conditions of Contract.
6 (A) In case of HUF 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 (Standard
proforma as per Annexure O-15).

Other important documents


7 Technical Completion/Performance Certificate in support
Eligibility of 30%/40%/60% (as the case may be) for similar
Criteria: - nature of work as per clause 2.3.2.A(v) of tender
document.
8 Financial Average Annual Contractual turnover (V/N or
Eligibility V, whichever is less) received as per Annexure-I
Criteria: - and as per clause 2.3.2 (A) (vi) of Tender
Document.
9 Annexure-C Declaration form regarding site etc.
10 Annexure-D Declaration regarding constitution of firm
11 Annexure-E Plant and Machinery
12 Annexure-F Engineers/Personnel
13 Annexure-G Works executed during last 7 years ending last day
of the month previous to the one in which tender is
invited
14 Annexure-H Works in Hand - in support of Bid Capacity
(Mandatorily for tender value more than Rs. 20
crore)
15 Annexure-I The tenderers shall submit requisite information as
per Annexure-I, along with copies of Audited
Balance Sheets duly certified by the Chartered
Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance
Sheet.

16 Annexure-J Bank Detail/RTGS


17 Annexure-L Performa of Completion Certificate
18 Annexure- N Maximum value of construction works executed
and payment received in any one of the previous
three financial years or the current financial year
(up to date of inviting tender) for calculating A on
prescribed proforma as per Annexure N duly
verified by Chartered Accountant. (Mandatorily for
tender value more than Rs. 20 crore)

 Page 8 of 256
 Signature of Tenderer

19 Annexure M & M Mandatory certificate to be submitted by tenderer
(A), as the case may along-with the tender documents
be
20 Annexure Q Mandatory undertaking Regarding Employment/
Partnership of Retired Railway Employees
21 Attested copy of Mandatory to be submitted (Only for pure ballast
Ballast Test Report supply tenders) as per Railway Board letter No.
2007/CE-II/MB/I dated 30.12.2019.
22 Annexure – K-3 & K- If tender submitted on behalf of Partnership Firm,
4 relevant Annexures K-3 and K-4 as Declaration to be
submitted by the tenderer along with tender document.

 Page 9 of 256
 Signature of Tenderer

E. PRECAUTIONS TO BE TAKEN FOR PREPARING LEGAL DOCUMENTS
(For guidance to Tenderer):

1. Non Judicial stamp paper

(i) Should have been purchased in the name of the Company/firm/executants

(ii) Should be purchased from the Place/State where the document is being executed.

(iii) Values of the non judicial stamp paper (NJSP) should be as mentioned in Tender conditions, where
value of NJSP is not mentioned in the tender conditions, value of NJSP should as per the law of the
state in which the document is being executed.

(iv) Date of purchase of Non Judicial stamp paper should be prior from the date of execution of
document.

2. Signature on the document

(i) The document should be signed on each page and also at the appropriate place meant for signature
of executants/deponent.

(ii) Signatory/executants should ensure that on the date of signing the document he/she has valid
authority/attorney in his/her favour for signing.

(iii) In affidavit declaration clause as well as verification clause both should be signed by
deponent/executants.

(iv) Where the document requires witnessing, it should be duly signed by witnesses alongwith their
names and addresses.

(v) On Power of Attorney, signatures of the Attorney holder should also be got done and attested by
executants.

3. Format of the document

(i) Where the format has been prescribed by the Railway, the document should be executed in that
format.

(ii) Date and place of execution should always be mentioned on the document.

4. Notarization of document

(i) The document should be duly attested (signed and stamped) by notary public on each page.

(ii) The seal of the notary public should contain his name, area of practice and Registration number.

(iii) Notarial stamps of appropriate value wherever required should be affixed on the document

 Page 10 of 256
 Signature of Tenderer

NORTHERN RAILWAY

(Construction Organization)

TENDER NOTICE
The Deputy Chief Engineer /Const./-IV, Northern Railway, Lucknow., for and on behalf of the President of
India invites open e-tender for the following work:

SN Name of work Approx. Cost / Similar nature of work / Cost of tender


Bid Security Period of completion document (Nil
in case of e
tender )
1 Earthwork in Formation Rs 2681.68 lakh / -Any Civil Engineering work NIL
including Filling, Cutting, involving ‘Earthwork’ or
Blanketing, Extension of Rs 14,90,900/- only ‘Blanketing’ or ‘Subgrade’ in
Minor Bridges, Construction ‘Railway Embankment’ or
of Retaining wall, Trolley ‘Highway Construction’ or
Runway/ Taxiway system of
Refuges, Drains, LC Duty
Airport’ or in Dam or in
Huts, Roads and other canal and CC/RCC work in
ancillary works in
any structure/
connection with 3rd Line
15 (Fifteen) months
between Dilkusha-Malhaur
(8.20 Km).

Critical Dates
Code Activity Date
D0 Date of availability of tender document on www.ireps.gov.in. 20/05/2025
D1 = D0+ 6days Start of submission of offer on www.ireps.gov.in 28/05/2025
D2 = D0 +  End of Availability of Tender Documents at 11/06/2025
21days www.ireps.gov.in.
 Opening of tender/offer. 11/06/2025

The reference time for all the above activities is 11.30 hours.

NOTE: In case the intended date for opening of tenders is declared a holiday, the tenders will be
opened on the next working day at the same time.

Technical Eligibility Criteria:

(a) The tenderer must have successfully completed or substantially completed any of the following
(by any Government organizations) during last 07 (seven) years, ending last day of month previous
to the one in which tender is invited:

Three similar works each costing not less than the amount equal to 30% of advertised value of
the tender, or

Two similar works each costing not less than the amount equal to 40% of advertised value
of the tender, or

 Page 11 of 256
 Signature of Tenderer

One similar work each costing not less than the amount equal to 60% of advertised value of
the tender.

(b) (i) 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 of the following during last 07 (seven)
years, ending last day of month previous to the one in which tender is invited
Three similar works each costing not less than the amount equal to 30% of advertised value of
each component of tender, or

Two similar works each costing not less than the amount equal to 40% of advertised
value of each component of tender, or

One similar work each costing not less than the amount equal to 60% of advertised
value of each component of tender.

Note for (b)(i): Separate completed works of minimum required values shall also be considered
for fulfilment of technical eligibility criteria for different components.

(b) (ii) 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. Any
work or set of works shall be considered to be a separate component, only when cost of the
component is more than ₹ 2 crore each.

(b)(iii) 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 2.3.3(a) (ii) of the Tender Document or through subcontractor fulfilling
the requirements as per clause 2.3.3 of the Tender Document or jointly i.e., partly himself and
remaining through subcontractor, with prior approval of Chief Engineer in writing.

Among the components of composite tender stipulated for evaluation of technical eligibility,
tenderer can execute one or more specified components by engaging sub-contractor. The
component(s) of work as stipulated in the tender document have to be mandatorily executed
by the tenderer and others component(s) as stipulated in the tender document can be
executed by the tenderer himself or by engaging sub-contractor. The components which are
permitted to be executed by sub-contractor will be further classified in the tender document
into those which will be considered towards technical eligibility and the remaining which
will not be considered towards technical eligibility. For the component(s) which are to be
mandatorily executed by the tenderer, the technical eligibility shall be assessed as per clause
2.3.2 (A) (v) (b) (i) of the tender document. In case of tenderer is JV, the Technical
eligibility for the component proposed to be executed by the tenderer shall be fulfilled as per
clause 2.3.2 (A) (xii) and Annexure-K. The technical eligibility for such stipulated
components of work for which engagement of sub-contractor is permitted shall be evaluated

 Page 12 of 256
 Signature of Tenderer

as per clause 2.3.3 (a) (ii) of the tender document whether it is executed by tenderer or sub-
contractor.

Note: - Total value of the work to be assigned to sub-contractor (s) shall not be more than
50% of total contract value.

If the tenderer proposes to execute one or more of such specified components which are to
be considered towards technical eligibility through sub-contractor, the tenderer is required to
submit the following documents alongwith the tender in support of such sub-contractors:

(i) The documents of sub-contractor regarding constitution of firm / company / Registered Trust /
Registered Society / LLP / HUF, etc (as applicable) at the time of tendering as per requirement of
Clause 2.4 (Constitution of Firm) of “Special Tender conditions and instruction to tenderer(s)”.
(ii) A formal Agreement duly notarized, legally enforceable in the Court of Law, between tenderer
and sub-contractor for the component (s) of work proposed to be executed by the sub-contractor.
(iii) A certificate that Sub-Contractor(s) 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.
(iv) Document in support of technical credential of sub-contractor as per Clause 2.3.3 (a) (ii).

The consideration of Technical eligibility in case of composite tenders is clarified in details


through an illustrative example as below:-

Example – Composite tender of value Rs. 50.00 Cr having components as below:-

1. A - Rs. 23 Cr.
2. B - Rs. 15 Cr.
3. C - Rs. 5 Cr.
4. D - Rs. 4 Cr.
5. E - Rs. 3 Cr.
Say, following criteria is stipulated for technical eligibility in tender document:
Component A & B:-To be met by tenderer or its constituent member in case of JV as per
clause 2.3.2 (A) (v) (b) (i) and 2.3.2 (A) (xii) at the time of evaluation of
tender.
Component C & D:-To be met either by tenderer or its constituent member in case of JV or
by sub-contractor. These components are to be considered for technical
eligibility at the time of evaluation of tender.
Component E:- To be met either by tenderer or its constituent member in case of JV or
by sub-contractor. For this component, technical eligibility will be
adjudged after award of contract as per para 2.3.2 (A) (v) b (iii).

Then the technical evaluation in this example will be done as detailed below:

 Page 13 of 256
 Signature of Tenderer

SN Component Value of Component Technical Eligibility Criteria
Description
1 A 23 Cr 30/40/60% of Rs. 23 Cr in 3/2/1 no(s) of works of
similar completed in 7 years by tenderer or or Lead
Member of the JV in case of JV
2 B 15 Cr 30/40/60% of Rs. 15 Cr in 3/2/1 no(s) of works of
similar completed in 7 years by tenderer or orLead
Member of the JV in case of JV
3 C 5 Cr 35% of Rs 5 Cr single work of similar nature
completed in last 5 years (ending last day of month
previous to the one in which tender is invited through
a works contract) by tenderer or its constituent
member in case of JV or Sub-contractor.
4 D 4 Cr 35% of Rs 4 Cr single work of similar nature
completed in last 5 years (ending last day of month
previous to the one in which tender is invited through
a works contract) by tenderer or its constituent
member in case of JV or Sub-contractor.
5 E 3 Cr For this component, work covered into this component
shall either be executed by tenderer himself if he has a
work experience as per para 2.3.3 (a) (ii) or through
sub-contractor fulfilling the requirement as per clause
2.3.3 or jointly i.e. partly himself and remaining
through sub-contractor, with prior approval of Chief
Engineer in writing. For this component, technical
Eligibility will not be considered in tender
evaluation and the documents of sub-contractor
need not be submitted along with tender. The
contractor will engage an eligible sub-contractor
after award of contract with the approval of Chief
Engineer in writing.

(b) (iv) 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 2.3.3, with prior approval of Chief Engineer in writing.

Note for Technical Eligibility Criteria:

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 turn over 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 atleast 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 alongwith 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.

 Page 14 of 256
 Signature of Tenderer

Technical Eligibility for Components of work in case of composite work – as detailed in tender
document.

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-I, along with copies of Audited Balance
Sheets duly certified by the Chartered Accountant/ Certificate from Chartered Accountant duly supported
by Audited Balance Sheet.

BID CAPACITY: (Applicable for tenders costing more than Rs. 20 crore)

Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is
more than the updated estimated value. The available Bid Capacity will be calculated as detailed in tender
document.

Validity of Offer:
(i) 60 days for tenders of value upto Rs.10 cr. from the date of opening.
(ii) 90 days for tenders of value more than Rs.10 cr. from the date of opening.

Submission of Tender Documents & Opening-

The tenders may be uploaded up to date D2 along with scanned copy of all the requisite document (as per
Annexure 1& 2).

 Technical cum Commercial Bids will be opened on Date D2 immediately after close of uploading of
tenders.
 Financial bids of the eligible tenderers would be opened subsequently on the date and time to be notified
later on.
 Tenderer may have to produce the original Documents at short notice whenever asked by Railway at any
stage of tender evaluation process or even after finalization of tender.
 In E-tender, all submissions of documents are to be uploaded on web-site. There may be last minute hic-
cups and delay in uploading the Bid Security and Documents etc. Tenderer’s/Prospective bidders are
advised to upload their offer well in time. Railway will not be responsible for any delay/non submission
of offer due to any reason whatsoever.

 Page 15 of 256
 Signature of Tenderer

Note

1.0 Special attention is invited for the tenderers


(a) Tender will be summarily rejected in case of non-submission of
Annexure-M & M (A), as the case may be& Q.
(b) In case of tender value more than Rs.20 crore, tender will be summarily rejected in case
of non-submission of Annexure-H & N (bid capacity evaluation).

2.0 Instructions regarding GST

(i) Works contracts shall be treated as supply of services as per schedule–IIGST Act.
(ii) GST Act and Rules issued from time to time by the Government/ concerned authorities shall be
applicable.
(iii) The successful Contractor/ suppliers/ service providers/ parties immediately after the award of tender
shall register their firms under GSTIN (GST Identification Number) and submit 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 authority

3.0 In case tender value upto Rs.10 crore (Single packet)

The tender uploaded by the tenderer(s) will consist of Single Packets/Files i.e. Packet-I/File-I having
(a) Tender form (First sheet)(b) General Tender Conditions and Instructions to tenderer/s (c) Special
Conditions relating to site data and specifications (d) Bill(s) of quantities.This Bid shall contain all
the documents as listed Annexure-1 & Annexure-2 of Tender Notice.

4.0 Tenderer(s) shall upload two files/packets: File-I/Packet-I and File-II/Packet-II.

(i) File-I/Packet -I shall contain Technical Cum Commercial bid and all necessary documents
regarding constitution of the firm and other requisite documents/credentials as per Annexures
1 and 2.

(ii) File-II/Packet-II shall contain the Financial Bid only

5.0 “JVs shall be considered in accordance with approved tender conditions.”

NOTE:

1. The bidders who desires to participate against e-tenders, are advised to electronically register
themselves on website www.ireps.gov.infor which they would require to obtain Class III digital
certificate (if already not obtained) issued by CCA under IT Act-2000.
2. All other terms and conditions in respect of above tender are given in the tender document.

3. Only e-tenders will be accepted and tenders submitted in any other form will be summarily rejected.

Dy. Chief Engineer/Const.-IV


Northern Railway, Lucknow

 Page 16 of 256
 Signature of Tenderer

Tender Notice No. 75-Tender Dy.CE/C-IV/LKO Dated 13/05/2025

Copy to (Through e- mail):-

1. The FA & CAO/Const., Northern Railway, K. Gate, Delhi


2. All SAG Officers under CAO/C &CAO/C-II, Northern Railway, K. Gate, Delhi
3. All Dy. CE’s/Const under CAO/ConstN.Rly.
4. Copy for Notice Board.

 Page 17 of 256
 Signature of Tenderer

Annexure-1
Scanned copy Of the Documents to be uploaded along with offer

SNo Subject/Context Required Documents/Form Action if required


documents not submitted
along with the tender

1 Cost of Tender Document NIL (In case of e tender mode) Summarily Rejected
(in terms of Clause 2.1.2 (In case of tender other
(a) of tender document) than e-tender mode)
2 Bid Security (in terms of A. ONLINE MODE-CASH (no documentary Summarily Rejected
Clause 3.0 of tender proof required)
document)
B. ONLINE MODE-BG (BG Scanned copy to
be uploaded with Tender Documents)
Note for B :-The original Bank Guarantee
should be delivered in person to the official
nominated as indicated in the tender
document before closing date for submission
of bids (i.e. excluding the last date of
submission of bids)
3 Constitution of Firm As per Clause 2.4.1.1 of
documents (as required in Special Tender
terms of Clause 2.4 of the conditions and
tender document) Instruction to the
a In case of Sole (Undertaking as per Annexure O-1) tenderer,
Proprietorship Concern
Undertaking may be given. If not given After opening of the
tender, any document
As per para 14(iii) of GCC- 2022, If it is NOT pertaining to the
mentioned in the submitted tender that tender is constitution of Sole
being submitted on behalf of a Sole Proprietorship Firm /
Proprietorship firm/Partnership firm/Joint Partnership Firm /
Venture/Registered Company etc., then the Registered Company/
tender shall be treated as having been submitted
Registered Trust /
by the individual who has signed the tender.
Registered Society /
b In case of a “Partnership (i) A Notarised copy of the Partnership Deed
HUF etc. shall be neither
Firm/Concern” or a copy of the Partnership Deed
registered with the Registrar asked nor considered, if
submitted. Further, no
(ii) Document(s) in support of Registration of suomoto cognizance of
firm with Registrar of firms which
any document available
includes Certificate of registration and
Register of firm (Form No. may vary from in public domain (i.e., on
State to State)(as applicable) etc. issued by internet etc.) or in
Registrar of firms. Railway’s record/office
files etc. will be taken for
(iii) A notarized or registered copy of Power
consideration of the
of Attorney in favour of the individual to
tender for the work, sign the agreement tender, if no such
etc. and create liability against the firm mention is available in
(Standard Performa as per Annexure O-2) tender offer submitted.

 Page 18 of 256
 Signature of Tenderer

(iv) An undertaking by all partners of the
partnership firm that they are not Note: If all the requisite
blacklisted or debarred by Railways or documents pertaining
any other Ministry / Department of the to the constitution of
Govt. of India from participation in the firm/JV/sole
proprietorship/partner
tenders / contracts as on the date of
ship firm/company/
submission of bids, either in their
Society/LLP/HUFetc.,
individual capacity or in any firm/LLP
as specified in clause
in which they were / are
2.4.1 above, are not
partners/members. Any Concealment /
submitted, offer will
wrong information in regard to above
be considered as
shall make the bid ineligible or the
incomplete and shall
contract shall be determined under
be summarily
Clause 62 of the Standard General
rejected.
Conditions of Contract.
c In case of a “JV Firm” (i) A copy of Memorandum of
Understanding (MoU) duly executed
by the JV members on a stamp paper,
shall be submitted by the JV
alongwith 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.

(ii) Power of Attorney/authorization duly


Notarised by all JV constituents, in
favour of the individual under whose
digital signature key the tender
document shall be uploaded on behalf
of JV for signing the tender document
on behalf of the JV (Standard
Performa as per Annexure O-3)

( c ) In case one or more of the (i) A Notarised copy of the Partnership Deed
(i) members of the JV Firm or a copy of the Partnership deed
is/are Partnership Firm(s), registered with the Registrar.
following documents shall (ii) Document(s) in support of
be submitted: registration of firm with
registrar/Sub-Registrar of firms viz.
Certificate of registration and copy of
Register of firm (Form No. may vary
from State to State) (as applicable)
etc. issued by registrar of firms.
(iii) A copy of consent of all the partners
or individual authorized by
partnership firm, to enter into the

 Page 19 of 256
 Signature of Tenderer

Joint Venture Agreement on a stamp
paper(Standard Performa as per
Annexure O-4)
(iv) 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.
(Standard Performa as per Annexure O-
5)

(v) 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.
( c ) In case one or more of the (i) A copy of notarized affidavit on
(ii) members of the JV Firm Stamp Paper declaring that his
is/are Proprietary Firm or Concern is a proprietary Concern and
HUF, following he is sole proprietor of the Concern
documents shall be OR he who is signing the affidavit on
submitted: 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. (Standard
Affidavit as per Annexure O-6)

C(iii) In case one or more (i) A copy of resolutions of the Directors


members of JV is/are of the Company, permitting the
Companies, the following company to enter into a JV agreement,
documents shall be (Standard Performa as per Annexure
submitted: O-7)
(ii) The copies of MOA (Memorandum
of Association) / AOA (Articles of
Association) of the company
(iii) Copy of certificate of incorporation

(iv) A copy of Authorization/copy of


Power of Attorney issued by the
Company (backed by the resolution

 Page 20 of 256
 Signature of Tenderer

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 (Standard Performa as
per Annexure O-8)
C(iv) In case one or more (i) A copy of LLP Agreement
members of JV is/are LLP (ii) A copy of Certificate of
firm, the following Incorporation of LLP
documents shall be (iii) A copy of resolution passed by
submitted/uploaded partners of LLP firm, permitting
the Firm to enter into a JV
agreement (Standard proforma as
per Annexure O-13)
(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.
(Standard proforma as per
Annexure O-14)
(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.
7(D) In case of a “Company” (i) Copies of the AOA / MOA
(Article of Association/
Memorandum of Association) of
the Company

 Page 21 of 256
 Signature of Tenderer

(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
(Standard Performa as per
Annexure O-9, 10).

(E) In case of a Registered (i) A copy of Certificate of Registration


Society & Registered
Trust (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.
(Standard Performa as per
Annexure-O-16)
(iv) A copy of Rules & Regulations of
the Society
F In case of LLP (i) A copy of LLP Agreement,
(ii) A copy of Certificate of
Incorporation; and
(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
(Standard proforma as per Annexure
O-11 & O-12).

(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

 Page 22 of 256
 Signature of Tenderer

Standard General Conditions of
Contract.

G In case of 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. (Standard proforma as per
Annexure O-15).

 Page 23 of 256
 Signature of Tenderer

Annexure-2

Scanned copy of Document required to be uploaded along with the offer

S Detail of documents Summarily/Liable to be rejected


No.
1. Technical Eligibility Criteria:- Liable to be Rejected
Completion/Performance Certificate in Note:-
support of 30%/40%/60% similar nature of As per para 7(E) of GCC-2022 After opening of
work as per clause 2.3.2.A(v) of tender tender and in view to assist in the examination,
document. evaluation & comparison and pre-qualification 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.
2. Financial Eligibility Criteria:- Average
Annual Contractual turnover received as per
Annexure- I and as per clause 2.3.2 (A) (vi)
of Tender Document.

3. Annexure-C (Declaration form regarding site Liable to be rejected


etc.)
4. Annexure-D (Declaration regarding Liable to be rejected
constitution of firm
5. Annexure-E (Plant and Machinery) Liable to be rejected
6 Annexure-F (Engineers/Personnel) Liable to be rejected
7. Annexure-G (Work executed in last seven Liable to be rejected
years)
8. Annexure-H (Work in Hand) in support of Bid In terms of Clause 2.3.2 (A) (XIV) of tender
Capacity) (Applicable for tender value more document Summarily Rejected
than Rs. 20 crore)
9. Annexure-I (Average Annual Contractual Liable to be rejected
turnover) :
10. Annexure-J (Bank Detail/RTGS) Liable to be rejected
11. Annexure-L (Performa of Completion Liable to be rejected
Certificate)
12. Annexure-M & M(A), certificate to be Summarily Rejected
submitted by tenderer alongwith the tender
documents

 Page 24 of 256
 Signature of Tenderer

13. Annexure-N (Maximum value of construction In terms of Clause 2.3.2 (A) (XIV) of tender
works executed and payment received in any document Summarily Rejected
one of the previous three financial years or the
current financial year (up to date of inviting
tender)in support of Bid Capacity (Applicable
for tender value more than Rs.20crore)
14 Annexure-Q - Mandatory Summarily Rejected
undertaking/Certificate Regarding
Employment/ Partnership of Retired
Railway Employees.
15. Attested copy ofBallast Test Report, to be Summarily Rejected
submitted, (Only for pure ballast supply
tenders). As per Railway Board letter No.
2007/CE-II/MB/I dated 30.12.2019.
16 Annexure – K-3 & K-4 If tender submitted on behalf of Partnership Firm,
relevant Annexures K-3 and K-4 as Declaration to be
submitted by the tenderer alongwith tender
document.

 Page 25 of 256
 Signature of Tenderer

COVERING NOTE

FOR THE SPECIAL ATTENTION OF THE TENDERERS

1. The tenderers are requested to carefully peruse the Tender Documents, and upload all requisite
documents/credentials along with the offer. Scanned copy of the documents, uploaded by the
tenderer shall be clear & readable. Documents submitted/uploaded previously or along with
another tender currently under consideration SHALL NOT be considered while evaluating
the present tender.
1. The tenderer(s) shall visit the site of work and acquaint himself/themselves with the conditions of
work viz. approach roads and accessibility, nature of soil/rock, availability of materials, electric
power, water for work and drinking purposes, site for labour camps, stores, godowns, extent of
lead/lift in work, availability of skilled and unskilled labour etc. that may be encountered in the
course of execution of work. In short, he/they should familiarize himself/themselves fully with the
conditions of the site and FURNISH A CERTIFICATE TO THIS EFFECT, in the Proforma
appended as Annexure-C.

2. FURTHER, OFFERED RATES SHOULD BE FILLED UP IN THE TENDER SCHEDULE


at specified space. RATES OFFERED IN ANY OTHER PROFORMA/FORM WILL BE
SUMMARILY REJECTED.
3. In case tender value upto Rs.10 crore (Single packet)

4.1 The tender uploaded by the tenderer(s) will consist of Single Packets/Files i.e. Packet-I/File-I
having (a) Tender form (First sheet) (b) General Tender Conditions and Instructions to tenderer/s
(c) Special Conditions relating to site data and specifications (d) Bill(s) of Quantities.This Bid
shall contain all the documents as listed Annexure-1 & Annexure-2 of Tender Notice. Tenderers
are requested to ensure that all such documents and Annexures duly filled in are uploaded, complete
in all respects with their Packet-I/File-I failing which his/their offer is likely to be
rejected/summarily rejected, as applicable. Tender will be opened on Date D2, i.e. immediately
after close of uploading of tenders
5.0 In case tender value more than Rs.10 crore (Two packet system),
5.1 The tender uploaded by the tenderer(s) will consist of TWO Packets/Files i.e. Packet-I/File-I and
Packet-II/File-II.

5.2 Packet-I/File-I – Technical cum Commercial Bid will be opened immediately after close of
uploading of tender (D2) i.e. at 11.30 hrs. This Bid shall contain (a) Tender form (First sheet) (b)
General Tender Conditions and Instructions to tenderer/s (c) Special Conditions relating to site
data and specifications. This Bid shall contain all the documents as listed Annexure-1 &
Annexure-2. Tenderers are requested to ensure that all such documents and Annexures duly filled
in are uploaded, complete in all respects with their Packet-I/File-I failing which his/their offer is
likely to be rejected/summarily rejected, as applicable.

5.3 Packet II/File II - FINANCIAL BID (SECOND PACKET) of only those tenderer(s) will be
opened whose Packet-I/File-I (Technical cum Commercial Bid) is found eligible as per Tender
Conditions. The time, date and venue of opening of Packet-II/File-II (Financial Bids) shall be

 Page 26 of 256
 Signature of Tenderer

notified to the successful tenderer(s) after evaluation of Packet-I/File-I (Technical cum Commercial
Bids). The same shall be opened on due date in the presence of tenderers/their representatives as
may wish to attend the same.
6.0 To be opened at 11.30 hours on- 11/06/2025 and shall be uploaded along with the following
documents:

(i) Bid Security ON LINE MODE


(ii) All other mandatory documents as listed in the document

7.0 Note:- Tenderer(s) to please note that after opening of tender, any document/credential
pertaining to technical & financial eligibility, constitution of firm etc. shall neither be asked
nor be entertained/ considered under any circumstances and no claim or representation
whatsoever from the tenderer in this regard shall be entertained. Scanned copy of the
documents, uploaded by the tenderer shall be clear & readable. However Railway reserves
the right to seek any clarification on the documents/credentials already submitted by the
tenderer along with the offer.

7.1 Tenderer should keep the validity of their offer for 60/90 days for the tender value upto Rs.10
cr/tender value more than Rs.10 cr respectively. Any deviation from this will not be accepted under
any circumstances.
8.0 Tenderer may have to produce the original Documents in physical form at short notice
whenever asked by Railway at any stage of tender evaluation process or even after finalization
of tender.

9.0 In E-tender, all submissions of documents are to be uploaded on web-site. There may be last
minute hic-cups and delay in uploading the Documents and payment of Bid Security etc.
Tenderer’s/Prospective bidders are advised to upload their offer well in time. Railway will
not be responsible for any delay/non submission of offer due to any reason whatsoever.

10.0 Each page of the tender papers will be treated as signed/ accepted by the tenderer(s) or such
person(s) on his/their behalf who is/are legally authorized to sign for him/them.

11.0 The tenderer(s) may note that the Railway reserves its right to either accept or reject any Bid/s
without assigning any reasons whatsoever and tenderer(s) shall have no claim(s) on this account.

12.0 Public Procurement (Preference to Make in India):- The tenderer shall complies with Public
Procurement Policy order 2017 – Details of which is elaborated in Clause No. 2.3.4 of “Special
Tender Conditions and Instruction to tenderer(s)”

Prospective tenderer(s) may contact Deputy Chief Engineer/Const.-IV/, Northern Railway, Lucknow,
(e-mail-id dycec4lkonr@gmail.com & Mobile No.-9717630296) for obtaining further clarifications, if
required during working hours

 Page 27 of 256
 Signature of Tenderer

NORTHERN RAILWAY
CONSTRUCTION ORGANIZATION
TENDER FORMS (FIRST SHEET)

Tender No. __________________________________


Name of Work ___________________________________________________
To
The President of India,
Acting through the
Chief Administrative Officer/Const.,
Northern Railway,
Kashmere Gate, Delhi.

1. 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 60/90 days (for
the tender value upto Rs.10 cr /tender value more than Rs.10 cr respectively) 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 Northern 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
…………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 ₹ ___________ 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 upto ………………….
(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.

 Page 28 of 256
 Signature of Tenderer

6 Until a formal agreement is prepared and executed, acceptance of the 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 the Tenderer(s)

Date:_______________

Address of the Tenderer(s)

_____________________

(Authority Ref:- Advance Correction Slip No.7 issued vide Railway Board letter No.2022/CE-I/CT/GCC-
2022/Policy/Pt.I dated 25-09-2024)

 Page 29 of 256
 Signature of Tenderer

NORTHERN RAILWAY
CONSTRUCTION ORGANIZATION
GENERALTENDER CONDITIONS AND INSTRUCTION TO TENDERER(S)

1.0 DETAILS OF WORKS:


Tenders are invited for the work of “Earthwork in Formation including Filling, Cutting,
Blanketing, Extension of Minor Bridges, Construction of Retaining wall, Trolley Refuges,
Drains, LC Duty Huts, Roads and other ancillary works in connection with 3rd Line between
Dilkusha-Malhaur (8.20 Km)”

2.0 TENDER DOCUMENTS:


A In case of tender value upto Rs.10 crore (Single Packet)
The following document will form parts of tender /document having
 Top sheet,
 Tender Notice,
 Addendum/Corrigendum, if any,
 Covering Note
 Tender form (First sheet)
 General Tender Conditions and Instructions to tenderer/s along with related Annexures,
 Special Conditions relating to site data and specifications along with related Annexures,
 Bill(s) of Quantities.
 This Bid shall contain all the documents as listed Annexure-1 & Annexure-2 of Tender Notice.
 Tenderers are requested to ensure that all such documents and Annexures duly filled in are
uploaded, complete in all respects failing which his/their offer is likely to be
rejected/summarily rejected, as applicable.

NOTE

 Standard General Conditions of Contract and Standard Specifications (Works and Materials)
of Indian Railways as amended/corrected upto latest correction slips, copies of which can be
seen in the office of Dy.CE/C-IV/LKO or obtained from the office of the CPM/LKO, N.
Railway on payment of prescribed charges.
 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

B In case of tender value more than Rs.10 crore (Two packet)


The following document will form part of tender /document: -
Packet I – Technical cum commercial Bid
 Top sheet,
 Tender Notice,
 Addendum/Corrigendum, if any,

 Page 30 of 256
 Signature of Tenderer

 Covering Note.
 Tender form (first sheet),
 General Tender Conditions and Instructions to the Tenderers along with related Annexures,
 Special Conditions related to Site Data and Specifications along with related Annexures.
 Tenderers are requested to ensure that all such documents and Annexures duly filled in are
uploaded, complete in all respects failing which his/their offer is likely to be
rejected/summarily rejected, as applicable.

Note

 Standard General Conditions of Contract and Standard Specifications (Works and Materials)
of Indian Railways as amended/corrected upto latest correction slips, copies of which can be
seen in the office of Dy. CE/C-IV/LKO or obtained from the office of the CPM/CLKO, N.
Railway on payment of prescribed charges.

 L-section as well as GAD’s of Minor Bridges & other requisite drawings may be seen
in office of Dy CE/C-IV/LKO during office hours. 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
 Packet 2 – Financial Bid
 It will contain the Bill(s) of Quantities.
with provision for quoting of rates by tenderers.
C Electronic Reverse Auction (e-RA):-
Electronic Reverse Auction (e-RA) is not applicable for all works tenders, but it can be adopted on
case to case basis with the approval of PHODs level officer for tenders costing above Rs. 50 crore.
If e-RA option is opted during the invitation of tender by the tender inviting authority, then the
guidelines circulated by Railway Board’s through following letters shall be incorporated and
followed:-
(i) RB Letter No.2017/Trans/01/Policy/Pt-S dated 28-03-2018
(ii) RB Letter No.2018/CE-I/CT/18 dated 21-11-2024.

D 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.

2.1 SUBMISSION OF TENDERS:


2.1.1 The offer is to be uploaded online upto 11/06/2025 by 11.30 hrs (D2) along with scanned copy of all
(a) the requisite document (as per Annexure 1 & 2 of tender notice).

 Tenderer may have to submit the original Documents in` physical form at short notice whenever
asked by Railway at any stage of tender evaluation process or even after finalization of tender.

 Page 31 of 256
 Signature of Tenderer

 In E-tender, all submissions of documents are to be uploaded on web-site. There may be last
minute hic-cups and delay in uploading the Documents, Bid Security. Tenderer’s/Prospective
bidders are advised to upload their offer well in time. Railway will not be responsible for any
delay/non submission of offer due to any reason whatsoever.

2.1.1 Care in submission of tender


(b)
(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.
Tenderer’s 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 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.

(v) Contractor shall be liable to pay/refund the amount collected as GST to the Indian Railways along
with interest and penalties, if any imposed by the authorities, in case GST input tax credit of Indian
Railways is denied/rejected by the tax authorities due to reasons mentioned below but not limited to:

Wrong/incorrect invoices is issued by Contractor;


No-filing of GST returns;
Non-payment of GST collected from Indian Railways to the authorities;
Any other non-compliance done by Contractor;

General Indemnity: Contractor hereby agrees to indemnify and hold harmless the Indian Railways
from and against any and all losses, including loss on account of Input Tax Credit and all losses
incurred by the Indian Railways relating to or arising out of or in connection with any actual or
threatened claim, legal action, proceedings, prosecution or inquiry by or against the Indian Railways
arising out, directly or indirectly, of failure by the contractor to comply with the provisions of GST
and related laws, or based upon or arising from any failure by the Contractor.

Retention Money: Any payment liable to be paid by Indian Railways to contractor against the goods
or services or both supplied by such contractor to Indian Railways shall be kept on hold in case
supplier makes any non-compliance of any of the GST law provisions including non-reporting of
invoices in GST returns. Such payment shall be released after proper verification of records and
availability of ITC to Indian Railways as per provisions of GST Law.

 Page 32 of 256
 Signature of Tenderer

2.1.1 When work is tendered for by a firm or company, the tender shall be signed by the individual legally
(c) authorized to enter into commitments on their behalf.

2.1.1 The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the
(d) 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.
2.1.2 Cost of Tender Documents
The cost of tender document is Rs. NIL /-. This will be applicable for tenders other than e tender
mode. This should be paid separately and not included in the Bid Security of tender.

2.1.3 In case the intended date for opening of tenders is declared a holiday, the tenders will be opened on
the next working day at the same time

2.2 COMPLETION OF TENDER DOCUMENTS:

2.2.1 The tenderers shall quote the rates of one single % age "Above/Below/At par" on the total amount
comprising basic value of entire Schedule of Chapters of USSOR-2021 plus escalation and one
single %age "Above / Below / At par" over entire schedule of Non schedule Items (Schedule B in
the Bill(s) of quantities. Every possible fluctuation, in the rate of labour, material and general
commodities, and other possibilities of each and every kind which may affect the rates, should be
considered and kept in view before quoting the rates and no claim on this account shall be
entertained by the Railway under any circumstances except the price escalation payable as per price
variation clause, if any, provided separately in the tender documents."

2.2.2 The quantities shown in the attached Schedule 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 Schedule. 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.
In case of tender other than e tender mode, Multiple Rates- in case tenderer/s quote selective
rebate on any individual item(s) of a USSOR Chapter of Schedule-A/Individual NS item of Schedule-
B, the same will be treated as multiple rate and their offer will be summarily rejected.

2.2.3 Each page of the tender papers will be treated as signed/ accepted by the tenderer(s) or such
person(s) on his/their behalf who is/are legally authorized to sign for him/them and to enter into
commitments on their behalf.
2.2.4 The rates, rebates and/or other financial terms, if any, quoted by tenderer in the relevant fields of the
Financial Bid page will only be the ruling terms for deciding the inter-se ranking, and any such
condition having financial repercussions, if quoted by them anywhere else including attached
documents shall not be considered for deciding inter-se ranking
2.2.5 Additional conditions or stipulations, if any, must be made by the tenderer/s in a covering letter with
the tender. The Railway reserves the right not to consider conditional tenders and reject the same

 Page 33 of 256
 Signature of Tenderer

without assigning any reason. Only those additional conditions which are explicitly accepted by the
Railway shall form part of the contract.

2.2.6. Submission of Annexure-M and Annexure M (A), as the case may be:-

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-M. In addition to Annexure-M, in case of other than Company/Proprietary firm,
Annexure –M (A) shall also be submitted by the each member of a Partnership Firm Joint Venture
(JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc., as the case may be.
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 are/is qualifying the Qualifying Criteria
mentioned in the Tender Document.

(Ref: RB Letter No. 2022/CE-I/CT/GCC-2022/Policy, dated 13-12-2022)

2.2.7 (a)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 hereunder nor will it affect any rights of the railway there under.
b) 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 upto two years.
(c) 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 upto two years.

(d) Clarification of Bids: To assist in the examination, evaluation & comparison and pre-qualification
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.

2.2.8 Tenderer may have to submit the original Documents in physical form at short notice whenever asked
by Railway at any stage of tender evaluation process or even after finalization of tender.

2.2.9 In E-tender, all submissions of documents are to be uploaded on web-site. There may be last minute
hic-cups and delay in uploading the Documents and payment of Bid Security. Tenderer’s/Prospective

 Page 34 of 256
 Signature of Tenderer

bidders are advised to upload their offer well in time. Railway will not be responsible for any delay/non
submission of offer due to any reason whatsoever
2.2.10
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.
2.2.11
The works are required to be completed within a period of 15 (Fifteen) months from the date of issue
of acceptance letter.
2.2.12
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
one of 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 the date 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.

 Page 35 of 256
 Signature of 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 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 1:-If information as required as per 2.2.12 a), b), c) above has not been furnished, contract is
liable to be dealt in accordance with provision of clause 62 of Standard General Condition of
contract. The undertaking shall be mandatorily submitted as per Annexure-Q .

Note 2: This Annexure-Q is to be given by each member of JV.

2.2.13 Instructions for bidders from a country which shares a land border with India

I Any bidder from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with the Competent Authority.

II “Bidder” (including the term ‘tenderer’, ‘consultant’ or ‘service provider’ in certain contexts)
means any person or firm or company, including any member of a joint venture every artificial
juridical person not falling in any of the descriptions of bidders stated hereinbefore, including
any agency branch or office controlled by such person, participating in a procurement process.

III “Bidder from a country which shares a land border with India” for the purpose of this Order
means:-

a) An entity incorporated, established or registered in such a country; or


b) A subsidiary of an entity incorporated, established or registered in such a country; or
c) An entity substantially controlled through entities incorporated, established or registered in such a
country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A joint venture where any member of the joint venture falls under any of the above.

IV The beneficial owner for the purpose of (III) above will be as under:

1. In case of a company or Limited Liability Partnership, the beneficial owner is the natural person(s), who,
whether acting alone or together, or through one or more juridical person(s), has a controlling ownership
interest or who exercises control through other means.
Explanation-
a) “Controlling ownership interest” means ownership of, or entitlement to, more than twenty-five per cent
of shares or capital or profits of the company;
b) “Control” shall include the right to appoint majority of the directors or to control the management or
policy decisions, including by virtue of their shareholding or management rights or shareholders
agreements or voting agreements;

2. In case of a partnership firm, the beneficial owner is the natural person(s) who, whether acting alone or
together, or through one or more juridical person, has ownership of entitlement to more than fifteen
percent of capital or profits of the partnership;

 Page 36 of 256
 Signature of Tenderer

3. In case or an unincorporated association or body of individual, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical person, has
ownership of or entitlement to more than fifteen percent of the property or capital or profits of such
association or body of individuals;

4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial owner is the relevant
natural person who holds the position of senior management official;

5. In case of a trust, the identification of beneficial owner(s) shall include identification of the author of
the trust, the trustee, the beneficiaries with fifteen percent or more interest in the trust and any other
natural person exercising ultimate effective control over the trust through a chain of control or
ownership.
V An agent is a person employed to do any act for another, or to represent another in dealings with third
person.

VI The successful bidder shall not be allowed to sub-contract works to any contractor from a country which
shares a land border with India unless such contractor is registered with the Competent Authority

VII 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.

(Railway Board letter No. 2020/CE-I/CT/2/GCC/Correspondence, dated 11.08.2020)

(Note:- Declaration to be given by tenderer as incorporated in Annexure-M)

2.3 CREDENTIALS TO BE UPLOADED/SUBMITTED ALONGWITH TENDER


DOCUMENTS: (ELIGIBILITY CRITERIA)
2.3.1 Tenderer(s) should upload documents and certificates to show that he/they has/have satisfactorily
carried out works of the type involved in the construction of the work being tendered for. He/they
should also produce proof of the satisfaction of the Railway of his/their technical ability and financial
stability to undertake the work of the magnitude tendered for.

2.3.2 The tenderer(s) shall upload with his/their tender a list of serviceable machinery, tools and plants,
equipment’s and vehicles he/they has/have in hand for executing the work & those, he/they
intends/intend to purchase.

2.3.2 The tenderer(s) must upload along with his/their tenders:-


(A)
(i) Statement showing similar works executed by him/them
(ii) Certificates of successful completion of his/their work
(iii) The tenderers shall submit requisite information as per Annexure-I, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered Accountant
duly supported by Audited Balance Sheet.

 Page 37 of 256
 Signature of Tenderer

(iv) A list of their Engineering Organization and equipment’s, construction Tools and Plants available
with them.
(v) Technical Eligibility Criteria
(v) (a) The tenderer must have successfully completed or substantially completed any of the
following (From Govt. Organisation) during last 07 (seven) years, ending last day of the month
previous to the one in which tender is invited.

Three similar works each costing not less than the amount equal to 30% of advertised value
of the tender, or

Two similar works each costing not less than the amount equal to 40% of advertised value of
the tender, or

One similar work each costing not less than the amount equal to 60% of advertised value of
the tender.

(b) (i) 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 of the following during last 07 (seven)
years, ending last day of month previous to the one in which tender is invited.

Three similar works each costing not less than the amount equal to 30% of advertised value
of each component of tender, or

Two similar works each costing not less than the amount equal to 40% of advertised value
of each component of tender, or

One similar work each costing not less than the amount equal to 60% of advertised value of
each component of tender.

Note for (b)(i): Separate completed works of minimum required values shall also be
considered for fulfilment of technical eligibility criteria for different components.

(b)(ii) 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.
Any work or set of works shall be considered to be a separate component, only when cost
of the component is more than Rs 2 crore each.

(b)(iii) 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 2.3.3(a) (ii) of the Tender Document or through
subcontractor fulfilling the requirements as per clause 2.3.3of the Tender Document or jointly

 Page 38 of 256
 Signature of Tenderer

i.e., partly himself and remaining through subcontractor, with prior approval of Chief Engineer
in writing.

Among the components of composite tender stipulated for evaluation of technical eligibility,
tenderer can execute one or more specified components by engaging sub-contractor. The
component(s) of work as stipulated in the tender document have to be mandatorily executed
by the tenderer and others component(s) as stipulated in the tender document can be executed
by the tenderer himself or by engaging sub-contractor. The components which are permitted
to be executed by sub-contractor will be further classified in the tender document into those
which will be considered towards technical eligibility and the remaining which will not be
considered towards technical eligibility. For the component(s) which are to be mandatorily
executed by the tenderer, the technical eligibility shall be assessed as per clause 2.3.2 (A) (v)
(b) (i) of the tender document. In case of tenderer is JV, the Technical eligibility for the
component proposed to be executed by the tenderer shall be fulfilled as per clause 2.3.2 (A)
(xii) and Annexure-K. The technical eligibility for such stipulated components of work for
which engagement of sub-contractor is permitted shall be evaluated as per clause 2.3.3 (a) (ii)
of the tender document whether it is executed by tenderer or sub-contractor.

Note:- Total value of the work to be assigned to sub-contractor (s) shall not be more than 50%
of total contract value.

If the tenderer proposes to execute one or more of such specified components which are to be
considered towards technical eligibility through sub-contractor, the tenderer is required to
submit the following documents along-with the tender in support of such sub-contractors:

(i) The documents of sub-contractor regarding constitution of firm / company / Registered Trust
/ Registered Society / LLP / HUF, etc (as applicable) at the time of tendering as per
requirement of Clause 2.4 (Constitution of Firm) of “Special Tender conditions and
instruction to tenderer(s)”.
(i) A formal Agreement duly notarized, legally enforceable in the Court of Law, between tenderer
and sub-contractor for the component (s) of work proposed to be executed by the sub-
contractor.
(ii) A certificate that Sub-Contractor(s) 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.
(iii) Document in support of technical credential of sub-contractor as per Clause 2.3.3 (a) (ii).

The consideration of Technical eligibility in case of composite tenders is clarified in details


through an illustrative example as below:-

Example – Composite tender of value Rs. 50.00 Cr having components as below:-

1. A - Rs. 23 Cr.
2. B - Rs. 15 Cr.
3. C - Rs. 5 Cr.
4. D - Rs. 4 Cr.

 Page 39 of 256
 Signature of Tenderer

5. E - Rs. 3 Cr.
Say, following criteria is stipulated for technical eligibility in tender document:
Component A & B:- To be met by tenderer or its constituent member in case of JV as per clause
2.3.2 (A) (v) (b) (i) and 2.3.2 (A) (xii) at the time of evaluation of tender.
Component C & D:- To be met either by tenderer or its constituent member in case of JV or by
sub-contractor. These components are to be considered for technical eligibility at the time of
evaluation of tender.
Component E:- To be met either by tenderer or its constituent member in case of JV or by sub-
contractor. For this component, technical eligibility will be adjudged after award of contract as
per para 2.3.2 (A) (v) b (iii).

Then the technical evaluation in this example will be done as detailed below:
SN Component Value of Technical Eligibility Criteria
Description Component
1 A 23 Cr 30/40/60% of Rs. 23 Cr in 3/2/1 no(s) of works of similar
completed in 7 years by tendererOr Lead Member of the JV in
case of JV.
2 B 15 Cr 30/40/60% of Rs. 15 Cr in 3/2/1 no(s) of works of similar
completed in 7 years by tenderer Or Lead Member of the JV
in case of JV.
3 C 5 Cr 35% of Rs 5 Cr single work of similar nature completed in last
5 years (ending last day of month previous to the one in which
tender is invited through a works contract) by tenderer or its
constituent member in case of JV or Sub-contractor.
4 D 4 Cr 35% of Rs 4 Cr single work of similar nature completed in last
5 years (ending last day of month previous to the one in which
tender is invited through a works contract) by tenderer or its
constituent member in case of JV or Sub-contractor.
5 E 3 Cr For this component, work covered into this component
shall either be executed by tenderer himself if he has a
work experience as per para 2.3.3 (a) (ii) or through sub-
contractor fulfilling the requirement as per clause 2.3.3
or jointly i.e. partly himself and remaining through sub-
contractor, with prior approval of Chief Engineer in
writing. For this component, technical Eligibility will
not be considered in tender evaluation and the
documents of sub-contractor need not be submitted
along with tender. The contractor will engage an
eligible sub-contractor after award of contract with
the approval of Chief Engineer in writing.

(b) (iv) 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 2.3.3, with prior approval of Chief Engineer in writing.

Note for Technical Eligibility Criteria:


Work experience certificate from private individual shall not bec onsidered. However, in

 Page 40 of 256
 Signature of Tenderer

addition to work experience certificates issued by any Govt. Organisation, work experience
certificate issued by Public listed company having average annual turn over of Rs500 crore
and above in last 3 financial years excluding the current financial year, listed on National
Stock Exchange or Bombay Stock Exchange, incorporated/registered atleast 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 alongwith 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.
(c) Similar Nature of Work and Components of work in case of composite work:
"------------------------------------”
(c)(i) Similar Nature of Work (in case of Single similar nature of work):
"-Any Civil Engineering work involving ‘Earthwork’ or ‘Blanketing’ or ‘Subgrade’ in ‘Railway
Embankment’ or ‘Highway Construction’ or Runway/ Taxiway system of Airport’ or in Dam or in canal
and CC/RCC work in any structure-”
(c)(ii) Components of work in case of composite work.
Type of component Value of Technical Eligibility Similar Nature
Component of work
(Rs.)
(A)……………. Rs……….Cr. By tenderer or its constituent member in case ………………
of JV as per clause 2.3.2 (A) (v) (b) (i) and …..
2.3.2 (A) (xii). Technical eligibility for
this component will be considered for
tender evaluation.
(B)…………….. Rs……….Cr. By tenderer or its constituent member in case ………………
of JV as per clause 2.3.2 (A) (v) (b) (i) and …..
2.3.2 (A) (xii). Technical eligibility for
this component will be considered for
tender evaluation.
(C)…………….. Rs……….Cr. Either by tenderer or its constituent ………………
member in case of JV or by Sub-contractor …..
as per clause 2.3.2 (A) (v) (b) (iii). Technical
eligibility for this component will be
considered for tender evaluation.
(D) …………. Rs……… Cr Either by tenderer or its constituent …………
member in case of JV or by Sub-contractor
as per clause 2.3.2 (A) (v) (b) (iii). Technical
eligibility for this component will be
considered for tender evaluation.
(E)…………….. Rs……….Cr. For this component, work covered into this ………………
component shall either be executed by …..
tenderer himself if he has a work
experience as per para 2.3.3 (a) (ii) or
through sub-contractor fulfilling the
requirement as per clause 2.3.3 or jointly
i.e. partly himself and remaining through
sub-contractor, with prior approval of
Chief Engineer in writing. For this

 Page 41 of 256
 Signature of Tenderer

component, technical Eligibility will not
be considered in tender evaluation and
the documents of sub contractor need
not be submitted alongwith tender. The
contractor will engage an eligible sub
contractor after award of contract with
the approval of Chief Engineer in
writing.

Note:
In case tenderer (either for himself or his sub-contractor) cites a single completed work towards
fulfilling technical eligibility for more than one component as such work may fulfil criteria of
‘similar nature of work’ for more than one component. In such a case, technical eligibility for
each component shall be arrived at by applying specified % for that component to the combined
advertised value of all such components whose technical eligibility is proposed to be fulfilled by
such work (instead of advertised value of only that component).
Example:
Value of component B: Rs. 20 Cr
Value of component C: Rs. 5 Cr
Then minimum value of a single completed work involving similar nature works for
both component B and component C, required to qualify the technical eligibility
criteria shall be as under:

(i) 30%/40%/60% of Rs. 25 Cr (=20 Cr + 5 Cr) for Component B

(ii) 35% of Rs. 25 Cr (=20 Cr + 5 Cr) for component C

(d) The following will be applicable in evaluating the eligibility:


(i) Similar nature of work physically completed within the qualifying period i.e., the last Seven years
ending last day of month previous to the one in which tender is invited (even though the work might
have commenced before the qualifying period) should only be considered in evaluating the
eligibility criteria under clause 2.3.2 (A) (v) (b) (i) and 2.3.2 (A) (xii).
(ii) In the case of composite works involving combination of different works, even separate completed
works of required value should be considered while evaluating the eligibility criteria.
For example, in a tender for bridge work where similar nature of work has been defined as bridge
work with pile foundation and PSC superstructure, a tenderer, who had completed bridge work
with pile foundation of value at least equal to 30%/40%/60% ( as the case may be )of tender value
and also has completed one bridge work with PSC superstructure of value at least equal to
30%/40%/60% (as the case may be )of the tender value, should be considered as having fulfilled
the eligibility criterion of having completed single similar nature of work under clause 2.3.2 (A)
(v) (b) (i) and 2.3.2 (A) (xii).
2.3.2 Financial Eligibility Criteria:
(A) (vi)

 Page 42 of 256
 Signature of Tenderer

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-I, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered Accountant
duly supported by Audited Balance Sheet.

(vii) For judging the technical eligibility, only those works which had been executed for any Government
Organization shall be considered and the tenderer(s) will submit the certificate to this effect from the
Officer concerned duly signed under the official seal. It should be noted that credentials for the
judging technical eligibility works executed for Private Individual/ Private Organization shall
not be considered.

However for judging technical eligibility, in addition to credentials issued by any Government
Organization, credentials issued by Public listed company having average annual turn over of Rs500
crore and above in last 3 financial years excluding the current financial year, listed on National Stock
Exchange or Bombay Stock Exchange, incorporated/registered atleast 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 credentials issued by public listed company, the tenderer shall also submit
alongwith 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 bycompany shall be enclosed in support of above.

Completion Certificate/Experience Certificate issued by Competent Authority in favour of tenderer


duly stating Name & Final cost of the Work, Date of Completion etc. as per Annexure –L must be
uploaded alongwith the offer.

(viii) 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 / financial eligibility criteria in the tender under consideration.

NOTE:-Railway may at its discretion invite the tenderer for online verification of Form 26AS,
whenever considered necessary.

(ix) If a tenderer(s) has completed a work of similar nature where cement and steel was issued by the
Department free of cost, tenderer(s) must upload the completion certificate indicating cost of these

 Page 43 of 256
 Signature of Tenderer

materials and total cost of the work (including cost of cement/steel) shall be considered to decide
eligibility or otherwise.
(x)
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.
(xi) Tenderer(s) has to satisfy the eligibility criteria for technical capability and competence as well as
for financial capacity and organizational resources.
(xii) If the tenderer(s) is a JV, each partner of JV should have good credentials and the JV should meet
the technical and financial eligibility criteria as per the guide lines given in Annexure K & K-1.
(xiii) If the tenderer(s) is a Partnership Firm, the conditions and the technical & financial eligibility
criteria will be applicable as per guidelines given in Annexure K-2.
(xiv) Bid Capacity : Applicable for tenders value more than Rs 20 Crore.
For tenders having advertised value more than Rs 20 crore wherein eligibility criteria includes bid
capacity also, the tenderer will be qualified only if its available bid capacity is equal to or more
than the total bid value of the present tender. The available bid capacity shall be calculated as under:

Available Bid capacity= [AxNx2]- 0.33xNxB


Where
A= Maximumvalueofconstructionworksexecutedandpaymentreceivedinanyoneof the previous three
financial years or the current financial year (up to date of inviting tender), taking into account
the completed as well as works in progress.
N= Number of years prescribed for completion of work for which bids has been invited.
B = Existing commitments and balance amount of ongoing works with tenderer as per the prescribed
proforma Annexure-H for statement of all works in progress and also the works which are
awarded to tenderer but yet not started upto the date of inviting of tender.
Note:
(a) The tenderer(s) shall furnish the details of :-

(i) Maximum value of construction works executed and payment received in any one of
the previous three financial years or the current financial year (up to date of inviting
tender) for calculating A on prescribed proforma as per Annexure N duly verified
by Chartered Accountant.

(ii) Existing commitments and balance amount of ongoing works with tenderer as per the
prescribed Performa in Annexure-H for statement of all works in progress and also
the works which are awarded to tenderer but yet not started up to the date of inviting
of tenderfor calculating B. In case of no works in hand, a Nil statement should be
furnished. This statement should be submitted duly verified by Chartered
Accountant.

 Page 44 of 256
 Signature of Tenderer

(b) In case if a bidder is JV, the tenderer(s) must furnish the details of

(i) Maximum value of construction works executed and payment received in any one of the
previous three financial years or the current financial year (up to date of inviting tender)
by each member of JV for calculating A, and

(ii) Existing commitments and balance amount of ongoing works with each member of JV
either in individual capacity or as a member of other JV as per the prescribed proforma
of Railway for statement of all works in progress and also the works which are awarded
to each member of JV either in individual capacity or as a member of other JV but yet
not started upto the date of inviting of tender for calculating B. In case of no works in
hand, a ‘NIL’ statement should be furnished. This statement should be submitted duly
verified by Chartered Accountant.

(c) Value of a completed work/work in progress/work awarded but yet not started for 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 bid capacity in the tender
under consideration.
(d) The arithmetic sum of individual “bid capacity” of all the members shall be taken as JV’s “bid
capacity”.
(e) In case, the tenderer’s failed to submit the above statement along with offer, their/his offer
shall be considered as incomplete and will be rejected summarily.
(f) The available bid capacity of tender shall be assessed based on the details submitted by the
tenderer. In case the available Bid capacity is lesser than estimated cost of work put to tender, his
offer shall not be considered even if has been found eligible in other eligibility criteria/tender
requirement.
(xv)
No Technical and Financial credentials are required for tenders having advertised value up to Rs 50
lakh.
(xvi)
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.
(xvii)
[Explanation for clause 2.3 - 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

 Page 45 of 256
 Signature of Tenderer

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 fulfillment 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 Technical Eligibility Criteria - Clause 2.3.2(A)(v), the same shall
be considered for the purpose of fulfillment of credentials.
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 A will 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 partnership firm 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

 Page 46 of 256
 Signature of Tenderer

7 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.]
16. In case of change in partners of a partnership firm, the share of partners in credentials of a
partnership firm shall be considered as per share of partners on the Actual date of completion of
the work. In case name and share of partners is not mentioned in the completion certificate, share
of partners in the credentials shall be considered as per share of partners on the Actual date of
completion of the work, as derived from the partnership deed(s).

Note:-
A. In respect of GCC-2022, Clause-10, Explanation Note No. 7, following is clarified:-
i. In case of any change in the partners of firm during last 07 (seven) years, ending last day of the
month previous to the one in which tender is invited, the share of credentials for the purpose of
Technical Eligibility will be considered as per the share of partners as on the date of completion
of work.
ii. In case of any change in partners of firm during last 03 (three) financial years and current financial
year upto the date of inviting of the tender, the share of credentials of any partners will be
considered in the proportion of partners on the date of receipt of contractual payments.
B. In case of new partnership firm, following is clarified in respect of clarification of credentials of
individual partners from previous partnership firm(s) or previous dissolved partnership firm(s) or
previous split partnership firm(s):-
i. For the purpose of Technical Eligibility, the credentials of individual partners from the
previous dissolved / split previous partnership firm (s) shall be considered in proportion as
on the date of completion of work.

 Page 47 of 256
 Signature of Tenderer

ii. For the purpose of Financial Eligibility, the proportion of individual partners from the
previous dissolved / splitted previous Partnership firm (s) shall be considered in the
proportion as on the date of receipt of contractual payments.
In such cases, following documents are required to be submitted alongwith bid:-

(i) Copy of previous Partnership Deed(s).


(ii) Copy of previous Dissolution Deed(s) of previous partnership deed(s).
(iii) Proof of surrender of PAN No(s) (in case of dissolution of partnership firm).
 Relevant Annexures K-3 & K-4 are to be submitted by the tenderer alongwith the bid.
2.3.3 Assignment or Subletting of Contract: The Contractor shall not assign or sublet the contractor any part
thereof or allow any person to be come 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 these Conditions 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 petty Contractor under
the direct and personal supervision of the Contractor or his agent shall not be deemed to be sub-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.

 Page 48 of 256
 Signature of Tenderer

(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 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 than7days 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 endeavor 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 in the contract.

(i) The responsibility of successful completion of work by subcontractor shall liewith 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 Contract or to remove the subcontract or 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 Contract or whatsoever

 Page 49 of 256
 Signature of Tenderer

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.

2.3.4 Public Procurement (Preference to Make in India):- (Authority:- As per Railway Board letter No.
2015/RS(G)/779/5, dated 01.02.2018, No. 2017/Trans/01/Policy/Pt-S, dated 28.03.2018, Railway
Board letter no. 2020/RS(G)/779/2, dated 12.06.2020 and Ministry of Commerce and Industry letter
no. P-45021/2/2017-B.E.-II, dated 15.06.2017)
2.3.4.1 This tender complies with Public Procurement Policy order 2017 dated 15.06.17 and
(Revision), dated 04.06.2020.
2.3.4.2 Following provisions will be applicable for item to be procured under Public Procurement (preference
to Make in India) order 2017 dated 15.06.2017 and 04.06.2020.

A) Local content: the minimum local content shall be 50% or as indicated in the tender enquiry.

B) Margin of purchase preference: The margin or purchase preference is 20%.

C) Fee for complaint: Fee for filling a complaint under the order shall be Rs. 10,000/- per case.
The complaint shall be filed in the office of the CAO/C/NR. The fee shall be deposited with
the office of the FA&CAO/C/NR, K.Gate, Delhi.

D) Class-I local supplier: Means a supplier or service provider, whose goods, services or works
offered for procurement, has local content equal to or more than 50% as defined under this
order.

E) Class-II local supplier: Means a supplier or service provider, whose goods, services or works
offered for procurement has local content more than 20% but less than 50% as defined under
this order.

2.3.4.3 Verification local content:

A) The ‘Class-I local supplier’ / ‘Class-II local supplier’ at the time of tender, bidding
or solicitation shall be required to indicate percentage of local content and provide
self-certification that the item offered meets the local content requirement for
‘Class-I local supplier’ / ‘Class-II local supplier’, as the case may be. They shall
also given details of the location (s) at which the local value addition is made.

B) In case of procurement for a value in excess of Rs. 10 Crores, the ‘Class-I local
supplier’ / ‘Class-II local supplier’ shall be required to provide a certificate from the
statutory auditor or cost auditor of the company (in the case of companies) or form
a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other that companies) giving the percentage of local content.

 Page 50 of 256
 Signature of Tenderer

C) False declarations will be in breach of the code of integrity under Rule 175 (1) (i)
(h) of the General Financial Rules for which a bidder or its successors can be
debarred for up to two years as per Rule 151 (iii) of the General Finance Rules
along with such other actions as may be permissible under law.

D) A supplier who has been debarred by any procuring entity for violation of this Order
shall not be eligible for preference under this Order for procurement by any other
procuring entity for the duration of the debarment.

E) Debarment of bidders: In respect of procuring entitles other than the one which
has carried out the debarment, the debarment takes effect prospectively form the
date of uploading on the websites(s) so that ongoing procurements are not
disrupted.

2.3.4.4 Requirement of Purchase preference:

b) Subject to the provisions of this Order and to any specific instructions issued by
the Nodal Ministry or in pursuance of this Order, purchase preference shall be
given to ‘Class-I local suppliers’ in all procurements under taken by procuring
entities in the manner specified hereunder:

b) In the procurements of goods or works which are not covered by para 3(b) above
and which are divisible in nature, the ‘Class-I local supplier’ shall get purchase
preference over ‘Class-II local supplier’ as well as ‘Non-Local supplier’ as per
following procedure:-

i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract for full quantity will be awarded to L1.

ii) If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded
to L1. Thereafter, the lowest bidder among the ‘Class-I local suppliers’ will be
invited to match the L1 price for the remaining 50% quantity subject to the Class-
I local supplier’s quoted price falling within the margin of purchase preference and
contract for that quantity shall be awarded to such ’Class-I local supplier’ subject
to matching the L1 price. In case such lowest eligible ‘Class-I local supplier’ fails
to match the L1 price or accepts less than the offered quantity, the next higher
‘Class-I local supplier’ within the margin of purchase preference shall be invited to
match the L1 price for remaining quantity and so on, and contract shall be awarded
accordingly. In case some quantity is still left uncovered on ‘Class-I local suppliers’,
then such balance quantity may also be ordered on the L1 bidder.

c) In procurements of goods or works, which are covered by para 3(b) above and
which are not divisible in nature, and in procurement of services where the bid is
evaluated on price alone, the ‘Class-I local supplier’ shall get purchase preference
over ‘Class-II local Supplier’ as well as ‘Non-local supplier’, as per following
procedure:
i) Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract will be awarded to L1.

ii) If L1 is not ‘Class-I local supplier’, the lowest bidder among the ‘Class-I local
suppliers’, will be invited to match the L1 price subject to ‘Class-I local supplier’s

 Page 51 of 256
 Signature of Tenderer

quoted price falling within the margin of purchase preference, and the contract
shall be awarded to such ‘Class-I local supplier’ subject to matching the L1 price.

iii) In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price, the
‘Class-I local supplier’ with the next higher bid within the margin of purchase
preference shall be invited to match the L1 price and so on and contract shall be
awarded accordingly. In case none of the ‘Class-I local suppliers’ within the margin
of purchase preference matches the L1 price, then the contract may awarded to
the L1 bidder.
d) “Class-II local supplier’ will not get purchase preference in any procurement,
undertaken by procuring entities.

2.4 CONSTITUTION OF THE FIRM:


2.4.1 (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:


(Undertaking as per Annexure O-1)

Undertaking may be given. If not given

As per para 14(iii) of GCC-2022 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.
(B) Partnership Firm:

For All Type of Works Tenders.


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:

1. A Notarised copy of the Partnership Deed or a copy of the Partnership Deed registered with
the Registrar.

2. Document(s) in support of Registration of firm with Registrar/Sub-Registrar of firms viz.


Certificate of registration and copy of Register of firm (Form No. may vary from State to
State) (as applicable) etc. issued by Registrar of firms.

 Page 52 of 256
 Signature of Tenderer

3. 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
(Standard Performa as per Annexure O-2).

4. 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.
(C) Joint Venture (JV):
If the tender is uploaded on behalf of a JV, the tenderer must upload the following

(1) A copy of Memorandum of Understanding (MoU) duly executed by the JV members on a stamp paper,
shall be submitted by the JV alongwith the tender (Standard proforma as per Annexure K-1 ). 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.
(2) Notarised Power of Attorney/authorization duly executed by all JV constituents, in favour of the
individual signing the tender document on behalf of the JV; and (Standard Performa as per Annexure
O-3)

(3) In addition, following documents must be upload/submit by the JV firms along with the tender:-
(i) In case one or more of the members of the JV firms is /are partnership firm(s), following documents
shall be uploaded/submitted.
(a) (i)A Notarised copy of the Partnership Deed or a copy of the Partnership deed registered with the
Registrar.
(ii) Document(s) in support of registration of firm with registrar/Sub-Registrar of firms viz.
Certificate of registration and copy of Register of firm (Form No. may vary from State to State)
(as applicable) etc. issued by registrar of firms.
(b)
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, (Standard Performa as per Annexure O-4)
(c) 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. (Standard Performa
as per Annexure O-5)

(d) 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.

 Page 53 of 256
 Signature of Tenderer

(ii) In case one or more members of JV is/are Proprietary Firm or HUF, the following documents shall
be uploaded/submitted:
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. (Standard Affidavit as per Annexure O-6)
(iii) In case one or more members of JV is/are Companies, the following documents shall be
submitted/uploaded:

(i) A copy of resolutions of the Directors of the Company, permitting the company to enter into a JV
agreement, (Standard Performa as per Annexure O-7)
(ii) The copies of MOA (Memorandum of Association) / AOA (Articles of Association) of the
company
(iii) 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 on behalf of the company and create liability against the company (Standard Performa
as per Annexure O-8).
(iv) In case one or more members of JV is/are LLP firm, the following documents shall be
submitted/uploaded :

(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(Standard proforma as per Annexure O-13)

(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. (Standard
proforma as per Annexure O-14)

(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.
(D) Company:
If the tender is uploaded on behalf of a Company registered under Companies Act-2013, the tenderer
must submit/upload along with the tender the following documents on or before close of uploading
of tender & before opening of tender (D2):

 Page 54 of 256
 Signature of Tenderer

(1) Copies of the MOA /AOA (Memorandum of Association /Article of Association) of the
Company;

(2) A copy of certificate of incorporation.

(3) 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 (Standard Performa as per Annexure O-9, 10).
(E) Registered Society & Registered Trust:
The tenderer must upload following,

(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. (Standard Performa as per Annexure O-16)
(iv) A copy of Rules & Regulations of the Society
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 upload alongwith the tender-

(i) A copy of LLP Agreement,


(ii) A copy of Certificate of Incorporation; and
(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 (Standard proforma as per
Annexure O-11 & 12).

(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.

G In Case of HUF:
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 (Standard
proforma as per Annexure O-15).

2.4.1.1 (1) 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.
(2) 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.

 Page 55 of 256
 Signature of Tenderer

(3) 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.

(4) 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 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.

Note:

1. If all the requisite documents pertaining to the constitution of the firm/JV/sole


proprietorship/partnership firm/company/ Registered Trust/Registered Society/
LLP/HUF etc., as specified in Clause 2.4.1 above, are not submitted, offer will be
considered as incomplete and shall be summarily rejected.
2. Standard Proforma/Affidavit O-1 to O-16 are given as per Constitution of Firm
requirement in respective clause of Sole Proprietorship firm/Partnership
firm/JV/Company Registered Trust/Registered Society/LLP/HUF for guidance purpose.
2.4.2 The tenderer whether sole proprietor / a company or a partnership firm / joint venture (JV) /
registered society / registered trust / HUF 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 submit the tender,
sign the agreement, receive money, co-ordinate measurements through contractor’s authorized
engineer, witness measurements, sign measurement books, compromise, settle, relinquish any
claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to

 Page 56 of 256
 Signature of Tenderer

arbitration. The above power of attorney shall be submitted even if such specific person is authorized
for above purposes through partnership deed / Memorandum of Understanding / Article of
Association or such other document, failing which tender is liable to be rejected.

2.5 INCOME TAX DEDUCTION:

2.5.1 As per Income Tax Act, Tax will be deducted for sums paid for carrying out the work under this
contract. In case of supply contract for ballast, deduction of 2% (Two percent) Income tax will be
made for the sums paid for labour portion only (i.e., loading, unloading, stacking, measurement and
laying etc.). 1% labour cess shall be deducted from each RA bill to be deposited with concerned
labour Commissioner/State Govt.
3.0 Bid Security:

3.1 (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 2% of the estimated cost of the


to cost up to ₹ 1 crore work

For works estimated to ₹ 2 lakh plus ½% (half percent) of


cost more than ₹ 1 crore the excess of the estimated cost of
work beyond ₹ 1 crore subject to a
maximum 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.

(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

 Page 57 of 256
 Signature of Tenderer

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 5.0 (Security Deposit) of tender document. 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-A(1) 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 before closing
date of submission of bids (i.e. excluding the last date of 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

The Bank Guarantee shall be placed in an envelope, which shall be sealed. The envelope shall
clearly bear the identification “Bid for the Earthwork in Formation including Filling, Cutting,
Blanketing, Extension of Minor Bridges, Construction of Retaining wall, Trolley Refuges,
Drains, LC Duty Huts, Roads and other ancillary works in connection with 3rd Line
between Dilkusha-Malhaur (8.20 Km)

 Page 58 of 256
 Signature of Tenderer

vi. ” 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
Authority 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.
3.1.1 Subject to exemptions provided under clause 3.1 above, the tender must be accompanied by a Bid
(a) Security as mentioned in tender documents, failing which the tender shall be summarily rejected.

3.1.1 The Tenderer(s) shall keep the offer open for a minimum period of 60 days (in case of two packet
(b) 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 Northern
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.

3.1.1 If his tender is accepted,


(C)
(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 5.0 (Security Deposit) of tender document.
(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 5.0 (Security Deposit) of tender document.

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.
3.1.1 In case Contractor submits the Term Deposit Receipt/Bank Guarantee Bond towards either the Full
(d) 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.

4.0 ACCEPTANCE OF TENDER

4.1 (i) IF THE TENDERER (S) DELIBERATELY GIVES WRONG


INFORMATION/CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND

 Page 59 of 256
 Signature of Tenderer

THEREBY CREATE(S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR
TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT
ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS upto TWO YEARS”.
(ii) If on verification of credentials, at the evaluation stage, it is found that the tenderer has submitted
forged/fake documents in support of his offer, his Bid Security shall be forfeited besides
suspending business with him/them upto two years.
(iii) 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.
4.2 The authority for acceptance of the tenders rests with Chief Administrative Officer/Const/ Chief
Engineer Const/ Dy. Chief Engineer/C /Executive Engineer/C as the case may be who does not
undertake to assign reasons for declining to consider any particular tender or tenders. He also reserves
the right to accept the tender in whole or in part or to divide the tender amongst more than one tenderer
if deemed necessary.

4.3 The successful tenderer/s shall be required to execute an agreement with the President of India acting
through the C.A.O./Const., CE/C/Const,/ Dy. C.E./Const./XEN/C for carrying out of the work as per
agreed conditions. The cost of stamp for the agreement will be borne by the Northern Railway.

4.3.1 The contractors operations and proceedings in connection with the works shall at all times be
conducted during the continuance of contract in accordance with the laws, ordinance, rules and
regulations for the time being in force and the contractor shall further observe and comply with the
bye-laws and regulations of the Govt. of India, State Govt. and of Municipal & other authorities
having jurisdiction in connection with the works or site over operations such as these are carried out
by the contractor/s and shall give all notice required by such bye-laws and regulations. The Hospital
and medical regulations in force for the time being shall also be complied with by the contractor/s and
his workmen.
4.3.2 The contractor shall be responsible for the observance of the rules and regulations under the mines act
and mineral rules and Indian Metallurgical rules and regulations of State/Central Govt. concerned as
amended from time to time.
4.3.3 Contractor shall at all times keep the railway administration indemnified against all penalties that may
be imposed by the Govt. of India or State Govt. for infringements or any of the clauses of the mines
act and rules made there under in respect of quarries from which the ballast for these works is procured.
4.4 The tenderer/s shall not increase his/their rate in case the Railway Administration negotiates for
reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of the original
offer and rates originally quoted will be binding on the tenderer/s.
4.5 The tenderer/s shall submit an analysis of rates if called upon to do so

4.6 Non-compliance with any of the conditions set forth herein is liable to result in the tender being
rejected.

4.7 Variation in quantity

 Page 60 of 256
 Signature of Tenderer

4.7.1. (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 upto 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.

4.7.1 (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 upto the limit of 25% variation in
quantity of individual item of works.

4.7.1 (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 upto 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 upto 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 upto 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 upto 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.
4.7.1 (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.
4.7.1 (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).

 Page 61 of 256
 Signature of Tenderer

4.7.2 Valuation of Variations: The enlargements, extensions, diminution, reduction, alterations or
additions referred to in Sub-Clause (4.7.1) 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 therefore 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
(4.7.1) above shall be paid for at the rates determined under Clause-39 of GCC.

5.0 Security Deposit and Performance Guarantee on Acceptance of Tender

The Security Deposit shall be 5% of the contract value. The Bid Security submitted by the Contractor
5.1 with his tender will be retained/encashed by the Railways as part of security for the due and faithful
fulfillment 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.
5.1.1 Refund of Security Deposit: Security Deposit shall be returned to the Contractor alongwith or after
the following:

(a) Final Payment of the Contract as per clause 51.(1) of GCC-2022 and

 Page 62 of 256
 Signature of Tenderer

(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 GCC,
in case applicable
Note :-
The Competent Authority to issue above Maintenance Certificate shall normally be the authority who
is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then
a JA Grade Officer (concerned with the work) should issue the certificate.

The certificate, inter alia, should mention that the work has been completed in all respects and that all
the contractual obligations have been fulfilled by the Contractor and that there is no due from the
Contractor to Railways against the contract concerned.

5.1.2 Forfeiture of Security Deposit: Whenever the contract is rescinded as a whole under clause 62 (1) of
these conditions GCC-2022, 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) these conditions
of GCC-2022, the Security Deposit shall not be forfeited.

5.1.3 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 5.2 of this
clause will be payable with interest accrued thereon.

5.2 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 upto 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 22 nd 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 Startup 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.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following
forms, amounting to5% of the original contract value.

(i) A deposit of cash;

 Page 63 of 256
 Signature of Tenderer

(ii) Irrevocable Bank Guarantee;
(iii) Insurance Surety Bond as per Annexure-A(2).
Note:-
1. The provision of Insurance Surety Bond shall be for all contracts having DOC
within 36 months only.
2. In case DOC extends beyond 36 months, fresh Insurance Surety Bond or any
other form of Performance Guarantee prescribed in GCC for balance amount
shall be submitted by agency, otherwise necessary action will be taken as per
terms of Agreement.
(iv) Government Securities including State Loan Bonds at 5% below the market value;

(v) Pay Orders and Demand Drafts tendered by any Scheduled Commercial Bank
of India;
(vi) Guarantee Bonds executed or Deposits Receipts tendered by any Scheduled
Commercial Bank of India;
(vii) Deposit in the Post Office Saving Bank;

(viii) Deposit in the National Savings Certificates;

(ix) Twelve years National Defence Certificates;

(x) Ten years Defence Deposits;

(xi) National Defence Bonds and

(xii) Unit Trust Certificates at 5% below market value or at the face value whichever
is less. Also , FDR in favour of FA&CAO/C/NR, Kashmere Gate, Delhi (free from
any encumbrance) may be accepted.

Note:- The instruments as listed above will also be acceptable for Guarantees in case of
mobilization advance. All the instruments mentioned in (i) to (xii) above should be in
favour of FA & CAO/C/NR/Kashmere Gate, Delhi & Dy. FA & CAO/C/NR/LKO
( for Contract value up to Rs. 20 100 crores under LKO units)

(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 up to the stipulated date of completion plus 60 (Sixty) 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 (Sixty)
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.

 Page 64 of 256
 Signature of Tenderer

(e) The Performance Guarantee (PG) shall be released after the physical completion of the work
based on the “Completion Certificate” issued by the competent authority stating that the
Contractor has completed the work in all respects satisfactorily. The competent authority shall
normally be the authority who is competent to sign this contract. If the competent authority is
of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should
issue certificate. The security deposit shall, however, be released only after expiry of the
maintenance period and after passing the final bill based on ‘No claim certificate ‘from the
contractor.
(f) 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 amount 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 these conditions.
5.3 Whenever the Railways PSUs are awarded works contracts by Railways, on single tender basis, they
are exempted from the requirements of submitting performance guarantee.

However, in the event of failure of the Railway PSU to successfully execute the contract as per terms
and conditions laid down in the agreement, a penalty equivalent to 5% of the original value of contract
would be levied.
If Railway PSUs are awarded contract through competitive bidding (open tender, special limited
tender etc.) the normal rules regarding submission performance bank guarantee as applicable to other
tenderer/s shall be applicable to these PSUs.
6.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS

6.1 Except where specifically stated otherwise in the tender documents the work is to be carried out in
accordance with (i) Indian Railways Standard General Conditions of Contract, April 2022
amended from time to time & upto date; (ii) Northern Railway Unified Standard Schedule of Rates
(Works & Material)-2021 amended from time to time and up to date and (iii) Indian Railway Unified
Standard Specifications (Material and Works)-2021 Volume-I and volume-II. Copies of all these
publications can be obtained from the office of CAO/C, Northern Railway, Kashmere Gate, Delhi on
payment as under:-

(i) Indian Railways Standard General Conditions of Contract, April 2022 Rs.100/-
(ii) Northern Railway Unified Standard Schedule of rates (Works & Rs.1000/-
Materials)-2021

 Page 65 of 256
 Signature of Tenderer

(iii) Indian Railways Unified Standard Specifications (Material and Works)- Rs.1000/-
2021 volume-I & volume-II (Each volume)
Demand for these publications from out station will be considered only if a sum of Rs.50/- towards
postal charges is also sent with the cost of the books by money order.

Note:- The above publications are available on www.indianrailway.gov.in.

6.2 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
of quantities etc., forming part of the tender/contract, the following shall be the order of precedence:

i. Letter of Award
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. CPWD Specifications 2021 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.

viii. Indian Railways Unified Standard Specification (IRUSS-2021) 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) 2021 updated with
correction slips issued up to date of inviting tender or as otherwise specified in the tender
documents, if applicable in 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
7.0 STUDY OF DRAWINGS AND LOCAL CONDITIONS

7.1 The drawings for the works can be seen in the office of the Dy. Chief Engineer/Construction-IV
Northern Railway, Lucknow/ Chief Project Manager, Lucknow or in the office of Chief
Administrative Officer/Const, Northern Railway, Kashmere Gate, Delhi. It should be noted by
tenderer/s that these drawings are meant for general guidance only and the Railway may suitably
modify them during the execution of the work according to the circumstances without making the
Railways liable for any claims on account of such changes.
7.2 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature
and conditions of soil, difficulties involved due to inadequate stacking space, due to built up area
around the site, availability of materials water and labour probable sites for labour camps, stores,
godowns, etc. They should also satisfy themselves as to the sources of supply and adequacy for their
respective purpose of different materials referred in the specifications and indicated in the drawings.
The extent of lead and lift involved in the execution of works and any difficulties involved in the

 Page 66 of 256
 Signature of Tenderer

execution of work should also be examined before formulating the rates for complete items of work
described in the schedule.

7.3 Fencing at work site


Contractor(s) while executing the work of gauge conversion/doubling, yard remodeling etc. shall
provide suitable fencing/barricading to protect/segregate the existing Railway line from any damage
and un-toward incident, as per the directions or plan approved by Engineer-in-charge. The payment
of barricading/fencing shall be paid under the relevant N.S. item if required. No work will be started
till the fencing/barricading is provided and clearance in writing is issued by the Engineer-in-charge.
7.3.1 Suitable gates/barriers should be installed across the new embankment, preferably adjoining the
manned/unmanned level crossings. The entry for the vehicles should be regulated by an authorized
representative of the Engineer-in-charge during the working hours.

7.4 Safety Gear :


During execution of the work, contractors shall ensure that all safety precautions are taken by their
men to protect themselves and site to prevent any untoward incident. In this regard contractor will
ensure that adequate number of safety helmets, safety belts, safety jackets with reflective arm band,
rope, ladders emergency light etc. are available at site before the work is actually started. The above
list is only indicating and is not exhaustive and safety item will be arranged as per the requirement.
Railway reserve the right to stop the work in the absence of proper safety gear and no claim shall be
entertained in this regard. Decision of the Engineer-in-charge will be final and binding upon the
contractor. The cost of all the safety gear is deemed to have been included in the rates quoted and
nothing extra is payable under this contract.
8.0 PERIOD OF COMPLETION

8.1 The entire work is required to be completed in all respects within 15 (Fifteen) months from the date
of issue of Acceptance letter/ Telegram. Time is the essence of contract. The contractor/s will be
required to maintain speedy and required progress to the satisfactions of the Engineer to ensure that
the work will be completed in all respects within the stipulated period failing which action may be
taken by the Railway Administration in terms of Clause 17 and/or Clause 62 of the Indian Railways
Standard General Conditions of Contract, April 2022 amended from time to time &up to date.
8.2 The contractor/s shall arrange to execute the different items of works in close consultation with
and as per directions of the Engineer so that other works being executed in the same area either
departmentally or through another agency such as steel erection, P. Way earthwork in formation, etc.
are also progressed concurrently. It may be noted, however, that any delay in the execution of
departmental works, for whatsoever reason shall not be accepted as an excuse for non-performance of
the contract.
8.3 The contractor/s will be required to give Dy. Chief Engineer a monthly progress report of the work
done during the month on 4th of the following month. He will also give to the Dy. Chief Engineer
the programme of work to be done in coming month by 25th of the preceding month. The programme
will be subject to alteration or modifications at the direction of the CAO/Const /Chief Engineer/
Const./Dy. Chief Engineer/Const, who may discuss such modifications or alterations with the
contractor as considered necessary. Approval of any programme shall not in any way relieve the
contractor from any of his obligations to complete the whole of the work by the prescribed time or
extended time, if any.
9.0 Rates for Items of Works:

 Page 67 of 256
 Signature of Tenderer

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 these
conditions 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 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 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.

9.1 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.

9.2 (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).

 Page 68 of 256
 Signature of Tenderer

For item(s) not covered in this sub clause, the rate shall be decided as agreed upon between the Engineer
and the Contractor before the execution of such items of work as per sub clause (b).
(b)
Other Items: For any item of work to be carried out by the Contractor but not included in the accepted
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
9.2 (2) Provided that if the Contractor commences work or incurs any expenditure in regard thereto before the
rates as determined and agreed upon as lastly here untofore-mentioned, then and in such a case the
Contractor shall only be entitled to be paid in respect of the work carried out or expenditure incurred
by him prior to the date of determination of the rates as aforesaid according to the rates as shall be
fixed by the Engineer. However, if the Contractor is not satisfied with the decision of the Engineer in
this respect, he may appeal to the Chief Engineer within 30 days of getting the decision of the Engineer,
supported by analysis of the rates claimed. The Chief Engineer's decision after hearing both the parties
in the matter would be final and binding on the Contractor and the Railway.

9.3 Final SUPPLEMENTARY AGREEMENT


(a) After the work is completed or otherwise concluded by the parties with mutual consent, and taken
over by the Railway as per terms and conditions of the contract agreement, and there is unequivocal
no claim on either side under the contract, other than as mentioned in item 4 of Annexure-B, the
parties shall execute the final supplementary agreement as per Annexure-B.
9.3 Standard Agreement (for EBR-IF Funded Contracts only):- For the works contracts which are
(b) funded through Indian Railway Finance Corporation (IRFCC), the Contractor after award of such
contract shall has to execute and sign the Standard Agreement as per prescribed format as per
Annexure-R.
9.4 Measures to be taken in construction and repairs on roads, embankments, etc.

9.4.1 All borrow pits dug for and in connection with the construction and repairs of buildings, roads,
embankments, etc. shall be deep and connected with each other in the formation of a drain directed
towards the lowest level and properly sloped for discharge into a river, stream, channel or drain and
no person shall create any isolated borrow pit which is likely to cause accumulation of water
which may breed mosquitoes.

 Page 69 of 256
 Signature of Tenderer

9.4.2 Non fulfillment of the provision in 9.4.1 above shall be a breach of the contract and contractor/s shall
be liable to pay by way of agreed liquidated damages to the Railway at the rates of Rs.100/- for each
breach and in addition to that contractor further undertake to pay the amount incurred by the Railway
in getting the said job/s done at the risk and cost of the contractor. Besides this, the contractor will
also be held responsible for any laws for contravening them.
10.0 SETTING OUT WORKS
10.1 The contractor is to set out the whole of the work in consultation with the engineer or an official to
be deputed by the Engineer and during the progress of works to amend on the requisition of the
Engineer any errors, which may arise there in and provide efficient and sufficient staff and labour
thereon. The contractor shall also alter or amend any errors in the dimension lines on levels to the
satisfaction of the Engineer or his authorized representative without claiming any compensation for
the same.

10.2 The contractor shall provide, fix and be responsible for maintenance of all stocks, templates, profiles,
land marks, points, burjies, monuments, center line pillars, reference pillars, etc. and shall take all
necessary precautions to prevent their being removed altered or disturbed and will be responsible for
the consequence of such removal, alterations or disturbance and for their efficient reinstatement.
10.3 The contractor shall protect and support, as may be required or as directed by the Engineer, all
building, fences, walls, towers, drains, road paths, waterways, foreshores banks, bridges, Railway
ground and overhead electric lighting, the telegraphs/ telephones and crossing water service Main
pipes and cables and wires and altogether matters and things of whatever kind not otherwise herein
specified other than those specified or directed to be removed or altered which may be interfered with
or which likely to be affected disturbed or endanger by the execution completion of maintenance
of the works and shall support provided under this clause to such cases as directed by the Engineer.
No payment shall be made by the Railway to the contractor for these works on account of delay for
re-arrangement of road traffic or in the contractor having to carry out the short lengths and in such
places as per conditions and circumstances may warrant. These will not form the basis of any claim
and or dispute for compensation of any kind.
11.0 DRAWINGS FOR WORKS:

11.1 The Railway Administration reserves the right to modify the plans and drawings as referred to in the
special data and specifications as also the estimate and specifications without assigning any reasons
as and when considered necessary by the railway. The percentage rates for the schedule items and
items rates for the non-schedule items quoted by the contractor as may be accepted by the railways
will, however, hold good irrespective of any changes, modifications, alterations, additions, omissions
in the locations of structures and detailed drawings, specifications and/or the manner of executing the
work
11.2 It should be specifically noted that some of the detailed drawings may not have been finalized by the
railway and will, therefore, be supplied to the contractor as and when they are finalized on demand.
No compensation whatsoever on this account shall be payable by the Railway Administration.
11.3 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 drawings, changes, modifications, alterations, additions,
omission and the site layout plans or details drawings and design and or late supply of such material
as are required to be arranged by the Railway or due to any other factor on Railway Accounts.

12.0 SUPPLY OF MATERIALS BY THE RAILWAYS

 Page 70 of 256
 Signature of Tenderer

12.1 If at any time, material which the contractor/s should normally have to arrange himself/themselves,
are supplied by the Railway either at the contractor's request or in order to prevent any avoidable
delay in the execution of work due to the contractor's inability to make adequate timely
arrangements for supply thereof or for any other reason, recovery will be made from the
contractor's bill either at the market rate prevailing at the time of supply or at the book rate
whichever is greater, plus fixed departmental charges viz. Freight at 5% (8.33% for items of Iron
and G.I. pipe steel) incidental charges at 2% and added on total cost supervision charges at 12 1/2%.
No carriage or incidental charges will be borne by the Railway. The contractor cannot, however, claim
as a matter of right the issue of such material by the Railway which he/they is required to arrange
himself/themselves in accordance with the terms and conditions of this contract.
12.1.1 In case, cement and/or steel is issued to the contractor/s free of cost or on cost to be recovered for
use on the work, the supply thereof shall be made in stages limited to the quantity/ quantities
computed by the Railway according to the prescribed specifications and approved drawings as per
the agreement. The cement and/or steel issued in excess of the requirements as above shall be returned
in perfectly good conditions by the contractor to the Railway immediately after completion or
determination of the contract. If the contractor/s fail/s to return the said stores, then the cost of cement
and/or steel issued in excess of the requirement computed by the Railway according to the
specifications and approved drawing will be recovered from the contractor/s @ twice the prevailing
procurement cost at the time of last issue viz. 2 X (purchase price + 5% freight only). This will be
without prejudice to the right of the Railway to take action against the contractor/s under the
conditions of the contract for not doing/completing the work according to the prescribed
specifications and approved drawings. If it is discovered that the quantity of cement and or steel
used is less than the quantity ascertained as herein before provided, the cost of the cement
and/or steel not so used shall be recovered from the contractor/s on the basis of the above stipulated
formula.
12.1.2 The contractor shall be responsible for the safe transport custody and storage of all Railway
materials issued to him and he will be liable to make good the loss due to any cause whatsoever,
that may be suffered by the Railway on this account. Special precautions should be taken in respect
of cement while transporting cement, steps should be taken to safeguard against cement becoming
damp or wet due to moisture or rain. The contractor will also be responsible for storing cement in
damp proof conditions at site of work at his own cost in accordance with the standard specifications.
The Engineer shall decide whether the cement stored in the godown is fit for the work and his decision
shall be final and binding on the contractor/s.
12.2 The contractor should supply a schedule showing the requirements of explosives/materials required
to be supplied to him by the Railway based on detailed plans. The materials will be arranged by the
Railway according to this schedule unless otherwise modified by the Railway due to additions or
alterations in the approved plans. No claim whatsoever will be entertained by the Railway on account
of late supply of such materials as are required to be arranged by the Railway.
12.3 SUPPLY OF CEMENT AND STEEL BY THE RAILWAYS

12.3.1 Cement, Mild Steel/H.Y.S.D./Bars/RSJ/MS Plate, etc. to be supplied by the Railway to the extent as
would become a part of the work involved in the tender schedule will be supplied by the Railway free
of cost or on cost recovery basis as the case may be as per relevant clauses of special conditions
relating to site data and specifications at construction store godown. The contractor will be required
to lead the same to the site of work at his own cost subject to payment at the rate as quoted against
relevant item of N.S. Items in the Schedule of Items, Rates & Quantities.
12.3.2 Cement and steel required for temporary works timbering, shuttering, centering, scaffolding, etc. will
have to be arranged entirely by the contractor at his own cost.

 Page 71 of 256
 Signature of Tenderer

12.3.3 The empty cement bags for the supply of cement by the Railway shall be property of the contractor
and the cost of the same shall be recovered at the rate of Rupees Two per empty cement bag from the
‘on account bill’ of the contractor in case the cement is supplied in Jute bags. No recovery on account
of empty cement bags shall be made from the contractor, in case the cement is supplied in H.D.P.E.
bags. The Railway, however, reserves its right to take empty bags as are in good conditions and in that
case no recovery will be made for bags so taken back. These rates will apply for bags deteriorated
while in use and not found acceptable to the Railway so taken back from the contractor.
13.0 SUPPLY OF MATERIALS BY THE CONTRACTOR/S

13.1 Materials used in the work by the contractor shall conform to the Northern Railway Standard
Specifications and the relevant I.S.I./I.R.S Specifications, and should be approved by the Engineer
before utilizing them on works.
13.2 It should be clearly understood that the tendered rates include wastage and wash away due to rains,
storms, floods or any other cause whatsoever.
13.3 No loading, unloading, lead, lift, stacking, octroi, sales tax, toll tax, royalty or any other charges will
be paid for the materials, tools and plants and tools arranged and brought by the contractor to the site
of work.
13.4 Stage payment for supply of steel by the contractor (For Original Contract Value above Rs15
Crores):
Stage payment limited to 75% of the rate of steel awarded in the contract (as a separate NS
item/USSOR item for the purpose) shall be made to the contractor for steel physically brought by the
contractor to the site (even before its actual use in the work) subject to following:-

(a) The material shall be strictly in accordance with the contract specifications.

(b) The material shall be delivered at site and properly stored under covered sheds at contractor’s
cost and protected against damage, deterioration, theft, fire etc. to the satisfaction of the engineer in
charge. The contractor shall store the bulk material in the measurable stacks.

(c) The quantities of materials shall be brought to the site only in such installments that would
facilitate smooth progress of work and consumed in reasonable time. The decision of Engineer-in-
charge regarding quantity of steel to be brought to the site shall be final and binding to the contractor.

(d) Proper accountal in the material registers to be maintained in the prescribed format at the site for
the receipt and use of the material on day-to-day basis.

(e) Submission of indemnity bond with validity up to the completion/extended period in the
prescribed format at the contractor’s cost, vesting the ownership of such material with the railways.

(f) Submission of insurance policy with a validity upto the completion/extended period at the
contractor’s cost, in favour of the railway against damage, deterioration, theft, fire etc.

The balance payment shall be released only after material is actually consumed in the work. The price
variation claim for steel would continue to be governed as per extant PV clause and with reference to
delivery at site.
14.0 SERVICE ROADS

 Page 72 of 256
 Signature of Tenderer

14.1 The contractor/s shall make his/their arrangements for service roads, paths etc for carrying his/their
tools and plants, labour and materials, etc. and will also allow the Railway use of such paths and
service roads, etc for plying its own vehicles free of cost. The tenderer/s will be deemed to have
included the cost of making any service roads, roads or paths, etc., that may be required by him/them
for plying his/their vehicles for the carriage of his/their men and materials, tools, plants and
machinery for successful completion of the work. Similarly, any other feeder road connecting any of
the existing roads will be made by the contractor at his/their own cost including any compensation
that may be required to be paid for the temporary occupation and or usage of Govt. and or private
land and without in any way involving the Railway in any dispute for damage and/or compensation.

14.2 In case the Railway has its own paths, service roads, the contractor/s will be allowed to use of such
paths or service roads free of cost. He/They shall, however, in no way involve the Railway in any
claims or dispute of whatever kind due to the inaccessibility of such paths or service roads or due to
their poor condition and or maintenance or their being to be blocked and/or closed.

14.3 The rates quoted by the contractor as per Schedule of Items, Rates and Quantities shall form the basis
of ‘on account payment' or the various items under this contract.

14.4 In the course of execution of various items of work under schedule of Items, Rates and Quantities
running bills payment for partly completed works will be made to the contractor. The quantum of such
work for payment shall be decided by the Engineer-in-charge whose decision shall be final and
binding on the contractor.
14.5 No `on account payment' by the Railway shall protect the contractor/s against or prevent the Railway
from recovering from the contractor/s any over payment made to him/them.
14.6 Final payment of the balance amount due, exclusive of the security deposit required in terms of Clause-
5 of these special conditions, will be made after the completion of the entire work and on the
certification of the Engineer that work has been completed in all respects and found satisfactory. The
security deposit will be refunded after the date of completion according to Clause 5.1 of these
conditions.

15.0 EMERGENCY WORK

15.1 In the event of any accident or failure occurring in or about the work of arising out for or in connection
with the construction completion or maintenance of the work which in the opinion of the Engineer
require immediate attention, the Railway may be with its own workmen or other agency execute or
partly execute the necessary work or carry out repairs if the Engineer considers that the contractor is
not in a position to do so in time and charge the cost thereof, as to be determined by the Chief
Engineer/Construction to the contractor.

15.2 In terms of clause 32 of Indian Railways Standard General Conditions of Contract, April, 2022
amended from time to time & upto date;, the material and plants brought by the contractor on the site
or land occupied by the contractor in connection with the works and intended to be used for execution
thereof shall immediately, they are brought upon the sites of this said land be deemed to be the property
of the Railway, vehicles, equipments, plant and machinery of the contractor can be drafted by the
Railway Administration at their discretion in case of accidents, natural calamities involving human
lives, breaches, stoppage of train operations or any contingencies which require such requisitioning as
essential. The decision in this regard of the Engineer-in-charge or his superiors i.e. Sr. Engineer /
Executive Engineer/Dy. Chief Engineer etc shall be final and beyond the ambit of arbitration clause.

 Page 73 of 256
 Signature of Tenderer

15.3 In terms of clause 2.3.2 (A) (iv), tenderer is required to submit the list of equipment, machinery,
construction tools and plants available /deployed at site. The successful tenderer on receipt of
acceptance letter and conveying their consent shall submit name, addresses, telephone numbers, Fax
number/E Mail address of the persons to be contacted for requisitioning the above items as detailed in
forgoing clause 15.2 and notify from time to time if any change in the list of equipments/machinery
or the addresses/ individuals to the Engineer-in-charge in writing. The name and address, telephone
numbers and the contractor officials name shall also be displayed at the site of work.
15.4 The manpower, consumable items and maintenance of the above tools and plants when requisitioned
shall be the responsibility of the tenderer/contractor so that the equipments, machinery, tools and
plants shall be available for effective utilization at the accident sites, natural calamities, breaches sites
etc.

15.5 The hire charges per annum shall be calculated at the following rates on the purchase cost of the plant
as under:

(i) Depreciation charges at the following rates


a) Light plant 16% per annum
b) Heavy plant 10% per annum
c) Special plant 6% per annum
(ii) In additional 10% on the total of (i) above to meet contingencies
(iii) 10% contractor profit on total cost as detailed (i) to (ii)
(iv) The hire charges per day shall be arrived at dividing the annual hire charges of total of (i) to
(iii) above by 365 which shall be the assumed number of working days in year for this
purpose. These hire charges will be payable from the date the plant is handed over to the
railway to date on which it is returned to the contractor by Railway.
(v) The contractor man power charge shall be payable @ minimum wages as notified by the
State Govt. /local bodies /labourDeptt. as the case may be for highly skilled, semi skilled
personnel drafted for operating the plant and machinery.

(vi) The payment for the fuel cost shall be paid on the basis of the actual expenditure incurred
by the contractor for purchase + 10% contractor's profit thereof which will be the payments
towards his miscellaneous expenses too.

16.0 NIGHT WORK

16.1 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 without confirming any right on the contractor for claiming any extra
payment for the same.
17.0 DISPOSAL OF SURPLUS EXCAVATED MATERIALS

17.1 The contractor shall at all time keep the site free from all surplus earth, surplus materials, and all
rubbish which shall arise from the works and should dispose of the surplus excavated materials
as ordered by the Engineer failing which it will be done at the cost of the contractor and cost will
be deducted from his dues.
17.2 The contractor shall within 15 days of completion of entire works remove all unused and surplus
materials tools and plants staging and refuge or other materials produced by his operations and shall
leave the site in a clear and tidy conditions.

18.0 SITE INSPECTION REGISTER

 Page 74 of 256
 Signature of Tenderer

18.1 A site inspection register will be maintained by the Engineer or his representative in which the
contractor will be bound to sign day to day entries made by the Engineer or his representative.
The contractor is required to take note of the instructions given to him through the site inspection
register and should comply with the same within a reasonable time. The contractor will also arrange
to receive all the letters etc. issued to him at the site of works.

18.2 The contractor shall, from time to time (before the surface of any portion or the site is interfered
with or the work thereon begun) take such levels as the Engineer may direct in his presence or any
person authorised by him in writing. Such levels approved and checked by him or such authorised
persons shall be recorded in writing and signed by the contractor and shall form the basis of the
measurements. Immediately before any portion of the work, below water level is started, the existing
water levels are to be taken and recorded in a similar manner.
19.0 The contractor shall have to make and maintain at his own cost suitable approach road and path, etc
for proper inspection of the various works. He shall also provide all facilities as required by the
Engineer such as Ladder and other appliances for satisfactory inspection of the works and places where
materials for the work are stored or prepared.
20.0 OPENING UP OF WORK OR MATERIALS FOR INSPECTION OR TEST:
Should the Engineer, or any representative consider it necessary for the purpose of enabling
inspection of tests analysis to be made to verify or ascertain the quality of any part of the works
or of any materials, the contractor shall as and when required by the Engineer or his representatives
open up the work or materials for inspection or test or analysis, pull down or cut into any part of the
work to make such openings, into under or through any part of the works as may be directed
and shall/provide all things facilities which in the opinion of the Engineer or his representative
are necessary and essential for the purpose of inspection or test or analysis of the works or of any
part thereof or the materials, or of workmanship and the contractor shall close up, cover, rebuild and
made good the whole at his own cost, as and when directed by and to the satisfaction of Engineer
provided always that of the work in the opinion of the Engineer is found to his satisfaction and in
accordance with the contract. The excess expenditure in such examination, inspection or test shall,
upon the certificate of the engineer, be borne by the Railways.
21.0 GENERAL
21.1 PROVISION OF LIGHT SIGNALS ETC.
The contractor/s shall make such provision for lighting the works, materials and plant and provide
all such marks and lights, signals and other appliances as may be necessary or as may be required
by the Engineer or other responsible authorities during the execution completion and maintenance
of the work and shall provide all labour, stores, etc. required for their efficient working and use at
any time of day or night. He/They shall also provide all arrangement of every description of
watching and maintenance required in connection with the foregoing and all other services for
protection of any securing all dangerous places whether to the contractor's workmen or to other
persons and or vehicular traffic until the work is certified by the engineer to have been completed
and taken over in accordance with the contract.
21.2 The contractor/s will provide upon the works to the satisfaction of the Engineer and at such, places as
he may nominate, proper and sufficient life saving, fire fighting and first aid appliances which shall
at all times be available for use.
21.3 LABOUR CAMPS
Land for setting up a workshop by the contractor or for his labour camp or for any other purpose,
shall have to be arranged by the contractor at his own cost and under his own arrangements. The
contractor, however, will be permitted to make use of the railway land to the extent that can be made
available to him free of cost, by the railway in the vicinity of the site of works. The contractor/s shall
at all times be responsible for any damage or trespass committed by his agent and workmen for
carrying out the work.

 Page 75 of 256
 Signature of Tenderer

21.4 The Railway Administration may recommend to the concerned authorities the issue of necessary
transport permits for the work. The contractor shall, however, furnish full justification for the above
facilities, to enable the Railway Administration to address the State Government or other authorities
in this connection. The contractor shall also maintain regular log book of receipts and issue of the
materials to work, if so required by the Civil Authorities. No claim would, however, be entertained by
the non-issue of any priority permits or owing to any interruption in supply.
21.5 No claim for idle labour and or idle machinery etc. on any account will be entertained. Similarly no
claim shall be entertained for business loss or any such loss.

22.0 Levy of Token Penalty


22.1 Extension of Time with Liquidated Damages (LD) for delay due to Contractor
(Clause17-B of GCC):
(i) With liquidated Damage (LD): 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 17-A, 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) 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.
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 these Conditions, 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, further request(s)
for extension of time under clause 17A can also be considered under exceptional circumstances. Such
extension(s) of time under clause 17A shall be without any Liquidated damages, but the Liquidated
damages already recovered during extension(s) of time granted previously under clause 17B shall not
be waived. However, Price variation during such extension(s) shall be dealt as applicable for
extension(s) of time under clause 17B.

(iii) Bonus for Early Completion of Work (Clause17-C of Bonus for Early Completion of Work
(Clause17-C of GCC): In case of open tenders having advertised value more than Rs.50 crore
and original period of completion 12 months or more, when there is no reduction in original
scope of work by more than 10%, and no extension granted on either railway or Contractor’s
account, Contractor shall be entitled for a bonus of 1% for each 30 days early completion of

 Page 76 of 256
 Signature of Tenderer

work. The period of less than 30 days shall be ignored while working out bonus. The maximum
bonus shall be limited to 5% of original contract value. The completion date shall be reckoned
as the date of issuance of completion certificate by engineer.
23.0 TAXES.

23.1 The contract shall be governed by the Taxes applicable at the place of actual execution of work.

23.2 Taxes on works contract, octroi, royalty, toll tax, local tax on materials as well as services and any
other tax levied by Central Govt /State Govt. or local bodies shall be borne by the tenderer. No part
of such taxes on contractor’s labour/material or any other account will be paid by the Railways.
Therefore, the contractor must ascertain the various taxes levied by the concerned Govt or local bodies
at the place of execution of work and take into account for the same while quoting the rates. This
should be kept in view before tendering.

Note:

(i) Works contracts shall be treated as supply of services as per Schedule –II GST Act.

(ii) GST Act and Rules issued from time to time by the Government/ concerned authorities shall be
applicable.

(iii) The successful Contractor/ suppliers/ service providers/ parties immediately after the award of tender
shall register their firms under GSTIN (GST Identification Number) and submit 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 authority
23.3 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 GCC-2022 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.
23.4 Railways will deduct the taxes specified by the concerned Central Govt/State Govt/Local bodies if
required to be deducted at source under the relevant laws as applicable on the date of making the
payment. Railway will issue a certificate regarding tax so deducted. It will be responsibility of the
contractor to make further correspondence with concerned Govt or local bodies to ensure full
deposition of the tax or for claiming a refund, if due, as is done in case of income tax.
23.5 In case any tax is notified to be deducted at source from a specified date and certain payments have
already been made in the period that lapsed between the date of applicability of tax and the actual date
of implementation of the same, tax required to be deducted at source for this period will be recovered
from the subsequent payment.
23.6 Implementation 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, 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 from
the Registering Officer of the concerned State Govt. (Labour Dept.). The Cess shall be deducted from
contractor’s bills as per provisions of the Act.

 Page 77 of 256
 Signature of Tenderer

23.7 Contractor is to abide by the provisions of various labourlaws in terms of clause 54,55,55-Aand55-
Bof Indian Railways Standard 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 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 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 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 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.”

24.0 All payments in respect of the contract during the currency of the contract shall be made through
National electronic Fund transfer (NEFT) or Real Time Gross Saving (RTGS). The successful
tenderer on award of contract must submit RTGS/NEFT Mandate Form complete in all respects as
detailed at annexure-J of the tender document. However, if the facility of RTGS/NEFT is not
available at a particular location, the payment shall be made by Cheque. In such case the successful
tenderer on award of contract will have to furnish contractor’s Bank Account Number and Name of
the Bank against which all payments in respect of the contract during the currency of contract shall
be made.
25.0 Damage to the Railway Property:

 Page 78 of 256
 Signature of Tenderer

Contractor(s) executing the works adjacent to the existing Railway track for e.g. doubling, gauge
conversion, yard remodeling etc. will take all care for avoiding any damage to the underground/OH
services such as S&T cables, electric cables/wires, pipelines/sewer lines etc. They must ensure that
the work is started after obtaining clearance in writing from the Engineer-in-charge regarding the
route for signaling/Electrical cables/water supply/ sewer lines etc. However, if any damage occurs
during execution, he will immediately report the same to the Engineer-in-charge and stop the work
further till clearance for restarting the work is given by the Engineer-in-charge. It may be further
noted that if it is proved that damage is occurred due to the negligence on the part of the contractor,
the cost of the damage will be recovered from him/them. The decision of Engineer-in-charge will be
final and binding upon the contractor(s)

Penalty to be imposed for damages to cable shall be as under :

Cable damaged Penalty per location (Rs… )


Only Quad cable or signaling cable 1.0 Lakh
Only OFC 1.25 Lakh
Both OFC & Quad 1.5 Lakh

(As per CCE letter No. 247-Sig/OFC Cut/Rail-Tel/Pt.II dated 08-01-2020.)

26.0 Master copy of the tender document will be available in the office of Deputy Chief Engineer Const.-
(A) IV/Lucknow/Chief Project Manager/Lucknow After award of work, an agreement will be drawn
up. The agreement shall be prepared based on the master copy available in the office of Deputy Chief
Engineer Const.-IV/Lucknow/Chief Project Manager/Lucknow and not based on the tender
documents submitted by the tenderer. In case of any discrepancy between the tender documents and
the master copy, later shall prevail and will be binding on the tenderers. No claim on this account will
be entertained.

26.0 (B) 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.

27.0 Offloading of Part(s) of Work: At the final stage of completion/ commissioning of work, in case the
contractor fails to complete the final part(s) of the work and the value of such part(s) of the work is
limited to 5% of the original contract value, the Engineer may allow/decide for offloading of such
part(s) of works, either after the Contractor’s request in writing to do so or after serving a 14 (Fourteen)
days suo-moto notice (as per annexure- U), if the Engineer is of the opinion that :-
(i) Such Offloading of works (up to 5% of original contract value) would enable successful
completion of contract/work,

 Page 79 of 256
 Signature of Tenderer

(ii) Termination/ Part termination of the contract at this stage is not be in the interest of the
Railway/work;, and
(iii) The anticipated additional cost for execution of such works through other mode would not be
substantial and can be recovered from the pending dues of the contractor;
The Contractor shall be informed, in due course, by the Engineer of the mode and cost of
execution of such offloaded work through other agency (ies) (as per annexure- U-1). The extra
expenditure so incurred in execution of the offloaded work, shall be recovered from subsequent Bill(s)
or any other dues of the Contractor, but not exceeding the value of Performance Guarantee available
in the contract. There shall be no other repercussion of such offloading on execution of the balance
contract. The Contractor shall have no claim on account of above mentioned offloading of works.
28.0 Maintenance Period:

The contractor will have to maintain the work for a period of 06 (Six) months from the date of
completion of work as certified by Engineer-in-charge of the work.
29.0 Price Variation Clause: -

29.1 Applicability: Price Variation Clause (PVC) shall be applicable only in tender having advertised value
above Rs. 2 Crores. Provided further that, in a contract where PVC is applicable, following shall be
outside the purview of price adjustments (i.e. shall be excluded from the gross value of the work for
the purpose of price variation) :
a) Materials supplied by Railway to the Contractors, either free or at fixed rate;
b) Any extra item(s) included in subsequent variation falling outside the purview of the Bill(s) of
Quantities of tender, under clause 39. (1)(b) of these Standard General Conditions, unless
applicability of PVC and ‘Base Month’ has been specially agreed, while fixing the rates of
such extra item(s).

29.2 Base Month: The Base Month for ‘Price Variation Clause’ shall be taken as the one month prior to
closing of tender, unless otherwise stated elsewhere. The quarter for applicability of PVC shall
commence from the month following the Base month. The Price Variation shall be based on the
average Price Index of the quarter under consideration.
29.3 Validity:
Rates accepted by Railway Administration shall hold good till completion of work and no additional
individual claim shall be admissible except:
(a) Payment/recovery for increase/decrease in GST on works contract or imposition/removal of
any tax/cess on Works Contract as per Clause 37,
(b) Payment/recovery for overall market situation as per Price Variation Clause given hereunder.
29.4 Components of various items in a contract on which variation in prices be admissible, shall be steel,
cement, ferrous material, non-ferrous material, insulators, zinc and other materials, labour, plant &
machinery, fuel, explosives, detonators etc. Adjustment for variation in prices of these items shall be
determined in the manner prescribed.

29.5 No price variation shall be admissible for fixed components.


29.6 The percentages of various components in various type of works shall be as specified for all item (s)/
Bill(s) of Quantities in tender document and the same shall be fixed as per table & classifications
given below:

 Page 80 of 256
 Signature of Tenderer

(I). For Civil Engineering Works

Classification

3D, 4D, 5D, 6D,


1B, 3B, 4B, 5B,

1C, 3C, 4C, 5C,

3E, 4E, 5E, 6E,


6C, 8C & 9C
6B 8B & 9B
1A, 2 & 3A

8D & 9D

8E & 9E
S

4A

5A

6A

8A

9A
7
N

Components
1 Fixed * 15 15 15 15 15 15 15 15 15 15 15
2 Labour Lc 20 25 30 20 50 20 20 0 0 10 25
3 Steel Sc 0 0 0 0 0 0 0 85 0 50 0
4 Cement Cc 0 0 15 0 0 0 0 0 85 0 0
5 Plant
Machinery PMc 30 15 5 20 15 20 30 0 0 10 30
& Spares
6 Fuel &
Fc 25 15 5 15 15 20 15 0 0 10 20
Lubricants
7 Other
Mc 10 15 30 30 5 25 20 0 0 5 10
materials
8 Detonators
Ec 0 15 0 0 0 0 0 0 0 0 0
& Explosive
Total 100 100 100 100 100 100 100 100 100 100 100
* It shall not be considered for any price variation.

The classification mentioned in the table above represents following type of item(s) in the work(s) –
1 Earthwork in Formation
1A All Item(s) excluding 1B or/and 1C
1B Item(s) for supply of Steel
1C Item(s) for supply of Cement
2 Ballast Supply Works
3 Tunnelling Works (Without Explosives)
3A All Item(s) excluding 3B or/and 3C or/and 3D or/and 3E
3B Item(s) for supply of Steel
3C Item(s) for supply of Cement or/and Grout
3D Item(s) for Fabrication & Erection of Structures including supply of Steel
3E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.
4 Tunnelling Works (With explosives)
4A All Item(s) excluding 4B or/and 4C or/and 4D or/and 4E
4B Item(s) for supply of Steel
4C Item(s) for supply of Cement or/and Grout
4D Item(s) for Fabrication & Erection of Structures including supply of Steel
4E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.

 Page 81 of 256
 Signature of Tenderer

5 Building Works
5A All Item(s) excluding 5B or/and 5C or/and 5D or/and 5E
5B Item(s) for supply of Steel
5C Item(s) for supply of Cement
5D Item(s) for Fabrication & Erection of Structures including supply of Steel
5E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.
6 Bridges & Protection work
6A All Item(s) excluding 6B or/and 6C or/and 6D or/and 6E
6B Item(s) for supply of Steel
6C Item(s) for supply of Cement
6D Item(s) for Fabrication, Assembly, Erection& Launching of Girders including supply of
Steel
6E Item(s) for Fabrication, Assembly, Erection &Launching of Girders excluding supply of
Steel
7 Permanent Way linking

8 Platform, Passenger Amenities


8A All Item(s) excluding 8B or/and 8C or/and 8D or/and 8E
8B Item(s) for supply of Steel item/fittings
8C Item(s) for supply of Cement Item
8D Item(s) for Fabrication & Erection of Structures including supply of Steel
8E Item(s) for Fabrication & Erection of Structures excluding supply of Steel

9 Any Other Works not covered in Classification 1 to 8


9A All Item(s) excluding 9B or/and 9C or/and 9D or/and 9E
9B Item(s) for supply of Steel
9C Item(s) for supply of Cement or/and Grout
9D Item(s) for Fabrication & Erection of Structures including supply of Steel
9E Item(s) for Fabrication & Erection of Structures excluding supply of Steel

NOTE: Any Other Works not covered in Classification 1 to 8


-09 will be applicable for the contract.
29.7 Formulae: The Amount of variation in prices in various components (labour, material etc.)
shall be worked out by the following formulae:
(i) L = (W or WSF or WF or WSFL or WFL) x (LQ – LB) x LC
LB x 100
(ii) M = (W or WSF or WF or WSFL or WFL) x (MQ – MB) x MC
MB x100
(iii) F = (W or WSF or WF or WSFL or WFL) x (FQ – FB) x FC
FB x 100
(iv) E = (W x (EQ – EB) x EC
EB x100

 Page 82 of 256
 Signature of Tenderer

(v) PM = (W or WSF or WF or WSFL or WFL) x(PMQ-PMB) x PMC
PM B x 100

(vi) S = (W or WS or WSF) x (SQ-SB) x SC


SB x 100
(vii) C = (W or WC ) x (CQ – CB) x CC
CB x 100
(II) For Railway Electrification Works:
(viii) T = [0.4136x(CQ– CB) / CB] x 85
(ix) R = [0.94x(RT - RO) / RO + 0.06x(ZT - ZO) / ZO] x 85
(x) N = [(PT - PO) / PO] x 85
(xi) I = [(IT – IO) / IO] x 85
(xii) G = [(MQ - MB) / MB] x 85
(xiii) Er = [(LQ - LB) / LB] x 85

Where,
L Amount of price variation in Labour
M Amount of price variation in Materials
F Amount of price variation in Fuel
E Amount of price variation in Explosives
PM Amount of price variation in Plant, Machinery and Spares
S Amount of price variation in Steel Supply Item
C Amount of price variation in Cement Supply Item
T Percentage variation payable on the gross value of bill of Concreting (Bill(s) of
Quantities for concrete items)
R Percentage variation payable on the gross value of bill of Ferrous Items (Bill(s) of
Quantities for ferrous items)
N Percentage variation payable on the gross value of bill of Non-Ferrous Items
(Bill(s) of Quantities for non-ferrous items)
I Percentage variation payable on the gross value of bill of Insulator (Bill(s) of
Quantities for Insulator items)
G Percentage variation payable on the gross value of bill of General Works (Bill(s) of
Quantities for General items)
Er Percentage variation payable on the gross value of erection (Bill(s) of Quantities for
Erection Item)
LC % of Labour Component in the item(s)
MC % of Material Component in the item(s)
FC % of Fuel Component in the item(s)

 Page 83 of 256
 Signature of Tenderer

EC % of Explosive Component in the item(s)
PMC % of Plant, Machinery and Spares Component in the item(s)
SC % of Steel Supply item Component in the item(s)
CC % of Cement Supply item Component in the item(s)
W Gross value of work done by Contractor as per on-account bill(s) excluding the
Gross value of work under WS or/and WC or/and WSF or/and WF or/and WSFL or/and
WFL and cost of materials supplied by Railway either free or at fixed rate,

WS Gross value of work done by Contractor for item(s) of supply of steel.


WC Gross value of work done by Contractor for item(s) of supply of cement and /or
supply of grout material.
WSF Gross value of work done by Contractor for item(s) of Fabrication & Erection of
Structures including supply of Steel.
WF Gross value of work done by Contractor for Fabrication & Erection of Structures
excluding supply of Steel.
WSFL Gross value of work done by Contractor for item(s) of Fabrication, Assembly,
Erection / Launching of Girders including supply of Steel.
WFL Gross value of work done by Contractor for item(s) of Fabrication, Assembly,
Erection / Launching of Girders excluding supply of Steel.
LB Consumer Price Index for Industrial Workers - All India: Published in R.B.I.
Bulletin for the base period
LQ Consumer Price Index for Industrial Workers - All India: Published in R.B.I.
Bulletin for the average price index of the 3 months of the quarter under
consideration
MB Wholesale Price Index: All commodities – as published in the R.B.I. Bulletin for
the base period
MQ Wholesale Price Index: All commodities – as published in the R.B.I. Bulletin for
the average price index of the 3 months of the quarter under consideration
FB The average of official prices of Diesel available on the official website of
‘Petroleum Planning and Analysis cell’ under Ministry of Petroleum and Natural
Gas for Delhi, Kolkata, Mumbai &Chennai, for the base period
FQ The average of official prices of Diesel available on the official website of
‘Petroleum Planning and Analysis cell’ under Ministry of Petroleum and Natural
Gas for Delhi, Kolkata, Mumbai &Chennai, for the 3 months of the quarter under
consideration
EB Index number of Monthly Whole Sale Price Index for the category ‘Explosive’ of
(g). Manufacture of other chemical products under (J) MANUFACTURE OF
CHEMICALS AND CHEMICAL PRODUCTS, published by Office of Economic
Adviser, Govt. of India, Ministry of Commerce & Industry, Department of
Industrial Policy & Promotion (DIPP), for the base period.

 Page 84 of 256
 Signature of Tenderer

EQ Index number of Monthly Whole Sale Price Index for the category ‘Explosive’ of
(g). Manufacture of other chemical products under (J) MANUFACTURE OF
CHEMICALS AND CHEMICAL PRODUCTS, published by Office of Economic
Adviser, Govt. of India, Govt. of India, Ministry of Commerce & Industry,
Department of Industrial Policy & Promotion (DIPP), for the average price index
of 3 months of the quarter under consideration.
PMB Index Number of Wholesale Prices in India by Groups and Sub Groups (Averages)
for ‘Manufacture of machinery for mining, quarrying and construction’– published
in RBI (Reserve Bank of India) Bulletin, for the base period.
PMQ Index Number of Wholesale Prices in India by Groups and Sub Groups (Averages) for
‘Manufacture of machinery for mining, quarrying and construction’– published in RBI (Reserve Bank
of India) Bulletin, for the average price index of 3 months of
the quarter under consideration.
SB The average rate provided by the Joint Plant Committee for the relevant category
of steel item as mentioned in Clause 46A.9; for the base period.
SQ The average rate provided by the Joint Plant Committee for the relevant category
of steel item as mentioned in Clause 46A.9; for the 3 months of the quarter under
consideration.
CB Index No. of Wholesale Price Index of sub-group Cement, Lime & Plaster as
published in RBI Bulletin for the base period
CQ No. of Wholesale Price Index of sub-group Cement, Lime & Plaster as published
in RBI Bulletin for the average price index of the 3 months of the quarter under
consideration
RT IEEMA price index for Steel Blooms (size 150mmx150mm) for the month which
is two months prior to date of inspection of material.
RO IEEMA price index for Steel Blooms (size 150mmx150mm)for the month which
is one month prior to date of opening of tender.
PT IEEMA price index for Copper wire rods for the month which is two months prior
to date of inspection of material.
PO IEEMA price index for Copper wire rods for the month which is one month prior
to date of opening of tender.
ZT IEEMA price index for Zinc for the month which is two months prior to date of
inspection of material
ZO IEEMA price index for Zinc for the month which is one month prior to date of
opening of tender
IT RBI wholesale price index for the sub-group “Insulators” for the month which is
two months prior to date of inspection of material
IO RBI wholesale price index for the sub-group “Insulators” for the month which is
one month prior to date of opening of tender

(III) SIGNALING & TELECOMMUNICATION WORKS:

 Page 85 of 256
 Signature of Tenderer

(a) The following expressions and meanings are assigned to the value of the work done for
signalling and telecommunication works:

SIGWK = Value of signalling works for a stage payment of the item signalling works;
INVSIG = Value of inventory for signalling works for a stage payment of the item inventory
for signalling works;
INTGTESTSIG = Value of integrated testing and commission for signalling works of the
Railway Project;
COMWK= Value of telecommunication works for a stage payment of the item
telecommunication works;
INVCOM = Value of inventory for telecommunication works for a stage payment of the item
inventory for telecommunication works; and
INTGTESTCOM = Value of integrated testing and commission for telecommunication
works of the Railway Project.
(b) Price adjustment for changes in cost of signalling works and telecommunication works shall
be paid in accordance with the following formula:
(i) VSIGWK = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo + POFC x (OFCi
– OFCo)/OFCo + PLB x (LBi – LBo)/LBo + POTH x (OTHi - OTHo)/OTHo + S30C
x (P30Ci – P30Co)/ P30Co + S24C x (P24Ci – P24Co)/ P24Co + S19C x (P19Ci –
P19Co)/ P19Co + S12C x (P12Ci – P12Co)/ P120Co + S9C x (P9Ci – P9Co)/ P9Co +
S6C x (P6Ci – P6Co)/ P6Co + S4C x (P4Ci – P4Co)/ P4Co + S2C x (P2Ci – P2Co)/ P2Co
+ S12C2.5 x (P12C2.5i – P12C2.5o)/ P12C2.5o + S2C2.5 x (P2C2.5i – P2C2.5o)/
P2C2.5o + S2C25 x (P2C25i – P2C25o)/ P2C25o + QC x (PQCi – PQCo)/ PQCo;
(ii) VINVSIG = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo + POTH x (OTHi
- OTHo)/OTHo];
(iii) VINTGTESTSIG = 0.85 INTGTESTSIG x [PLB x (LBi – LBo)/LBo + POTH x
(OTHi- OTHo)/OTHo];
(iv) VCOMWK = 0.85 COMWK x [PELEX x (ELEXi – ELEXo)/ ELEXo + POFC x
(OFCi – OFCo)/OFCo + PLB x (LBi – LBo)/LBo + POTH x (OTHi - OTHo)/OTHo
+ S30C x (P30Ci – P30Co)/ P30Co + S24C x (P24Ci – P24Co)/ P24Co + S19C x (P19Ci
– P19Co)/ P19Co + S12C x (P12Ci – P12Co)/ P120Co + S9C x (P9Ci – P9Co)/ P9Co +
S6C x (P6Ci – P6Co)/ P6Co + S4C x (P4Ci – P4Co)/ P4Co + S2C x (P2Ci – P2Co)/
P2Co+ S12C2.5 x (P12C2.5i – P12C2.5o)/ P12C2.5o + S2C2.5 x (P2C2.5i – P2C2.5o)/
P2C2.5o + S2C25 x (P2C25i – P2C25o)/ P2C25o + QC x (PQCi – PQCo)/ PQCo+
PCEQP x (CEQPi – CEQPo)/CEQPo];
(v) VINVCOM = 0.85 SIGWK x [PELEX x (ELEXi – ELEXo)/ ELEXo + PCEQP x
(CEQPi – CEQPo)/CEQPo + POTH x (OTHi - OTHo)/OTHo]; and
(vi) VINTGTESTCOM = 0.85 INTGTESTCOM x [PLB x (LBi – LBo)/LBo + POTH x
(OTHi - OTHo)/OTHo].
Where

 Page 86 of 256
 Signature of Tenderer

VSIGWK = Increase or decrease in the cost of signalling works during the period under
consideration due to changes in the rates for relevant components as specified in sub-paragraph
(h);
VINVSIG = Increase or decrease in the cost of inventory for signalling during the period under
consideration due to changes in the rates for relevant components as specified in sub-paragraph
(h);
VINTGTESTSIG = Increase or decrease in the cost of integrated testing and commissioning
of signalling works of the Railway Project during the period under consideration due to
changes in the rates for relevant components as specified in sub-paragraph (h);
VCOMWK = Increase or decrease in the cost of communication works during the period under
consideration due to changes in the rates for relevant components as specified in sub-paragraph
(h);
VINVCOM = Increase or decrease in the cost of inventory for telecommunications works
during the period under consideration due to changes in the rates for relevant components as
specified in sub-paragraph (h);
VINTGTESTCOM = Increase or decrease in the cost of integrated testing and commissioning
of telecommunication works of the Railway Project during the period under consideration due
to changes in the rates for relevant components as specified in sub-paragraph (h);
PCEQP, PELEX, PIC, PLB, POFC, and POTH are the percentages of communication
equipment, electronics, PVC insulated cables, labour, optical fibre cables, and other materials
respectively;
CEQPo = The wholesale price index as published by the Ministry of Commerce and Industry,
Government of India (hereinafter called “WPI”) for communication equipment for the month
of the Base Month;
CEQPi = The WPI for communication equipment for the average price index of the 3 months
of the quarter under consideration;
ELEXo = The WPI for electronics for the month of the Base Month;
ELEXi = The WPI for electronics for the average price index of the 3 months of the quarter
under consideration;
P30Ci = Price payable per Km as adjusted in accordance with price variation Clause for size
30C x 1.5 sq mm signalling cable
P30Co = Price per Km of cable as per purchase order/ Contract agreement.
S30C = Percentage of size 30C x 1.5 sq mm signalling cable shall govern the price adjustment
of the contract price for signalling and telecommunication works.
P24Ci = Price payable per Km as adjusted in accordance with price variation Clause for size
24C x 1.5 sq mm signalling cable
P24Co = Price per Km of cable as per purchase order/ Contract agreement.

 Page 87 of 256
 Signature of Tenderer

S24C = Percentage of size 24C x 1.5 sq mm signalling cable shall govern the price adjustment
of the contract price for signalling and telecommunication works.
P19Ci = Price payable per Km as adjusted in accordance with price variation Clause for size
19C x 1.5 sq mm signalling cable
P19Co = Price per Km of cable as per purchase order/ Contract agreement.
S19C = Percentage of size 19C x 1.5 sq mm signalling cable shall govern the price adjustment
of the contract price for signalling and telecommunication works.
P12Ci = Price payable per Km as adjusted in accordance with price variation Clause for size
12C x 1.5 sq mm signalling cable
P12Co = Price per Km of cable as per purchase order/ Contract agreement.
S12C = Percentage of size 12C x 1.5 sq mm signalling cable shall govern the price adjustment
of the contract price for signalling and telecommunication works.
P9Ci = Price payable per Km as adjusted in accordance with price variation Clause for size 9C
x 1.5 sq mm signalling cable

P9Co = Price per Km of cable as per purchase order/ Contract agreement.


S9C = Percentage of size 9C x 1.5 sq mm signalling cable shall govern the price adjustment of
the contract price for signalling and telecommunication works.
P6Ci = Price payable per Km as adjusted in accordance with price variation Clause for size 6C
x 1.5 sq mm signalling cable
P6Co = Price per Km of cable as per purchase order/ Contract agreement.
S6C = Percentage of size 6C x 1.5 sq mm signalling cable shall govern the price adjustment of
the contract price for signalling and telecommunication works.
P4Ci = Price payable per Km as adjusted in accordance with price variation Clause for size 4C
x 1.5 sq mm signalling cable
P4Co = Price per Km of cable as per purchase order/ Contract agreement.
S4C = Percentage of size 4C x 1.5 sq mm signalling cable shall govern the price adjustment of
the contract price for signalling and telecommunication works.
P2Ci = Price payable per Km as adjusted in accordance with price variation Clause for size 2C
x 1.5 sq mm signalling cable
P2Co = Price per Km of cable as per purchase order/ Contract agreement.
S2C = Percentage of size 2C x 1.5 sq mm signalling cable shall govern the price adjustment of
the contract price for signalling and telecommunication works.
P12C2.5i = Price payable per Km as adjusted in accordance with price variation Clause for size
12C x 2.5 sq mm signalling cable
P12C2.5o = Price per Km of cable as per purchase order/ Contract agreement.

 Page 88 of 256
 Signature of Tenderer

S12C2.5 = Percentage of size 12C x 2.5 sq mm signalling cable shall govern the price
adjustment of the contract price for signalling and telecommunication works.
P2C2.5i = Price payable per Km as adjusted in accordance with price variation Clause for size
2C x 2.5 sq mm signalling cable
P2C2.5o = Price per Km of cable as per purchase order/ Contract agreement.
S2C2.5 = Percentage of size 2C x 2.5 sq mm signalling cable shall govern the price adjustment
of the contract price for signalling and telecommunication works.
P2C25i = Price payable per Km as adjusted in accordance with price variation Clause for size
2C x 25 sq mm signalling cable
P2C25o = Price per Km of cable as per purchase order/ Contract agreement.
S2C25 = Percentage of size 2C x 25 sq mm signalling cable shall govern the price adjustment
of the contract price for signalling and telecommunication works.
PQCi = Price payable per Km as adjusted in accordance with price variation Clause for size
0.9mm dia, 6 Quad cable.
PQCo= Price per Km of cable as per purchase order/ Contract agreement.
QC = Percentage of size 0.9mm dia, 6 Quad cable shall govern the price.

LBo = The consumer price index for industrial workers – All India, published by Labour
Bureau, Ministry of Labour, Government of India, (hereinafter called “CPI”) for the month of
the Base Month;
LBi = The CPI for industrial workers – All India for the average price index of the 3 months
of the quarter under consideration;
OFCo = The WPI for fibre cables for the month of the Base Month;
OFCi = The WPI for fibre cables for the average price index of the 3 months of the quarter
under consideration;
OTHo = The WPI for all commodities for the month of the Base Month; and
OTHi = The WPI for all commodities for the average price index of the 3 months of the quarter
under consideration.
(c) The following percentages shall govern the price adjustment of the Contract Price for
signalling and telecommunication works:
Works Signalling Telecommunication

 Page 89 of 256
 Signature of Tenderer

Integrated testing and

Integrated testing and


Signalling inventory

Telecomm inventory
Telecommunication
Signalling Works

Commissioning

Commissioning
Works
Component

Electronics (PELEX) ***% ***% _ ***% ***% _

Communication Equipment (PCEQP) _ _ _ ***% ***% _

Optical Fibre Cable (POFC) ***% _ _ ***% _ _

30C x 1.5 sq mm signalling cable(S30C) ***% _ _ ***% _ _

24C x 1.5 sq mm signalling cable (S24C) ***% _ _ ***% _ _

19Cx 1.5 sq mm signalling cable (S19C) ***% _ _ ***% _ _

12C x 1.5 sq mm signalling cable (S12C) ***% _ _ ***% _ _

9C x 1.5 sq mm signalling cable (S9C) ***% _ _ ***% _ _

6C x 1.5 sq mm signalling cable (S6C) ***% _ _ ***% _ _

4C x 1.5 sq mm signalling cable (S4C) ***% _ _ ***% _ _

2C x 1.5 sq mm signalling cable (S2C) ***% _ _ ***% _ _

12C x 2.5 sq mm signalling cable (S12C2.5) ***% _ _ ***% _ _

2C x 2.5 sq mm signalling cable (S2C2.5) ***% _ _ ***% _ _

2C x 25 sq mm signalling cable (S2C25) ***% _ _ ***% _ _

0.9 mm dia, 6Quad cable (QC) ***% _ _ ***% _ _

Labour (PLB) ***% _ ***% ***% ***% ***%

Other materials ***% ***% ***% ***% ***% ***%

 Page 90 of 256
 Signature of Tenderer

Total 100% 100% 100% 100% 100% 100%

(Note- the percentages may be finalized by tendering authority depending on BOQ)


FORMULAE FOR SIGNALING & TELECOM CABLE
The price payable for signalling cables is variable as per Price Variation Formula given
below:
For Signalling Copper Cables:
Pi= Po+CuF (Cu-Cuo) + CCFcu(CC-CCo) + FeF (Fe-Feo)
For Telecom Copper Cables For Jelly Filled, 0.9 mm dia, 6 quad cable
Pi= Po+CuF (Cu-Cuo) + AlFcu(Al-Alo) + CCFcu (CC-Cco) + FeF (Fe-Feo)

For Aluminium Power Cables:


Pi= Po+AlF (Al-Alo) + CCFAl(CC-CCo) + FeF (Fe-Feo)
Where,
Pi= Price payable per KM as adjusted in accordance with Price variation clause.
Po= Price per KM of cable as per Purchase order.
CuF= Variation factor for Copper
Cuo= Price of copper Rod in Rs. Per MT
CCFCu= Variation factor for PVC Compound for Copper Signalling& Telecom cable
CCo= Price of PVC Compound in Rs. Per MT
AlF= Variation factor for Aluminium
Alo= Price of EC grade LME Aluminium rods (Properzi rods) in Rs. Per MT.
CCFAl = Variation factor for PVC Compound for Aluminium power cable
FeF= Variation factor for Steel
Feo= Price of Steel for Armour (Flat strip 4 mm. x 0.8mm/ Round 1.4mm dia) in Rs. Per
MT
(Prices per MT for Cuo, CCo, Feo, Alo as applicable on the 1st working day of the
month, one month prior to the deadline for submission of bids. The above prices and
indices are as published by IEEMA vide circular reference no. IEEMA (PVC)
/CABLE --/--/-- one month prior to the deadline for submission of bids.)
Cu= Price of Copper Rod in Rs. Per MT.
CC= Price of PVC Compound in Rs. Per MT.
Fe= Price of Steel for Armouring (Flat strip 4mm x 0.8 mm/ Round 1.4mm dia) in Rs. Per
MT.
Al = Price of EC grade LME Aluminium rods (Properzi rods) in Rs. Per MT.

 Page 91 of 256
 Signature of Tenderer

(Prices per MT for Cu, CC, Fe, Al as prevailing on 1stworking day of the calendar
month covering the date One month prior to the date of inspection call letter will be
applicable for the calculation of updated price. The above prices and indices are as
published by IEEMA vide circular reference no. IEEMA (PVC) /CABLE --/--/-- one
month prior to the date of inspection.)
The value of variation factors for copper, steel and PVC Compound are different for
different sizes of signalling cables. Accordingly, the PVC formula for some of the types
of signalling cable is as given under:-
Underground Railway Signalling Cable unscreened and armoured copper conductor
(i) Size 30 C x 1.5 sq.mm.
P30Ci=P30Co+0.391(Cu-Cuo) +0.557(CC-CCo) +0.425(Fe-Feo)
For armouring, price of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(ii) Size 24C x 1.5 sq.mm
P24Ci= P24Co+0.313(Cu-Cuo) + 0.481 (CC-CCo) +0.398(Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(iii) Size 19C x 1.5 sq.mm
P19Ci= P19Co+0.248(Cu-Cuo) + 0.395(CC-CCo) +0.343(Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(iv) Size 12C x 1.5 sq.mm
P12Ci=P12Co+0.157(Cu-Cuo) + 0.277(CC-CCu) +0.289(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into consideration.
(v) Size 9C x 1.5 sq.mm
P9Ci= P9Co+0.117(Cu-Cuo) +0.241(CC-CCu) +0.383(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into consideration.
(vi) Size 6Cx 1.5 sq.mm

P6Ci= P6Co+0.078(Cu-Cuo) +0.199(CC-CCu) +0.329(Fe-Feo)


For armouring, value of steel wire size 1.4mm dia is to be taken into consideration.
(vii) Size 4Cx1.5 sq.mm
P4Ci=P4Co+0.052(Cu-Cuo) +0.152(CC-CCo) +0.277(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into consideration.

 Page 92 of 256
 Signature of Tenderer

(viii) Size 2C x 4 sq.mm(multistrand)
P2Ci= P2Co+0.073(Cu-Cuo) +0.156(CC-CCo) +0.3(Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into consideration.
(ix) Size 12C x 2.5 sq.mm
P12C2.5i= P12C2.5o+0.282 (Cu-Cuo) +0.371 (CC-CCo) +0.342 (Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(x) Size 2C x 2.5 sq.mm
P2C2.5i= P2C2.5o+0.047 (Cu-Cuo) +0.139 (CC-CCo) +0.277 (Fe-Feo)
For armouring, value of steel wire size 1.4mm dia is to be taken into consideration.
(xi) Size 2C x 25 sq.mm PVC insulated, armoured, Aluminium power cable
P2C25i= P2C25o+0.146 (Al-Alo) +0.303 (CC-CCo) +0.306 (Fe-Feo)
For armouring, value of steel flat strip of size 4mmx0.8mm is to be taken into
consideration.
(xii) For Jelly filled, 0.9mm dia, 6 quad cable
PQCi = PQCo + 0.135 (Al-Alo) + 0.139 (Cu-Cuo) + 0.515 (CC-Cco) + 0.693 (Fe-Feo).
For PVC Compound Grade CW-22, is to be taken into consideration.
29.8 The demands for escalation of cost shall be allowed on the basis of provisional indices as mentioned
above in Clause 46A.7. Any adjustment needed to be done based on the finally published indices
shall be made as and when they become available.
29.9(1) Relevant categories of steel for the purpose of operating Price Variation formula as mentioned in this
Clause shall be as under:
SL Classification Rates to be used for calculating SQ or SB
1. Reinforcement bars and other Average of per tonne rates of 10mm dia TMT &
rounds 25mm dia TMT; confirming IS1786; Fe 500

2. All types and sizes of angles, Average of per tonne rates of ‘Angle 75x75x6mm,
channels and joists Mild Steel Plate 10mm thickness and Channel
150x75mm; confirming IS2062, E250 Gr “A”
3. All types and sizes of plates Average of per tonne rates of ‘MS Plates 10mm
thickness and 25mm thickness; confirming IS2062,
E250 Gr “A”
4. Any other section of steel not Average of price for the 3 categories covered under
covered in the above categories SL 1, 2 & 3 in this table.
29.9(2) Relevant city for referring “JPC (Joint Plant Committee)”rates of steel items (SQ /SB) in different
Zonal Railways shall be as under :
SL City Railway
1. Delhi Northern , North Central, North Eastern, North Western
2. Kolkata Eastern, East Central, East Coast, Northeast Frontier, South Eastern,
Southeast Central
3. Mumbai Central, Western, West Central

 Page 93 of 256
 Signature of Tenderer

4. Chennai Southern, South Central & South Western
29.10 Price Variation during Extended Period of Contract
The price adjustment as worked out above, i.e. either increase or decrease shall be applicable upto the
stipulated date of completion of work including the extended period of completion where such
extension has been granted under Clause 17A of the Standard General Conditions of Contract.
However, where extension of time has been granted due to Contractor’s failure under Clause 17B of
the Standard General Conditions of Contract, price adjustment shall be done as follows:
a. In case the indices increase above the indices applicable to the last month of original
completion period or the extended period under Clause 17A, the price adjustment for the period
of extension granted under Clause 17B shall be limited to the amount payable as per the Indices
applicable to the last month of the original completion period or the extended period under
Clause 17A of the Standard General Conditions of Contract; as the case may be.
b. In case the indices fall below the indices applicable to the last month of original/ extended
period of completion under Clause 17A, as the case may be; then the lower indices shall
be adopted for the price adjustment for the period of extension under Clause 17B of the
Standard General Conditions of Contract.
30.0 Mobilization Advance:
[Applicable for advertised tender value exceeding Rs. 50 crores]

30.1 The tender / contractor may be granted a recoverable interest bearing mobilisation advance up to 10%
of the contract value. The rate of interest will be applicable as circulated by Railway Board & shall
be effective on the date of approval of payment of Mobilisation Advance by the Competent Authority.

30.2(a)
Mobilization 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 (covering principal plus interest).

30.2(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

 Page 94 of 256
 Signature of Tenderer

shall not be removed from the site of work without prior written permission of the Engineer. No
advance should be given 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
installments 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.
31.0 System of Measurement of work by Contractors in works Contract
(Applicable for works tender having value Rs.5 crore or more)
31.01 Measurement of work by contractors shall be allowed only in works tender having value Rs.5 crore or
more.
31.02 Measurement recorded by the contractor shall be test checked by Railway within 45 days of submission
of measurements.
31.03 While processing 75% provisional payment bill, concerned Dy.CE/C’s shall ensure that supply items
given by contractor are commensurate with requirement for execution of works.

31.04 For such contracts, contractor shall be responsible for carrying out measurements of work executed
and recording of measurements for the release of on account/final payment. In such cases, the detailed
procedure for recording of measurements, provisional payment, test check and final payment shall be
as follows:
Contractor’s Measurement Book:
31.1 Railway shall arrange contractor’s measurement book (CMB), each having sheet No.1A to 4A (Form
E 1313), followed by 100 machine number pages (Form E 1313, sheet No.5A). On the top of each

 Page 95 of 256
 Signature of Tenderer

sheet of CMB, there shall be provision for recording the name of the work, agreement number, name
of contractor and CMB number.

31.2 CMBs shall be printed in such a way so as to keep a clear margin of 50mm on the left side of page.
Further, the left side shall have pinhole tear line at a distance of 15mm from edge for ease of taking
out sheets from these books. The binding shall be within 15mm of the margin available between edge
and pinhole tear line. This shall ensure availability of minimum 35mm clear margin to re-bind
measurement books later on.
Movement and upkeep of Contractor’s Measurement Book:

31.3 Dy. Chief Engineer in Charge of contract (Dy CE/C) shall hand over required No. of CMBs to
Assistant/Executive Engineer-in-charge of contract (AEN/XEN) after taking receipt of the same on
sheet No.2A (Form E.1313) for further issuance to contractor time to time as per progress of work.

31.4 CMB shall be registered with unique No. in the Register of Measurement Books (Form E.1314)
maintained in the office of Dy CE/C. Separate accountal of CMBs for each agreement shall be
maintained in the office of Dy CE/C and AEN/XEN.

31.5 In case of change of ‘contractor’s authorized engineer’, fresh approval shall be taken from Dy CE/C
before recording of measurement.

31.6 While issuing the CMB to contractor, AEN/XEN shall take out sheet No.2A to 4A from the CMB, take
receipt of CMB from contractor on sheet No.3A (Form E 1313), and keep the same in safe custody.
31.7 Similar system as for CMB, shall be followed for issuing Field Book/Level Book (E.1317/A) to
contractor for recording of levels in the field book/level book.
Measurement:

31.8 The contractor’s authorized engineer shall record the measurements in CMB neatly in his own
handwriting, without any use of eraser/overwriting, without use of any typing fluid or any such thing.
All cuttings shall be initialed. No page shall be damaged/destroyed. No page shall be kept blank in
between the measurement.
31.9 The Contractor shall communicate the date of measurement to AEN/XEN in sufficient advance to
witness any measurement. Witnessing of measurement by Railways is not compulsory except for
initial levels in case of earthwork and hidden measurements. Initial levels of earthwork and hidden
measurements are to be recorded in the presence of railway officials and test checked as prescribed.
31.10 In on account contract certificate, measurement shall be recorded for the items and quantities to be paid
in the concerned on account contract certificate.
31.11 However, in every 4th on account contract certificate and final contract certificate, the recording of
measurement for works executed shall include all the items and their quantity included in previous on
account contract certificates, irrespective of whether to be paid or not in the current On Account
Contract Certificate/Final Contract Certificate.
31.12 No payment shall be processed on Lump sum measurement taken by contractor’s authorized engineer
except for earthwork. For earthwork, every 4th bill shall be based on actual levels taken and detailed
calculations carried out for the work done.
31.13 The contractor shall take out carefully from CMB the used pages of CMB with one extra blank page
for processing the bill; staple them for submission to AEN/XEN along with bill, duly signing the
measurements. The contractor shall keep a photocopy of the measurements with him for future
reference.
31.14 At the time of submission of final bill, the contractor shall submit all the remaining CMBs (unused as
well as partially used) with him along with bill to AEN/XEN.

 Page 96 of 256
 Signature of Tenderer

31.15 The contractor shall submit required copies of invoice and on account contract certificate/final contract
certificate (similar to form E.1337 and Form E.1338) to the AEN/XEN duly marking them – original
or duplicate copy. Original shall be used for release of payment whereas duplicate copies shall be used
for record purpose in different offices.
31.16 In case contractor requires provisional payment of on-account bill, the contractor shall submit his
invoice and provisional on account contract certificate for 75% of amount of work done (before
deduction of taxes). The contractor shall write ‘For Provisional Payment’ on top of such on-account
contract certificate.
31.17 AEN/XEN while issuing receipt of stapled sheets of CMB to contractor shall clearly record the same
in sheet 4 (E.1314) of concerned CMB, kept in the office of AEN/XEN.

Release of Provisional Payment


31.18 Senior Section Engineer/’Junior Engineer with 5 year experience’ (SSE/JE) and AEN/XEN shall sign
and record a certificate on the original provisional ‘on account contract certificate’ as under:

“Certified that the payment being made is less than the amount due for the quantities of works executed
by the contractor”.

In case of payment of earthwork items in any contract, calculation of quantity of such items along with
field book/level book must be enclosed. This shall be cross checked, as considered appropriate by
SSE/JE & AEN/XEN, to ensure that no excess payment is being made. At this stage no test check of
measurements by railway is required.
31.19 AEN/XEN shall keep a copy of contractor’s invoice and provisional on account contract certificate in
his office, and submit original invoice and original provisional on account contract certificate along
with required number of duplicate copies, and used sheets of CMB to the Dy CE/C unit for passing
the bill and release of payment.
31.20 The provisional on account contract certificate shall be passed by Dy CE/C and payment shall be
released by associate finance based on above certification of SSE/JE and AEN/XEN. After release of
payment, blank sheet of CMB (if any) shall be crossed by Dy CE/C before sending the measurement
sheets back to AEN/XEN for carrying out required test checks. At this stage measurements shall not
be crossed.
31.21 No provisional payment shall be allowed in final contract certificate. Further, once provisional
payment has been released in any on-account contract certificate, the next on account contract
certificate can be raised by contractor only when accounts of previous on account certificate
(Provisional as well as remaining payment) has been finalized.
Test Check
31.22 Necessary test checks shall be carried out by the SEE/JE and AEN/XEN for the works done before
full payment of on-account contract certificate/final contract certificate. SEE/JE and AEN/XEN shall
communicate the date of test checks to contractor in advance. The contractor can accompany during
test check. The contractor shall provide support staff and all required tools and plants to facilitate test
check by railway officials.
31.23 The stipulated test checks for AEN/XEN and SSE/JE Level is tabulated as under:
S. Description of Works Test Check in term of % of value by
No. SSE/JE Jr Scale/ Sr
Scale
(a) Measurement of Ballast, pitching stone, 100% 100%
Earthwork and hidden items
(b) Measurement of all other items 100% 20%

 Page 97 of 256
 Signature of Tenderer

(c ) Initial and Final levels along centre line for 100% 100%
earthwork in embankment and cutting
(d) Intermittent levels along centre line for 100% 20%
earthwork in embankment and cutting
(e) Initial, intermittent and final levels except 100% 20%
centre line for earthwork in embankment and
cutting
Note: The check regarding levels of earthwork invariably shall be carried out in cross sections having
heavy cross slopes.
31.24 Contractor’s recorded measurement sheets shall be checked for any corrections/over writing during
test check. All the corrections/over writing shall be initialed by SSE/JE.
31.25 The discrepancy noted (if any) during test check of recorded measurement shall be communicated by
AEN/XEN to the contractor.
31.26 In case of discrepancy noticed during test check, the contractor shall submit original and required
copies of fresh invoice of amount corrected for discrepancy, and in case provisional payment has been
released earlier, the required copies of fresh invoice of remaining amount corrected for discrepancy (if
any), along with on account/final contract certificate to AEN/XEN.
Full payment of On Account Contract Certificate/Final Contract Certificate

31.27 AEN/XEN shall submit original copy of invoice and on account contract certificate of remaining
amount/Final Contract Certificate, along with required number of duplicate copies and used sheets of
CMB (all used/blank CMBs in case of final contract certificate), duly signed by SSE/JE and AEN/XEN
to the Dy CE/C for passing the bill and release of payment.
31.28 Once the payment is released, Dy CE/C shall return back the used sheets of CMB to AEN/XEN for
safe custody, duly crossing of measurements by finance officer.
31.29 Once all used sheets of a particular CMB is received back by AEN/XEN from Dy CE/C, the AEN/XEN
shall re-bind all 100 pages of CMB along with sheet No.1A to 4A for submission of CMB to Dy CE/C
office. Dy CE/C office shall record the receipt of same in sheet No.2A of CMB and Register of
Measurement Books (Form E1314).

31.30 The final contract certificate shall be passed by Dy CE/C only after receipt of all CMBs (used/blank)
from AEN/XEN.
31.31 The provisions of this para 1316A shall be applicable to all the departments of Indian Railways and to
be executed through equivalent authorities of respective departments.

 Page 98 of 256
 Signature of Tenderer

E.1313
(Sheet 2A)
Railway ……………………………………….
CMB No. …………………………………….
CONTRACTOR’S MEASUREMENT BOOK

Department……………………………………………………………….
Division/Construction Unit……………………………………………
Name of work…………………………………………………………
Agreement No………………………………………………………………….
Name of Agency…………………………………………………………….

Issued to …………………………………………………………………………

(Name & Designation)

…………………… On……………………………………………………….
(station) (date)

Received by ……………………………………………………………………
(Signature)

………………………… ……………………………..
(Designation) (Station)

On ………………………
(date)

Date of first entry…………………………..


Date of last entry……………………………
Date received back in Division/Const. Unit
Office after completion of book ………………………………..

Certified that this Measurement Book contains 100 machine numbered pages from
…………….to…………(both pages inclusive) which have been counted by me and are correct.

Signature………………………………
Date………………. Designation…………………………..

 Page 99 of 256
 Signature of Tenderer

E.1313
(Sheet 3A)
Railway ……………………………………….
CMB No. …………………………………….

CONTRACTOR’S MEASUREMENT BOOK

Name of work……………………………………………………………………
Agreement No………………………………………………………………………….
Name of Agency…………………………………………………………………….
Issued to ……………………………………………………….
(Contractor’s name)
……………………………………… on………………………………………
(station) (date)
Certified that this Measurement Book contains 100 machine numbered pages from
………………to……………. (both pages inclusive) which have been counted by me and are correct. No
sheet is torn.

I understand that the measurement book is very important document and hence I shall ensure its proper
upkeep and safe custody.

Received by …………………………………………………
(Signature of contractor)

…………………………………….. ………………………… ………………………….


(Name) (Station) (Date)

Date of first entry……………………………….


Date of last entry……………………………….

Certified that this Contractor’s Measurement Book pages returned by contractor have been counted by me
and are correct. The details of pages received by me is as under:

S.N On Account Bill No. Page No. No. of pages Date of receipt Sign &
From….. in AEN/XEN Designation of
To….. office Railway
Official
1
2

 Page 100 of 256


 Signature of Tenderer

3
4
5

E.1313
(Sheet 4A)

Railway ……………………………………….
CMB No. …………………………………….
CONTRACTOR’S MEASUREMENT BOOK
Name of work……………………………………………………………
Agreement No………………………………………………………….
Name of Agency………………………………………………….

INDEX OF M.B.

S.N Particulars of entries – Agreement or Page Remarks


running or final work order ref. From To

 Page 101 of 256


 Signature of Tenderer

 Page 102 of 256
 Signature of Tenderer

E.1313
(Sheet 5A)

Railway ………………………………………. Space for Machine


CMB No. ……………………………………. numbering with six digits
unique number
Division/Construction Unit…………………………..
******
CONTRACTOR’S MEASUREMENT BOOK
Name of work………………………………………………………………………
Agreement No…………………………………………………………………….
Name of Agency………………………………………………………………….

INDEX OF M.B.

Particulars No. L. B. D. Contents

 Page 103 of 256


 Signature of Tenderer

32.0 ‘Letter of Credit’ as Mode of Payment in Works Tenders or Service Tenders (Applicable for
works or Service tenders having value Rs.10 lakh and above)

32.1 For all the 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.
32.2 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 conditions of the LC option.
32.3 The option so exercised, shall be an integral part of the bidder’s offer.

32.4 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.

32.5 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 online
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%(or as revised from time to time)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 of LC 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 compensation and paid by contractor.

 Page 104 of 256


 Signature of Tenderer

(f) The LC terms and conditions shall inter-alia provide that Railways will issue a Document
of Authorisation (format enclosed as Annexure P-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 Authorisation.
(h) The Document of Authorisation shall be issued by Railway Accounts Office against each
bill passed by Railways.
(i) On issuance of Document of Authorisation, a copy of Document of Authorisation shall be
posted on IREPS for download by the contractor. A digitally signed copy of Document of
Authorisation shall also be sent by Railway Accounts Office to Railway’s bank (Local SBI
Branch).
(j) The contractor shall take print out of the Document of Authorisation available on IREPS
and present his claim to his bank (advising Bank) for necessary payments as per LC terms
and conditions. The claim shall comprise of copy of Document of Authorisation, Bill of
Exchange and Bill.
(k) The payment against LC shall be subject to verification from Railway’s Bank (Local SBI
Branch).
(l) The contractor’s bank (advising bank) shall submit the documents to the Railway’s Bank
(Local SBI Branch).
(m) The railway’s bank (issuing bank) shall, after verifying the claim so received w.r.t. the
digitally signed Document of Authorisation received from Railway Accounts Office, release
the payment to contractor’s bank (advising bank) for crediting the same to contractor’s
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 the contractor i.e. not through LC.

32.6 For opening of LC, executive department shall make a request letter to concerned Accounts
Department on a format, placed as Annexure-P-1.

Annexure-P-1

 Page 105 of 256


 Signature of Tenderer

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 Contractor/Supplier


(ii) Vender Code
(iii) Address
(iv) Tender 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
(xi) Validity/Period for which LC is to be opened:

It is certified that the supplier/contractor has exercised the option of taking payment due
against the tender, through LC arrangement in IREPS portal at the time of bidding itself and the
option has been flagged in the IREPS. This has the approval of ______________.

(Signature)
Name ______________
Designation_________
(Official Seal)

 Page 106 of 256


 Signature of Tenderer

Annexure-P-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 IREPS) -------- Dated------for


supply/work of……………………………………. (DESCRIPTION OF GOODS/WORKS
FROM IREPS) ----------------------------

The beneficiary of the aforementioned Letter of Credit M/s……………. (NAME AND VENDOR
CODE)………….. (Vender Code……………… as per IRPES…………) is entitled to receive
payment aggregating INR----$$$----- (FROM ABSTRACT 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 No. Invoice Invoice LCDA LCDA Amount paid
Date Amount(INR) No. date (INR)

Total Paid

THE PAYMENT: -INR_____$$$ ____________


LC BALANCE AFTER THIS PAYMENT:_________-

(Signature of authorised Railway authority) Name

Designation
Official Seal

33 Penalty for Bursting of Traffic/Power Block

 Page 107 of 256


 Signature of Tenderer

33.1 For Traffic and/or Power Blocks of more than 3 hours duration, which are required for the execution
of work, the Contractor shall submit a scheme for execution of work with details of machines to be
deployed, manpower, block requirement, shifting of infringements, protection work etc to the
Engineer well in time for approval. The proposed scheme should be prepared with sufficient
resources so that block requirement is minimized. In case Engineer is not satisfied with the proposed
scheme, the contractor has to modify the same as advised by the Engineer and the decision of
Engineer in this regard shall be final and binding upon the contractor.
33.2 For Traffic and/or Power Blocks upto 3 hours duration, which are availed on day to day basis as per
requirement of the work, the Contractor shall be required to deploy sufficient manpower and
machinery to complete the work within sanctioned block duration and procedure detailed in para
33.1 above will not be necessary.
33.3 The work has to be carried out in an optimum duration of block so as to cause minimum interruption
to traffic. Traffic blocks duration (for Engineering/TRD/S&T works) for the work shall be decided
by the Engineer in consultation with the contractor and divisional traffic department.
33.4 Contractor will abide by indicated booked/sanctioned block time and will arrange sufficient
manpower, machines and materials including stand by requirements for completion of work in time.
33.5 All machines like cranes, excavators like Poclains, JCBs etc deployed for block should be in good
fettle and working condition and should not be more than 5 years old. Contractor shall also arrange
additional standby machines to deal with exigencies in case of any untoward incident/break down.
Additional machine operators/mechanic should also be deployed by the contractor if block duration
is more than 8 hour.
33.6 Usually blocks are taken for Engg., TRD & S&T works. Above term “Block” should be read as sum
time of all thouree blocks (Engg., TRD & S&T). Such blocks may be only Traffic Block or only
Power Block or Traffic cum Power Block.
34 Conditions for Imposition of Penalty:-

34.1 In case of block bursting, concerned Engineer [Deputy Chief Engineer (Construction)/Deputy Chief
Electrical Engineer (Construction) / Deputy Chief Signal & Telecommunication Engineer
(Construction)] will levy the penalty as per clause 35, if he is of the view that the bursting of the
block was wholly or partly due to contractor’s default in arranging adequate and suitable manpower
and machinery or failure of machinery provided by the contractor etc. In case of block bursting due
to multiple reasons including contractor’s default (e.g. delay/obstruction by Railway or other
contractor or natural causes such as heavy rains, earth slippage etc), time duration of bursting due to
contractor’s default will be assessed by the Engineer and penalty for that duration shall be imposed.

However, in case of Category-I blocks as defined in para 35.1, normally no penalty shall be imposed
for occasional block bursting upto 15 minutes. However, if it is observed that contractor is habitual
of block bursting repeatedly, the Engineer at its description may impose suitable token penalty even
for block bursting of less than 15 minutes.
34.2 In case if contractor is not satisfied with imposition of penalty, he can submit his representation to
Chief Engineer, who will consider Contractor’s representation and convey his decision which shall
be final and binding upon the contractor.
35 Blocks shall be categorized depending upon duration of bock as given below:-

35.1 Category – I : Blocks upto 3 hours duration


Category – II : Blocks more than 3 hours and upto 24 hours duration
Category – III : Blocks more than 24 hours and upto 1 week duration
Category – IV : Blocks more than 1 week and upto 1 month duration
Category – V : Blocks more than 1 month duration

 Page 108 of 256


 Signature of Tenderer

35.2 Penalty as per block category shall be levied in case of block bursting as given below:-
35.2.1 Category-I Block

Duration of Block Bursting Penalty


Upto15 minutes Normally Nil, but a penalty of value to be decided
by Engineer may be imposed if the Contractor is
bursting the blocks habitually and repeatedly.
More than 15 minutes and upto 30 minutes Rs. 2,000/-
More than 30 minutes Rs. 2,000 plus Rs.3,000 for each subsequent 15
minutes or part thereof
35.2.2 Category-II Block

Duration of Block Bursting Penalty


Upto30 minutes Rs. 10,000/-
More than 30 minutes and upto 1 hour Rs. 30,000/-
More than 1 hour Rs. 30,000 plus Rs.50,000 for each subsequent half
an hour or part thereof
35.2.3 Category-III block

Duration of Block Bursting Penalty


Upto 6hours Rs. 50,000/-
More than 6hours Rs. 50,000 plus Rs. 75,000 for each subsequent 6
hours or part thereof
35.2.4 Category-IVblock

Duration of Block Bursting Penalty


Upto 1 day Rs. 1,50,000/-
More than 1 day Rs.1,50,000 plus Rs.2,00,000 for each subsequent
dayor part thereof
35.2.5 Category-V block

Duration of Block Bursting Penalty


Upto 1 day Rs. 50,000/-
More than 1 day Rs. 50,000/- plus Rs. 1,00,000 for each subsequent
dayor part thereof
35.3 Duration of block bursting to be considered in clause 35.2 above shall be the duration for which the block
exceeded/bursted on account of contractor’s default as per assessment of the Engineer.
35.4 Penalty for non availing of Blocks and Premature Cancellation of Blocks:
In case of a sanctioned block could not be availed on account of contractor’s failure to deploy
adequate manpower and machinery at site or sanctioned block had to be prematurely cancelled due
to machinery breakdown or any other reason on account of contractor, the Engineer shall impose
suitable token penalty which shall be not less than Rs. 1 lakh per such occasion for sanctioned blocks
of more than 4 hrs duration.
35.5 Total penalty calculated in terms of clause 35.2& 35.4 above shall be subject to an upper limit of 5% of the
contract value.
36 EXECUTION OF WORKS

36.1 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

 Page 109 of 256


 Signature of Tenderer

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.
36.2 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
36.3 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 endeavor to fulfill this programme of
work. The progress of work will be watched 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 thanRs. 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: a 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.

 Page 110 of 256


 Signature of Tenderer

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.

36.4 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.

37 Challenge to Arbitration Award


In case arbitration award is challenged by a party in the Court of Law, 75% of award amount,
pending adjudication by Court of Law, shall be made by party to other party. In case payment
is to be made by Railway to Contractor, the terms & conditions as incorporated in the
Ministry of Railways letter No. 2016/CE(I)/CT/ARB/3(NITI Aayog)/Pt. dated 08th Mar,2017
as amended from time to time, shall be followed. In case Contractor has to pay to the
Railway, then 75% of the award amount shall be deducted by the Railwayfrom the
Contractor’s bills, Performance Guarantee/ Security Deposit or any other dues of Contractor
with the Government of India.
38.0 In case of any legal dispute, Jurisdiction of Courts in Delhi/New Delhi/---------area only shall be
applicable.
Dy. Chief Engineer/C,
……………, Northern Railway

Signature of the Tenderer/s

Address_________________________

 Page 111 of 256


 Signature of Tenderer

ANNEXURE – A
Name of the Bank: ----------
President of India,
Acting through FA & CAO, Construction,
Northern Railway, Kashmere Gate, Delhi

Bank Guarantee Bond No.: Date:---------

PERFORMANCE GUARANTEE BOND

In consideration of the President of India acting through----- (Designation & address of Contract
Signing Authority), Northern Railway, ……………., Delhi (hereinafter called “The Government”)
having agreed under the terms and conditions of agreement/Contract Acceptance letter No.--------
----------------------------------dt……………. made between…………. (Designation & address of
contract signing Authority) and ……………. (here in after called “the said contractor(s)” for the
work………………………………………………………………………………….. (here in after
called “the said agreement”) having agreed for submission of a irrevocable Bank Guarantee Bond
for Rs……. ( Rs……only)) as a performance security Guarantee Bond from the contractor (s) for
compliance of his obligations in accordance with the terms & conditions in the said agreement.

1. We……………………( indicate the name of the Bank) hereinafter referred to as the Bank,
undertake to pay to the Government an amount not exceeding Rs………. ( Rs……..only) on
demand by the Government.
2. We…………… ( indicate the name of the bank, further agree that ( and promise) to pay the
amounts due and payable under this guarantee without any demur merely on a demand from
the Government through the FA &CAO/Const, Northern Railway, Kashmere Gate, Delhi-
110006, stating that the amount claimed is due by way of loss or damage caused to or would
be caused or suffered by the Government by reason of any breach by the said contractor of
any of the terms of conditions contained in the said agreement or by reason of the contractor
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……….. (
Rupees…………. ……………….Only).
3.(a) We …………… ( indicate the name of Bank ) further undertake to pay to the Government
any money so demanded notwithstanding any dispute or dispute raised by the contractor(s) in
any suite or proceeding pending before any court or Tribunal relating to liability under this
present being absolute and unequivocal.
(b) The payment so made by us under this bond shall be a valid discharge of our liability for
payment there under and the contractor(s) shall have no claim against us for making such
payment.
4. We,…………….. (indicate the name of bank) to 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 by ……….. (Designation & Address of contact signing authority) on
behalf of the Government, certify that the terms and conditions of the said agreement have been

 Page 112 of 256


 Signature of Tenderer

fully and properly carried out by the said contractor(s) and accordingly discharges this
guarantee.
5.(a) Not withstanding anything to the contrary contained herein the liability of the bank under this
guarantee will remain in force and effect until such time as this guarantee is discharged in
writing by the Government or until (date of validity/ extended validity) whichever is earlier
and no claim shall be valid under this guarantee unless notice in writing thereof is given by
the Government within validity/ extended period of validity of guarantee from the date
aforesaid.
(b) Provided always that we…………….. (indicate the name of the Bank) unconditionally
undertakes to renew this guarantee on to extend the period of guarantee form year to year before
the expiry of the period or the extended period of the guarantee, as the case may be on being
called upon to do so by the Government. If the guarantee is not renewed or the period extended
on demand, we ………. (indicate the name of the Bank) shall pay the Government the full
amount of guarantee on demand and without demur.
6. We, …………….. (indicate the name of Bank) further agree with the Government that the
Government shall have the fullest liberty without our consent and without effecting in any
manner out of obligations hereunder to vary any of the terms and conditions of the said contract
from time to time or to postpone for any time or from time to time any to the powers exercisable
by the Government against the said contractor (s) and to forbear or enforce any of the terms
and conditions of 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 bearance
act or omission on the part of the Government or any indulgence by the Government to the said
contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties
for the said reservation would relive us from the liability.
7. This guarantee will not be discharged by any change in the constitution of the Bank or the
Contractor(s).
8. We…………(indicate the name of the Bank) lastly undertake not to revoke this guarantee except
with the previous consent of the Government in writing.
9. This guarantee shall be valid upto---- (date of Completion plus 60 days ). Unless extended on
demand by Government. Notwithstanding anything to the contrary contained hereinbefore, our
liability under this guarantee is restricted to Rs…………….. ( Rs………………………..only)
unless a demand under this guarantee is made on us in writing on or before…………….. we
shall be discharged from our liabilities under this guarantee thereafter.

Dated: the day of for


(indicate the name of bank) Signature of Banks Authorised official
( Name )-------
Designation with Code No.---------
Full Address---------
Full Address-----------
Witness
1………………………………….
2………………………………..

 Page 113 of 256


 Signature of Tenderer

Annexure –A(1)
(Ref:-Clause 3.0 of the tender document)
(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 Bid Security] as above stated.

 Page 114 of 256


 Signature of Tenderer

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 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 SBIN000RAIL


IFSC TYPE BRANCH
BANK NAME STATE BANK OF INDIA
BRANCH NAME RAIL

 Page 115 of 256


 Signature of Tenderer

CITY NAME NAVI MUMBAI
ADDRESS SECTOR-11, CBD BELAPUR, NAVI MUMBAI
DISTRICT NAVI MUMBAI
STATE MAHARASHTRA
BG ENABLED YES

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.

Annexure –A(2)
(Ref:-Clause 5.2 of the tender document/CS No.9 of GCC-2022 dated 09-01-2025)

 Page 116 of 256


 Signature of Tenderer

Insurance Surety Bond for Performance Security

Name of the issuer of surety bond:

President of India,
Acting through.........,
………………………………
Railway.

Date:………………………..

Surety Bond No:…………………… Issue Date:……………………..…………


Amount of Bond:…………………… Expiry Date:…………………………………

WHEREAS, In consideration of the President of India acting


through……………………………………………… (Designation & address of contract
signing authority), ....................... Railway,…………………. (hereinafter called "The
Railway") having accepted the bid of M/S XXXXX hereinafter called the contractor, for
the work of XXX" under invitation for bids No XXXX Dated XXXXX, Vide Letter of
Acceptance No...................

AND

WHEREAS, the contractor is required to furnish Performance Security for the sum of ₹.
XXXX (Rupees XXXX Only), in the form of Surety Bond, being a condition precedent to
the signing of the contract agreement.

SB No: Date:

WHEREAS, We______________, (Name of insurance company) hereinafter called the


Surety. acting through [Designation(s) of the authorised person of the Surety], have, at
the request of the M/s. XXXX contractor, agreed to give Bond for Performance Security/
Additional Performance Security as hereinafter contained:

1. KNOW ALL MEN by these present that I/We, the undersigned [Insert name(s) of
authorized representatives of the Surety], being fully authorized to sign and incur
obligations for and on behalf of the Surety, confirm that the Surety, hereby,
unconditionally and irrevocably Bond to pay the Railway the full amount in the sum
of XXXX (Rupees XXXX Only) as above stated.

 Page 117 of 256


 Signature of Tenderer

2. The Surety 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 Surety shall
be final, conclusive and binding, absolute and unequivocal notwithstanding any
disputes raised/pending before any Court, Tribunal, arbitration or any authority or any
threatened litigation by the Bidder or Bank.

3. On payment of any amount less than aforementioned full amount, as per demand of
the Railway, the Bond shall remain valid for the balance amount i.e. the
aforementioned full amount less the payment made to the Railway.

4. The Surety shall pay the amount as demanded immediately on presentation of the
demand by Railway without any reference to the contractor and without the Railway
being required to show grounds or give reasons for its demand or the amount
demanded.

5. The Surety Bond shall be unconditional and irrevocable.

6. The Bond hereinbefore shall not be affected by any change in the constitution of the
Surety or in the constitution of the Contractor.

7. The Surety agrees that no change, addition, modifications to the terms of the Contract
Agreement or to any documents, which have been or may be made between the
Railway and the Contractor, will in any way release us from the liability under this
Bond; and the Surety, hereby, waives any requirement for notice of any such change,
addition or modification to the Surety.

8. This Bond is valid and effective from the date of its issue, which is [insert date of
issue]. The Bond and our obligations under it will expire on XXXX (Expiry Date). All
demands for payment under the Bond must be received by us on or before that date.

9. The Surety agrees that the Railways right to demand payment of aforementioned full
amount in one instance or demand payments in parts totalling up to the
aforementioned full amount in several instances will be valid until either the
aforementioned full amount is paid to the Railway or the Bond is released by Railway
before the Expiry date.

10.The Surety agrees that its obligation to pay any amount demanded by the Railway
before the expiry of this Bond will continue until the amount demanded has been paid
in full.

11.The expressions Surety and Railway hereinbefore used shall include their respective
successors, administrators and assigns.

12. The Surety hereby undertakes not to revoke the Bond during its currency, except with
the previous consent in writing of the Railway. This Bond is subject to the Uniform
Rules for Demand Bonds, ICC Publication No. 758.

13. We, the Surety Insurer, further agree that the Authority shall be the sole judge to
decide as to whether the Bidder is in default of due and faithful fulfilment and

 Page 118 of 256


 Signature of Tenderer

compliance with the terms and conditions contained in the Bidding Documents
including, inter alia, the failure of the Bidder to keep its Bid open during the Bid validity
period set forth in the said Documents, and the decision of the Authority that the
Bidder is in default as aforesaid shall be final and binding on us, notwithstanding any
differences between the Authority and the Bidder or any dispute pending before any
Court, tribunal, arbitrator or any other authority.

14. The Bond shall be in addition to and without prejudice to any other Security Bond (s)
of the contractor in favour of the Railway available with the Railway. The Surety,
under this Bond, shall be deemed as Principal Debtor of the Railway.

Notwithstanding anything to the contrary contained in these presents,

a. Our liability under this Surety Bond shall not exceed XXXX (Rupees XXXXX Only).
b. This Surety Bond shall be valid up to XXXX (being the date of expiry);
c. Unless the bank is served a written claim or demand on or before XXXX [date of
expiry) all rights under this Bond shall be forfeited and the Surety shall be relieved
and discharged from all liabilities under this Bond irrespective of whether or not the
original Surety Bond is returned to the Surety.

Dated ……….. the day of 2025

15. The Insurance Surety Bond shall be verified by sending mail to


[customer.care@sbigeneral.in].

Place…… Bank's Seal and authorized signature(s)


[Name in Block letters]………………………..

[Designation with Code No.]…………………………..

[P/Attorney] No.

Witness

1.

2.

******
[Note: All italicized texts are for guidance on how to prepare this Insurance Surety Bond
and shall be deleted from the final document.]

ANNEXURE-B

FINAL SUPPLEMENTARY AGREEMENT

 Page 119 of 256


 Signature of Tenderer

1. Articles of agreement made this day _______ in the year Two thousand and Five between the
President of India, acting through the ___________________ Northern Railway Administration
having his office at __________________ herein after called the Railway of the one part and
____________________ of the second part.

2. Whereas the party hereto of the other part executed an agreement with the party hereto of the
first part being agreement Number _____________dated __________for the performance
___________________________________herein after called the ‘Principal Agreement’.

3. And whereas it was agree by and between the parties hereto that the works would be completed
by the party hereto of the second part on ______________date last extended’ and whereas the
party hereto of the second part has executed the work to the entire satisfaction of the party hereto
of the first part.

4. And whereas the party hereto of the first part already made payment to the party hereto
of the second part diverse sums from time to time aggregating to ₹ _____ including the Final
Bill bearing voucher No.________ dated _________of value
____________________ duly adjusted as per price variation clause, if applicable (the receipt
of which is hereby acknowledged by the party hereto of the second part in full and final
settlement of all his /its claims under the principal agreement.

And whereas the party hereto of the second part have received sum of ₹ _______
through the Final Bill bearing voucher No.____________ dated _________duly
adjusted as per price variation clause (PVC), if applicable (the receipt of which is
hereby acknowledged by the party thereto of the second part) from the party hereto of the
first part in full and final settlement of all his/its disputed claims under principal agreement.

Now, it is hereby agreed by and between the parties in the consideration of sums
already paid by the party hereto of the first part to the party hereto of the second part
against all outstanding dues and claims for all works done under the aforesaid principal
agreement excluding the security deposit, the party hereto of the second part have no further
dues of claims against the party hereto of the first part under the said Principal Agreement.
It is further agreed by and between the parties that the party hereto of the second part has
accepted the said sums mentioned above in full and final satisfaction of all its dues and claims
under the said Principal Agreement.

(Applicable in case Final Supplementary Agreement is signed after release of Final


Payment)

Or

And whereas the party hereto of the first part already made payment to the party hereto of
the second part diverse sums from time to time aggregating to ₹ _____ through various
On Account Bills (the receipt of which is hereby acknowledged by the party hereto of the
second part).

 Page 120 of 256


 Signature of Tenderer

And whereas the party hereto of the second part have received sum of ₹ _______
through various On Account Bills (the receipt of which is hereby acknowledged by the party
thereto of the second part) from the party hereto of the first part and party hereto of the
second part have accepted final measurements recorded on Page No….. to Page No…. of
Measurement Book No……….and corresponding Final Bill duly adjusted as per price
variation clause (PVC), if applicable, for full and final settlement of all his/its disputed
claims under principal agreement.

Now, it is hereby agreed by and between the parties in the consideration of sums
already paid through various On Account Bills and sums to be paid through Final Bill duly
adjusted as per price variation clause (PVC), if applicable, based on accepted final
measurements including the security deposit by the party hereto of the first part to theparty
hereto of the second part against all outstanding dues and claims for all works done under the
aforesaid principal agreement, the party hereto of the second part have

no further dues of claims against the party hereto of the first part under the said
Principal Agreement.

(Applicable in case Final Supplementary Agreement is signed before release of Final


Payment)

5. It is further agreed and understood by and between the parties that the arbitration clause
contained in the said principal agreement shall cease to have any effect and/or shall be deemed to
be non-exisistent for all purposes.

Signature of the contractor/s for and on behalf of the President of India

Witness

1 _______________________
2. _______________________

ADDRESS:_______________________

ANNEXURE – C

PROFORMA

 Page 121 of 256


 Signature of Tenderer

D E C L A R A T I O N

I/We hereby solemnly declare that I/We visited the site of the work (as on top sheet) personally
and have made myself/ourselves fully conversant of the conditions therein and particular the
following:-

1. Topography of area.

2. Soil strata at site of work.

3. Sources and availability of construction materials.

4.Rates for construction of material, water, electricity including all local taxes, royalties, octrois
etc.

5.Availability of local labour (both skilled and unskilled) and relevant labour rates and labour
laws.

6.The existing roads and approaches to the site of work and requirements for further service
roads/approaches to be constructed by me/us

7.The availability and rates of private land etc. that shall be required by me/us for various
purposes.

8. Climatic conditions and availability of working days.

I/We have quoted my/our rates for various items in the schedule of items, quantities and rates
taking into account all the above factors also.

Signatures of the Tenderer/s

Annexure-D
Constitution of Firm

 Page 122 of 256


 Signature of Tenderer

1 Constitution of the firm/ concern. (Tick as Sole Proprietorship/ Partnership
applicable) Firm / Company/ JV/ Registered
Society/Registered
Trust/LLP/HUF etc
2 Full name of the Sole Proprietorship/
Partnership Firm / Company/ JV/
Registered Society/Registered
Trust/LLP/HUF etc
3 Year of formation/ incorporation
4 (a) PAN No.
(b) GST No
5 Registered Office Address
6 Address on which correspondence
regarding this tender should be done

7 E- mail id and Contact No of authorized


person under whose digital signature key
tender document will be signed/uploaded on
behalf of the tendering firm
8 Names of the proprietor/ partners/ JV
members etc

Signature of Tenderer

ANNEXURE – E

Details of Plant and Machinery already available with the firm.

 Page 123 of 256


 Signature of Tenderer

S. Particulars of No.of Kind & Capa Date by Age &
No. equipment Unit. make which condition
the plant
would
be
availabl
e for use
on this
work
1 2 3 4 6 7

Signature of the Tenderer/s

ANNEXURE –F

 Page 124 of 256


 Signature of Tenderer

List of engineers/personnel already available/ proposed to be employed for deployment on
this work:

SN. Name & Qualification Professional Organization Date by


Designation experience with whom which
working personnel will
be available
for this work.
1 2 3 4 5 6

Signatures of Tenderer/s

ANNEXURE ‘G’

 Page 125 of 256


 Signature of Tenderer

Statement of works executed/completed or substantially completed by the tenderer/s
during last seven years ending last day of month previous to the one in which tender
is invited

(A) Statement of works executed/completed or substantially completed for Govt.


Organizations during last 7 years ending last day of the month previous to the one in
which tender is invited

S.No. Name and place of Authority/agency for Date of award and


work which work was agreement No. & date
carried out
1 2 3 4

Date of completion Agreemental Principal/ S.No. at which relevant


(Original/actual) cost/completion cost Technical certificate / documents
features of are attached
the work in
brief
5 6 7 8

(B) Status of works executed/completed or substantially completed for Public listed


companies by the tenderer/s during last 7 years ending last day of the month previous
to the one in which tender is invited.

S. Name and place of Name of the Public Date of award of work


No. work listed company and agreement No. &
date
1 2 3 4

Date of completion Agreemental Principal/ S.No. at which


(Original/actual) cost/completion cost Technical features work copy of
of the work in brief experience
certificate, work
order, bill of
quantities, bill
wise details duly
certified by
Chartered
Accountant is
attached *
5 6 7 8

 Page 126 of 256


 Signature of Tenderer

* It is certified that:

1. The above Public listed company/companies mentioned in (B) above is/are (a)Having
average annual turnover of Rs.500 crore and above in last three financial years excluding
the current financial years;

(b) Listed on National Stock Exchange or Bombay Stock Exchange and (c)Incorporated/registered
at least 5 years prior to the date of opening of the tender.

2. Copies of the work experience certificate, work orders, bill of quantities, bill wise details
of payment received, TDS certificates of all payments received, copy of final bill/last bill
paid by the company duly certified are attached.

3. Attached information have been duly certified by Chartered Accountants.

4. I/We understand that in case above details at (B) are not furnished at the time of
tendering the work experience certificate shall not be considered for adjudging the
Technical Eligibility the tenderer in any case.

Note: Annexure-G to be signed by tenderer/s and Chartered Accountant, if the credentials


from Public listed companies (as in case of B above) are being attached for
consideration. There is no need of signature of Chartered Accountant, if credentials
of any Government Organization are being attached for consideration and in such
case only tenderer/s is required to sign on this Annexure -G.

Certified that above details are correct

Signature of the tenderers Signature of Chartered Accountant with


seal

 Page 127 of 256


 Signature of Tenderer

ANNEXURE – H

Statement of existing commitments and balance amount of ongoing works with tenderer
of all works in progress and also the works which are awarded to tenderer but yet not
started upto the date of invitation of tender.

S No. Name Authority/agency/ client Date of award Date of


and for whom the work is & agreement completion
place being carried out No. & Date (Original/ext
of ended)
work
1 2 3 4 5

Agreemental Payment taken till date. Total Balance amount of the


cost of work /likely cost work to be executed
(upto latest corrigendum)

6 7 8

*The above statement should include all on going works with the tenderer /
constituents of tendering JV in its individual capacity as well as their portion of work
in JV / Consortium.

Signature of Chartered Accountant

Signature of the tenderer / Constituent Member of tendering JV

 Page 128 of 256


 Signature of Tenderer

Annexure –I

Reference -Para 2.3.2 (A) (vi) & 15.2 of Annexure-K (Guidelines for participation of Joint Venture
(JV) Firms)

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 Exchange Indian National
Year Currency Rate Rupees
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.
4. Exchange rate will be governed by para 10.5 of GCC-2022.

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)

 Page 129 of 256


 Signature of Tenderer

Name of CA:______________

Registration No: ______________

(Seal)

ANNEXURE-J
FORMS
FORM NO.E-5 Appendix-VIII

Real Time Gross Saving (RTGS)/National Electronic Fund Transfer(NEFT)


Model Mandate Form

(Investor/customer’s option to receive payments through RTGS/NEFT)

1. Investor/customer’s name

2. Particular’s of Bank Account:


A) Name of the Bank:
B) Name of the Branch.
Address
Telephone No.
C) RTGS/NEFT IFS Code.
D) Type of the account (S.B. Current or Cash Credit)
With code (10/11/13).
E) Ledger and Ledger folio number.
F) Account number (as appearing on the Cheque book) in lieu of the bank certificate
to be obtained as under,
please attach a blank cancelled cheque or a photocopy of a cheque or front page of your
savings bank pass book issued by your bank for verification of the above particulars)

3. Date of effect
I hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or not effected at all for reasons of incomplete or incorrect
information, I would not hold the user institution responsible. I have read the option
invitation letter and agree to discharge the responsibility expected of me as a participant
under the scheme.
(……………………………………..)
Signature of the Investor/ Customer
Date
Certified that he particulars furnished above are correct as per our records.
Bank’s Stamp

 Page 130 of 256


 Signature of Tenderer

Annexure-K

GUIDELINES’ FOR PARTICIPATION OF JOINT VENTURE (JV) FIRMS


(THE JV firms are allowed to participate only in the tenders of value more than Rs.10
crores).

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

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 upto 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%.
3. A member of JV firm shall not be permitted to participate either in individual capacity or as a
member of another JV firm in the same tender.

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.

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.
6. A copy of Memorandum of Understanding (MOU) duly executed by the JV members on a stamp
paper, shall be submitted by the JV firm along with the tender. The complete details of the
members of the JV firm, their share and responsibility in the JV firm etc. particularly with reference
to financial, technical and other obligations shall be furnished in the MOU. (The MOU Format for
this purpose is enclosed as Annexure K1).

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.

8. Approval for change of constitution of JV firm shall be at the sole discretion of the Employer
(Railways). The constitution of the JV firm shall not normally be allowed to be modified after
submission of the tender bid by the JV firm, 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 Firm. Failure to observe this requirement would render the offer invalid.

 Page 131 of 256


 Signature of Tenderer

9. Similarly, after the contract is awarded, the constitution of JV firm shall not normally be allowed
to be altered during the currency of contract except when modification become inevitable due to
succession laws etc. and in any case the 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.

10. On award of contract to a JV firm, a single Performance Guarantee shall be submitted by the
JV Firm as per tender conditions. All the Guarantee like performance Guarantee, Bank Guarantee
for Mobilization Advance, Machinery Advance etc shall be accepted only in the name of the JV
Firm and no splitting of guarantees amongst the members of the JV Firm shall be permitted.

11. On issue of LOA (Letter of Acceptance),


theJVentitytowhomtheworkhasbeenawarded,withthesameshareholdingpatternaswasdeclaredinthe
MOU/JVAgreementsubmittedalongwiththetender,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 underthe'TheIndianPartnershipAct,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 document, shall have, inter-alia,
following Clauses:

11.1 Joint And Several Liability: Members of the entity to which the contract is awarded, shall
be jointly and severally liable to the Employer (Railways) for execution of the project in accordance
with General and Special Conditions of the 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.

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.

11.3 Governing Laws: The Registered Entity shall in all respect be governed by and interpreted
in accordance with Indian Laws.

12. Authorized Member: Joint Venture Members in the JV MoUshall authorize Lead members
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.

 Page 132 of 256


 Signature of Tenderer

13. No member of the Joint Venture firm 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
Employer (Railways) in respect of the said tender/contract.
14.Documents to be enclosed by the JV firm along with the tender:

14.1 In case one or more of the members of the JV firm is/are partnership firm(s), following
documents shall be submitted:

(i) A notarized copy of 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 copy of Power of Attorney (Notarised/Registered) 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.

Note: Authorisation given in POA only will be considered irrespective of any authorization that
may have given in Partnership Deed. In case of non-submission of POA or invalid POA, offer is
liable to be rejected.

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.

14.3 In case one or more members is/are limited companies, the following documents shall be
submitted :

(a) A copy of resolutions of the Directors of the Company, permitting the company to enter
into a JV agreement,
(b) The copies of MOA (Memorandum of Association) / AOA (Articles of

 Page 133 of 256


 Signature of Tenderer

Association) of the company
(c) A copy of Certificate of Incorporation

(d) 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 on behalf of the company and create liability against the company

14.4 In case one or more member(s) of JV firm is/are LLP firm(s) following document 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(Standard proforma as per Annexure O-13)

(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. (Standard proforma as per Annexure O-14)

(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.

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.

14.6 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.

 Page 134 of 256


 Signature of Tenderer

15. Credentials & Qualifying criteria

Technical, financial eligibility and Bid capacity of the JV shall be adjudged based on satisfactory
fulfillment of the following criteria:

15.1 Technical eligibility criteria (‘a’ or ‘b’ mentioned hereunder):

a) For Works without composite components

The technical eligibility for the work as per para2.3.2A(v) 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 2.3.2A(v) 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 2.3.2A(v) 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 2.3.2A(v) 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 2.3.2A(v) 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 (non-lead) 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 Clause15.1:
(b) 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.
(c) 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
15.2 Financial eligibility criteria:

The JV shall satisfy the requirement of “Financial Eligibility” mentioned at para 2.3.2A(vi)

 Page 135 of 256


 Signature of Tenderer

above. The “financial capacity” of the lead partner of JV shall not be less than 51% of the
financial eligibility criteria mentioned at para 2.3.2A(vi) above. The “financial capacity” of
each of other partners (excluding lead partner) shall not be less than 10% of the financial
eligibility criteria mentioned at para 2.3.2A(vi) 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 firm shall be reckoned


only to the extent of the concerned member’s share in that JV firm for the purpose
of satisfying compliance of the above mentioned financial eligibility criteria in tender
under consideration.

16.0 Bid Capacity

The JV shall satisfy the requirement of “Bid Capacity” requirement mentioned at para 2.3.2(A)(xiv)
above. The arithmetic sum of individual “Bid capacity” of all the members shall be taken as JV’s
“Bid capacity” to satisfy this requirement

ANNEXURE-‘K-1’

 Page 136 of 256


 Signature of Tenderer

FORMAT FOR JOINT VENTURE MEMORANDUM OF UNDERSTANDING/ AGREEMENT.

THIS JOINT VENTURE MEMORANDUM OF UNDERSTASNDING (MOU) AGREEMENT


EXECUTED AT …………………………….. on this …………day of
……….. 202 between M/s …………………………………………………… Registered office at
………………..as the first party M/s ……………………… Registered office at…………. as the
second party M/s ……………………… Registered office at…………. as the Third party (The
expression and words of the first and second and third party shall mean and include their heirs
successors, assigns, nominees execution, administrators and legal representatives respectively.)

WHEREAS all the parties are engaged mainly in the business of execution of Civil Engineering
and General Contracts for various Government Departments and organizations.

WHEREAS the parties herein above mentioned are desirous of entering into a Joint Venture for
carrying on Engineering and/or contract works in connection with
……………………………………. and other works mentioned in Tender Notice
No…………………. dated …………. of Northern Railway or any other work or works, as
mutually decided between the parties to this Joint Venture.

WHEREAS all the parties are desirous of recording the terms and conditions of this Joint Venture
to avoid future disputes.
NOW THIS MOU/AGREEMENT WITHNESSTH AS UNDER:

1. That in and under this Joint Venture agreement the work will be done jointly by the First party
and Second party in the name and style of M/s ……………………
..………………(Joint Venture of M/s …………………………….…….. M/s……….
…………………………. and M/s ………………………………….. )

2. That all the parties shall be legally liable, severally and or jointly responsible for the
satisfactory/successful execution/completion of the work in all respects and in accordance with
terms and conditions of the contract.

3. That the role of each constituent of the said Joint Venture in details shall be as
under:
The first party shall be responsible for ……………………………….
The second party shall be responsible for ……………………………
The third party shall be responsible for ………………………………

4. The share of profit and loss of each constituent of the said Joint Venture shall be as under :
2. Lead partner share = ----% (At least 51%)

3. 2nd Joint Venture Partner share = ------%

4. 3rd Joint Venture partner share = ------%

 Page 137 of 256


 Signature of Tenderer

5. 4thJoint Venture partner share = ------% ] in case of
6. 5th Joint Venture partner share = ------% ] composite tender

5. That all the parties of this Joint Venture shall depute their experienced staff as committed
commensurating with their role and responsibility and as required for the successful
completion of the works in close consultation with each other.

6. That the investment required for the works under this Joint Venture shall be brought in by
the parties as agreed to between them from time to time.

7. That all the Bank Guarantee shall be furnished jointly by the parties in the name of Joint
Venture.

8. That the party number …………………………………………………….. to this Joint


Venture shall be the prime (lead) contractor and will be responsible for timely completion
of work and to co-ordinate with the Railways to receive payments and also to make all
correspondence on behalf of this Joint Venture.

9. That all the above noted parties i.e. ………………………………….. not to make any
change in the agreement without prior written consent of the Railway.

NOW, the parties have joined hands to form this Joint Venture on this ………..Day of
………………… two thousand ………..with reference to and in confirmation of their
discussions and understanding brought on record on ………

IN WITNESS THEREOF, all /both the above named parties have set their respective
hands on ……….the day ……….. and year …………. First above mentioned in the
presence of the following witness:

WITNESSES:

1. First party.
2. Second party

Annexure K-2

 Page 138 of 256


 Signature of Tenderer

Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria

1. The Partnership Firms participating in the tender should be legally valid under the provisions of
Indian Partnership Act.

2. The partnership firm should have been in existence or should have been formed prior to
submission of tender. Partnership firm should have been registered with the Registrar of firms and
the partnership deed should have been notarized prior to date of tender opening as per the Indian
Partnership Act prior to submission of tender. Tenderer shall upload document(s) in support of
registration of firm with registrar of firms viz which includes Certificate of registration and copy of
Register of firm (Form No. may vary from State to State) (as applicable) etc. issued by Registrar
of firms.

3. Separate identity/name should be given to the partnership firm. The partnership firm should have
PAN/ TAN number in its own name and PAN/TAN number in the name of the any of the
constituent partners shall not be considered. The valid constituents of the firm shall be called
partners.

4.1. Once the tender has been submitted, the constitution of 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 be taken from Railway and in any case the minimum eligibility criteria
should not get vitiated. The reconstitution 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 submissionof 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.

4.2 If any partner/s withdraw from the firm after submissionof the tender and before the award of
the tender, the offer shall be rejected and Bid Securityof 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 this 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 contract conditions, liable for determination of contract under Clause 62 of the
Standard General Condition of Contract.
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.

6. The tender form shall be submitted only in the name of partnership firm. The Bid Securityshall
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.

 Page 139 of 256


 Signature of Tenderer

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

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.

9. In case, 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 contract liable for
determination of contract under clause 62 of 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.

(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 and that of the Railway.

10. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership concern.
The following documents shall be submitted by the partnership firm, with the tender-

(i) A notarized copy of the Partnership Deed or a copy of the Partnership deed registered
with the Registrar.

(ii) 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.

(iii) Tenderer shall uploaddocument(s) in support of registration of firm with registrar of firms
which includes Certificate of registration and Register of firm (Form No. may vary from
State to State)(as applicable) etc. issued by Registrar of firms.Tenderer shall also upload
Notary certified of Partnership Deed.

(iii) An undertaking by all the partners of the partnership firm that they are not black listed or
debarred by Railways or any other Ministry/Department of the Govt of India/any State Govt

 Page 140 of 256


 Signature of Tenderer

from participation in tenders/contract 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.
Concealment/wrong information in regard to above shall make the bid ineligible or the
contract shall be determined under clause 62 of Standard General Conditions of Contract.

11.0 Evaluation of eligibility of a partnership firm:


Technical and financial eligibility of the firm shall be adjudged based on satisfactory
fulfillment of the eligibility criteria laid down in Clause 2.3.2A(v) &(vi) of eligibility criteria
by the partnership firm.

Annexure-K-3

DECLARATION BY AN EXISTING PARTNERSHIP FIRM

 Page 141 of 256


 Signature of Tenderer

(Fill the relevant para (1.1, 1.2 & 1.3) and strike off the para which is not relevant under
Partnership Firm)

1.0 I………………..S/o Shri …………………., the authorized signatory of partnership


firm M/s……………………………do hereby solemnly affirm and declare as under:

1.1 That, we are an existing Partnership Firm in the name and style of M/s ---------------------
----, since ------------------(MM/YY), having GST Registration no. -------------------, PAN/TAN
No.------------------. There has been no change in the Partner(s) of our firm during last 07
(Seven) years ending last day of the month previous to the one in which tender is invited.

OR

1.2 That, we are an existing Partnership Firm in the name and style of M/s ----------------------
---, since ------------------(MM/YY), having GST Registration no. ----------------------,
PAN/TAN No.------------------. Following of our partner(s) has/have quit the Partnership
firm during last 07 (Seven) years ending last day of the month previous to the one in
which tender is invited with details as under:

S.No. Name of quitting Share of Partner(s) Date of quitting


Partner(s) who has/have (MM/YY)
quitted

AND / OR

1.3 That, we are an existing Partnership Firm in the name and style of M/s ----------------------
---, since -----------------(MM/YY), having GST Registration no. ------------, PAN/TAN No.-----
-------------. Following partner(s) has/have joined our Partnership Firm during last 07
(Seven) years ending last day of the month previous to the one in which tender is invited
with details as under:

S.No. Name of joining Partner(s) Share of joining Partner(s)


In the present firm In the previous firm
from where he/they
has/have quit and
joined the present firm

1.4 In case of Para 1.2 and 1.3 , following documents as applicable are required to be
submitted alongwith bid:-

(d) Copy of previous Partnership Deed(s).


(e) Copy of Dissolution Deed(s) of previous partnership deed(s).

 Page 142 of 256


 Signature of Tenderer

(f) Proof of surrender of PAN No(s) (in case of dissolution of previous partnership firm).

Declaration by the Tenderer:-

I hereby declare that the information given above are true. If any of the above
information is found to be wrong at any time, my tender will be liable to be rejected.

Name and Signature of tenderer

along with Seal

Annexure-K-4

DECLARATION BY NEWLY FORMED PARTNERSHIP FIRM

 Page 143 of 256


 Signature of Tenderer

I………………..S/o Shri …………………., the authorized signatory of partnership firm
M/s……………………………do hereby solemnly affirm and declare as under:

(g) That, we are the newly formed partnership firm in the name and style of
M/s…………………………….Registered with Registrar of firm vide Registration
No……………………………., dated ……………………….

(h) In this newly formed Partnership Firm, we are …………………no. of partners. The details
of the previous proprietary firm or previous dissolved partnership firm or previous splitted
partnership firm(s) wherein any of the partners of the present firm was a proprietor / partner
and proposed to use credentials obtained in such previous propriety firm (s) / partnership
firm(s) is as under:-

S.N. Name of person in the Details of Share in Share in Remarks


newly formed Previous newly previous
partnership firm proprietary/ formed partnership
Partnership partnership firm
Firm firm
1.

2.

3.

(i) That, following relevant documents are Annexed with bid:-


(j) Copy of previous Partnership Deed(s).
(k) Copy of previous Dissolution/splitting Deed(s) of previous partnership deed(s).
(l) Proof of surrender of PAN No(s) (in case of dissolution of partnership firm).

Declaration by the Tenderer:-

I hereby declare that the information given above are true. If any of the above information
is found to be wrong at any time, my tender will liable to be rejected.

Name and Signature of tenderer

along with Seal

Annexure-L
NORTHERN RAILWAY
(Standard Format)
COMPLETION CERTIFICATE

 Page 144 of 256


 Signature of Tenderer

The work of “------------------- (Full name of the work) -------------------------” has been
Completed or substantially completed * with following details:-

1 Name & complete address of the contractor.

2 Nature of entity (sole prop/ partnership


firm/ company / JV)
3 In case of Sole proprietorship, the name of
(a) sole proprietor
(b) In case of partnership firm/JV, the names &
shares of various partners/ members.
4 Date of Acceptance/LOA
5 Agreement No. & date

6 i) Original Agreement Cost


ii) Final Agreement Cost
7 Total payment made along with financial
year-wise break-up
8 Original date of completion (DOC)

9 (a)Actual date of completion


(b)Whether extension to DOC given with
penalty or without penalty

10 Brief description of nature & scope of work

11 Performance of contractor
(Satisfactory/unsatisfactory)
It is certified that the above work has been completed successfully in accordance with
provisions of contract.
* 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.

(----------------------------)
Name & Signature
Issuing authority with seal
Date of issue of certificate:------
Case File No.:-------------------------------

Annexure-M
(Reference Clause 2.2.6 of tender document)

 Page 145 of 256


 Signature of Tenderer

FORMAT FOR CERTIFICATE TO BE UPLOADED BY TENDERER ALONGWITH THE
TENDER DOCUMENTS

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


attorney/authorised signatory of the tenderer,

M/s_____________________________ (hereinafter called the tenderer) for the purpose


of the Tender documents for the work of
____________________________________________ as per the tender
No.____________ of Northern 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 alongwith 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 by us.

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.

 Page 146 of 256


 Signature of Tenderer

8. I/we understand that if the contents of the Certificate submitted by us are found to
be forged/false 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 upto 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 at any time after the award of the contract, it will lead to
termination of the contract, alongwith 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 upto 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.

 Page 147 of 256


 Signature of Tenderer

Annexure-M (A)

Reference –Clause 2.2.6 of Tender Document

(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 ……………………....(tenderering 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:

*********

 Page 148 of 256


 Signature of Tenderer

Annexure-N
CERTIFICATE OF ANNUAL CONTRACTUAL TURNOVER FROM CHARTERED
ACCOUNTANT.

For evaluation of Bid Capacity


Maximum value of construction works executed and payment received in any one of the previous
three financial years or the current financial year (up to date of inviting tender)
Details of Annual contractual turnover received by the tenderer / constituent of tendering JV in any
one of the previous three financial years or the current financial year (up to date of inviting tender)

Name of the Tenderer / constituent of tendering JV: _________________________________

Annual Contractual Turnover Data for the Previous 3/4 Years


(Contractual Payment only)
Amount Exchange Indian National Rupees
Year
Currency Rate Equivalent

Maximum Annual Contractual Turnover for last 3 years or current


financial year

1. The annual contractual turnover shall be calculated as in any one of the previous three
financial year or current financial year (upto the date of inviting tender). 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.
4. Exchange rate will be governed by para 10.5 of GCC-2022/Clause No.2.3.2(A)(xvi) of
tender document
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._____________________

 Page 149 of 256


 Signature of Tenderer

(Signature of Chartered Accountant)
Name of CA:______________
Registration No: ______________
(Seal)

 Page 150 of 256


 Signature of Tenderer

Annexure-O-1
UNDERTAKING BY SOLE PROPRIETORSHIP FIRM

I………………..S/o Shri ………………….aged about …………………..years


R/o……………………………………………………………………………….do hereby solemnly affirm
and declare as under:

1. That I am running a business in the name and style of M/S…………………. which is a sole
proprietorship firm and which has got GST registration No……………..

2. That I am the sole proprietor of the said firm M/S


……………………………………………………………………………

3. That the Head office of the above named firm is situated


at…………………………………………………………………………..

4. That I/ my Firm ………. 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.

Signature of tenderer

 Page 151 of 256


 Signature of Tenderer

Annexure-O-2

POWER-OF-ATTORNEY FOR SIGNING OF BID ON BEHALF OF PARTNERSHIP FIRM

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of partners of the firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS WE

(1)………………………….. S/oShri………………. R/o………………………….

(2)………………………….. S/oShri……………..… R/o…………………..………

(3)……………………… … S/o Shri…………….. R/o………………………….

(4)…………………………. S/o Shri………….. R/o………………….………

all are the partners of a partnership firm namely M/S……………………….… …………………. (Name
of firm) hereinafter referred to as ‘firm’, which is registered at Registration No………………by Registrar
of Firms…………………………. The firm is having its head office
at……………………………………………………………………………….. (hereinafter to be referred as
the 'Firm').

AND WHEREAS we all the above named partners have on………………….(date) given our consent on
behalf of firm to participate in the tender No.___________________________________ issued by
Northern Railway for the work namely
“______________________________________________________________”

We the above named partners of above named firm do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms. ____________S/o Shri____________(address)______________________& Mr./ Ms.
____________S/o Shri____________(address)______________________ as our true and lawful attorney
(hereinafter referred to as “Attorney”) of the firm to jointly or severally exercise all or any of the following
powers for and on behalf of M/S ………………… ………………………………………………………
(name of firm) in connection with aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf
of the firm.
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. on behalf of firm.
3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to
make representations, submit papers, affidavits and to do any other act and complete requisite
formalities on behalf of the firm in connection with completion of aforesaid tender work and to
enter into liability against the firm.
4. To sign, execute the contract with Northern Railway for and on behalf of the firm.
5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above.

We on behalf of firm undertake that it shall not cancel or amend this power of Attorney without obtaining
previous written consent of Northern Railway.

 Page 152 of 256


 Signature of Tenderer

We on behalf of firm hereby agree that all acts, deeds or things lawfully done by the said Attorneys or either
of them under the authority of this power shall be construed as acts, deeds and things done by the firm and
we hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall
lawfully do or cause to be done by virtue of the powers hereby given.

That we/our Firm ………. is not blacklisted or debarred by Railways or any other Ministry / Department of Govt. of
India from participation in tender / contracts as on the date of opening of bids, either in their individual capacity or in
any firm in which they were / are partners. Concealment / wrong information in regard to above shall make the
contract liable for determination under Clause 62 of the General Conditions of Contract.

Specimen signatures of the Attorney are appended below.

IN WITNESS WHEREOF this deed has been signed and sealed by us the under named, on
this………………… day of………………… 20…. , in presence of:

WITNESSES:

1. Signature Executants Partners


Name: (Name ) ( Signature)
Address:
1……………………………..
2. ……………………………..
3. ……………………………..
4. ……………………………..

2. Signature
Name:
Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance:

(1) Name…………………………… Signature……………………

(2) Name…………………………… Signature………………………

Executed and Signed before me on this…………day of ……. At ……………………………..(place).

(seal and signature of Notary Public)

Notes:

1. In this format space has been provided for entering details of four partners& two attorney holders
however if the number vary details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document).

3. Each page of the document should be signed by executants.

4. The power of attorney should be Notarized/ Registered

 Page 153 of 256


 Signature of Tenderer

Annexure-O-3

POWER-OF-ATTORNEY ON BEHALF OF THE JOINT VENTURE

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of the members of Joint Venture)

KNOW ALL MEN BY THESE PRESENTS THAT WE THE PARTIES whose details are given here
under:

1. ……………………………………………………………….…………….(name of
constituent)…………………………………………..(address) as the first party.
2. …………………………………………………………….(name of
constituent)…………………………………………..(address) as the second party.

Have entered into a Joint Venture agreement for the purpose of securing the work advertised by
Northern Railway vide NIT No……………………………………………………….details of
works are as under:
“……………………………………………………………………………………………………
……………………………………………”
The aforesaid Joint Venture shall be known by the name
“………………………………………………..” (Hereinafter called the Joint Venture which
Expression shall unless repugnant to the context or meaning thereof, include its successors,
administrators and assigns.

We the above said parties, through this power of Attorney do hereby irrevocably constitute, nominate,
appoint and authorize Mr./ Ms. ____________S/o Shri ____________(address) who is presently holding
the position of ………………………………… in ………………………………………the firm/ company
as our true and lawful attorney (hereinafter referred to as “Attorney”) of the Joint Venture under whose
digital signature key the tender document shall be uploaded on behalf of JV. to jointly or severally
exercise all or any of the following powers for and on behalf of “
………………………………………………………………………… (name of JV) in connection with
aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf
of the Joint Venture.
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. on behalf of Joint
Venture
3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to
make representations, submit papers, affidavits and to do any other act and complete requisite
formalities on behalf of the Joint Venture in connection with completion of aforesaid tender work
and to enter into liability against the Joint Venture.
4. To sign, execute the contract with Northern Railway for and on behalf of the Joint Venture.
5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above on behalf of Joint Venture.

 Page 154 of 256


 Signature of Tenderer

The Joint Venture agrees and undertakes that in the event of any change in the constitution of the
Joint Venture the rights and obligations of the Joint Venture shall continue to be in full force
without any effect thereof.
We all the members of Joint Venture undertake that we shall not cancel or amend this Power of
Attorney unilaterally and without prior written consent of Northern Railway.

AND the Joint Venture hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or
either of them under the authority of this power shall be construed as acts, deeds and things done by the
Joint Venture and the Company hereby undertakes to confirm and ratify all and whatsoever the said
Attorneys or either of them shall lawfully do or cause to be done by virtue of the powers hereby given.

IN WITNESS WHEREOF the members constituting the Joint Venture as aforesaid have executed these
present, on this………………… day of………………… 20…. , under the common seal(s)/seals of their
companies and/or firms(s), in presence of:

WITNESSES:

1. Signature Signature of authorized signatories & their Seals:


Name:
Address: 1. First Party (signature)
Name:
Seal

2. Signature 2. Second Party (signature)


Name: Name:
Address: Seal

Specimen Signatures of Attorney Holder in token of acceptance:

Name………………………Signature…………………

Executed and Signed before me on this…………day of ………………. At


……………………………..(place).

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two constituents of the JV
however if the number vary the details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document)..

3. Each page of the document should be signed by executants.

 Page 155 of 256


 Signature of Tenderer

Annexure-O-4

CONSENT OF PARTNERS OF PARTNERSHIP FIRM FOR SIGNING JOINT VENTURE


(to be executed on non-judicial stamp paper as per tender conditions-Non Judicial stamp paper
should be purchased in the name of partners of the firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS WE :


(1)………………………….. S/o Shri……………. R/o………………………….
(2)………………………….. S/oShri………….…… R/o…………………..………
(3)……………………… … S/oShri……………… R/o………………………….
(4)…………………………. S/o Shri…………….. R/o………………….………

all are the partners of a partnership firm namely M/S ………………… ……………………(Name of firm)
hereinafter referred to as ‘firm’, which is registered at Registration No………………………by Registrar
of Firms…………………………. The firm is having its head office
at……………………………………………………………………………..
AND WHEREAS it has come to our knowledge that NIT No.________________________________ has
been issued by Northern Railway for the work namely
“____________________________________________________________________________”
We all the above named partners on behalf of the above named firm hereby give our consent to participate
in the above tender in Joint Venture.
Further we all the above named partners on behalf of the above named firm hereby give our consent to enter
in to Joint Venture agreement, with M/S__________________________&
M/S___________________________ (name of other constituent(s) of joint venture) and to participate in
tender as Joint Venture aforesaid.
That we/our Firm ………. 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.

Date:
Place:
Executants Partners

(Name ) ( Signature)

1…………………………….. …………………………………..
2. …………………………….. …………………………………..
3. …………………………….. …………………………………..
4. …………………………….. …………………………………..

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of four partners and two JV
constituents however if the number vary details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document)..
3. Each page of the document should be signed by executants.

 Page 156 of 256


 Signature of Tenderer

Annexure-O-5

POWER-OF-ATTORNEY FOR SIGNING JOINT VENTURE AGREEMENT ON BEHALF OF


PARTNERSHIP FIRM

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of partners of the firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS WE


(1)………………………….. S/o Shri………………. R/o………………………….
(2)………………………….. S/oShri…………….… R/o…………………..………
(3)……………………… … S/o Shri……………….. R/o………………………….
(4)…………………………. S/o Shri……….…….. R/o………………….………

All are the partners of a partnership firm namely M/s. ……………………………………………….Name of


firm) hereinafter referred to as ‘firm’, which is registered at Registration No………………by Registrar of
Firms…………………………. The firm is having its head office
at……………………………………………………………….. (hereinafter to be referred as the 'Firm').

AND WHEREAS we all the above named partners have on………………….(date) given our consent on
behalf of firm to participate in the tender No.___________________________________ issued by
Northern Railway for the work namely
“____________________________________________________________________________”in Joint
Venture with M/S……………………………………..& M/S……………………………………..

We the above named partners of above named firm do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms. ____________S/o Shri____________(address)______________________& Mr./ Ms.
____________S/o Shri____________(address)______________________ as our true and lawful attorney
(hereinafter referred to as “Attorney”) of the firm to jointly or severally exercise all or any of the following
powers for and on behalf of M/S ………………… ………………………………………………………
(name of firm) in connection with aforesaid bid:

1. To enter into and execute and sign JOINT VENTURE agreement, on behalf of our firm with
M/S………………………………………& M/S……………………………………………….
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc. in connection with
aforesaid bid.
3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to
make representations, submit papers, affidavits and to do any other act and complete requisite
formalities on behalf of the firm in connection with completion of aforesaid tender work and to
enter into liability against the firm.
4. To sign, execute the contract with Northern Railway for and on behalf of the firm.
5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above and to enter into liability against the firm.
6. That we/our Firm ………. 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.

 Page 157 of 256


 Signature of Tenderer

We on behalf of firm undertake that it shall not cancel or amend this power of Attorney without obtaining
previous written consent of Northern Railway.

We on behalf of firm hereby agree that all acts, deeds or things lawfully done by the said Attorneys or either
of them under the authority of this power shall be construed as acts, deeds and things done by the firm and
we hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall
lawfully do or cause to be done by virtue of the powers hereby given.

Specimen signatures of the Attorney are appended below.

IN WITNESS WHEREOF this deed has been signed and sealed by us the under named, on
this………………… day of………………… 20…. , in presence of:

WITNESSES:

1. Signature Executants Partners


Name: (Name ) ( Signature)
Address:
1……………………………..
2. ……………………………..
3. ……………………………..
4. ……………………………..

1. Signature
Name:
Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance:

(1) Name………………………………Signature……………………
(2) Name………………………………Signature……………………

Executed and Signed before me on this…………day of ……… At ……………………………..(place).

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of four partners, two constituents of
JV and two attorney holders, however if the number vary the details may accordingly be entered.

2. The document should be notarized at its place of execution.

3. Each page of the document should be signed by executants.

 Page 158 of 256


 Signature of Tenderer

Annexure-O-6

AFFIDAVIT BY SOLE PROPRIETORSHIP FIRM WHEN PARTICIPATING IN JOINT VENTURE

(to be executed non judicial stamp paper of appropriate value as per law of state concerned- Non
Judicial stamp paper should be purchased in the name of proprietor of the firm)

I…………………….S/o Shri…………………………………….aged about …………………..years


R/o……………………………………………….do hereby solemnly affirm and declare as under:

1. That I am running a business in the name and style of M/s…………………………. which is a sole
proprietorship firm and which has got GST registration No……………………...

2. That I am the sole proprietor of the said firm M/S


………………………………………………………………………………………………

3. That the Head office of the above named firm is situated


at…………………………………………………………………………………………….

4. That I through my above named firm shall participate in the tender


No.____________________________ issued by Northern Railway for the work namely
“___________________________________________________________________________”
in Joint Venture and for the purpose shall enter into and execute joint venture agreement with
M/S__________________________& M/S___________________________ (name of other
constituent(s) of joint venture).

5. That we/our Firm ………. 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.

DEPONENT

Verification:

Verified at………….on this …………day of…………..that the contents of my above affidavit are true
and correct to the best of my knowledge and belief and nothing material has been concealed there from.

DEPONENT

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two constituents of the JV
however if the number vary details may accordingly be entered.
2. The document should be notarized at its place of execution (Place of signing the document)..
3. Each page of the document should be signed by executants.

 Page 159 of 256


 Signature of Tenderer

Annexure-O-7

Board’s Resolution of company for entering into Joint Venture (To be printed on Company’s letter
head)

EXTRACT OF THE RESOLUTION PASSED AT THE MEETING OF THE BOARD OF DIRECTORS


OF (Company Name) ___________________________________
(CIN_________________________________) (hereinafter referred to as company) HELD ON (Date)
_______________ AT (Address) ______________________

Whereas the Board has been described about NIT No.___________________________________ issued
by Northern Railway for the work namely “_________________________________”.

Board discussed the matter and after discussion following resolution was passed:

RESOLVED THAT the company (company name) shall participate in the above tender in Joint Venture
and for the purpose the company shall enter into and execute joint venture agreement, with
M/S__________________________& M/S___________________________ (name of other constituent(s)
of joint venture).

Resolved further that the Board authorizes, Mr./ Ms. __________________________& Mr./ Ms.
__________________________ (name and designation) of the company, to jointly or severally, sign joint
venture agreement, and to sign such other documents and to do any other act and complete requisite
formalities on behalf of the company in connection with completion of aforesaid tender work and to enter
into liability against the company.

Resolved further that Board authorizes Mr./Ms.___________________________________(name and


designation) of the company to execute Power of Attorney in terms of this resolution in favour of
Mr./Ms.____________________________& Mr./Ms.______________________________ the person(s)
above named.

The acts done and documents executed by such above named authorized person(s) shall be binding on the
company.

For the Organization,

(Seal of company & Signature of authorized person)

Name: __________________________________
Designation: _________________
Place:
Dated:

Executed and Signed before me on this…………day of …………At …………………………..(place).

(seal and signature of Notary Public)

 Page 160 of 256


 Signature of Tenderer

Notes: 1. In this format space has been provided for entering details of two constituents of the JV and two authorized
persons however if the number vary details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document).

3. Each page of the document should be signed by authorized signatory(s).

4. Any person / director should not be authorized to execute Power of Attorney in his own favour.

 Page 161 of 256


 Signature of Tenderer

Annexure-O-8

POWER-OF-ATTORNEY BY A COMPANY (incorporated under companies Act) for entering


into JOINT VENTURE AGREEMENT.

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of the company)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/S …………………


……………………………………………………… (name of company & CIN number) is a Company
registered under the Companies Act, 2013, and having its registered office at………………… (Hereinafter
called the 'Company').

AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of
the Board of directors of the company the company (company name) has decided to participate in the
tender No.___________________________________ issued by Northern Railway for the work namely
“____________________________________________________________”

in Joint Venture and for the purpose the company shall enter into and execute joint venture agreement with
M/S_________________________ & M/S___________________________(name of other constituent(s)
of joint venture) AND THAT M/S___________________________(name of the lead member of joint
venture) shall act as the lead member of above mentioned joint venture.

I………………………………………………………(name and designation) the authorised representative


of M/S ………………… ……………………………………………………… (name of company) duly
authorized in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms. ____________(designation)____________(address)______________________& Mr./
Ms. Mr./ Ms. ____________(designation)____________(address)______________________who is/are
presently holding the above mentioned position in the company as our true and lawful attorney (hereinafter
referred to as “Attorney”) of the company to jointly or severally exercise all or any of the following powers
for and on behalf of M/S ………………… ……………………………………………………… (Name of
company & CIN number) in connection with aforesaid bid:

1. To enter into and execute and sign JOINT VENTURE agreement, draft of which has been approved
by the company, on behalf of the company with above named constituents for participating in the
aforesaid bid of the Northern Railway on behalf of the company.
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc.
3. To do any other act and complete requisite formalities on behalf of the company in connection
with completion of aforesaid tender work and to enter into liability against the company.
4. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above.
5. That we/our (Name of 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 General Conditions of Contract.

 Page 162 of 256


 Signature of Tenderer

The company agrees and undertakes that in the event of any change in the constitution of the company the
rights and obligations of the company shall continue to be in full force without any effect thereof.

The company undertakes that it shall not cancel or amend this power of Attorney without obtaining previous
written consent of Northern Railway.

AND the Company hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either
of them under the authority of this power shall be construed as acts, deeds and things done by the Company
and the Company hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either
of them shall lawfully do or cause to be done by virtue of the powers hereby given.

IN WITNESS WHEREOF this deed has been signed and sealed by


Shri……………………………………..(name and designation), on this………………… day
of………………… 20… , in presence of:

WITNESSES:

1. Signature Executants’ Signature& Seal of company:


Name:
Address: Name:
Designation:

2. Signature
Name:
Address:

Specimen Signatures of Attorney Holder in token of acceptance:

(1)Name ………………………………Signature……………………

(2)Name …………………………………Signature…………………

Executed and Signed before me on this…………day of ………………. At


……………………………..(place).

(Seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two constituents of the JV and
two authorized persons/attorney holders however if the number vary the details may accordingly be
entered.

 Page 163 of 256


 Signature of Tenderer

2. The document should be notarized at its place of execution (Place of signing the document)..

3. Each page of the document should be signed by executants.

4. Executant and Power of Attorney holder should not be the same person.

 Page 164 of 256


 Signature of Tenderer

Annexure-O-9

POWER-OF-ATTORNEY FOR SIGNING OF BID (when Tenderer is company incorporated


under companies Act)

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of the company)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/s …………………


……………………………………………………… (name of company & CIN number) is a Company
registered under the Companies Act, 2013, and having its registered office
at…………………………………… (hereinafter called the 'Company').

AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of
the Board of directors of the company the company (company name) have decided to participate in the
tender No.___________________________________ issued by Northern Railway for the work namely
“_________________________________________________________”

I………………………………………………………(name and designation) the authorised representative


of M/S ………………… ……………………………………………………… (name of company) duly
authorized in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms. ____________(designation)____________(address)______________________& Mr./
Ms. Mr./ Ms. ____________(designation)____________(address)______________________who is/are
presently holding the above mentioned position in the company as our true and lawful attorney (hereinafter
referred to as “Attorney”) of the company to jointly or severally exercise all or any of the following powers
for and on behalf of M/S ………………… ……………………………………………………… (name of
company & CIN number) in connection with aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf
of the company.
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc.
3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to
make representations, submit papers, affidavits and to do any other act and complete requisite
formalities on behalf of the company in connection with completion of aforesaid tender work and
to enter into liability against the company.
4. To sign, execute the contract with Northern Railway for and on behalf of the company.
5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above.

The company agrees and undertakes that in the event of any change in the constitution of the company the
rights and obligations of the company shall continue to be in full force without any effect thereof.

The company undertakes that it shall not cancel or amend this power of Attorney without obtaining previous
written consent of Northern Railway.

 Page 165 of 256


 Signature of Tenderer

AND the Company hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either
of them under the authority of this power shall be construed as acts, deeds and things done by the Company
and the Company hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either
of them shall lawfully do or cause to be done by virtue of the powers hereby given.

That our 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 General Conditions of Contract.

IN WITNESS WHEREOF this deed has been signed and sealed by


Shri……………………………………..(name and designation), on this………………… day
of………………… 20…. , in presence of:

WITNESSES:

1. Signature Executants’ Signature& Seal of company:


Name:
Address: Name:
Designation:

2. Signature
Name:
Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance:

(1) Name ………………………………… Signature…………………

(2) Name…………………………………… Signature………………

Executed and Signed before me on this…………day of ………………. At


……………………………..(place).

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two authorized persons/attorney
holders however if the number vary details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document)..

3. Each page of the document should be signed by executants.

4. Executant and Power of Attorney holder should not be the same person.

 Page 166 of 256


 Signature of Tenderer

Annexure-O-10

Board’s Resolution of company incorporated under companies Act for submitting Tender by
company (To be printed on company’s letter head)

EXTRACT OF THE RESOLUTION PASSED AT THE MEETING OF THE BOARD OF DIRECTORS


OF (Company Name) ___________________________________(CIN_____________________)
(hereinafter referred to as company) HELD ON (Date) _______________ AT (Address)
_____________________________

Whereas the Board has been described about NIT No.___________________________________ issued
by Northern Railway for the work namely
“____________________________________________________”. Board discussed the matter and after
discussion following resolution was passed:

RESOLVED THAT the company (company name) shall participate in the above tender .

Resolved further that the Board authorizes, Mr./ Ms. __________________________& Mr./ Ms.
__________________________ (name and designation) of the company, to jointly or severally sign and
submit all the necessary papers, letters, forms, quotes, bids etc, negotiate, discuss, agree to make any
amendments, alterations or modifications thereto and to make representations, submit papers, affidavits and
to do any other act and complete requisite formalities on behalf of the company in connection with
completion of aforesaid tender work and to enter into liability against the company.

Resolved further that Board authorizes Mr./Ms.___________________________________(name and


designation) of the company to execute Power of Attorney in terms of this resolution in favour of
Mr./Ms.____________________________& Mr./Ms.___________________________ the person(s)
above named.

The acts done and documents executed by such above named authorized person(s) shall be binding on the
company.

For the Organization,

(Seal of company & Signature of authorized person)

Name: __________________________________

Designation: _________________

Place:

Dated:

Executed and Signed before me on this…………day of ……... At ……………………………..(place).

 Page 167 of 256


 Signature of Tenderer

(Seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two authorized persons however if
the number vary details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document)..

3. Each page of the document should be signed by authorized signatory(s).

4. Any person / director should not be authorized to execute Power of Attorney in his own favour.

 Page 168 of 256


 Signature of Tenderer

Annexure : O-11

POWER-OF-ATTORNEY FOR SIGNING OF BID (when Tenderer is LLP Firm incorporated


under LLP Act)
(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of the LLP Firm)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/S …………………


……………………………………………………… (name of LLP & LLPIN number) is a LLP Firm
registered under the LLP Act, 2008, and having its registered office
at…………………………………………………………………… (hereinafter called the 'LLP').
AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of
the Partners of the LLP the LLP……………………. (LLP name) have decided to participate in the tender
No.___________________________________ issued by Northern Railway for the work namely
“_____________________________________________________”

I……………………………………………………name and designation) the authorised representative of


M/S ………………… ……………………………………………………… (name of LLP) duly authorized
in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and authorize
Mr./Ms. ____________(designation)____________(address)______________________& Mr./
Ms./Mr./Ms. _____(designation)____________(address)______________________who is/are presently
holding the above mentioned position in the LLP as our true and lawful attorney (hereinafter referred to as
“Attorney”) of the LLP to jointly or severally exercise all or any of the following powers for and on behalf
of M/S ………………… ……………………………………………………… (name of LLP & LLPIN
number) in connection with aforesaid bid:

1. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf
of the LLP.
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc.
3. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to
make representations, submit papers, affidavits and to do any other act and complete requisite
formalities on behalf of the LLP in connection with completion of aforesaid tender work and to
enter into liability against the LLP.
4. To sign, execute the contract with Northern Railway for and on behalf of the LLP.
5. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above.

The LLP agrees and undertakes that in the event of any change in the constitution of the LLP, the rights
and obligations of the LLP shall continue to be in full force without any effect thereof.

The LLP undertakes that it shall not cancel or amend this power of Attorney without obtaining previous
written consent of Northern Railway.

 Page 169 of 256


 Signature of Tenderer

AND the LLP hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either of
them under the authority of this power shall be construed as acts, deeds and things done by the LLP and the
LLP hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall
lawfully do or cause to be done by virtue of the powers hereby given.

That our LLP 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 JV in which the LLP was / is a member. Concealment / wrong information in regard to above
shall make the contract liable for determination under Clause 62 of the General Conditions of Contract.

IN WITNESS WHEREOF this deed has been signed and sealed by


Shri……………………………………..(name and designation), on this………………… day
of………………… 20…. , in presence of:

WITNESSES:

1. Signature Signatures of authorized representative & Seal of


Name: LLP:
Address:
Name of authorized representative(Executant):
Designation:

2. Signature
Name:
Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance:

(1)Name ………………………………… Signature…………………

(2Name)……………………………………Signature………………

Executed and Signed before me on this…………day of ………………. At


……………………………..(place).

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two authorized persons/attorney
holders however if the number vary details may accordingly be entered.
2. The document should be notarized at its place of execution (Place of signing the document)..
3. Each page of the document should be signed by executants.

 Page 170 of 256


 Signature of Tenderer

Annexure: O-12

Partner’s Resolution of LLP Firm incorporated under LLP Act for submitting Tender by LLP firm
(To be printed on Firm’s letter head)

EXTRACT OF THE RESOLUTION PASSED AT THE MEETING OF THE PARTNERS


OF_____________________________________________________________________ (LLP Name)
having LLPIN______________of 20…….. (hereinafter referred to as LLP) HELD ON (Date)
_______________ AT (Address) _______________________________________________
Whereas the Board has been described about NIT No.___________________________________ issued
by Northern Railway for the work namely
“______________________________________________________________________________”.
Partners discussed the matter and after discussion following resolution was passed:

RESOLVED THAT the LLP (LLP name) shall participate in the above tender .

Resolved further that the LLP/Partners authorize(s), Mr./ Ms. __________________________& Mr./ Ms.
__________________________ (name and designation) of the LLP, to jointly or severally sign and submit
all the necessary papers, letters, forms, quotes, bids etc., negotiate, discuss, agree to make any amendments,
alterations or modifications thereto and to make representations, submit papers, affidavits and to do any
other act and complete requisite formalities on behalf of the LLP in connection with completion of aforesaid
tender work and to enter into liability against the LLP.

Resolved further that LLP/Partners authorize(s ) Mr./Ms.___________________________________(name


and designation) of the LLP to execute Power of Attorney in terms of this resolution in favour of
Mr./Ms.____________________________& Mr./Ms.______________________________ the person(s)
above named.

The acts done and documents executed by such above named authorized person(s) shall be binding on the
LLP.

For the Organization,

(Seal of LLP & Signature of authorized person)

Name of authorized person: __________________________________

Designation: _________________

Place:
Dated:
Executed and Signed before me on this…………day of ………………. At
……………………………..(place).

(Seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two authorized persons however if
the number vary details may accordingly be entered.
2. The document should be notarized at its place of execution (Place of signing the document)..
3. Each page of the document should be signed by authorized signatory(s)

 Page 171 of 256


 Signature of Tenderer

Annexure : O-13

Partner’s Resolution of LLP Firm for entering into Joint Venture (To be printed on LLP Firm’s
letter head)

EXTRACT OF THE RESOLUTION PASSED AT THE MEETING OF THE PARTNERS


OF______________________________________________________________ (LLP Name) having
LLPIN________________of 20…………….)(hereinafter referred to as LLP) HELD ON (Date)
_______________ AT (Address) _______________________________________________

Whereas the Partners have been described about NIT No.___________________________________


issued by Northern Railway for the work namely
“____________________________________________________________________________”.
Partners discussed the matter and after discussion following resolution was passed:

RESOLVED THAT the LLP……….. (LLP name) shall participate in the above tender in Joint Venture
and for the purpose the LLP shall enter into and execute joint venture agreement, with
M/s__________________________& M/s___________________________ (name of other constituent(s)
of joint venture).

Resolved further that the LLP/Partners authorize(s), Mr./ Ms. __________________________& Mr./ Ms.
__________________________ (name and designation) of the LLP, to jointly or severally, sign joint
venture agreement, and to sign such other documents and to do any other act and complete requisite
formalities on behalf of the LLP in connection with completion of aforesaid tender work and to enter into
liability against the LLP.

Resolved further that LLP/Partners authorize(s) Mr./Ms.___________________________________(name


and designation) of the LLP to execute Power of Attorney in terms of this resolution in favour of
Mr./Ms.____________________________& Mr./Ms.______________________________ the person(s)
above named.

The acts done and documents executed by such above named authorized person(s) shall be binding on the
LLP.

For the Organization,

(Seal of LLP & Signature of authorized person)

Name of authorized person: __________________________________

Designation: _________________

Place:

Dated:

Executed and Signed before me on this…………day of ………………. At


……………………………..(place).

(seal and signature of Notary Public)

 Page 172 of 256


 Signature of Tenderer

Notes: 1. In this format space has been provided for entering details of two constituents of the JV and two
authorized persons however if the number vary details may accordingly be entered.

2. The document should be notarized at its place of execution (Place of signing the document)..

3. Each page of the document should be signed by authorized signatory(s).

 Page 173 of 256


 Signature of Tenderer

Annexure : O-14

POWER of ATTORNEY BY A LLP Firm (incorporated under LLP Act) for entering into JOINT
VENTURE AGREEMENT.

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of the LLP)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/S …………………


……………………………………………………… (name of LLP & LLPIN number) is a LLP registered
under the LLP Act, 2008, and having its registered office at………………… (Hereinafter called the 'LLP').

AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of
the Partners of the LLP, the LLP…………………………….. (LLP name) has decided to participate in the
tender No.___________________________________ issued by Northern Railway for the work namely
“________________________________________________”

in Joint Venture and for the purpose the LLP shall enter into and execute joint venture agreement with
M/S_________________________ & M/S___________________________(name of other constituent(s)
of joint venture) AND THAT M/S___________________________(name of the lead member of joint
venture) shall act as the lead member of above mentioned joint venture.

I………………………………………………………(name and designation) the authorised representative


of M/S ………………… ……………………………………………………… (name of LLP) duly
authorized in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and
authorize Mr./ Ms. ____________(designation)____________(address)______________________& Mr./
Ms. Mr./ Ms. ____________(designation)____________(address)______________________who is/are
presently holding the above mentioned position in the LLP as our true and lawful attorney (hereinafter
referred to as “Attorney”) of the LLP to jointly or severally exercise all or any of the following powers for
and on behalf of M/S ………………… ……………………………………………………… (Name of LLP
& LLPIN number) in connection with aforesaid bid:

1. To enter into and execute and sign JOINT VENTURE agreement, draft of which has been approved
by the LLP, on behalf of the LLP with above named constituents for participating in the aforesaid
bid of the Northern Railway on behalf of the LLP.
2. To sign and submit all the necessary papers, letters, forms, quotes, bids etc.
3. To do any other act and complete requisite formalities on behalf of the LLP in connection with
completion of aforesaid tender work and to enter into liability against the LLP.
4. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes
mentioned above.
5. That we/our Firm ………. 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.

 Page 174 of 256


 Signature of Tenderer

The LLP agrees and undertakes that in the event of any change in the constitution of the LLP, the rights
and obligations of the LLP shall continue to be in full force without any effect thereof.

The LLP undertakes that it shall not cancel or amend this power of Attorney without obtaining previous
written consent of Northern Railway.

AND the LLP hereby agrees that all acts, deeds or things lawfully done by the said Attorneys or either of
them under the authority of this power shall be construed as acts, deeds and things done by the LLP and the
LLP hereby undertakes to confirm and ratify all and whatsoever the said Attorneys or either of them shall
lawfully do or cause to be done by virtue of the powers hereby given.

IN WITNESS WHEREOF this deed has been signed and sealed by Shri……………………………(name
and designation), on this………………… day of………………… 20… , in presence of:

WITNESSES:

1. Signature Signatures of authorized representative & Seal of


Name: LLP:
Address:
Name of authorized representative:
Designation:

2. Signature
Name:
Address:

Specimen Signatures of Attorney Holder in token of acceptance:

(1)Name ………………………………Signature……………………

(2)Name …………………………………Signature…………………

Executed and Signed before me on this…………day of ………………. At


……………………………..(place).

(Seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two constituents of the JV and
two authorized persons/attorney holders however if the number vary the details may accordingly be
entered.

2. The document should be notarized at its place of execution (Place of signing the document).

3. Each page of the document should be signed by executants

 Page 175 of 256


 Signature of Tenderer

Annexure-O-15

AFFIDAVIT BY HUF

(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non
Judicial stamp paper should be purchased in the name of HUF

I………………..S/o Shri ………………….aged about …………………..years


R/o……………………………………………………………………………….and as Karta of my Hindu
Undivided Family (HUF) affirm on oath and declare as under:-

1. That I am Karta of our HUF which is known as ------------------(HUF)

2. That as on today, name of coparceners (including name of Karta) of our above said HUF, their father
name and their addresses are as under:-

S.No. Name of Coparceners Name of Father Address


1.
2.
3.
4.
5.

3. That the above said HUF is in existing since---------------. (Date of incorporation of HUF).

4. That I, in the position of KARTA of Hindu Undivided Family (HUF) am submitting the tender on behalf of
HUF and declare that the acts done and documents executed by me shall be binding on the HUF, M/s-----
--------------------------

5. That I/HUF Firm ………. 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.

DEPONENT

Verification:

Verified at…………….on this …………day of………..that the contents of my above affidavit are true
and correct to the best of my knowledge and belief and nothing material has been concealed therefrom.

DEPONENT

Karta of HUF-M/s------------------------

 Page 176 of 256


 Signature of Tenderer

(seal and signature of Notary Public)

Notes: 1. The document should be notarized at its place of execution (Place of signing the document).

2. Each page of the document should be signed by executants.

 Page 177 of 256


 Signature of Tenderer

Annexure : O-16

POWER-OF-ATTORNEY FOR SIGNING OF BID (when Tenderer is Registered Society or Registered


Trust Registered under Society Registration Act,1860 or The Indian Trust Act, 1882)
(to be executed non judicial stamp paper of appropriate value as per law of state concerned-Non Judicial
stamp paper should be purchased in the name of the Registered Society or Registered Trust)

KNOW ALL MEN BY THESE PRESENTS: WHEREAS M/S …………………


……………………………………………………… (name of Registered Society or Registered Trust & Registered
Society having Registration number) is a Registered Society or Registered Trust and having its registered office
at…………………………………………………………………… (hereinafter called the 'Registered Society or
Registered Trust ').

AND WHEREAS by its resolution No………………… passed in the meeting held on………………… of the
Partners of the Registered Society or Registered Trust ……………………. have decided to participate in the tender
No.___________________________________ issued by Northern Railway for the work namely
“_____________________________________________________”

I……………………………………………………name and designation) the authorised representative of M/S


………………… ……………………………………………………… (name of Registered Society or Registered
Trust) duly authorized in this behalf by aforesaid resolution do hereby irrevocably constitute, nominate, appoint and
authorize Mr./Ms. ____________(designation)____________(address)______________________& Mr./
Ms./Mr./Ms. _____(designation)____________(address)______________________who is/are presently holding the
above mentioned position in the Registered Society or Registered Trust as our true and lawful attorney (hereinafter
referred to as “Attorney”) of the Registered Society or Registered Trust to jointly or severally exercise all or any of
the following powers for and on behalf of M/S ………………… ………………………………………………………
(name of Registered Society or Registered Trust having registration number……… in connection with aforesaid bid:

6. To sign and submit Tender and participate in the aforesaid bid of the Northern Railway on behalf of the
Registered Society /Registered Trust.
7. To sign and submit all the necessary papers, letters, forms, quotes, bids etc.
8. To negotiate, discuss, agree to make any amendments, alterations or modifications thereto and to make
representations, submit papers, affidavits and to do any other act and complete requisite formalities on behalf
of the Registered Society /Registered Trust in connection with completion of aforesaid tender work and to
enter into liability against the Registered Society /Registered Trust.
9. To sign, execute the contract with Northern Railway for and on behalf of the Registered Society / Registered
Trust.
10. And generally to do all such acts, deeds or things as may be necessary or proper for the purposes mentioned
above.

The Registered Society /Registered Trust agrees and undertakes that in the event of any change in the constitution of
the Registered Society / Registered Trust, the rights and obligations of the Registered Society / Registered Trust shall
continue to be in full force without any effect thereof.

The Registered Society / Registered Trust undertakes that it shall not cancel or amend this power of Attorney without
obtaining previous written consent of Northern Railway.

 Page 178 of 256


 Signature of Tenderer

AND the Registered Society / Registered Trust hereby agrees that all acts, deeds or things lawfully done by the said
Attorneys or either of them under the authority of this power shall be construed as acts, deeds and things done by the
Registered Society / Registered Trust and the Registered Society / Registered Trust hereby undertakes to confirm and
ratify all and whatsoever the said Attorneys or either of them shall lawfully do or cause to be done by virtue of the
powers hereby given.

That our Registered Society / Registered Trust 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 JV in which the Registered Society / Registered Trust was / is a member. Concealment / wrong
information in regard to above shall make the contract liable for determination under Clause 62 of the General
Conditions of Contract.

IN WITNESS WHEREOF this deed has been signed and sealed by Shri……………………………………..(name
and designation), on this………………… day of………………… 20…. , in presence of:

WITNESSES:

3. Signature Signatures of authorized representative & Seal of


Name: Registered Society / Registered Trust:
Address:
Name of authorized representative(Executant):
Designation:

4. Signature
Name:
Address:

Specimen Signatures of Attorney Holder(s) in token of acceptance:

(1)Name ………………………………… Signature…………………

(2Name)……………………………………Signature………………

Executed and Signed before me on this…………day of ………………. At ……………………………..(place).

(seal and signature of Notary Public)

Notes: 1. In this format space has been provided for entering details of two authorized persons/attorney holders
however if the number vary details may accordingly be entered.
2. The document should be notarized at its place of execution (Place of signing the document)..
3. Each page of the document should be signed by executants.

 Page 179 of 256


 Signature of Tenderer

ANNEXURE-Q

DECLARATION/UNDERTAKING

I/We ……………………………………(Name and Designation of tenderer/Authorized Person of


tender) do hereby declare as under :

1. That I/We are an individual/ Partnership firm/Company/ Society/JV and :


(a) That I/We are not a retired Engineer of the gazetted rank or any other gazetted officer working
before 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,
(b) That I/We being partnership firm / company / joint venture (JV) / registered society / registered
trust etc have none of our partners a retired Engineer or retired gazetted officer as aforesaid.
(c) That I/We being an incorporated company have not any such retired Engineer or retired officer as
one of directors.
(d) That I/We do not have in our employment any retired Engineer or retired gazetted officer retired
from government service (at least 1 year prior to the date of submission of the tender)
(d) That I/We being an individual contractors, do not have a Member (s) of family or in the case of
partnership firm/ company / joint venture (jv) / registered society / registered trust etc. have one
or more of partner(s) /shareholder(s) or member(s) of family of the partner(s) /shareholder(s)
employed in gazetted capacity in the Engineering or any other department of the railway.
OR
2 (a) That I am a Retired Engineer of the Gazetted rank participated in the tender in individual
capacity as ………… (Name of the firm) with following details :

Name Date of retirement Post held, Place and Details of permission taken if
Railway unit from such retired Engineer or
which retired Gazetted Officer had not retired
from Govt. Office at least 1
year prior to the date of
submission of tender

2 (b) That I/We are a Partnership firm/Company/Society/JV and have following retired Railway
Gazetted Officer as our Partner(s)/ Director(s)/Employee :

S. Name Position in Date of Retirement, Details of permission taken if


No. tendering entity Post held, Place and such Retired Engineer or
i.e. Railway unit from Gazetted Officer had not
Partner/Director which retired retired from Govt. Office at
Employee least 1 year prior to the date of
submission of tender

 Page 180 of 256


 Signature of Tenderer

2 (c) That I/We are an Individual/Partnership firm/Company/Registered Society/Trust/JV and have
following partner(s) /Share Holder(s) not having share of more than 1% or member(s) of family of
the individual tenders/ partner(s) /Share Holder(s) employed in Gazetted capacity in the Indian
Railways:

S. Name of the gazetted railway Post held and Railway Details of Share holding or
No. Officer who is/are partner(s) Place of / Unit Relationship with
/Share Holder(s) or member(s) Posting individual/ share holder of
of family of Share Holder(s) of the tenderer
tenderer

Note :

(i) Strike Off (1) or (2) as applicable.


(ii) In case (1) is applicable and any of the 2(a), (b) or (c) is not applicable NIL may be
filled.
(iii) This Annexure-Q is to be given by each member of JV

Place:- ( Signatures of Authorized signatory)

Name of the tendering firm


Dated:

 Page 181 of 256


 Signature of Tenderer

Annexure-R

STANDARD AGREEMENT
(For EBR-IF Funded Contracts Only)

Articles of agreement made on this day ---------------------------in the year Two Thousand and
Twenty between the President of India, acting through the ---------------------<Zonal Railway>
Administration having its office at ----------------------hereinafter called the ‘Railway’ of the first part and <
--------Name of Contractor----> hereinafter called the ‘Contractor’ of the second part having its office at -
-------------------------------------------with GSTIN------------------- <GSTIN of billing unit>.

First part and second part collectively hereinafter called the ‘Parties”.

Whereas the party hereto of the second part executed an agreement with the party hereto of the first
part being agreement no. ----------------dated---------with contract cost of Rs.------------------for performance
of ------------------------------------------hereinafter called the ‘Principal Agreement’.

It is agreed by and between the parties that Contractor shall continue to be held responsible
for all obligations, risk and liabilities, whatsoever, arising out of or in connection with the Principal
Agreement and this Agreement, whether during the progress of the work or after its completion.

It is further agreed and understood by and between the parties that Railway shall be the owner of
assets, if any, arising out of execution of works as defined in the Principal Agreement, except the land
whose ownership shall continue with Railway. Accordingly, the invoices shall be issued by capturing
GSTIN of contractor (as the supplier). Also, the contractor shall submit the invoice, issued in the name of
Railway for processing payment by Railway to Contractor subject to applicable TDS under the Income
Tax, GST or any other applicable laws.

It is further agreed by and between the parties that Contractor shall be responsible to comply with
Income Tax and GST laws in relation to filing of returns.

It is further agreed and understood by and between the parties that, except for the amended
obligations as mentioned above, the terms of the Principal Agreement for all kind of
contractual/performance and legal obligations shall remain in full force and effect.

All the communication in relation to the Principal agreement and said Agreement, would only be
between party hereto of first part and Second part.

For and on behalf of the President of India

Witness of the Signature

1. ------------------------------
2. -------------------------------
Address: ----------------------------

Signature of contractor

 Page 182 of 256


 Signature of Tenderer

<Name of authorised signatory>
Witness of the Signature
1. ------------------------------
2. -------------------------------
Address: ----------------------------

 Page 183 of 256


 Signature of Tenderer

ANNEXURE – U
(Reference Clause 40(A)
Registered Acknowledgement Due
PROFORMA OF 14 DAYS NOTICE FOR OFFLOADING OF PART OF CONTRACT
WORK
___________ RAILWAY
(Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________
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
show adequate progress of work so as to complete the contract within the original / extended date
of completion of contract and part(s) of contract work are yet to be started/ still lagging behind the
agreed program of work, listed as under:
(Details of part(s) of work which is delayed and can be executed independently, 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 14 days’ notice in accordance with Clause 40A
of the Standard General Conditions of Contract to deploy adequate resources i.e. (the details of
resource requirement, to be mentioned) and commence / to make good the progress for part(s) of
works detailed above, failing which action as provided in Clause 40A of the Standard General
Conditions of Contract shall be commenced after expiry of 14 days’ notice period viz. to offload
few/ all part(s) of work mentioned above to any of the existing or new contractor without your
participation and at your Risk & Cost, not exceeding the value of Performance Guarantee of this
contract, which may please be noted.

Kindly acknowledge receipt.


Yours faithfully
For and on behalf of the President of India

 Page 184 of 256


 Signature of Tenderer

ANNEXURE – U-1

(Reference Clause 40(A)

Registered Acknowledgement Due

NOTICE FOR PART OF CONTRACT WORK OFFLOADED

___________ RAILWAY
(Without Prejudice)
To
M/s _____________________________
_________________________________
Dear Sir,
Contract Agreement No. _____________________________________________
In connection with _________________________________________________

1. Fourteen days’ notice under Clause 40A of the Standard General Conditions of Contract was given
to you under this office letter of even no., dated ____________; but you have taken no/inadequate action
to deploy adequate resources to commence the part(s) of work/show adequate progress of the part(s) of
work, mentioned therein.

As you have failed to abide by the instructions issued to commence the part(s) of work/show
adequate progress of the part(s) of work even at the lapse of 14 days’ notice period under Clause 40A of
the Standard General Conditions of Contract, few part(s) of the work under the contract have been offloaded
and being executed by other mode(s) at the cost detailed below:

Or,

1. Please refer your request letter no….. dated ….., wherein it was requested under clause 40 A of the
Standard General Conditions of Contract to offload part(s) of works at your risk & cost. The details of
part(s) of the work under the contract which have been offloaded and being executed by other mode(s) at
the cost detailed below:

(List of Part(s) of work offloaded, Details of mode of execution of such offloaded work alongwith
approximate cost thereof to be mentioned)

2. The final measurement of work(s) already executed for above part(s) of work recorded as per clause 45
(A) or/and 45 (B) of the Standard General Conditions of Contract is enclosed herewith.

3. The Bill(s) of Quantities for Part(s) of work offloaded is enclosed herewith.

 Page 185 of 256


 Signature of Tenderer

4. The additional cost in execution of offloaded work through mode(s) mentioned in para (1) above is
determined as Rs. ___________, over& above the cost of execution under this contract (including the PVC
amount payable as per contract, as on the date of issue of this notice). This additional cost shall be recovered
from your next on account bill(s) or any other dues payable to you under contract.

5. The Contract value gets reduced to Rs………..:

6. You are requested to continue with the balance work in the contract subsequent to offloading of above
part(s) of work.

Kindly acknowledge receipt.


Yours faithfully
For and on behalf of the President of India

 Page 186 of 256


 Signature of Tenderer

SPECIAL TENDER CONDITIONS

Name of work: - Earthwork in Formation including Filling, Cutting, Blanketing, Extension of


Minor Bridges, Construction of Retaining wall, Trolley Refuges, Drains, LC Duty Huts, Roads
and other ancillary works in connection with 3rd Line between Dilkusha-Malhaur (8.20 Km) .

1.1 Brief description of the section:


The work is to be executed between Dilkusha and Malhaur (including Dilkusha & Malhaur End
Connectivity Works) in connection with 3rd Line between Dilkusha-Malhaur (8.20 Km)

Scope of work: - The main scope of work is listed below along with other miscellaneous
works and same shall be executed as per instructions of Dy CE/C-IV/LKO;

1. Earthwork in Formation including Filling and Cutting including soil improvement wherever
required as per RDSO guidelines.

2. Blanketing Work in newly earth filled formation as per RDSO guidelines.

3. Construction of Drains in cutting locations and other specified areas/yards

4. Construction of Boundary wall in specified areas

5. Construction/Improvement of LC Duty Huts, Roads/Approaches in LCs

6. Extension of Minor Bridges as per approved GAD’s

7. Other Miscellaneous works i.e. Trolley refuges, shifting of rails/sleepers, Tree Felling,
Plastering, painting, Water supply work, Hand Pumps, submersible pumps, dismantling of
structures, Clearing of Water-Way, LC Signage boards if any etc. as per requirement

9.Horticulture Works in areas identified by Engineer-in-charge etc.

10. Construction of Retaining wall

11.Any other work as directed by Engineer-in-charge.

Note: 1. Generally standard design and drawing of Retaining wall/ Building etc are available
with the Railway but if design and drawing of any Retaining wall/ Building, their foundation etc
is required due to site condition, same will be arranged by tenderer by a designer at his own cost
and got approved by Railway duly proof checked by any IIT/NIT. Nothing extra will be paid to
the contractor on this account.

2.L-section as well as GAD’s of Minor Bridges & other requisite drawings may be seen in office
of Dy CE/C-IV/LKO during office hours.

2.0 GENERAL DESCRIPTION OF SITE

 Page 187 of 256


 Signature of Tenderer

2.1 The above information is only for general guidance of the tenderer/s and they are advised
to visit the site and acquaint himself/themselves fully with the site conditions especially in
regard to the approaches for transporting the materials/machinery etc., storage area, local
conditions availability of labour etc.

3.0 SPECIFICATIONS AND CODES

3.1 “Indian Railway’s Unified Standard Specifications -2021” shall govern the specifications of
all items of USOR 2021 appearing in the tender schedule except for those items for which
specifications have been given in special conditions related to site data & specifications, for such
items, same (specifications in special condition) shall prevail. In case, specifications of any item
are not covered in above, the relevant IRS/BIS/IRC code shall be applicable, in preference, as
listed herein.

3.2 All material to be used in the works shall be in conformity with the requirement laid down
in the “Indian Railway’s Unified Standard Specifications -2021 DSR-2020 Vol. I & II” or the relevant
BIS Code/or any other relevant code applicable.

3.3 The decision of the Chief Engineer/Construction of the project shall be final and binding
regarding the interpretation of various provisions of the Codes and Specifications as well as the
provisions/ clauses of the contract and no claim whatsoever shall be entertained on this account.

4.0 DEPLOYMENT OF QUALIFIED ENGINEERS AT WORKS SITES BY THE CONTRACTOR

4.1 The contractor shall employ the following minimum technical staff for each work site
during the execution of work.

(a) One graduate engineer and at least one diploma holder Engineer when the cost of work
at that site is more than Rs. 5.00 Crore. Minimum one graduate engineer should have working
experience of at least 15 years in a good project of similar nature.

(b) One graduate Engineer when the cost of work to be executed at that site is between Rs.
1.00 Cr. and upto Rs. 5.00 crore.

 Page 188 of 256


 Signature of Tenderer

(c) One qualified Diploma holder Engineer, when cost of the work to be executed at that
site is more than Rs. 30 lacs but less than Rs. 100 lacs.

Note: Number of work sites to be started at a time and jurisdiction of work sites for application
of above para will be jointly decided by Engineer In-charge and the contractor. The decision of
the Engineer In-charge regarding number of work sites shall be final and binding upon the
contractor.

4.2 Competent Technical staff should be available at site whenever required by the Engineer-
in-charge or his authorized representative to take instructions. Competency of Technical staff
shall be certified by the Engineer in-charge by interviewing the same. In case, the contractor fails
to employ the Competent Technical staff as aforesaid, he shall be liable to pay Rs. 30,000/- (Thirty
thousand only) for each month of default or part thereof in case of each Graduate Engineer and
Rs 20,000/- (Rs. Twenty thousand only) for each month of default or part thereof in case of each
qualified diploma holder.

4.3 The contractor shall submit the copy of bio-data and Degree/ Diploma certificate of the
above technical staff employed by him for the scrutiny by Railway and for the record. Railway
reserve the right to scrutinize the records of the contractor to ascertain as to whether the
qualified staff has been actually employed by him and is paid for.

4.4. While passing each “on” account bill, the AXEN/XEN in-charge will certify the availability
of technical staff on regular basis, otherwise the recovery as above shall be made from every bill.

4.5 The decision of the Engineer In-charge, whether the required technical staff was not
employed by the contractor shall be final and binding upon the contractor.

5.0 APPROVED RAILWAY DRAWINGS

5.1 The work shall be carried out as per approved railway drawings. The copies of the
approved plan and additional information as required by the tenderers may be obtained (subject

 Page 189 of 256


 Signature of Tenderer

to availability) from the office of the concerned Dy. Chief Engineer/C/LKO, during office hours on
any working day by prior appointment.

5.2 In addition to the drawings, if any, enumerated above, copies of various drawings may be
supplied on application by the contractor at the under noted rates as applicable, subject to
availability:

(d) Copies of standard Northern Railway type plans as prepared for the work – 200.00
per copy.

(e) Copies of plans prepared specially for project of major works like major building, L-
sections, longitudinal plan etc. @ 200.00 Per copy.

(f) All plans which are prepared specially on account of contractor’s request like copies of
cross section etc. 500.00 per copy.

5.3 Additional information as required by tenderers may be obtained from the office of Chief
administrative Officer/construction or concerned Dy. Chief Engineer/ Construction, during office
hours on any working day by prior appointment.

5.4 The Chief Engineer/Const. shall have full power to make any alteration in the drawings
and to give such further instructions and directions as may appear to him necessary or proper for
the guidance of contractor and for the efficient execution, completion and maintenance of the
work. The contractor should plan the execution of various works in close co-ordination with the
engineer or his authorized representative.

5.5 The design of foundations including depth of foundations below the bed level as well other
drawings may have to be varied during the progress of the work according to actual site
conditions. The drawings already prepared and which may be prepared afterwards are not to be
taken as final or binding on the Railway in any respect. The contractor shall have no claim on
Railway, if any change is made in the approved drawings. Also, his inability to make timely
arrangement for necessary plant and machinery due to any such change which the Engineer may
make will not be taken as an excuse for slow performance or non performance of the work.

 Page 190 of 256


 Signature of Tenderer

6.0 SUPPLY OF CEMENT

6.1 Ordinary Portland Cement of 43 grade/53 grade confirming to IS: 8112 & IS: 12269
respectively will normally be used. However, whenever permissible & provided in the schedule
of items, the PPC conforming to IS 1489 may also be used.

6.2 Cement shall be procured by the contractor from the main producers or their authorized
dealer of approved make such as A.C.C. Ultratech, Vikram, Ambuja, Shree cement, JP Cement,
Century and JK Cement or any other reputed make as approved by Engineer in charge.

6.3 To improve the workability of concrete and cement grout, admixture (Plasticiser
/super-plasticiser) conforming to IS-6925 and BIS-9103 in accordance with clause 5.5 and
clause 10.3.3 of IS 456:2000 may be permitted as directed & approved by Engineer-in-
charge subject to satisfactory proven use, manufacturer’s certificate and laboratory tests as
applicable. The decision of Engineer-in-charge shall be final in this regard. Plasticiser / super-
plasticiser generating hydrogen, nitrogen etc. shall not be permitted.

7.0 STRUCTURAL STEEL FOR SUPER STRUCTURE OF RAILWAY BRIDGES/ROBs/RUBs/FOBs

7.1 General: All Structural steel shall be procured as per specifications mentioned in BIS
document – IS 2062. Independent tests shall be conducted, wherever required, to ensure that
the materials procured confirm to the specifications. These steel shall be procured only from
those firms, which are established, reliable, indigenous & primary producers of steel, having
integrated steel plants (ISP), using iron ore as the basic raw material and having in-house iron
rolling facilities, followed by production of liquid steel and crude steel, as per ministry of steels
guidelines.

The structural steels for railway projects/ contracts are to be procured from approved primary
producers having integrated steel plants namely SAIL, TISCO, RINL, IISCO, JINDAL, and other
firms as per approved list of RDSO on the date of supply of steel and shall conform to stipulated
BIS/IRS specifications applicable.

 Page 191 of 256


 Signature of Tenderer

7.2 & 7.3 However only on certain isolated section of structural steel, not being rolled by ISPs,
can be procured from the authorised re-rollers of ISPs or authorised licensee of BIS, having
traceability system and who use billets produced by ISPs. Traceability can be ensured by an officer
not below the rank of junior scale specially authorised by the concerned Chief Engineer/Const.
of the Railway on case-to-case basis for the purpose.

7.4 Before use, contractor/s will be required to get the test certificate from the manufacturer
pertaining to the various quality tests on steel reinforcement as specified in the relevant BIS
Code.

7.5 In addition, Railway will also take sample during the course of work at requisite frequency
and get the steel tested to ascertain its conformity to the laid down Specifications at contractor’s
cost. Frequency of testing shall be as prescribed by the relevant Code.

7.6 For Railway Bridge Steel super structure, the Quality Assurance Plan (QAP) and Welding
Procedure Specification Sheet (WPSS) shall have to be got approved from RDSO before starting
the work. However, for ROB/RUB/FOB steel superstructure, the QAP & WPSS will be got
approved from Railway. All welds shall be done by SAW process (automatic/semi-automatic).
MIG welding or MMAW may be done only for welds of very short run or of minor importance or
where the access of the locations of welds does not permit automatic /semi-automatic welding.

8.0 REINFORCEMENT STEEL

8.1 All reinforcement steel shall be procured as per specifications mentioned in BIS document
- IS 1786: 2008 with latest amendments. Independent tests shall be conducted, wherever
required, to ensure that the materials procured confirm to the specifications.

These steel shall be procured only from those firms, which are established, reliable, indigenous
& primary producers of steel, having integrated steel plants (ISP), using iron ore as the basic raw
material and having in-house iron rolling facilities, followed by production of liquid steel and
crude steel, as per ministry of steels guidelines.

 Page 192 of 256


 Signature of Tenderer

The reinforcement steels for railway projects/contracts is to be procured from approved primary
producers having integrated steel plants namely SAIL, TISCO, RINL, IISCO, JINDAL, and other
firms as per approved list of RDSO on the date of supply of steel or their authorized
dealers/authorized stock yard which should confirm to latest relevant BIS specifications. In case
of RDSO approved firms, contractor has to submit proof of approved firm.

8.2 Reinforcement steel bars shall normally be the TMT Steel bars or cold twisted deformed
bars of grade Fe-500.

8.3 Before use, contractor/s will be required to get the test certificate from the manufacturer
pertaining to the various quality tests on steel reinforcement as specified in the relevant BIS Code
(IS:1786-2008 with latest amendments).

8.4 In addition, Railway will also take sample during the course of work at requisite frequency
and get the steel tested to ascertain its conformity to the BIS Specification at contractor’s cost.
Frequency of testing shall be as prescribed by the relevant BIS Code.

9.0 USE OF RMC (Ready Mixed Concrete):

9.0 (A) Methodology for construction of Minor Bridges in Doubling & New Line:

9.1 Earthwork in embankment will be completed and compacted fully as per specification.
Cutting will be done to lay minor bridges. Only Granular material will be used for back fill.

9.2 Lean concrete/PCC will be laid by weigh batching/RMC at site.

9.3 In case of minor bridge on Doubling:

 Page 193 of 256


 Signature of Tenderer

9.3.1 Reinforcement of the bridge will be laid/bind at the site.

9.3.2 Shuttering plate-5mm thick will be used for construction of minor bridges.

9.3.3 Ready Mixed concrete (RMC) produced at contractor’s plant or taken from outside, shall be
approved by Engineer-in-charge for the concreting of minor bridges. The contractor shall
preferably set up his own RMC plant at site or shall make suitable arrangement, close to the site
to ensure high quality RMC supply. The RMC Plant shall be inspected and approved by Dy. CE/C’s.
The accepted rate for RCC/PSC/CC items shall deem to be for RMC. Nothing extra shall be payable
for use of RMC. However, if RMC is not feasible in certain isolated locations, then Weigh Batching
Plant Concreting can be allowed with the approval of Chief Engineer in such isolated
locations/portions.

9.0 Deleted

10.0 CONTRACTOR’S RESPONSIBILITY FOR TEMPORARY WORKS/MATERIALS, SITE OFFICE AND


FIELD LABORATORY.

10.1 The contractor shall from time to time provide at his own cost all dams, cofferdams and
all other temporary works of whatever nature and temporary materials necessary for the
construction, completion and maintenance of the works which are the subject of the contract
and shall from time to time submit for the information of the Engineer, drawing showing in detail,
the type and construction of temporary embankment and other works which he proposes to
adopt and construct and the exact position in which he proposes to construct and employ them
during the progress of the works as directed by the Engineer, furnish particulars and drawings of
any other temporary works and details of other temporary materials in use for the sufficient
security and safety of all embankment, temporary railway connections and other temporary
works or temporary materials which he may construct and/or employ and for all claims for
damage to property or injury to persons arising out of any failure or accident to such materials
from whatever cause such damage, injury, failure or accident may arise or happen and shall
replace, construct, repair and maintain the whole or such embankments or other temporary

 Page 194 of 256


 Signature of Tenderer

works or temporary works or temporary materials until they are certified by the Engineer to be
no longer required for the purpose of the contract.

10.2 Dewatering or any other suitable arrangements may be required for carrying out the
foundations of works and part of the sub structures up to water level. It should be clearly noted
that nothing extra shall be paid for all these arrangements and rates are deemed to be inclusive
of all labour and materials and working under water etc. Including timbering, shoring, strutting
etc. if required. However, extra rate, wherever applicable as per USSOR, might be paid for items
of works executed below water level.

10.3 For the works costing more than 5 Crores, the Contractor should construct at his own cost
the temporary site offices & toilets for the proper working of Railway staff at required location,
of appropriate size commensurate with the magnitude of work but not less than 20 sqm. & also
provide all necessary furniture, electricity and fan for the use of Railway staff, along with all safety
equipment at site including helmets and first aid box with up to date medicines as per norms
within 03 months of acceptance. However, this office will be the property of contractor and he
can take back the released material after completion of work. Failure to provide site office shall
attract a penalty of 25000 per month for the period till he constructs the office subject to
maximum of completion period of the contract, recoverable from running bill.

10.4. The Engineer shall be at liberty to modify any or all of the drawings submitted by the
contractor in connection with any of the aforesaid temporary works and the execution of such
temporary works shall not be commenced until the said drawings or modified drawings have
been approved. But examination by the Engineer of the contractor’s drawings or any approval
expressed by him with regard to the rate, or to the materials, thereof or therefore either with or
without modification shall not absolve or relieve the contractor from any of his liabilities in
connection there with under the contract.

10.5 The contractor shall before handing over the works or any part thereof to Railway, dismantle
and remove all temporary works and temporary materials but such removal shall not be effected
without the previous written approval of the Engineer and the contractor shall comply with the
directions, if any, given by him as to the method of removal and/or disposal.

 Page 195 of 256


 Signature of Tenderer

10.6 SETTING UP OF FIELD LABORATORY

For works costing above Rs. 5 crores, the Contractor shall be required to set up a well equipped
field laboratory of suitable size in proportion to the magnitude of work and to suit the nature of
work, at his own cost at the work site which shall be open for use and inspection by the Railway
at any time. The laboratory shall be equipped with necessary equipments as directed by Engineer,
to carry out the various tests required based on nature of work involved & their conforming to
relevant codal provisions and specifications. All the pressure gauge, machines, equipments and
other measuring equipments of the laboratory shall be of BIS approved makes and will be got
checked / calibrated regularly as directed by the Engineer and necessary certificate furnished to
the Engineer by the contractor. The contractor shall render all reasonable assistance and help in
carrying out the checks and tests. In contracts having quantity of earthwork more than 2 lacs
CUM, the contractor will be required to arrange the nuclear testing gauge of approved make to
measure the in-situ moisture content and field density.

All the equipments, machinery etc. shall be kept in good working conditions. The cost of setting
up the laboratory, equipping and maintaining the same including the cost of Electricity/lights &
conducting of tests on materials and cubes shall be borne by the contractor.

Failure to provide Field Laboratory within 2 months of commencement of work, shall attract a
penalty of Rs. 25000 per month, recoverable from the running bill.

10.7 Additional facilities to be provided for speedy Project Implementation:

a) Availability of vehicle: Contractor shall provide one four-wheeler (TATA SUMO/MAHINDRA


BOLERO/ERTIGA or similar utility vehicle) of Model not older than 2024/25 in good running
condition at his own cost including diesel expenses, driver expenses and maintenance cost also
for the use of Railway Official for day-to-day testing of materials/ lesioning with State Govt.
Offices and other incidental works for complete month. Vehicle will run for approx. 2000 Km. per
month from the start of work to till the completion of work and vehicle should be available
minimum 12 hours per day, else recovery shall be made @ Rs. 40,000/- (Rs Forty thousand) per
month for the period of absence on pro-rate basis.

 Page 196 of 256


 Signature of Tenderer

b) The contractor(s) (at his own cost) shall deploy 01 nos. experienced computer operator in the
office of Dy. CE/C-IV/LKO for the purpose of assisting in project preparation/ presentation &
monitoring till completion of work else recovery shall be made @ Rs 20,000/- each per month
per person for the period of absence. These operators should be available for work min 8 hrs. per
day and 6 days a week.

c) The contractor(s) (at his own cost) shall provide 2 No All-in-one Desktop, with configuration I-
5, 16 GB RAM and 1TB SSD and 2 No HQ Cera 2040DN Printer for various activities and
calculations during execution as per direction of Engineer-in-charge else recovery shall be made
@ Rs. 1,00,000 /- per set. These will be the property of Railway after completion of the work.

No additional cost shall be paid to contractor for these project facilities.

11.0 APPROVED BRANDS (Except Cement & Steel)

The contractor shall use the following items of approved makes only, as given below: -

Paint, Primer and Cement Paint

(a) Asian
(b) Snowcem
(c) Nerolac
(d) Berger
(e) Shalimar
(f) Dulux
(g) Johnson & Nicholson

MS Pipe/GI Pipe

(a) Jindal

(b) TATA
(c) Prakash Surya

12.0 ROUTINE TESTS AND ADDITIONAL TESTS

Routine tests on various materials shall be carried out as per the “IR Unified Standards
Specifications for works & materials” or the relevant BIS Codes. In addition to the tests required
under clauses thereof, the Engineer or his representative may order tests to be carried out by an
independent person appointed by him at such place or in such laboratory as he may determine

 Page 197 of 256


 Signature of Tenderer

in accordance with the appropriate clauses of relevant Standard Specifications and the cost of
such tests shall be borne by the contractor. Further all the necessary records, graphs, tables etc
will be maintained by the contractor’s engineer in computerised form as well as in hard copy duly
signed by contract/contractor’s representative. The records should have to be up dated weekly
without fail.

13.0 INSPECTION OF MATERIALS

13.1 Whenever the Engineer or his representative gives notice to the contractor that materials
are to be inspected at the site, the contractor shall have regard to the inspection, test or
examination required, give to the Engineer or his representative sufficient notice of such
materials being ready for inspection.

13.2 Delay to works arising from the late submission of such notice will not be acceptable as
reason for delay in the completion of the works.

14.0 REJECTION OF MATERIALS

14.1 Factory made material shall have to be tested before leaving the manufacturer’s premises.
However, appropriate materials may also be tested on the site and they may be rejected if found
not suitable or not in accordance with the specifications, notwithstanding the result of tests at
manufacturer’s works or elsewhere or test certificate.

14.2 The Engineer or his representative shall have the right to order, at any time, that any
construction materials which do not meet with his approval shall not be used in the works. Such
rejected materials shall be removed from the site by the contractor at his own expenses, not
withstanding any prior approval which might have been given earlier. Once a particular material
is rejected by Engineer, an entry to that effect should be made in material passing register.

 Page 198 of 256


 Signature of Tenderer

14.3 The instructions to the contractor to remove the rejected material within reasonable time
as given by the Engineer should be complied by the contractor/s at his own cost.

14.4 In case of default on the part of the contractor in removing rejected materials within the
time specified in notice, the Engineer shall be at liberty to have them removed by other means
at the cost of the contractor. In addition, a penalty of upto Rs. 50,000/- per case for above default
may also be levied on contractor.

14.5 MISCELLANEOUS

The railway shall not be responsible for any loss or damage to the contractor/s men, materials,
equipment, tools and plants etc. from any cause whatsoever. No claim for idle labour, idle
machinery and plant etc., on any account will be entertained. Similarly, no claim shall be
entertained for business loss or any such loss.

15.0 TIMELY NOTICE FOR INSPECTION OF FOUNDATIONS ON WORKS TO BE COVERED UP:

The contractor shall give notice to the Engineer when and as soon as the excavation of any
portion of site for obtaining foundation or bottom, whether above or below water, has reached
the depth and width shown on the drawings. The contractor shall also give further notice to the
Engineer, when ever any foundation or bottom is ready for inspection and whenever it is
necessary to cover up a work in respect of which previous inspection is desired by the Engineer,
so that the engineer may inspect the same before it is covered up. No foundation or bottom of
work shall be covered up or filled or built upon without the previous consent in writing of the
engineer. In default of such notice and consent in writing aforesaid, the foundation or bottom of
work shall on the order in writing of the Engineer, be uncovered and any filling put in or work
built thereon be removed or pulled down by the contractor at his own cost.

16.0 GENERAL

 Page 199 of 256


 Signature of Tenderer

16.1 The Railway shall not be responsible for any loss or damage to contractor’s men, material,
equipment, tools and plants etc. due to any cause what so ever.

16.2 If any work (whether temporary or permanent) or materials, the value of which has been
included in an on account bill is destroyed or damaged or has/have, for any other reasons, to be
replaced or restored by the contractor, the value of the work or other materials as destroyed
may be recovered by the railway administration from any payment due to the contractor or may
be recovered at any time from the contractor as debit due to the contractor and no payment
made by the Railway to the contractor after the aforesaid amount becomes due and recoverable
shall in any way prejudice Railway’s right for lawful recovery.

16.3 The contractor will ensure that if minimum water way of the bridge is blocked during the
course of construction then such blockage is removed by him at his own cost before the middle
of June ever year or as directed by the Engineer. Any damage to the bridge on this account will
be the contractor’s responsibility.

16.4 In any case, in which by virtue of section 20(a) and 21(4) of the Contract Labour Regulation
and Abolition act, 1970, the Railway is obliged to provide amenities and/or pay wages to labour
employed by the contractor directly or through petty contractor/s or sub contractor/s under this
contract, then the contractor shall indemnify the Railway fully and the Railway shall be entitled
to recover from the contractor, the expenditure incurred on providing the said amenities and/or
wages so paid by deducting it from the security deposit or from any sum due to the contractor
provided that if any dispute arises as to the expenditure incurred by the Railway or provision of
the said amenities, the decision of the Engineer thereof shall be final and binding.

16.5 The contractor shall arrange for effective technical supervision of the work and shall be
represented by the authorized representative at the site of work during the currency of the
contract. He will arrange to receive all the correspondences at the site of work during execution
of work.

 Page 200 of 256


 Signature of Tenderer

16.6 No claim for extra payment shall be entertained on account of interruption to work due to
rain, floods or due to delay in acquisition of land in some portion, delay in arranging closure of
water channels etc.

16.7 The pathways for the piers in water and elsewhere will have to be made and maintained by
the contractor and nothing extra shall be payable on this account.

16.8 There may be a water supply/sewerage/any other underground/overhead line passing at


the site of work and any delay in its shifting/adjusting will not entitle the contractor to any claim
whatsoever.

16.9 Work will have to be done in close co-operation with the other departments/agencies if
any.

16.10 Contractor shall protect the site of work right from start at all times by means of wooden
bamboo/ ballies and duly painted M.S. sheets. The height should not be less than 1.8 metre and
shall be strong enough to prevent un-authorised entry etc.

16.11 NOTICE TO PUBLIC BODIES

The contractor/s shall give to the municipality, police and other authorities, all notices that may
be required by law and obtain all requisite licenses for temporary obstructions, enclosures and
pay all fees, taxes and charges, which may be levied on account of his operations while executing
the contract. He should make good any damage to adjoining premises whether public or private
and supply and maintain any lights etc. required at night. Nothing extra shall be payable on any
such account and accepted rates of various items in the schedule of items, rates and quantities
shall be deemed to cover any such aspect.

 Page 201 of 256


 Signature of Tenderer

17.0 SAFETY MEASURES/PRECAUTIONS AND PENALTIES FOR VIOLATIONS

17.1 Contractor shall take all precautionary measures in order to ensure the protection of his
own personnel, machinery and equipment moving about or working on the railway
yard/premises and shall have to conform to the rules and regulations of the Railway. If any
unforeseen accident or injury happens at site of work, the contractor shall be solely responsible
for the same. If and when in the course of the work, there is likely to be any danger to persons in
the employment of the contractor due to running traffic while working in the railway
yard/premises, the contractor shall apply in writing to the Railway to provide flagmen or lookout
men for protection of such persons. The Railway will however decide as to whether it is necessary
to post such flagmen for various types of work and also the number of such men required to
protect the gang or gangs of the contractor/s working at site. The Railway shall remain
indemnified by the contractor in the event of any accident occurring in the normal course of
work, arising out of the failure of contractor or his men to exercise reasonable precautions at all
places of work whether or not the Railway decides to post flagmen at any particular site of work.
Notwithstanding the above provision, it should be clearly understood that the safety of men and
material at the worksite will be the sole responsibility of the contractor.

17.2 The contractor shall abide by the railway regulations in force for the time being and ensure
that the same are followed by his representatives, agents or sub-contractors or workmen. He
shall give due notices and training to his employees and workers about provision of the above
Para.

17.3 While working within station limits especially on passenger platforms, the contractors
shall ensure that at all time sufficient space is left for free movement of passenger traffic. He
must cover and/or barricade the excavations carried out in such areas and continue to maintain
these till the work is completed with a view to avoid any accident to public or to railway staff or
his own workmen, machinery and equipment.

17.4 The work must be carried out most carefully without any infringement of the Indian
Railway Act or the General and Subsidiary Rules in force on the Railway in such a way that they
do not hinder to railway operation or affect the proper functioning or damage any railway
equipment structure or rolling stock except as agreed to by the Railway provided that all damages
and disfiguration caused by the contractor to any railway property must be made good by the
contractor at his own cost failing which cost of such repairs shall be recovered from the

 Page 202 of 256


 Signature of Tenderer

contractor. The work must be carried out in the yard without any infringement to the Schedule
of Dimension applicable for BG as issued by the Railway Board. It will be responsibility of the
contractor to ensure that there is no infringement to the track which will affect the smooth and
efficient running of traffic.

17.5 Moreover, if at any time the works to be carried out directly concern the safety to trains

& locos, the contractor’s staff must comply fully with the railway regulations given to him
by authorised railway staff. The contractor’s employee and workers may for no
reasons operate an installation concerning train safety or train movement. They shall
notify the authorised representative of the Railway who will take all necessary steps
in this regard. Special attention of contractor/s is drawn to relevant clause of General
conditions of Contract, 2013, and advised to take all precautions for the safety of
public, railway staff, property and his own personnel.

17.6 If the work is to be executed in proximity of the running railway track, the contractor will
be required to follow all precautions and carry out all works that may be necessary to ensure the
safety of the running track/trains, without imposition of any speed restriction thereon as may be
directed by the Engineer or his authorized representative. No claim whatsoever will be
entertained for either any inconvenience or interruption caused to the contractor or for the
rescheduling of the operations or for any other reasons on this account.

17.7 The contractor shall be responsible for safe custody of tools and for the safety of his
labour. He should ensure that labour on work removes their tools clear of the track on the
approach of any trains. After the day’s work, the contractor should ensure that the tools are
deposited in proper tool box before the labourers proceed for their home. Tool issued should not
be allowed to fall in unwanted hands that can tamper with the railway track. The contractor shall
employ suitable supervisor to supervise the work at site. Though all the work relating to the
safety of running trains shall be executed under railway supervisor, presence of qualified
supervisor from the contractor’s side is a must at the site of work.

17.8 In case of failure to adhere to above provisions or if unsafe practices/ safety violation by
contractor/his staff are noticed at the site of work, the contractor shall be levied with a penalty

 Page 203 of 256


 Signature of Tenderer

of Rs 20,000/- for the 1st incident, Rs50,000/- for the 2nd incident and Rs 1,00,000/- for
subsequent such incident. Repeated safety violations shall become a valid ground for initiating
the contract termination proceedings under clause-62 of GCC-2013.

17.9 In the event of occurrence of an accident at the work site, a departmental enquiry shall be
held and in case it is established that the accident has occurred on account of contractor’s
negligence or the negligence of his men, penalties up to an upper limit of 10% of the total cost of
the work shall be imposed on the contractor. Further, the railway administration reserves the
right to terminate the contract with immediate effect if the contractor is found responsible for
causing an accident after giving “show cause notice/notices” to the contractor in addition to
lodging of criminal case under Railway Act/IPC.

17.10 In the event of contractor not completing the work or leaving if unsafe at the end of day’s
work, warranting speed restrictions to be imposed, track shall be attended by the Railway
immediately at the contractor’s cost without any further notice. In addition to the labour cost
recoverable from the contractor, supervision charges @ 12 ½% and train detention charges @ Rs
5000/- every half hour of delay or part thereof shall also be recovered.

17.11 In case of any damage to OFC/Cable occurred due to fault of contractor, a flat penalty of
Rupees One Lac will be imposed. (Ref: - CAO/C’s L/No.74-W/O/WA/Pt.X/CP dt. 2.8.2007).

17.12 Following annexure enclosed with these special conditions site data & specifications will
form an integral part of the contract.

Annexure -1 Attached (Para 826 of IRPWM correction slip No. 69 dt. 23.5.2001).

Annexure –2 Attached (Training to Supervisors and operators of contractor).

Annexure –3 Attached (Safety Compendium).

 Page 204 of 256


 Signature of Tenderer

Annexure– 4 Safety precautions & measures to be observed during execution of ROB/RUB
works. (Rly. Board’s letter No.97/CE-1/BRO/158(Policy) Pt.II dt.16.7.2009).

18.0 GENERAL RESPONSIBILITY AND LIABILITY OF CONTRACTOR:

18.1 Contractor/s shall be responsible for any type of structural damage to property or injury
caused by work or his workmen to persons, animals, or things and shall indemnify the Railway in-
respect thereof and shall be held entirely responsible for all works carried out by him until it is
finally taken over by the Railway and he will be liable to be called upon to make good any damage
or loss which may occur to the bridge work by inclemency of weather, flood etc. or due to any
other cause during entire period until the work is taken over.

18.2 Examination or approval by the Railways of any drawings or other documents submitted by
the contractor shall not relieve the contractor of his responsibilities and /or liabilities under this
contract.

18.3 Notwithstanding the specifications and conditions stated in the contract, the contractor
shall keep Northern Railway authorities fully indemnified and free from all liabilities and risks
consequential to any lapse on his part in respect of material quality, standard of workmanship,
accuracy of fabrication and the like. He shall provide all labour and material required for
execution of the work as per listed standards and in absence of any IRS & BIS specifications to
the relevant British / American standards.

Latest edition of relevant Codes including upto date correction slips, on date of submission of
tender/negotiated rates shall govern. These Codes of Practice are available from the Manager,
Government of India publication Branch, Patiala House, New Delhi and Director, Indian Standards
Institution, Manak Bhawan, Bahadur Shah Zafar Marg, New Delhi.

Contractor must have one copy of each relevant code at site as applicable for ready reference of
site Engineer / other inspecting officials.

 Page 205 of 256


 Signature of Tenderer

19.0 SCHEDULES FOR TIMELY COMPLETION OF WORK AND PENALTY FOR DELAYS

19.1 The whole work shall be completed within the stipulated completion period from the date
of issue of acceptance letter.

19.2 The sequence in which the various works & activities are programmed & scheduled to be
carried out shall be prepared by contractor in the form of CPM/BAR charts and will be submitted
to Railway within 30 days of the allotment of the work and the same shall be got approved from
the Contract Signing Authority.

19.3 Mid-term progress review and token penalty for slow progress:

The contractor shall be required to maintain proportional progress in accordance with the Bar
Chart/CPM chart approved by the Railway. During the course of work, the progress will be
reviewed every 6 months, and if the progress achieved by the contractor is found to be
significantly lagging behind the proportional progress shown in the approved schedule due to
reasons entirely attributable to the contractor, then a token penalty of upto Rs 1,00,000 per
month of delay, can be imposed by the contract signing authority on the contractor after issuing
a 15 days “show cause notice”. However, the penalty so imposed, shall be waived off, if the
contractor achieves the scheduled progress as per approved bar chart/CPM chart in the
subsequent quarters.

20.0 RECORDS OF CONSTRUCTION WORK:

20.1 The contractor is required to take and supply to Engineer-in-charge, coloured photographs
and films on construction activities including the one prior to the work.

 Page 206 of 256


 Signature of Tenderer

20.2 The coloured photographs shall be taken by the contractor of all the construction activities
pertaining to the work at regular intervals as directed by Engineer-in-charge. Three sets of 5” x
7” prints of each snap shall be supplied. Out of the above, the contractor shall be required to
supply, as directed by Engineer-in-charge, blow up size colour prints of upto 36” x 36” size upto
5 photographs of each important site (minimum 03 copies of each). The negatives of all the
photographs taken shall also be supplied to the Engineer-in-charge. The contractor shall show
extreme promptness in taking, supplying of the photographs on directions of Engineer-in-charge.

20.3 All the cost of reels, taking and recording, developing and printing etc. shall be deemed to
have been included in rates quoted against various items and nothing extra shall be paid for the
items of work under this clause as above.

20.4 The Railways shall have full ownership and copy right of all these photographs and the
contractor/ tenderer shall indemnify the Railways against any claim of any sort. The contractor
shall maintain accurate plans and charts showing the dates and progress of all main operations
and the Engineer shall have access to this information at all reasonable times. Records of tests
shall be handed over to the Engineer’s representative after carrying out the tests.

21.0 SITE REGISTERS:

21.1 The following registers will be maintained at site by the contractor/s:

(i) Site Order register:


The contractor shall promptly sign orders given therein by the Engineer or his representative or
his superior officers and comply with them. The compliance shall be reported by the contractor
to the Engineer in reasonable time so that it can be checked / verified.

(ii) Cement register:

 Page 207 of 256


 Signature of Tenderer

This register will be maintained to record daily receipt and issue of cement, thus indicating the
balance quantity. The quantum of work done for the cement issued on particular date will also
be mentioned.

(iii) Steel register:


This register will be maintained to record the receipts of steel items and details of reinforcement
and members wherever steel is used.

(iv) Labour register:


This register will be maintained to show daily strength of labour in different categories employed
by the contractor.

(v) Plant and machinery register:


This register will record daily particulars of machinery with the contractor and will be signed
jointly by the Engineer’s representative and the contractor.

vi. Compaction register (for Earthwork in filling)

vii. Soil samples test register (for Earthwork in filling)

viii. Quality control registers for various materials.

ix. Cube testing register.

x. Daily progress register.

xi. Hindrance register: This register will maintain the number of days when work could
not progress / remained suspended and reason thereof.

The list given above is not exhaustive, contractor may be asked to maintain additional registers,
if required by Engineer-in-charge.

 Page 208 of 256


 Signature of Tenderer

22.0 INTERRUPTION OF WORKS DURING MONSOONS:

The contract period may extend over a monsoon and the stipulated completion period is inclusive
of the monsoon/rainy season. The contractor should, therefore, plan and prepare his work
keeping this fact in mind.

23.0 CONSTRUCTION EQUIPMENTS:

23.1 The contractor shall arrange and operate at his own cost, all necessary tools, plants,
Machineries and equipments necessary for successful and timely completion of the work.

23.2 If in the opinion of the Engineer, equipment/plants brought by the contractor are not
suitable for the work concerned, the Engineer shall have the right to order the contractor to
replace them by suitable plants/equipments. In the interest of public convenience, the Engineer
may insist on a specific way of execution of the work.

23.3 The contractor shall be required to give a trial run of the equipments for establishing their
capacity to achieve the laid down specifications and tolerance to the entire Satisfactions of the
Engineer before commencement of any work.

23.4 All equipments provided shall be of proven efficiency and shall be operated and
Maintained in a manner acceptable to Engineer-in- charge.

23.5 No equipment shall be removed from the site without prior permission of the Engineer-
In-charge.

24.0 MACHINERY AND PLANT.

 Page 209 of 256


 Signature of Tenderer

24.1 The contractor will be entirely responsible to arrange all necessary machinery including
concrete mixers, weigh batcher, vibrators, compressors, pumps, pneumatic equipments,
dredges, derricks, cranes, service girders, staging, motor vehicles, trailer, tools and plants and
their spare parts required for sufficient and methodical execution of work and transport them to
the site of work. Delay in procurement of such items due to their non-availability on account of
import difficulties or any other cause whatsoever, will not be taken as excuse for slow or non-
performance of the work. Safety of plants and machinery will be the responsibility of the
contractor and for any loss due to any cause or wash away in flood, or otherwise, no claim will
be entertained on this account whatsoever.

24.2 The Railways may give on hire to the contractor any plant or equipment, if available. But it
will not entertain any claim due to the railway failure to do so nor can the Railway’s inability to
supply such plant taken as an excuse for slow progress or non-performance of the work.

24.3 If, any plant is loaned by the Railway to the contractor on hire, charges will be levied, as
detailed below and separate agreement will have to be entered into before the plant is issued.

(A) The cost of the plant for the purpose of calculating the hire charges shall be its book value
plus freight charges and all other incidental charges to which supervisions charges at the
rate of 12-1/2% on total cost will be added.

(B) The charges per annum will be calculated at the following rates on the cost of plant as per
(A) above.

(i) Ordinary repair and maintenance charges 5%.

(ii) Interest on the capital cost at the ruling rate, dividend payable by the Railways
to the General Revenue.

iii) Special repair and maintenance charges at 10%.

iv) Depreciation charges at the following rates

 Page 210 of 256


 Signature of Tenderer

Light plant - 16% per annum.

Heavy plant - 10% per annum.

Special plant - 6% per annum.

The classification of the plants shall be as per Para 1202 Indian Railway Bridge Manual 1998.

An additional 10% on the total (i) to (iv) above to meet contingencies.

The hire charges per day shall be arrived at by dividing the annual hire charges vide above by 250
which shall be assumed number of working days in a year for this purpose. These hire charges
will be payable from the day, the plant is handed over till it is returned by the firm/contractor to
the Railways. However, during this period if the plant remains out of order for reasons beyond
the control of the hirers or is sent for periodical overhaul, such periods shall not be counted for
levy of hire charges provided a certificate to that effect is given by the Engineer. In case of any
difference of opinion between the Engineer and the contractor, the decision of the Dy. Chief
Engineer/Const. will be final and binding.

24.4 Running expenses including fuel, lubricants and stores and labour if supplied by the
Railway will also be paid by the contractor at the cost to be determined by the Railway. In general,
the contractor should make his own arrangements for the fuel, transporting to the site of work
and storing for use as per prescribed rules.

Staff and stores for running the plant may be supplied by the contractor with 24.5 approval of
Engineer. The staff must be properly skilled to operate the plant concerned.

 Page 211 of 256


 Signature of Tenderer

24.6 Items of plant leased to the contractor shall be handed over to him at the railway
workshop or at any place convenient to the Railway. Carriage charges, hire charges and other
incidental charges including leading, loading and unloading etc. to the place of work as also back
to the place of delivery or the railway workshop at nominated place, as required by the Railway,
when a plant is no longer required by the contractor, will be borne by the contractor.

24.7 Method Statement

Method statement for execution planning of the work including quality assurance plan QAP shall
be submitted by contractor for approval of Dy.CE/C before execution of work and followed
strictly.

The contractor should identify the various major activities required for successful completion of
the work and submit the method statement for each major activity before start of activity for
approval of Railway. The method statement shall be submitted activity wise and should broadly
contain the following:

1. Purpose

2. Scope

3. List of references used for preparation of method statement and that required during
execution of activity.

4. The responsibilities of its staff involved in execution.

5. The detailed methodology of execution for the activity including its sub activities step by step
along with sketches/drawings/photographs/other relevant details, as required.

 Page 212 of 256


 Signature of Tenderer

6. List of various equipments/tools/plants, their capacity and numbers required.

7. List of technical persons to be deployed for supervision.

8. List of type of other staff along with their numbers.

9. Tests required/to be carried out, if any, before start of activity, during activities or after
completion of activity, if any, duly referring to various IS, IRS, IRC, other codes as
applicable along with acceptance criteria for various tests.

10. Quality Assurance Plan with Quality Control measures.

11. Various Performa’s required for recording of data/tests results/observations during


the activity for ensuring proper Quality Control.

12. Check list to be observed at various stages of activity as applicable.

13. Safety measures to be adopted at site.

14. Any other details as considered necessary for specific activity.

Contractor should submit method statement well in advance of likely start of activity. Contractor
shall not have any clam for extension of time of completion due to delay in approval of method
statement.

 Page 213 of 256


 Signature of Tenderer

25.0 Earth work:

25.1 With track centre throughout the section as specified in approved L- section, earth work in
cutting & filling in formation/ embankment and mechanical compaction by vibratory roller will be
carried out in accordance with RDSO’s latest guide lines corrected upto date for earth work in
railway project as per Specification No. RDSO/2020/GE: IRS-0004 September- 2020 along with any
other relevant guideline issued.

25.2 The width of formation will be made extra by 0.50 m to facilitate the compaction of earth
on edge of embankment and nothing will be paid extra for 0.50 m width.

25.3 Deduction on account of shrinkage will be 5% on mechanical compaction and 10% on


manual compaction from the finished and compacted quantity of earth filling.

25.4 The earth from cutting to be filled in embankment is required to be wetted upto the
required OMC at source for compaction and nothing will be paid extra on this account.

25.5 In case mixing of water to get the earth compacted at OMC is not possible at source then
mixing of water by sprinkling on each 30 cm thick layer in loose state will be done and nothing
extra will be paid on this account.

25.6 Turfing: - 10% of earthwork will be withheld from the earth work item to ensure timely
completion of turfing along with the earth work. The payment will be released after satisfactory
completion of turfing only.

25.7 Proper benching should be ensured as per RDSO guidelines in existing bank before carrying
out earth work adjoining to embankment of running track.

25.8 Contractor shall set up a laboratory with necessary equipments including latest version of
Total station with prism etc, Auto levels with levelling staffs etc, measuring tapes, equipments as
per sand replacement method, core cutter method, Standard Procter Test/Modified Standard
Procter test etc along with any other arrangement for quality control and measurement, shall be

 Page 214 of 256


 Signature of Tenderer

made available by the contractor dedicatedly for the work along with working skilled supervisors &
staffs at work site and qualified and trained Lab operator at his / their own cost so that the tests
can be carried out without delay.

25.9 Cohesion-less soils shall be compacted to get a minimum density index (relative density) of
70 percent as obtained in accordance with IS 2720 (Part – XIV) 1983.

For other materials, field dry density should not be less than maximum attainable dry density
obtained in field compaction trial. However, in field compaction trial, the maximum attainable dry
density should not be less than 98% of MDD values as obtained by Heavy Compaction test (IS: 2720
part 8 –1983) in the laboratory. In case, there are difficulties in achieving 98% of the MDD values
as obtained by Laboratory test, in the field trials, the same may be relaxed upto 95% of MDD with
the specific approval of Chief Engineer/ Construction, recording reasons of such relaxation.

25.10 Field trials may be required to be conducted by contractor as per directions of Engineer to
determine maximum achievable dry density, if it is not possible to achieve maximum dry density as
mentioned in para 26.4 above. The Engineer shall decide the type of equipment, number of passes
& moisture content required, mode of addition of water and extent of breaking clods in conformity
with the specifications & good practices. In case of difference of opinion, the case shall be referred
to Engineer-in-charge who shall decide each case and may record to carry out of trials again for
each particular stretch. In case, the contractor is not satisfied with the decision of Engineer-in-
charge, he shall make a written request to Chief Engineer of the project within 3 days of
communication of the decision of Engineer-in-charge to him. The decision of Chief Engineer of the
project shall be final and binding on the contractor and no claim whatsoever shall be entertained
on this account and the matter shall be treated as “excepted matter”.

25.11 It is desirable to have a check on quality of material at source/manufacturing point so that


any deviation in quality of the material being sent to site does not exist. It would be in the interest
of the supplier to have such tests conducted on his own to avoid any complication at a later stage.

25.12 The frequency of such test could be laid down by the Engineer-in-charge, if need be. In the
absence of any other instructions, at least one test may be performed per day to check the particle
size gradation at the point of loading into the trucks. However, the final acceptance of the blanket
material should be at the site where it is laid.

 Page 215 of 256


 Signature of Tenderer

25.13 Each layer shall be compacted to the specified density over its entire width commencing from
the two sides, before another layer is started.

25.14 While compacting, it shall be ensured that there is a minimum overlap of 150mm between
each run of the rollers.

25.15 Care should be taken during the compaction operation to slope the surface of the bank to
facilitate the shedding and to minimize the absorption of rain water, particular attention being
given to the prevention of ponding.

25.17 Compaction to specified levels of RD or percentage of MDD will be carried out through a
number of passes of vibratory rollers of 100-120 KN static weight or equivalent capacity. A
combination of vibrating rolling initially and static finishing rolling may be established through trials.
Speed of roller shall not exceed 5 km/hr.

25.18 Proper control of moisture is required to optimize the compaction effort. Optimum moisture
content may be established through Modified Proctor Apparatus (IS: 2720, part 8) and moisture
may be added by sprinkling at the plant or at site as per the requirement.

26.0 Deleted

27.0 STRUCTURAL STEEL

27.1 STRUCTURAL STEEL WORK FOR STRUCTURES

27.1.1 Description

 Page 216 of 256


 Signature of Tenderer

This work shall include supply, fabrication, transportation, erection and painting
structural steel, rivet steel, cast steel, steel forgings, cast iron and other incidental metal
construction of the kind, size and quantity in conformity with drawings, specifications and
as desired by Engineer.

All steel works whether in fabrication, transportation or erection shall be done in


accordance with relevant IS and IRS specifications and codes, subject to any further
provisions contained in these specifications. In case of any variance, these specifications
shall prevail.

27.1.2 General

General requirements relating to supply of material shall conform to specification of IS :


1387, for the purpose of which the supplier shall be the contractor and the purchaser
shall be the Engineer.

Finished rolled material shall be free from cracks, flaws, injurious seams, laps, blisters,
ragged and imperfect edges and other defects. It shall have a smooth, uniform finish,
and shall be straightened in the mill before shipment. They shall also be free from loose
mill scale, rust, pitting or other defects affecting strength and durability.

The acceptance of any material on inspection at the mill, i.e., rolling mills, foundry or
fabricating plant where material for the work is manufactured, shall not be a bar to its
subsequent rejection, if found defective.

All steel materials, plates, bars and structural shall have straight edges, flat surfaces and
be free from twist. If necessary, they shall be cold straightened or flattened by pressure
before being worked or assembled unless they are required to be of curvilinear form.
Even formation of curve should be by cold working. Pressure applied should be such as
not to injure the material. Adjacent surfaces or edges shall be in close contact or at
uniform distance throughout.

 Page 217 of 256


 Signature of Tenderer

Unless specified otherwise, high tensile steel rivet conforming to IS: 1149 shall be used
for members of high tensile steel conforming to IS: 961 and shall not be used for mild
steel members.

The use of cast steel shall be limited to bearings and other similar parts.

Generally all steel pins (including knuckle pins) and rollers shall be of forged steel.

Cast iron shall not be used in any portion of a steel structure, except where it is subject
to direct compression.

27.1.3 Materials

All materials shall conform to relevant Clause of tender documents. Special


requirements are given below:-

All paints and enamels used shall conform to requirements specified on drawings or other
special provisions laid down by Engineer. Unless otherwise specified, paints shall
conform to relevant IS specification.

27.2 Fabrication

27.2.1 General

All work shall be in accordance with drawings and as specified in these specifications,
care being taken that all parts of an assembly fit accurately together. These shall form
the provisions of relevant IS codes supplemented and prevailed by IRS specifications B-1-
62, B-3-61, Parts 2 and 4 and IRS steel Bridge Code.

Normally for repetitive works like bridge girders, in industrial structures and sheds when
different components are built in units for assembling at site, similar units will be required
to be made interchangeable.

 Page 218 of 256


 Signature of Tenderer

Unless specially required under the contract, corresponding parts need not be
interchangeable but the parts shall be match marked as required under relevant Sub-
Clause.

Templates, jigs and other appliances used for ensuring accuracy of work shall be of mild
steel; where specially required, these shall be bushed with hard steel. All measurements
shall be made by means of steel tape or other device properly calibrated. Where bridge
materials have been used as templates for drilling, these shall be inspected and passed
by Engineer before they are used in the finished structure.

All structural steel members and parts shall have straight edges and blunt surfaces. If
necessary, they shall be straightened or flattened by pressure unless they are required to
be of curvilinear forms. They shall also be free from twist. Pressure applied for
straightening or flattening shall be such as would not injure the materials. Adjacent
surfaces or edges shall be in close contact or at uniform distance or edges shall be in close
contact or at uniform distance throughout.

Preparation of Holes

27.2.4.1 Drilling and Sub-punching

All holes for rivets shall be drilled or drilled in smaller diameter and reamed. However, if
preferred, the holes may be sub-punched to a diameter of 6 mm less than the finished
size and then reamed to the proper size. Sub-punching is not permitted for truss
members of open web girders.

Where several plates or sections form a compound member, they shall, where
practicable, be firmly connected together by clamps or tacking bolts and holes drilled
through the group in one operation or alternatively, in the case of repetition work plates
and sections may be drilled separately using jigs and templates. The jigs and templates
shall be checked at least once after 25 operations. All burrs shall be removed.

Forming holes by flame cutting is severely forbidden. Holes finally formed for revites and
bolts shall be 1.5 mm larger in diameter than that of bar or bolt. Care shall be taken not

 Page 219 of 256


 Signature of Tenderer

to exceed this limit. In case of holes for turned bolts they shall be drilled to tolerances as
per IS or IRS specification B-1 clause 29.5.

In the case of repetition of spans, the erection of every span shall not be insisted upon,
except where close tolerance or turned bolts are use, provided that acceptable methods
are adopted to ensure strict interchangeability. In such cases, one span in ten or any
number less that ten of each type shall be erected from pieces selected at random by
Engineer and should there be any failure of pieces to fit, all similar spans shall be erected
complete. In the event of the spans being proved completely interchangeable, all
corresponding parts shall carry the same mark so that sorting of materials at site is
facilitated.

27.2.4.2 Block Drilling

Where the number of plates to be riveted exceeds three or the total thickness is 90 mm
or more, the rivet holes, unless they have been drilled through steel bushed jigs, shall be
drilled out in place 3 mm all round after assembling. In such cases, the work shall be
thoroughly bolted together.

27.2.4.3 Size of Holes

The sizes of holes in millimetre are given in Table 800.1.

TABLE 800.1

DIAMETER OF HOLES FOR RIVETS

Nominal dia of Rivets (mm) Dia of Holes (mm)

12 13.5

14 15.5

16 17.5

18 19.5

20 21.5

 Page 220 of 256


 Signature of Tenderer

22 23.5

24 25.5

27 29.0

30 32.0

27.2.4.4 Close tolerance bolts and barrel bolts

The diameter of holes shall be equal to nominal diameter of the bolt shank or barrel
minus 0.15 mm to 0.0 mm.

The holes not drilled through all thicknesses at one operation shall be drilled to smaller
size and reamed after assembly.

27.3 Bolts, Nuts and Washers

27.3.1. Black Bolts (black all over)

Black bolts are forged bolts in which the shanks, heads and nuts do not receive any
further treatment except cutting of screw threads. They shall be true to shape and size
and shall have standard dimensions as shown on drawings.

27.3.2 Close Tolerance Bolts

Close tolerance bolts shall be faced under the head and turned the shank.

27.3.3 Turned Barrel Bolts

The diameter of the screwed portion of turned barrel bolts shall be 1.5 mm smaller than
the diameter of the barrel unless otherwise specified by Engineer. The diameter of the
bolts as given on drawing shall be the nominal diameter of the barrel. The length of the
barrel shall be such that it bears fully on all the parts connected. The threaded portion
of each bolt shall project through the nut by at least one thread. Faces of heads and nuts
bearing on steel work shall be machined.

27.3.4 Washers

In all cases where the full bearing area of the bolt is to be developed, the bolt shall be
provided with a steel washer of sufficient thickness under the nut to avoid any threaded
portion of the bolt being within the thickness of the part bolted together and to prevent
the nut when screwed up, from bearing on the shank of the bolt.

 Page 221 of 256


 Signature of Tenderer

For close tolerance of turned barrel bolts, steel washers whose faces give a true bearing
shall be provided under the nut. The washer shall have a hole diameter not less than 1.5
mm larger than the barrel and a thickness of not less than 6 mm to that the nut, when
screwed up, will not bear on the shoulder of the bolt.

Taper washers with a correct angle of taper shall be provided under all heads and nuts
bearing on levelled surfaces.

Spring washers may be used under nuts to prevent slackening of the nuts when excessive
vibrations occur.

Where the heads or nuts bear on timber, square washers having a length of each side not
less than three times the diameter of the bolts or round washers having a diameter of
3.5 times the diameter of bolts and with a thickness not less than one quarter of diameter
shall be provided.

27.3.5 Studs

Ordinary studs may be used for holding parts together, the holes in one of the parts being
tapped to take the thread of the stud. Counter-sunk studs may be used for making
connections where the surfaces are required to be clear of all obstruction, such as
protruding heads of bolts or rivets, studs may also be welded on steel work in positions
as required.

27.3.6 Service Bolts

Service bolts shall have the same clearance as black bolts and where it is required that
there should be no movement prior to final riveting, sufficient drifts or close tolerance
bolts shall be used to assemble and locate the work.

But no drifting to match up unfair holes shall be allowed. Any apparent error in
fabrication which prevents assembly or fitting up of parts by the use of drifts shall be
investigated immediately. If some ream ring is required and use of special rivets are
called for, same will not be undertaken without prior approval of Engineer. No extra
payment shall be admissible for such additional work unless fabrication is done by a
different agency and is established to be defective.

27.3.7 Drifts

 Page 222 of 256


 Signature of Tenderer

The barrel shall be drawn or machined to the required diameter for a length of not less
than one diameter over the combined thickness of the metal through which the drifts
have to pass. The diameter of the parallel barrel shall be equal to the nominal diameter
of the hole subject to a tolerance of +0 mm and –0.125 mm. Both ends of the drift for a
length of equal to 1.5 times the diameter of the parallel portion of the bar shall be turned
down with a taper to a diameter at the end equal to one-half of that of parallel portion.

27.3.8 Use of Drifts and Bolts

In cases where the joint seems to withstand stresses arising from special methods of
erection before being riveted up, parallel barrelled drifts and bolts shall be used to
withstand the full stresses/forces arising thereof. In such case number of drifts used will
be subject to a maximum of 40%.

In the event of anticipated emergencies such as staying being in danger of being affected
by floods or storms before riveting can be completed, the joints to be riveted shall be
made secure by filling 40% holes by drifts and 40% with service bolts fully tightened up.
Otherwise, in normal course filling not less than 50% of holes with service bolts shall make
joints.

27.4 Pins and Pin Holes

26.4.1 Pins

Pins shall be parallel throughout and shall have a smooth surface free from flaws. They
shall be of sufficient length of ensure that all parts connected thereby shall have a full
bearing on them. Where the ends are threaded, they shall be turned to a smaller
diameter at the ends for the thread and shall be provided with a pilot nut, where
necessary, to protect the thread when being drawn to place.

Pins more than 175 mm in length or diameter shall be forged and annealed.

27.4.2 Pin Holes

Pin holes shall be bored true to gauge, smooth, straight, at right angles to the axis of the
member and parallel to each other, unless otherwise required. Tolerance in the length
of tension members from outside to outside of pin-holes and of compression members
from inside to inside of pin holes shall be one millimetre. In built-up members, boring
shall be done after the members have been riveted or welded.

 Page 223 of 256


 Signature of Tenderer

The specified diameter of the pin hole shall be its minimum diameter. The resulting
clearance between the pin and the hole shall not be less than 0.5 mm and not more than
1.0mm.

27.5 Shop Erection and Match-Marking

Engineer and inspecting officials shall be given free access to the templating fabrication
shop and for frequent inspection of different parts under fabrication.

Before being dispatched, steel work shall be temporarily erected in fabrication shop for
inspection by Engineer of other inspecting official either wholly or in such portion as
Engineer may require so that he may be satisfied both in respect of alignment camber
and fit of all connections. For this purpose, sufficient number of parallel drifts and service
bolts tightly screwed up shall be employed. All parts shall fit accurately and be in
accordance with drawings and specifications.

After the work has been passed by Engineer and before being dismantled, each part shall
be carefully marked for re-election with distinguishing marks and stamped with durable
markings. Drawings showing these markings correctly shall be supplied to Engineer.

Unloading, handling and storage of steel work as per these specifications shall be the
responsibility of the contractor. The cost of repairs or of rejected material, its removal
and the cost of transporting replacement material to the site shall be borne by the
Contractor.

Where close tolerance or turned barrel, bolts are used for those cases where
interchangeability is not insisted upon, each span shall be erected and members of each
span marked distinctly.

27.6 Welding

All welding shall be done with the prior approval of Engineer and workmanship shall
conform to provisions of IS : 823 or other relevant Indian Standards as appropriate.

All the welds shall be done by submerged are welding process either fully automatic or
semi-automatic. Manual metal arc welding may be done only with prior permission of
Engineer. In case of bridge girders this would be permissible only in case of very short

 Page 224 of 256


 Signature of Tenderer

runs or of minor importance or where access or locations of welds to not permit
automatic or semi-automatic welding.

Except for special types of edge or end preparation, like double "U" or single "J" or double
"J" (which would be prepared by machining of grouting) the fusion edges of all plates to
be jointed shall be prepared by using mechanically controlled automatic flame cutting
equipment and then ground to a smooth surface.

When material thickness is 20 mm or more, special precautions like preheating shall be


taken, as laid down in IS : 823.

The general welding procedures including particulars of preparation of fusion faces for
metal arc welding shall be carried out in accordance with IS : 9595. Welding shall not be
done when the air temperature is less than 10 degree Celsius. Welding shall not be done
when the surfaces are moist, during periods of strong winds unless the work and the
welding operations are adequately protected.

Welding shall be permitted to be performed for the project either in the shop or in the
field, only by operators who have passed qualification tests to the satisfaction of
Engineer.

27.7 Tolerances

Tolerances in dimensions of components of structural steel work before fabrication in


fabricated steel work shall be specified on the drawings and shall be subject to the
approval of Engineer.

27.8 Erection

27.9.1 General

The contractor shall erect structural steel, remove temporary construction, and
undertake all work required to complete the construction of works included in the
contract in accordance with approved drawings and specifications to the entire
satisfaction of Engineer.

27.9.2 Organization and Equipment

The contractor shall submit erection plans prepared by the fabricator, showing the
method and procedure of erection, compatible with the details of fabrication.

 Page 225 of 256


 Signature of Tenderer

Unless otherwise provided in the contract, the contractor shall supply and erect all
necessary false work and staging and shall supply all labour, tools, tackles, erection plant
and other materials necessary to carry out the work complete in all respects.

The contractor shall supply all rivets, bolts, nuts, washers, etc., required to complete
erection at site with an allowance for wastage, etc., of 12.5 per cent of the net number
of field rivets, bolts, washers required, or a minimum of five number of each item
whichever is higher.

Service bolts and nuts, ordinary platters, washers, and drifts for use in erection work shall
be supplied at 60 percent (45 percent bolts and 15 percent drifts) of the number of field
rivets per span in each size (this includes wastage). A reduction in quantities of service
bolts, etc., may, however, be specified by Engineer if more than one span of each type is
ordered.

Deflection and vibratory tests shall be conducted in respect of supporting structures,


launching truss as also the structure under erection and unusual observations reviewed;
looseness of fittings are to be noted.

For welded structures, welder's qualifications and skill are to be checked as per standard
norms. Non-destructive tests of joints as per designer's directives are to be carried out.

Precision non-destructive testing instruments available in the market should be used for
noting various important parameters of the structures frequently and systematic record
is to be kept.

Safety requirements should conform to IS : 7205 ; IS: 7273 and IS: 7269 as applicable and
should be a consideration of safety, economy and rapidity.

Erection work should start with complete resources mobilized as per latest approved
drawings and after a thorough survey of foundations and other related structural work.
In case of work of greater magnitude, maximum mechanization is to be adopted.

The structure should be divided into erectable modules as per the scheme. This should
be pre-assembled in a suitable yard/platform and its matching with members of the
adjacent module checked by trial assembly before erection.

The structure shall be set out to the required lines and levels. The stocks and masses are
to be carefully preserved. The steelwork should be erected, adjusted and completed in
the required position to the specified line and levels with sufficient drifts and bolts.
Packing materials are to be available to maintain this condition. Organized "Quality
Surveillance “checks need to be exercised frequently.

 Page 226 of 256


 Signature of Tenderer

Before starting work, the contractor shall obtain necessary approval of Engineer as to the
method of erection, the number and character of tools and plants, type and quantity of
labour to be maintained, and safety precautions taken. Approval of Engineer shall not
relieve the contractor of his responsibility for safety of his method or equipment or from
carrying out the work fully in accordance with drawings and specifications.

During the progress of the work, the contractor shall have a competent engineer or
foreman in charge of work, who shall be adequately experienced in steel erection and
acceptable to Engineer.

27.10 Handling and Storing Materials

Materials to be stored shall be placed on skids above ground. It shall be kept clean and
properly drained. Long members shall be supported on skids placed bear enough
together to prevent injury from deflection. The contractor shall be held responsible for
loss or damage to any material paid for by the Department while in his care or for any
damage to such material resulting from his work.

IS: 7293 and IS: 7969 dealing with handling of materials and equipment for safe working
should be followed.

27.11 Formwork and Staging

Formwork, staging and supports shall be properly designed, substantially built and
maintained for all anticipated loads. The contractor, if required, shall submit plans and
designs for approval to Engineer. Approval of plans, however, shall not relieve the
contractor of his responsibility.

27.12 Straightening Bent Material

The straightening of plates, angles and other shapes which are slightly bent in transit or
handling shall be done by methods not likely to produce fracture or any injury to the
material. The metal shall not be heated unless permitted by Engineer for special cases
when heating shall not be done to a temperature higher than that producing a dark
'cherry red' color followed by as slow cooling as possible. Following the straightening of
a bend or buckle, the surface shall be carefully investigated for evidence of fracture.
Sharp kinks and bends and sign of any fracture may be cause for rejection of material.

 Page 227 of 256


 Signature of Tenderer

27.13 Assembling Steel

The parts shall be accurately assembled as shown on drawings and match marks shall be
followed. The material shall be carefully handled so that no parts will be bent, broken or
otherwise damaged.

Hammering, which will injure or distort members, shall not be done. Bearing surface or
surfaces to be in permanent contact shall be cleaned, before the members are
assembled.

All fasteners shall have a washer under nut or bolt head, whichever is turned in
tightening.

Any connection to be riveted or bolted shall be secured in close contact with service bolts
or with a sufficient number of permanent bolts before the rivets are driven or before the
connections are finally bolted. Joints shall normally be made by filling not less than 50
percent of holes with service bolts and barrel drifts in the ratio 4:1. The service bolts are
to be fully tightened up as soon as the joint is assembled. Connections to be made by
close tolerance or barrel bolts shall be completed as soon as practicable after assembly.

Any connections, to be site welded, shall be securely held in position by approved


methods to ensure accurate alignment, camber and elevation before welding is
commenced.

Field riveting, welding and bolted and pin connections shall conform to the requirements
of appropriate Sub-Clause.

The correction of minor misfits involving harmless amounts of reaming, cutting and
chipping will be considered a legitimate part of erection. However, any error in shop
fabrication or deformation resulting from handling and transportation which prevents
proper assembling and fitting up of parts by moderate use of drifts or by a moderate
amount of reaming and slight chipping or cutting shall be reported immediately to
Engineer and his approval of the method of correction obtained. The correction shall be
made in the presence of Engineer.

27.14 Field Inspection

All materials, equipment and work of erection shall be subject to inspection of Engineer
who shall be provided with all facilities including labour and tools required at all
reasonable times. Any work found defective is liable to be rejected and no material or
work shall be painted until inspected and approved.

 Page 228 of 256


 Signature of Tenderer

Structural steel and components viz., rivets, bolts, nuts, washers, welding consumables,
etc., shall be tested for mechanical and chemical properties to the requirements of
appropriate IS codes.

Rivets and riveted connection shall be inspected and tested for compliance of Codal
requirements. Welding procedure, welded connection and testing shall be in compliance
with Codal requirements. All facilities necessary for stage inspection during welding and
on completion shall be provided to Engineer or inspecting official.

Adequate means of identification either by identification mark or other record shall be


provided to enable each weld to be traced to the welder(s) by whom it was carried out.
The fabricated member/component made out of rolled and built-up section shall be
checked for compliance of the tolerances specified in these specifications or as stipulated
in relevant IS Codes and the checking for deviations shall be made over the full length.

During inspection, the component/member shall not have any load or external restraint.

27.15 Painting

27.15.1 General

Unless otherwise specified, all metal work shall be given approved shop coats as well as
field coats of painting. The item of work shall include preparation of metal surfaces,
application of protective covering, drying of paint coats and supply of all tools,
scaffolding, labour and materials necessary :

General steel work shall be protected against corrosion by :

i. Minimum of three coats of paint, or

ii. A metal coating followed by two coats of paint.

Unless otherwise specified, all painting and protective coating work shall generally be
done in accordance with IS: 1477 (Part 1) and IRS specification B1-79.

 Page 229 of 256


 Signature of Tenderer

27.15.2 Surface Preparation

Steel surface to be painted either at fabrication shop or at site of work shall be prepared
in a thorough manner with a view to ensuring complete removal of mill scale by one of
the following processes as agreed to between fabricator and Engineer:

Grit and sand blasting

Pickling which should be restricted to single plates, bars and sections;

Flame cleaning;

Scraping and wire brushing.

Primary coat shall be applied as soon as practicable after cleaning and in case of flame
cleaning, primary coat shall be applied while the metal is still warm.

All slag from welds shall be removed before painting. Care shall be taken to brush the
surface clean prior to painting. Surfaces shall be maintained dry and free from dirt and
oil. Work out of doors in frosty or humid weather shall be avoided.

27.15.3 Coatings

Prime coat to be used shall conform to specification of primers approved by Engineer.


Metal coatings shall be regarded as priming coats.

All coats shall be compatible with each other. When metal coatings are used, the
undercoat shall be compatible with the metal concerned. The undercoat and the
finishing coat shall preferably be from the same manufacturer. Successive coats of paints
shall be of different shades or colours and each coat shall be allowed to dry thoroughly
before the next coat is applied. Particular care shall be taken with the priming and
painting of edges, corners, welds and rivets.

27.15.4 Painting in Shop

All fabricated steel shall be painted in shops, after inspection and acceptance, with at
least one priming coat, unless the exposed surfaces are subsequently to be cleaned at
site or metal coated.

Shop contact surfaces, if specifically required to be painted, shall be brought together


while the paint is still wet.

 Page 230 of 256


 Signature of Tenderer

Surface not in contact but inaccessible after shop assembly shall receive the fully
specified protective treatment before assembly.

Where surfaces are to be welded, the steel shall not be painted or metal coated within a
suitable distance from any edges to be welded, if the specified paint or metal coating
would be harmful to welders or is expected to impair the quality of site welds.

Exposed machined surfaces shall be adequately protected.

27.15.5 Painting at Site

The methods of application of all paint coatings shall be in accordance with the
manufacturer's written recommendation and shall be as approved by the Engineer.
Spray painting may be permitted provided it will not cause inconvenience to the public
and is appropriate to the type of structure being coated. Areas hard to gain access to for
painting and areas shaded for spray application shall be coated first by brushing.

Oil based red lead primers must be applied by brush only, taking care to work into all
corners and crevices

The primer, intermediate and finishing coats shall all be applied so as to provide smooth
coatings of uniform thickness. Wrinkled or blistered coatings or coatings with pinholes,
sags, lumps or other blemishes shall not be accepted. Where the Engineer so directs, the
coating shall be removed by abrasive blast cleaning and replaced at the contractor's
expense.

Surfaces, which will be inaccessible after site assembly, shall receive the full-specified
protective treatment before assembly.

Surfaces, which will be in contact after site assembly, shall receive a coat of paint (in
addition to any shop priming) and shall be brought together while the paint is still wet.

Damaged or deteriorated paint surfaces shall first be made good with the same type of
coat as the shop coat.

Where steel has received a metal coating in the shop, this coating shall be completed at
site so as to be continuous over any welds, bolts and site rivets.

Specified protective treatment shall be completed after erection.

27.16 Tests and Standards of Acceptance

 Page 231 of 256


 Signature of Tenderer

The materials shall be tested in accordance with relevant IS and/or IRS
specifications/codes and necessary test certificates shall be furnished. Additional tests,
if required by Engineer, shall be got carried out by the Contractor at his own cost.

The fabrication, furnishing, erecting, painting of structural steel work shall be in


accordance with these specifications and shall be got checked and approved by the
Engineer.

27.17 Measurements for Payment

Measurements of this item shall be in tones based on net weight of metal in the
fabricated structure computed on the basis of nominal weight of materials.

The weight of rolled and cast steel and cast iron shall be determined from the dimensions
shown on drawings on the following basis:

Rolled or cast steel: 7.85gm/cu.cm

Cast iron: 7.21 gm/cu.cm

Weight of structural sections shall be nominal weight.

The weight of castings shall be computed from dimensions shown on drawings with an
addition of 5 (five) percent for fillets and over-runs.

The weight of weld fillets and the weight of protective coatings shall not be included.

The weight of rivet heads shall be computed by taking the weight of 100 snap head as
given in Table below

WEIGHT OF RIVET HEADS

Dia of rivet as manufactured (mm) Weight of 100 snap heads (kg)

12 1.3

14 2.1

16 3.4

18 4.45

 Page 232 of 256


 Signature of Tenderer

20 6.1

22 8.1

24 10.5

27 15.0

30 20.5

33 27.2

When specially agreed upon, allowance for snap heads may be taken as a flat percentage
of the total weight unless otherwise specified in tender documents. This percentage may
be taken as 3 per cent or modified by mutual agreement.

The Contractor shall supply detailed calculation sheets for the weight of metal in the
fabricated structures. No additions shall be made for the weight of protective coatings
or weld fillets.

Where computed weight forms the basis for payment, the weight shall be calculated for
exact cut sizes of members used in the structure, deductions being made for all cuts,
except for rivet holes. Additions shall be made for rivet heads as mentioned above.

When especially agreed upon, the basis for payment may be the fabricated structure
weight complete, according to specifications included in special provisions of the
Contract.

28. Bearings:-

28.1 POT-PTFE bearings shall be provided under each girder/box girders as per approved
drawings. These bearings shall be got manufactured from reputed manufacturer of
bearings as approved by the Railway. These bearings are required to be got designed by
the contractor from the manufacturer and design and drawing should be submitted to
the railways for approval. However, load for the bearing design shall be intimated by the
Railways.
28.2 The bearing shall be got tested by contractor at his own cost in presence of Railway’s
representative if directed by Engineer-In-charge at the test house as approved by
Railways. The bearings shall be supplied at site with test certificates.
28.3 The bearing shall be correctly manufactured according to the approved drawings subject
to the permissible tolerances as indicated in the drawings. The placement of bearings
shall be done in the presence of the Manufacturer’s representative at site
28.4 The manufacture and installation of bearing shall conform relevant IS Specifications

 Page 233 of 256


 Signature of Tenderer

28.5 Materials for bearings: The materials used shall generally confirm to: -

a. Specifications for PTFE materials shall be as per latest codes.


b. All structural steel shall conform to IS: 226.
c. Stainless steel facing shall confirm to AISI:304. All bolts shall be H.T grade
8.8 confirming to IS: 1364.

28.6 Tolerances: The tolerance shall be as per approved drawings

28.7 Painting: All non working surfaces shall be coated with 2 coats of epoxy primer (if
required as indicated on the approved drawing).

28.8 Test:

Raw materials: All raw materials shall be confirming to relevant material standard.
Necessary manufacture’s certificates and test certificates shall be furnished by the
contractor.
Acceptance Tests on:
- All bearings will be checked for overall dimensions.
- Test certificates of the bearing materials shall be furnished by the contractors as
desired by the Engineer-in –charge of the work.

28.9 Installation:

a. The bearings shall be installed with care to ensure their correct functioning in
accordance with the design for the whole structure. Even and efficient contact between
top and bottom plate of the bearing and the bedding material shall be ensured for
successful performance of the bearing.

b. In order that moving surfaces are not contaminated, bearings shall not be dismantled
after leaving the manufacturer’s, works but, if for any reason they are these shall only be
done under expert supervision and the manufacture’s assistance to be sought.

c. Transfer of super structure weight on to the bearing shall not be allowed until
sufficient strength has developed in the bedding to resist the applied load.

Temporary clamping device shall be removed at the appropriate time before the bearings
are required to accommodate movement.

d. Temporary support when provided under bearing base shall be compressible under
design loading or removed once the bedding material has reached the required strength.
Any voids left as a consequence of their removal shall be made good using the same type

 Page 234 of 256


 Signature of Tenderer

of bedding material. Steel folding wedges and rubber pads are suitable for temporary
supports under bearing base plate.

e. Bedding material shall be as indicated in approved drawings.

f. Free-flowing Non-shrink Grout similar to FOSROC’s conbextra GP or equivalent in


between the concrete and top and bottom plates of the bearings will be provided (if
required as indicated on approved drawings).

29.0 CONDITIONAL TENDERS;


Conditional tenders are liable to be rejected straight away. Railways reserve the right to reject such
tenders summarily without assigning any reasons whatsoever.

30.0 SUPPLY OF ELECTRIC POWER:

30.1 The contractor shall be responsible for the arrangements to obtain supply of electric power
necessary for the work. He shall preferably arrange his own electric generating set, especially
in view of erratic and unreliable electric supply.
30.2 The Railway may make available electric power required for the work from the Railway’s
existing power system, if spare, on terms and conditions to the determined by the Railway
provided that the contractor shall arrange at his own expenses to effect the connection, lay
additional cables, provide switch gears and do the wiring etc., at his own cost and the
contractor shall not be entitle for any compensation for interruption or failure of the
electricity. Consumption of electricity at site has to be borne by the contractor at the rates
specified by the railway.
30.3 The contractor shall abide by the Indian Electricity act and the Indian Electricity rules as
amended from time to time.
30.4 On request of contractor, Railway will forward the contractor’s application for getting electric
supply to local authorities.
31.0 INDEMINTY BY CONTRACTOR
As per clause 15 of GCC 2014, 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 Railway 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 have been sustained.

 Page 235 of 256


 Signature of Tenderer

Dy. Chief Engineer/Const/T&C.

N. Railway, K.Gate, Delhi

For and on behalf of the President of India.

Signature of the Tenderer/s

Address …………………………..

 Page 236 of 256


 Signature of Tenderer

35. ADDITIONAL SPECIAL TENDER CONDITIONS RELATING TO SITE DATA & SPECIFICATION

ADDITIONAL SPECIAL CONDITIONS/SPECIFICATIONS: -

1. The agency should visit the site before quoting the rates.
2. Shuttering plates used for RCC work shall have minimum 5 mm thickness for
ensuring smooth finish and to prevent bulging during concreting.
3. Wherever applicable, tenderer has to take permission/approval from the local
bodies /authorities. Railway will give recommendatory letters on demand of
tenderer to help the tenderer in this issue but responsibility to obtain such
permission will be of the tenderer.
4. It is expected that the contractor is to work in close coordination with other
agencies. No additional claim for any restriction of space etc. by working of other
agency should be entertained.
5. The contractor should cover the Insurance Policy for the workers at site as per
GCC relevant clause as well as cover the workmen compensation policy.
6. Any root or branch of tree coming in the way of foundation/pile excavation etc.
shall be cut / trimmed by the contractor at his own cost. No extra payment shall
be made.
7. Contractor will not be entitled for any claims if any of the items indicated in the
schedule is not got done or not given to him.
8. Execution of all items is governed by general and special condition of contact.
9. Rates includes all taxes i.e. sales tax, octroi, excise duty, other levies etc. and all
other incidental and unforeseen expenditure if any and no claim shall be
entertained in this regard. The tenderers shall quote their rates accordingly.
10. Contractor shall have to arrange precision measuring equipments like, total
station, 237evelling instrument, staff, calibrated measuring tape etc. during execution
of work, as per the requirement and as directed by Engineer- in- charge and no
extra payment will be made for the same.
Rates includes the charges of mix design of controlled concrete, cube test for checking strength
11.
of concrete at site and quantity of cement concrete consumed in cube preparation and it may
be noted that mix design shall be got done in any Govt. approved laboratory or any
Government Engineering College as per IS Code 10262-2008.
12. In case of NS items of reinforced cement concrete/PSC inclusive of cement and

admixture, minimum cement content, maximum permissible water cement ratio

and desired slump to ensure proper pumping of concrete for different type of

members shall be as per following:

 Page 237 of 256


 Signature of Tenderer

S. Item Minimum Max Slump

No. cement water (mm)

content (kg) cement

ratio

1 Road over Bridge

Piles 420 0.4 150-200

Substructure & 415 0.4 100-120

Superstructure

2 Railway Bridge/RUB/LHS

Piles 420 0.4 150-200

Substructure & 415 0.4 100-120

Superstructure (RCC)

Superstructure (PSC) 430 0.4 100-120

3 Building

Piles upto 600mm dia & 10m 380 0.4 150-200

length

Structure 380 0.4 100-120

The quantity of cement and admixture should be adjusted to ensure proper

strength, durability and workability as per site requirement.

13. Being a composite item of RCC/PSC, acceptance criteria for the concrete is of

paramount importance and provision of clause 18.6 of IRC-112-2011 (as

amended from time to time) should be strictly adhered to. Accordingly, all

relevant tests as per the specified sampling frequency in the above noted clause

shall be strictly adhered to. In case, concrete is not found to comply with

 Page 238 of 256


 Signature of Tenderer

acceptance criteria, the tenderer will demolish the affected part at his own cost

and recast it. Nothing extra shall be paid for it, including the cost of

reinforcement required to be replaced in such process.

14. The tenderer is supposed to estimate the cement consumption at his end before

submitting his offer and accommodate the cost of any alteration in cement

content over the minimum cement content specified as nothing extra is payable

for any increase in cement content during design mix.

15. Material ingredients of concrete shall be as per clause 18.4 of IRC-112-2011 (as

updated from time to time.

16. Detail report along with sketches about the work done will have to be submitted

by contractor in two (2) copies duly incorporating photographs and video

recording of the work done at various stages. Completion drawing prepared in

AutoCAD is also to be submitted in 6 BP copies along with the original tracing

and in CD.

In case of discrepancies in the description or conflicting interpretation of provisions kept


in different sections of contract or among various specifications/codes, following order
17. of preference shall be followed

(1). Technical Matters:

(a) Description of the item of BOQ.

(b) Provision contained in “Special Tender Conditions” section of the tender document”

(c) The specifications mentioned in this document including specifications of USSOR shall be
prime governing. Codes / specifications specifically mentioned in this document shall
have overriding preference over other codal provisions.

(d) Where there is conflict between provisions in IRS & IS specifications, provisions in IRS
specifications shall prevail.

(e) Where there is no provision of specifications in IRS, provisions in IS specifications should


be adopted. Where there are no provisions in IRS and IS Specifications, provisions in IRC
Specifications should be followed.
 Page 239 of 256
 Signature of Tenderer

(f) The decision of Engineer shall be final and binding in the interpretation of the clause of
the codes of practice and specification of this tender and no claim whatsoever shall be
entertained on this account from the Contractor.

(II). General / Other than Technical Matters - For general matters, order of preference shall
be as follows:

(a) Description in the item of BOQ.

(b) Provision contained in “Special Tender Conditions” section of the tender document”

(c) Provisions contained in special tender conditions and instructions to tenderer.

(d) General Conditions of Contract.

(e) Provisions contained in code of practice for Engineering department.

 Page 240 of 256


 Signature of Tenderer

(I). Technical Matters:

Annexure- 1

IRPWM C/S NO. 69 DT. 23.5.2001

(Authority RB letter No.98/CE-II/PRA/32, dated 23.5.2001)

A new Para No.826 be added to Chapter VIII of the IRPWM, 1986 to read as under:

826. Safe working of contractors – A large number of men and machinery are deployed by the
contractors for track renewals, gauge conversions, doublings, bridge rebuilding etc. It is
therefore essential that adequate safety measures are taken for safety of the trains as
well as the work force. The following measures should invariably be adopted.

i) The contractor shall not start any work without the presence of railway supervisor at site.

Wherever the road vehicles and/ or machinery are required to work in the close vicinity
of railway line, the work shall be so carried out that there is no infringement to the
Railways schedule of dimensions. For this purpose, the area where road vehicles and / or
machinery are required to ply, shall be demarcated and acknowledged by the contractor.
Special care shall be taken for turning / reversal of road vehicles / machinery without
infringing the running track Barricading shall be provided wherever justified and feasible
as per site conditions.
The look out and whistle caution orders shall be issued to the trains and speed
restrictions imposed where considered necessary. Suitable flagmen / detonators shall be
provided where necessary for protection of trains.

ii) The supervisor / workmen should be counselled about safety measures. A competency
certificate to the contractor’s as per Performa annexed shall be issued by AEN, which will
be valid only for the work for which it has been issued.

iii) The unloaded ballast / rails/ sleepers/ other P. Way materials after unloading along track
should be kept clear off moving dimensions and stacked as per the specified heights and
distance from the running track.

iv) Supplementary site specific instructions, wherever considered necessary shall be issued
by the Engineer in charge.

Competency Certificate

 Page 241 of 256


 Signature of Tenderer

Certified that Shri.__________________________ Supervisor/ Operator of
M/s____________________ has been trained and examined in safety measures to be followed
while working in the vicinity of running Railway track for the work

_____________________. His knowledge has been found satisfactory and he is capable of


supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature and designation of the Officer.

Signature of the tenderer/s.

 Page 242 of 256


 Signature of Tenderer

Annexure- 2

Special conditions of contract

Training to Supervisors and Operators of the Contractor

The Supervisors and Operators of the Contractor proposed to be deployed at work site, which is
close to the running track, shall be imparted mandatory training by the Railway about the safety
measures to be adopted while working in the vicinity of running track. Engineer in charge of the
work shall decide the scale, extent & adequacy of training. In case training is imparted at a
recognized Railway training institute, the charges for the same, as decided by Railway shall be
recovered from contractor. A competency certificate to this effect to the individual Supervisor /
Operator shall be issued as given below, by a Railway Officer not below the rank of Assistant
level. No Supervisor / Operator of the Contractor shall work or allowed to work in the vicinity of
running track who is not in possession of valid competency certificate.

All the labour, materials, tools, plants etc, required for ensuring safe running of trains shall be
provided by Contractor at his own cost.

Competency Certificate

Certified that Shri.__________________________ Supervisor/ Operator of


M/s____________________ has been trained and examined in safety measures to be followed
while working in the vicinity of running Railway track for the work

_____________________. His knowledge has been found satisfactory and he is capable of


supervising the work safely.

This certificate is valid only for the work mentioned in this certificate only.

Signature and designation of the Officer.

Signature of the tenderer/s.

 Page 243 of 256


 Signature of Tenderer

Annexure – 3

COMPENDIUM OF INSTRUCTIONS ON SAFETY AT WORK SITES

1. The contractor shall not allow any road vehicle belonging to him 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 no. 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 flagman
and supervisor and will give written permission giving names of road vehicles drivers,
contractor’s flagmen and supervisor to be deployed on the work, location, period and
timing of the work. This permission will be subject to the following obligatory conditions:

1.1. The road vehicles will play only between sunrise and sunset.

1.2. Nominated vehicles & drivers will be utilized for work in the presence of at least one
flagman and one supervisor certified for such work.

1.3. The vehicles shall ply 6m clear of track. Any movement/ work at less than 6m and upto
minimum 3.5m clear of track centre shall be done only in the presence of railway employee
authorised by the Engineer in charge. No part of the road vehicle will be allowed at less
than 3.5m from track centre. Cost of such railway employee shall be borne by the railway.

1.4. The contractor shall remain fully responsible for ensuring safety and in case of any accident,
shall bear cost of all damages to his equipment’s & men and also damages to railway & its
passengers.

Engineer in charge may impose any other condition necessary for a particular work or site

(Ref. Rly. Bd.’s letter No.98CE-I/CT/15, dated 13.8.98 Annexure VIII)

 Page 244 of 256


 Signature of Tenderer

2.1. Assistant Officer / Sr. scale Officer shall be the overall incharge for the safety at the site of
work. It will be personal responsibility of the Inspectors (both incharge and supervisory) to
ensure safety.

2.2. Contractor shall provide 150 mm thick white line with lime at a distance of 3.5m from
centre of existing track. This white line shall be in the entire length where work is going on
and/or the vehicles/ machineries are plying along the track. Nothing extra shall be paid for
this

2.3. Barricading with the help of portable fencing shall be provided in the length where the day’s
work is to be done in close vicinity of the track. The fencing shall consist of self-supporting
steel column connected with at least 20 mm thick red nylon rope. The columns shall be of
1.2m height . This will be placed at a distance of 3.5 m from center line of the nearest track.
This shall be paid.

2.4. Assistant Officer/ Sr. scale Officer shall issue competency certificate after checking license
and their working to all drivers of nominated vehicle /machinery. Inspector at site shall
ensure that the driver who does not possess competency certificate will not work at site.

2.5. The area between running line and white line shall not be permitted to become slushy and
adequate drainage must be ensured at all times.

2.6. Machine / vehicles shall ply 6m clear of track and movement / work at less than 6m and
upto 3.5m clear of track centre, shall be done in the presence of railway employee
authorised by Engineer in charge. The railway employee so deputed shall ensure safety of
the track, with banner flags, hand signal lamps and detonators.

2.7. If vehicle/ Machinery/ materials are to come within 3.5m of the existing track, work must
be done under the presence of an inspector authorised to do safety works. A caution order
shall be issued and track will be protected with the banner flags, hand signal lamps and
detonators.

 Page 245 of 256


 Signature of Tenderer

2.8. Normally, night working shall be avoided. However, in certain areas like Delhi, the night
working is unavoidable. The night working shall be permitted by AEN in writing. One
INSPECTOR shall be specifically deputed to supervise the night working. The site /area
where night working is to be done shall be adequately lit. Nothing extra shall be paid for
this

(Ref. CAO/C’s letter No.62-W/0/4/3/0/W.Spl/Genl, dated 22.5.2000 Annexure-V)

3.0. An authorized OHE staff should invariably be present, when relaying work or any major
work on track is carried out, in order to ensure the following points.

3.1. Power Block is correctly taken and “Permit to Work” (PTW) is issued.

3.2. The structure bonds, track bonds, cross bonds, longitudinal rail bonds etc are not disturbed
and if disconnected for the work, they are reconnected properly when the work is
completed.

3.3. The return feeder connections to the rails at the feeding posts are proper and not disturbed.

3.4. The setting distance of the structures is not disturbed affected during the slewing.

3.5. The track level is not raised beyond the permissible limits during the work.

3.6. Excavation or digging near a mast foundation is done in such a manner that the foundation
is not exposed.

3.7. The clearance particularly at over line structure is maintained to the required standards.

 Page 246 of 256


 Signature of Tenderer

3.8. Precautions for the safety of staff working under the OHE are taken correctly.

3.9. The Engineering officials in charge of such major works shall ensure that intimation to their
counterpart for OHE maintenance work is given with adequate notice.

( Ref. Para 20714 of AC Traction Manual, Vol.II, Part.I)

3.10. All staff should be warned that contact within 2 metres (unless protected by the screen) to
live portion of 25 KV traction OHE is dangerous and shall be strictly avoided (Ref. G.R. 17.04
and S.R 17 04 (I/a)

3.11. No work on overhead lines or in the zone within two metres of any live equipment, shall be
carried out unless a regular “Permit to Work” is obtained from the authorized traction staff
and line is made dead and earthed ( Ref. G.R 17 04 and their S.R.A.C.T.M. Chapter – X)

3.12.Before any overhead equipment of bonding is disturbed, provisions of G.R 17.05 and their
SRs shall be complied with.

4.0 During the execution of works, unless otherwise specified the contractor shall at his own
cost provide materials for and execute all shoring, timbering and strutting works as is
necessary for the stability and safety of all structures, excavation and works and shall
ensure that no damage, injury or loss is caused or likely to be caused to any person or
property.

(Ref. Clause 34.1 of GCC 2022)

5.0 Existing roads or water courses shall not be blocked, cut through, altered, diverted or
obstructed in any way by the contractor, except with the permission of the Engineer. All

 Page 247 of 256


 Signature of Tenderer

compensation claimed for any unauthorized closure, cutting through, alteration, diversion
or obstruction to such roads or water courses by the Contractor or his agent or his staff
shall be recoverable from the contractor by deduction from any sums which may become
due to him in terms of the contract, or otherwise according to law.

(Ref. Clause 34.2 of GCC 2022)

6.0 During progress of work in any street or thorough fare, the contractor shall make adequate
provision for the passage of traffic, for securing safe access to all premises approached from
such street or thorough fare and for any drainage, water supply or means of lighting which
may be interrupted by reason of the execution of the works and shall erect and maintain at
his own cost barriers lights and other safeguards as prescribed by the Engineer for the
regulation of the traffic, and provide watchmen necessary to prevent accidents. The work
shall in such cases be executed night and day if so ordered by the Engineer and with such
vigour so that the traffic way be impeded for as short a time as possible.

(Ref. Clause 34.3 of GCC 2022)

7.0 The contractor shall be responsible to take all precautions to ensure the safety of the public
whether on public or railway property and shall post such lookout men as may in the opinion of
the Engineer be required to comply with the regulations appertaining to the work.

(Ref. Clause 34.4 of GCC 2022)

8.0 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 Engineer’s
Representative and shall make every arrangement to tender all possible assistance.

(Ref. Clause 56 of GCC 2022)

 Page 248 of 256


 Signature of Tenderer

9.0 The contractor shall be responsible for all risk to the works 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 and this although all reasonable and
proper precautions may have been taken by the Contractor, and 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.

(Ref. Clause 24 of the GCC 2022)

10.0 Vulnerable locations where construction work adjacent to running line can cause accident should
be protected by suitable strong barrier which should be included as a paid item in contract
schedule. These locations should be decided by Executive Engineer Incharge of the work at the
beginning of construction and intimated to contractor in writing. The barrier should be painted
with retro reflective paint at suitable intervals to give warning at night.

(Ref.Rly. Bd’s letter No.99/WI/S/Accident- Mangla Express dt. 23.8.1999 Annexure VII)

11.0 No work adjacent to running track should be carried out at night without express written
authority from the Executive Engineer, incharge of the work. In fact, no contractor should
do any kind of night working unless the Executive “Engineer in charge of the work gives the
specified spots according to priority of work where night working has to be done. These
spots should be well lit at night. In addition, the work should always be done under
supervision of Railway Supervisors in addition to contractor’s supervisors. Suitable Railway

 Page 249 of 256


 Signature of Tenderer

personnel should be posted at site with safety equipment’s like banner, flags, hand signal
flags, hand signal lamps and detonators to arrange protection of trains. The Railway
supervisor’s incharge of such work should also give suitable message to adjacent stations
as well as through control for issuing caution orders to the trains approaching the work site.
For this purpose he should be equipped with field telephone /walkie talkie set.

(Ref.Rly. Bd’s letter No.99/WI/S/Accident- Mangla Express dt. 23.8.1999 Annexure VII)

12.0 The training to the operators and supervisors of the work executing agencies in safe
working along and on the track should be provided by railways. The training could be
imparted to such supervisors at Zonal / divisional training schools or even by existing
officers and staff of the Construction Organization itself. The intention is to ensure that the
supervisors of the work executing agencies get acquainted with the safety practices that
are required to be taken while executing all those works which have bearing on the safety
of the running tracks. The cost of training shall however by borne by the Contractor.

(Ref.Rly. Bd’s letter No.99/CE-II/PRA/32(CRS), dt. 5.7.2000 Annexure IV)

(Rly. Bd’s letter No.99/CE-II/PRA/32, dt. 20.4.2000 Annexure VI)

13. 1 Drivers of train must be served with caution orders to look on for any obstructions at
the place of work.

13.2. Arrangements should be made to protect the track in case of emergency at work sites.
13.3. The area of work should be demarcated by providing barricades and sign board which will
enable the workmen posted at site and also the lorry drivers to have clear guidelines of
movement of vehicles.

13.4 Movement of Lorries near the track should be prohibited during night. In case it is un avoidable,
adequate protective measures including lighting must be ensured.

 Page 250 of 256


 Signature of Tenderer

13.5. Work should not be allowed to progress without the prior approval of the Engineer in
charge in case movement of vehicles close to the track is involved.

13.6. Machines and vehicles should ply 6 metres clear of track. In case movement at less than 6
metres away from track is in escapable, it should be permitted in the presence of railway
employee authorized by the Engineer in charge.

13.7. Contractor’s representative should be issued a certificate by XEN/AEN to the effect that
they have acquired sufficient knowledge about the safety precautions that are needed to be
followed while working near the track.

(Ref.Rly. Bd’s letter No.99/CE-II/PRA/32(CRS), dt. 21.7.2000 Annexure III)

14.1. All permissible or sanctioned infringements should be consolidated for each Division traffic
section wise. The consolidated list should be in possession of DRM, ADRM, SR.DSO or DSO,
Construction Officers incharge of Division and relevant extracts with each Divisional and other
Officers. These should be checked once a year at Assistant Officer’s level and it should be ensured
that there is no aggravation of any permitted infringement.

14.2 All works planned for execution close to the running lines and fixed structu5res, on bridges, inside
tunnels, cuttings, constructed areas etc, should be carried out only after preparation of detailed
plans for the same, getting clearances from the Engineering Department of the Open line and
approval of competent authority to ensure that the execution of the works will not in any way
infringe the prescribed schedule of dimensions or aggravate existing permissible infringements.

14.3 Special training and counselling should be imparted to all field staff engaged in maintenance of
railway assets regarding the safety at work sites and all of them should be in possessions of a
compendium.

 Page 251 of 256


 Signature of Tenderer

14.4. Similar training should also be organized for Railway’s Associates and contractors working in close
proximity of the running track and specific Para to this effect should also be included in all future
contracts requiring execution of work in the near vicinity of running lines.

14.5. All the work inside a tunnel, deep cuttings, on bridges, constructed areas etc, should be carried
out in accordance to the provisions in Chapter VIII of IRPWM and Para 1009 of Bridge Manual
1998 and preferably under block protection.

(Ref. Railway Bd.’s letter No.2000/CE-II/PRA/12, dt. 16.5.2002 Annexure – II)

15.0 Wherever it is difficult to ply the trucks on road during day light hours for bringing building
materials such as chips, sand, supply of ballast and bringing out earth in case of suburban
sections, the additional staff should be posted during night working duly properly lighted to
ensure safety of the running tracks. In order to ensure that no short cuts or unsafe practices are
adopted at construction site, Sr. Officials should inspect the safety aspect in detail during their
inspection and guide the staff in adopting safe practices. They should record corrective action to
be taken in site order books / inspection books and their compliance followed up. In addition
periodic drives should be carried out to ensure safety at construction sites. In order to ensure
safety, provision of mobile phones based on the needs of the individual work sites and keeping
the provision in the estimate may be provided.

(Ref Railway Bd.’s letter No.2001/CE-II/PRA/10 (CRS) dated 21.5.2002 Annexure–I)

 Page 252 of 256


 Signature of Tenderer

Annexure-4

SAFETY PRECAUTIONS AND MEASURES TO BE OBSERVED DURING EXECUTION OF


WORKS IN RAILWAY AND ADJOINING AREAS.

1.0. Construction Activities and Safety:

The ‘Methodology of Working’ shall be incorporated in GAD and Temporary


Arrangement Drawings.

The activities of work to be taken up during the Railway traffic block/under speed
restriction etc. should be clearly mentioned in such drawings.

If at any stage of execution, any discrepancy is found in the drawing with respect to
the site condition affecting safety or some new activity of work is required to be done,
the same should be brought to the notice of Railway Engineer and such works should
be done only after approval by Railways. In such cases, scheme may be modified and
if required fresh CRS sanction shall have to be obtained.

1.1 The works required to be done under traffic block protection, are to be carried out
only in the presence of Railway Engineering officials. The Railways supervisor has to
certify safe conditions for passage of trains before resumption of traffic.

The works to be done under traffic shall be carried out under the provision of banner
flag and protection of engineering flagman. If considered necessary, the Railway
flagman may be posted on account of the contractor.

Following important activities of works shall be carried out under supervision of


Railway Engineer or his nominated Supervisor under all safety measures:

Excavation at foundation/Ground level near to Railway track.

Concrete Casting and/or masonry very close to Railway track.

Page 1 of 256
Signature of Tenderer
Erection of temporary structures near to running lines.

Casting of structures like girder/slab over railway track.

Stage-Prestressing of girders when placed across Railway tracks properly supported.

Launching of precast/pre-assembled girders across Railway tracks.

Any work of lifting, side shifting and slewing of girders over the Railway track.

Dismantling of temporary structures, shutters, scaffolding etc. adjacent to and above


the Railway track.

1.2 For carrying out activities of casting, erection, launching, handling and dismantling as
listed above, the Contractor’s Engineering shall furnish the Construction Programme in
advance to Railway Supervisor engineer. No such work should be taken up in absence
of the Supervising Railway Engineer. For the activities which are to be done in presence
of the Railway Engineer, prior intimation shall be given in writing and acknowledgement
obtained from Railway’s representative. Such activities of work shall not be carried
without the presence of Railway Engineer.

1.3 To ensure ‘Safety’ during construction activities, Railway Engineer may direct the
Contractor/Supervisor Engineer or their nominated representative for safe working
procedures/instructions, notwithstanding the contractual or MOU conditions prevailing
between/amongst Railways/other departments like NHAI/Contractors/Concessionaire.

1.4 All the records of Quality Assurance/Quality control, testing of the materials and
satisfactory completion of an activity shall be maintained at site by the contractor’s
Engineer and Supervising Engineers. On the basis of these records, Railways’ Engineer
shall do stage-wise clearance of the works at following stages:

Completion of foundation

Completion of substructure

Completion of superstructure

Without such stage clearance, the work in next stage of construction shall not be allowed by the
Railway Supervisor, unless proper system of check and exercise is followed at the site.
Normally, the high beam PSC girders are designed with wider top flange and shorter bottom
flange with very high beam which makes the girder unsuitable during lowering, slowing and
launching time.

Page 2 of 256
Signature of Tenderer
During launching of girders and subsequent adjustments for placement of bearing special
attention and precautions are required at site to be followed rigorously without resorting to
shortcut practices or leaving the work at site to untrained or inexperienced engineers.
Normally, end diaphragms are not casted for the extreme both side girders. These shall to
be casted min.300 mm. on both sides for all ’I’ beam girders to provide temporary supports
for ensuring stability.

Or

For side adjustments and bearing placements below ‘I’ section girders, end brackets made
of steel angles should be provided for all ‘I’ beams sequentially to avoid side titling of
individual girders. End brackets shall be removed only after placing girders on bearing and
casting of diaphragms.
During lowering, the jacks shall be operated duly keeping wooden packing of various
thicknesses fixing the amount of lowering to the barest minimum, so that even if the jack
fails, the wooden packing will take load and further stability of girder is not endangered.
Temporary crib support staging shall be interlaced with clamps and angles. Adequate base
width shall be maintained in proportionate to the height of stage, which is very essential for
avoiding the oblong effect during launching of girders. During launching by RH girder method
the movement of the PSC girders shall be controlled both from front and rear with synch
mechanism having simultaneous operation, so that the speed of the launching is always
under the control. Spare hydraulic jacks shall always be kept at side.
Lowering of girder shall always be carried out at one end only. Further, other end should be
adequately secured by wire ropes, end brackets, etc. Thereafter, the alternate process shall
be continued.
As far as possible launching of girders by temporary staging shall be avoided, and launching
by heavy capacity cranes, wherever feasible, shall be adopted.

Steel girder launcher if used for launching of PSC girders, should be pre-tested for the critical
loading (likely to be encountered during actual launching) before deployment on the
approaches regarding its strength as well as amount of permissible deflection using actual
test PSC girder as a testing load. Connections at supports shall be inspected and certified
prior to actual launching; it shall be adequately secured to the base support system on the
pier cap.
2.0 General Construction Safety:
2.1 General Safety Precautions as applicable for bridge/civil works shall be adopted in
field.

2.2 Working near running line: Safe practices at site and at all times non-infringement to
moving trains shall be ensured. Road vehicles, material trollies, dollies with any
tendency to roll off towards the running lines to be checked by providing chains, locking

Page 3 of 256
Signature of Tenderer
arrangements, blocks etc. shall be ensured and the Site In charge of the Contractor shall
be primarily responsible, secondary responsible being of Supervisor’s Consultant.
Testing of cranes, lifting jacks and other equipments: All equipments like cranes, lifting
jack shall be tested, duly calibrated and certified prior to use at construction site.
Construction workers at site shall be provided with personal safety gear like reflective
vest, helmet, leather shoes, gloves, eye-wear-approved as per construction industry
standards. For persons working at pier top/girder level, temporary supports, hand
railing, protection with help of ropes, slings and temporary railings shall be provided.

Routine Safety Checks, validity of test certificates for load bearing equipments
especially for cranes outsourced from third party shall be ensured prior to deployment.

Dy. Chief Engineer/C/E


For and on behalf of the President of India.

I/we agree to abide by the terms and conditions mentioned above as well as Regulations for
tenders and contracts & General conditions of contract-2014, Unified Standard
specifications-2010 Volume (I), (II) and the Unified Standard Schedule of Rates-2010 of the
Northern Railway as corrected up to date to the extent the later these books are applicable.

Signature of Tenderer

END OF TENDER DOCUMENTS

Page 4 of 256
Signature of Tenderer

You might also like