<<

INTEGRAL COACH FACTORY, -600 038 ()

CDE/Mech, Integral Coach Factory, Chennai: 600 038 invites sealed tender for the following work:

1. TENDER NOTICE NUMBER : ICF/D&D/027

2. DESCRIPTION OF WORK : "Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF" as per detailed specification in tender schedule

3. QUANTITY : As per tender schedule

4. VALUE : Rs. 6,99,62,626/- (Rupees Six Crores Ninety Nine Lakhs sixty two thousand six hundred and twenty six only)

5. COST OF THE TENDER FORM IF : Rs.10,000 REQUIRED IN PERSON

6. COST OF THE TENDER FORM IF : Rs.10,500 REQUIRED BY POST

7. EMD OF THE WORK : Rs. 4,99,820/- (Rupees Four lakhs Ninety Nine thousand eight hundred and twenty only to be remitted in favour of FA&CAO/ICF)

8. DATE OF ISSUE OF : FROM 05-03-2018 BETWEEN TENDER DOCUMENTS 10.00 HRS. & 12.30 HRS. FROM MONDAY TO FRIDAY

9. PLACE OF ISSUE OF : Office of the Chief Design Engineer/Mech., TENDER FORM Design & Development Centre, I.C.F., Chennai: 38.

10. LAST DATE OF ISSUE : DT: 29-03-2018. OF TENDER FORM

11. CLOSING OF TENDER : DT: 02-04-2018 AT 15.00 HRS.

12. DATE & TIME OF OPENING OF : DT: 02-04-2018 AT 15.15 HRS. THE TENDER

1 of 68 INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT CENTRE

TENDER SCHEDULE

NAME OF THE WORK "Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF" as per detailed specification in tender schedule

TENDER NO. ICF/D&D/027

APPROXIMATE TENDER VALUE Rs. 6,99,62,626/- (Rupees Six Crores Ninety Nine Lakhs sixty two thousand six hundred and twenty six only)

Regulations for Tenders and contracts, conditions of Tender, Agreement Form, Special conditions of Contract and schedule.

Name of the Tenderer :

Address :

Office of the Chief Design Engineer/Mechanical, Design & Development Centre Integral Coach Factory, Chennai: 600 038.

2 of 68

INTEGRAL COACH FACTORY, CHENNAI: 38 DESIGN & DEVELOPMENT CENTRE MECHANICAL DEPARTMENT

TENDER SCHEDULE

TENDER NO. ICF/D&D/027

CONTENTS

Part 1 PREAMBLE

Part 2 PARTICULAR SPECIFICATIONS

Part 3 ANNEXURES

Tender Closing Hours: 15.00 hrs 02-04-2018 Tender Opening Hours: 15.15 hrs.

Not Transferable:

Issued to M/s.

On date: ______

Open Tender Dy. Chief Mechanical Engineer/Design Design & Development Centre for and on behalf of the President of

3 of 68

INTEGRAL COACH FACTORY CHENNAI - 600038

TENDER DOCUMENT

Name of work: Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF" as per detailed specification in tender schedule

(VOL-I)

TENDER PAPERS NO: ICF/D&D/027 ISSUED BY CDE/MECH. ICF, CHENNAI 4 of 68 Part 1

P R E A M B L E

TENDER PAPERS NO : ICF/D&D/027

These tender papers are in two volumes (Vol. I & Vol. II) relating to the Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF" as per detailed specification in tender schedule.

1. Foreign Exchange

No foreign exchange and / or import license will be released / provided to the contractor in connection with this contract.

2. Earnest Money: (See para 1.1.5 of Part-I, Chapter -I)

The Tenderer shall deposit with the Asst Chief Cashier/ICF, Chennai or his successor (whose address will be intimated subsequently) a sum of Rs. 4,99,820/- (Rupees Four lakhs Ninety Nine thousand eight hundred and twenty only) as Earnest Money Deposit in the manner prescribed in para 1.1.5 of Standard Terms and Conditions (STC).

3. a. Security Deposit (SD): (See para 1.2.13 of Part-I, Chapter -II)

a. Security Deposit for each work should be 5% of the contract value. b. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. c. Security deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards security deposit. Security Deposit shall be returned to the contractor after the expiry of the maintenance period and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ will be obtained from the contractor. After the work is physically completed, Security Deposit recovered from the running bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

Note: No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the contract.

b. PERFORMANCE GUARANTEE (PG):

The procedure for obtaining Performance guarantee is outlined below:

5 of 68 (i) The contractor should submit a performance guarantee within 30 days from the date of issue of Letter of Acceptance (LOA) amounting to 5% of the contract value in any of the following forms a) A deposit of Cash b) Irrevocable bank Guarantee c) Government Securities including State Loan Bonds at 5 percent below market value d) Deposit Receipts Pay orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or any of the Nationalized bank. e) Guarantee Bonds executed or Deposit receipts tendered by all scheduled banks f) A deposit in the Post Office Saving Bank g) A deposit in the National Savings Certificates h) Twelve year National Defence Certificates i) Ten years Defence Deposits j) National Defence Bonds k) Unit trust certificates at 5 percent below market value or at the face value whichever is less l) Also FDR in favour of FA&CAO (free from any encumbrance) will be accepted

ii) Extension of time for submission of PG beyond 30 days and upto 60 days from the date of Issue of LOA may be given by the competent authority. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 days i.e. from 31st day after the date of issue of LOA. iii) In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting the EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in retender for that work. iv) PG shall be initially valid upto stipulated date of completion plus 60 days beyond that. In case the time of completion gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days. v) Performance guarantee shall be released after satisfactory completion of the work. The procedure for releasing should be same as for security deposit. vi) Wherever the contracts are rescinded, the security deposit should be forfeited and the performance guarantee shall be encashed and the balance work should be got done separately. vii) The balance work shall be got done independently without risk and the cost of the original contractor. viii) The original contractor shall be debarred from participating in the tender for executing the balance work.

4.0 Scope of Work

Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF as per the detailed specification vide Part – I Chapter – IV of this tender schedule.

6 of 68

5.0 Time period of work

Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF – within 6 months from the date of award of contract / LOA

6.0. Eligibility criteria for participating in the tender

Tenderers are required to satisfy the following eligibility conditions.

1. The tenderer should have completed at least one similar single work for a minimum value of 35% of the advertised tender value i.e. Rs. 2,44,86,920/- in the last three financial years. (i.e. current year and previous three financial years)

Similar work is defined as “Setting up of Virtual Reality (VR) Centre/Auditorium comprising of projectors, screens and tracking devices with Multiple Channel Edge Blended VR solution for Transportation industries like Automotive, Railways, Aviation."

2. Total contract amount received during the last three years by the tenderer should be minimum of 150% of the advertised tender value i.e. Rs. 10,49,43,939/-

Note: a) For similar work, supportive documents/certificate from the organizations with whom they have worked should be enclosed.

b) Certificates from private individuals for whom such works are executed will not be accepted. Certificates from only those organizations, institutions/bodies will be considered, which execute the work in public view and maintain verifiable records. As such, the organizations/bodies, from which certificate will be considered, are as follows:

i. Govt. department / PSU and other Government Institutions ii. Public Limited Company iii. Private Limited Company iv. Govt. recognized institution v. Cooperative registered with Register of Cooperatives. vi. Partnership Firms- registered with Registrar of Firms. vii. Sole proprietary firms – registered with Registrar of Companies.

6.1 Documents to be submitted to prove Eligibility Criteria

(a) Completion certificate

For the purpose of similar single work, the Completion Certificate should be attached to the tender document as per Proforma (Format given in Form – 6A in Vol. II) which can be filled up and signed by the tenderer, incase the format issued by the Executive is different. The certified copies of relevant Completion Certificate should also be enclosed.

7 of 68 (i) Similar works physically completed within the qualifying period, i.e. the last 3 financial years and current financial year will only be considered in evaluating the eligibility criteria.

b) 1. List of works completed in the last three financial years giving description of work, organization for whom executed, approximate value of contract at the time of award, date of award, date of scheduled completion of work, date of actual start, actual completion and final value of contract should also be given. 2. List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award should be submitted.

Note: Incase of items b) 1 & 2 above, supportive documents / certificates from whom they worked / are working should be enclosed.

c) Certificate for total contract amount received:

Documentary evidence duly certified by a Chartered Accountant/Company Auditor, audited balance sheet duly notarised, or certificate issued by Railway Officers not below the rank of JA Grade shall be submitted along with the offer for the total contract amount received.

Tender Committee may at their discretion call for the originals of the credentials for verification from the tenderers or any clarifications/confirmations on the contents of the documents submitted.

6.2 In case the overall value of the tender by Central Public Sector undertakings is upto 10 % higher than the lowest acceptable tender of private sector tenderer, subject to cost of tender being in excess of five crore, the ICF reserves the right to give purchase preference to the tender of such Central Public Sector undertakings ignoring the lowest.

7.0 The contracted work should be continuously carried out without break and to be completed within the targets given by ICF.

8.0 Submission of tenders

The tenders shall be submitted in the manner prescribed in of the standard terms and conditions. Tenders shall be submitted at the Office of the Chief Design Engineer /Mech./ICF/Chennai or his successor (whose address will be intimated in due course) on 02-04-2018 not later than 15.00hrs. (Indian Standard Time) In case the proposed day happens to be a holiday the tenders should be submitted in the same office on the next working day in the same manner.

9.0 Date of opening of Tenders

The bid of tenders will be opened at 15.15hrs. (Indian Standard Time) on 02-04-2018 in the office of the Chief Design Engineer/Mech./ICF/Chennai or his successor/nominee (whose address will be intimated in due course). In case the day happens to be a holiday the tenders will be opened in the same manner on the next working day.

8 of 68 10.0 Addresses

Relevant addresses for various purposes connected with the tender are given in para 2.5 (part 2) of this document

11.0 The tenderer is required to quote for each item of work i.e. for all items listed for the execution of contract. The tenderer is also required to quote the summary of prices for the schedules of work and sign all the pages.

12.0 ‘General Conditions of Contract’ of ICF as amended by advance correction slips issued upto date and Special Conditions of the contract shall be part of the contract. General Conditions of the contract are available on ICF Website. Signature of the Contractor

9 of 68 PART – 2

PARTICULAR SPECIFICATIONS

CLAUSE NO. SUBJECT

2.1: Introduction

2.2: Location

2.3: Addresses

2.4: Quantities

10 of 68

PARTICULAR SPECIFICATIONS

2.1 INTRODUCTION

The work involves

Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF as per detailed specification in tender schedule.

2.2 LOCATION

The Virtual Reality (VR) Centre/Auditorium should be installed and commissioned at Design & Development Centre, ICF Chennai-38.

2.3 ADDRESSES

The list of addresses to which correspondence and documents related to the contract should be sent is as under:

a) For all policy, contractual and commercial matter prior to the award of Contract Chief Design Engineer/ Mechanical Design & Development Centre Integral Coach Factory, Chennai-600038

b) After the award of Contract Deputy Chief Mechanical Engineer/Design Design & Development Centre Integral Coach Factory, Chennai-600038

c) For Security Deposits & EMD Deputy Chief Mechanical Engineer/Design Design & Development Centre Integral Coach Factory, Chennai-600038

d) Matters relating to progress of work, scheduling of quantities and submission of bills.

Senior Mechanical Engineer/ Design Design & Development Centre Integral Coach Factory, Chennai-600038

2.4 QUANTITIES

Annexure – 2 gives the quantities of various items

11 of 68 PART – 3

ANNEXURES

Annexure No. : Subject

1. Proforma for Eligibility Criteria

2. Schedule of work / Quantities

3. Summary of Prices

12 of 68 ANNEXURE –1

The following is the minimum eligibility criteria to participate in the tender. The firm should fill the details in the prescribed format given below:

Sl.No. Eligibility Criteria Firm’s remarks / Whether details documental evidence attached (mention page No) 1 The tenderer should have completed at least one similar single work for a minimum value of 35% of the advertised tender value i.e. Rs. 2,44,86,920/- in the last three financial years. (i.e. current year and previous three financial years)

Similar work is defined as “Setting up of Virtual Reality (VR) Centre/Auditorium comprising of projectors, screens and tracking devices with Multiple Channel Edge Blended VR solution for Transportation industries like Automotive, Railways, Aviation."

2 Total contract amount received during the last three years by the tenderer should be minimum of 150% of the advertised tender value i.e. Rs. 10,49,43,939/-

13 of 68 ANNEXURE – 2

SCHEDULE OF WORK

Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF as per the detailed specification vide Part – I Chapter – IV of this tender schedule.

The present tender comprises of the following:

Sl. Description Quantity No Virtual Reality (VR) Software Modules 1 Core Module 3 2 SolidWorks/CATIA 3D data to VR software conversion batch processing 1 module 3 Virtual Reality module for Immersive 1 4 Virtual Reality module for desktop head set 1 5 Virtual Reality Data Convertor module (for SolidWorks, CATIA, IGES 1 and STEP) Virtual Reality (VR) Hardware 6 Projector - 4K (4096 x 2160) resolution Stereoscopic 3D projector 2 7 Screen with necessary cable and other required hardware 1 8 Hi-End Professional Class Workstation for Projection 2 9 Hi-End Professional Class Workstation for Data Processing 1 10 HTC Vive Headset, cables and emitters 2 11 Tracking set 1 12 Implementation & Integration Lumpsum 13 Training on VR Software Lumpsum 14 Virtual Reality Studio Setup Lumpsum

Signature of the contractor

14 of 68 ANNEXURE 3

SUMMARY OF PRICES (All prices in Rupees)

Sl. Unit Total Description Quantity No Price (Rs.) Virtual Reality (VR) Software Modules 1 Core Module 3 2 SolidWorks/CATIA 3D data to VR software 1 conversion batch processing module 3 Virtual Reality module for Immersive 1 4 Virtual Reality module for desktop head set 1 5 Virtual Reality Data Convertor module (for 1 SolidWorks, CATIA, IGES and STEP) Virtual Reality (VR) Hardware 6 Projector - 4K (4096 x 2160) resolution 2 Stereoscopic 3D projector 7 Screen with necessary cable and other required 1 hardware 8 Hi-End Professional Class Workstation for 2 Projection 9 Hi-End Professional Class Workstation for Data 1 Processing 10 HTC Vive Headset, cables and emitters 2 11 Tracking set 1 12 Implementation & Integration Lumpsum 13 Training on VR Software Lumpsum 14 Virtual Reality Studio Setup Lumpsum Total

Notes:

(a) Figures rounded off to the nearest Rupee. (b) GST and other Taxes / Levies if applicable, should be mentioned clearly.

Signature of the Contractor

15 of 68

INTEGRAL COACH FACTORY CHENNAI-600038

CONDITIONS, SPECIFICATIONS AND FORMS TO THE CONTRACT

VOLUME 2

(Annexure to Tender No. ICF/D&D/027)

16 of 68 CONTENTS

Part Chapter No. Subject

Part – I Chapter I Instruction to Tenderers and conditions of Tender

Chapter II Conditions of Contract

Chapter III Prices and Payment

Chapter IV Specification for the schedule of work of Schedule I

Part II Forms of Tenders

17 of 68 PART - I

CHAPTER – I

INSTRUCTION TO TENDERERS & CONDITIONS OF TENDER

1.1.1. TENDER PAPERS

The instructions to Tenderers and Conditions of Tender, Conditions of Contract, Prices and Payment, Specifications and Forms for Tenders, included in Part I & II shall, hereafter, be collectively referred to as the Tender Papers.

The intending Tenderer is advised to study the Tender Papers carefully. The Tenderer shall also acquaint himself with the local conditions, means of access to the site of work, nature of work and all other matters pertaining thereto.

The submission of Tender shall be deemed to have been done after careful study and examination of the Tender Papers with a full understanding of the implications thereof.

1.1.2 INTERPRETATIONS

The following terms wherever occurring in the Tender Paper and wherever used throughout the execution of the work, shall, unless excluded by or repugnant to the context have the meaning attributed thereto as follows:

“Contract” means the Contract resulting from the acceptance by the Purchaser of this Tender either in whole or in part.

“Contractor” means the successful Tenderer i.e. the Tenderer whose Tender has been accepted either in whole or in part.

“Contractor’s Agent” shall mean the person or persons authorized under a duly executed Power of Attorney to take all actions relating to the work, as could be taken by the Contractor himself. In the case of the firm of Contractors, the Agent shall have the same powers as that of the Managing Director of the Firm.

“Contractors Representative” shall mean a person in supervisory capacity who shall be so declared by the Contractor and who shall be authorized under duly executed Power of Attorney to receive materials issued by the Purchaser to the Contractor for the works. He shall be responsible for proper execution of work at each or all places and shall take orders from Purchaser’s Engineers and carry out the same. “Engineer” shall mean the Works Manager or the Deputy Chief Mechanical Engineer in executive charge of the works and shall include the superior officers of the Integral Coach Factory. He is responsible for ensuring that all field works covered by the contract are carried out in accordance with approved specifications and conditions of contract as agreed to. He is also responsible for prices and terms of payment. “Equipment” means all or an equipment considered necessary by the purchaser’s Engineers for the satisfactory erection & testing as a whole of the system. 18 of 68

“Chief Design Engineer/Mechanical” means the Officer in Administrative charge of ICF and shall mean and include the officers to whom the functions are delegated. His Postal address shall be intimated to the successful Tenderers in due course.

“Month” Means any consecutive period of thirty days.

“Materials” means all equipments, components, fittings and other materials including raw materials required to complete the work.

“Purchaser” means the President of India acting, through his accredited officers or any one of them. The Chief Design Engineer/Mechanical, ICF in charge of this Project (Whose address will be intimated in due course) shall be deemed to be one of such accredited officers.

“Purchaser’s Engineers” mean the Engineers appointed by the purchaser as indicated in the Tender Papers who will decide all matters relating to contract.

“Railway” means the Railway (s) in whose territorial jurisdiction the work is to be carried out and includes the , Ministry of Railways. (Railways Board) and or General Manager of the Railway concerned including Integral Coach Factory (ICF)

“Sub-Contractor” means an individual or a firm of Contractor or a company registered under Indian Company Act or an approved supplier of materials to whom the Contractor sublets portions of the contract after obtaining specific prior approval of the purchaser in writing to sub-letting of contract.

“Site” means the areas to be taken up by the permanent works, together with any other areas or areas as shall be determined by the Purchaser’s Engineers, which may be placed at the disposal of the Contractor for the purpose of the contract and also such area or areas used for store yards, work yards or workshop in proximity of the works as the Purchaser’s Engineers may have authorized as an extension of the site, irrespective of the terms and conditions under which they are occupied by the Contractor.

“Tenderer” means and includes any firm of engineers or Contractors or any company or body, corporate or otherwise who submit the Tender which has been invited.

“Work” or “Works” means all or any of the items of the work for which the Tenderer/ Contractor has tendered/ contracted according to the specifications, drawings and annexure thereto or to be hereafter specified or required in such explanatory instructions and drawings being in conformity with the original specifications, drawings, annexure and schedules and also such instructions and drawings additional to the aforementioned as may from time to time to be issued by the purchaser’s Engineer during the progress of the contracted work.

“Writing” includes all matters written typewritten or printed either in whole or in part.

1.1.3. GENERAL TERMS

(a) All documents to be submitted in connection with this Tender SHALL BE WRITTEN IN ENGLISH AND IN INK.

19 of 68 (b) All Prices shall also be expressed in words wherever indicated.

(c) METRIC

Dimensions etc. shall be quoted in metric system.

1.1.4. CLARIFICATIONS

Any clarification required by the Tenderer may be obtained from the Chief Design Engineer/mechanical, ICF, Chennai or his successor/nominee (whose address will be intimated in due course.)

1.1.5. EARNEST MONEY

(a) The Tenderer shall deposit in favour of the Financial Adviser & Chief Accounts Officer, ICF, , Chennai – 600 038 or his successor/nominee (whose address will be intimated in due course) as mentioned in preamble (Para 2 of Preamble in vol 1) as Earnest Money.

Tenderers shall hold the offer open for a minimum period of three months from the date fixed for opening the same it being understood that the tender documents have been sold/ issued to the tenderer and the tenderer has been permitted to tender in consideration of the stipulation on his part that after submitting his tender he will not resile from the offer or modify the terms and conditions thereof, in any manner not acceptable to the Chief Design Engineer/Mech. ICF, Chennai or his successor/ nominee (whose address will be intimated in due course) Should the tenderer fail to observe to comply with the foregoing stipulation the aforesaid amount of Earnest Money Deposit shall be liable to be forfeited to ICF.

(b) The receipt shall be incorporated in the original copy of the Tender. The earnest money should be paid in cash or in any of the following forms:

(i) Deposit receipts, Pay order and Demand Drafts. These forms of earnest money could be either of the State Bank of India or of any of the Nationalized Banks. No confirmatory advise from the will be necessary. (i) No Guarantee Bonds will be accepted.

Note : In case the earnest money is deposited in cash. The payment should be made to the Financial Adviser & Chief Accounts Officer, ICF, Chennai or his successor/ nominee (Whose address will be intimated in due course) and cash receipts obtained should be furnished along with the Tender.

(c) The tenders unaccompanied by the requisite Earnest Money shall not be entertained and shall be summarily rejected.

(d) No interest will be paid on the Earnest Money. It will be refunded in full to the un-successful Tenderer on application. In the case of successful Tenderer/s the deposit will be retained as part

20 of 68 of payment of the Security Deposit, or will be returned on payment of the full security deposit for due fulfillment of the Contract.

(e) The total Earnest Money shall be forfeited without prejudice to other rights and remedies available if the Contractor fails to execute the agreement or start the work within a reasonable time (to be determined by the Chief Design Engineer/Mech. ICF Chennai or his successor / nominee (whose address will be intimated in due course) after the notification of the acceptance or his/ their tender.

1.1.6. FORM OF TENDER

(a) The tenderer shall submit the Bids in sealed envelopes completed in all respects. The Tenderer may submit his tender on his own paper but he shall strictly adhere to the forms for Tender included in Part II of the Tender Papers. The tender and its contents shall be A4 size. Tenders not submitted in the proper form are liable to be rejected. The Technical offer shall consist of the following.

1. Offer Letter complete (Form 1) 2. Memorandum of the Tenderer (Form 2) 3. Alternative proposals of the Tenderer (Form 3) 4. Deviations from the Tender paper (Form 4) 5. Tenderer’s scheme of work and time schedule (Form 5) (See para 1.1.9) 6. Tenderer’s Credentials (See para 1.1.18) (Form 6) 7. Cash receipt for Earnest Money or Demand Draft for EMD 8. Summary of Prices Annexure-3 9. Details regarding Minimum Eligibility Criteria Annexure-1

The offer should give detailed cost, commercial terms and conditions along with summary as per Annexure-3

Note: i) The Tender Papers duly signed in ink by the Tenderer on each and every page in token of his having studied the Tender Papers carefully shall be attached with the Tender. ii) The Tender shall be signed on each and every page in ink. iii) The original copy of the deposit receipt for Earnest Money

b) ALTERNATIVE PROPOSALS

Should the Tenderers have alternative proposals for the work (See Part-I, Chapter-IV) which the Tenderer considers would improve the performance of the system shall incorporate them in the Tender for consideration by the Purchaser (Form 3). He shall clearly indicate in detail the technical and/ or financial advantages, which would accrue to the Purchaser specifically for each alternative proposal, suggested by him.

21 of 68 1.1.7. PRICE:

This is a Works Contract. The prices to be paid for the work shall be in accordance with accepted schedules of prices or rates as governed by the terms and conditions of payment included in Part –I, Chapter – III, Prices and Payment.

1.1.8. SPECIFICATIONS

The tenderer shall follow the specifications relating to the work to be executed as per detailed Specification at Part –I Chapter-IV

1.1.9. SCHEDULE OF WORK

The tenderer shall follow the schedule of work as per Annexure-2 of Part-3 (Vol-I)

1.1.10. SIGNING OF TENDERS

(a) Any individual or individuals signing the Tender or other documents connected therewith should specify whether he is signing :

i) As a sole proprietor of the concern of the attorney or ii) As a partner or partners of the firm or, iii) For the firm per procreation, or iv) As a Director, Manager or Secretary in the case of limited company.

(b) A copy of the document empowering the individual or individuals to sign should also be sent with the Tender. In any case the Tenderer should disclose his constitution fully and copies of all necessary legal documents in support thereof should be submitted with the Tender and originals thereof should be produced as and when called for.

(a) Should the Contractor be a partnership firm and in the event of the Contract becoming inoperable due to the death of its partner or partners and Purchaser shall have the right to enter into a separate Agreement with the surviving partner or partners of the firm to continue the execution of the work under the terms and conditions of this agreement.

1.1.11. TENDERER’S ADDRESS

Every Tenderer shall state in the Tender his postal address fully and clearly. Any communication sent to the Tenderer by post at his address shall be deemed to have reached the Tenderer duly and in time notwithstanding the fact that the communication did not reach the Tenderer at all or in time for whatever reason. Important documents shall be sent by Registered Post.

1.1.12. ERASURE OR ALTERATION

No erasure or alteration in the text of the Tender Papers is permitted and any such erasure and/or alteration will either be disregarded or render the whole Tender void at the option of the Purchaser. Any correction made in rate for work shall be initialed by the Tenderer in ink and dated. 22 of 68

1.1.13. RESULT OF TENDER

No tender shall be deemed to have been accepted unless the Purchaser shall have notified such acceptance in writing to the successful Tenderer.

PURCHASER NOT BOUND TO ACCEPT ANY TENDER

The Purchaser shall not be bound to accept the lowest or any tender or to assign any reason for non-acceptance or rejection of a Tender. The Purchaser reserves the right to accept any tender in respect of the whole or any portion of the work specified in the Tender Papers or to sub-divide the work among different Tenderers or to reduce the work or to accept any Tender for less than the tendered quantities without assigning any reason whatsoever.

In case the overall value of the tender by Central Public Sector undertakings is upto 10 % higher than the lowest acceptable tender of private sector tenderer, subject to cost of tender being in excess of five crore, the Railway reserves the right to give purchase preference to the tender of such Central Public Sector undertakings ignoring the lowest. However, such public enterprises, which shall avail benefits of the purchase preference, would be subjected to adequate penalties for cost over-runs etc.

1.1.14. TENDER IN AGREEMENT

The fact of the submission of the Tender shall be deemed to constitute an Agreement between the Tenderer and the Purchaser whereby such Tender shall remain open for acceptance whether in part or in full or as may be modified by negotiation, by the Purchaser for a period of three months from the date on which Tenders are opened, during which period the Tenderer shall not withdraw his offer nor amend, impair or derogate there from. The Earnest Money deposited in accordance with para 1.1.5 above shall be forfeited if the Tenderer unilaterally withdraws, amends, impairs or derogates from the Tender in any respect within the said period of three months.

The Tenderer shall be deemed to have agreed as aforesaid in consideration his Tender being considered by the Purchaser in terms hereof provided the same has been duly submitted and is otherwise in order. When the successful Tenderer is notified in writing at his address given in the Tender within the said period of 3 months that his Tender has been accepted by the Purchaser either in whole or in part he shall be bound by the terms of agreement constituted by his Tender and such acceptance thereof by the purchaser until a formal Contract has been executed between him and the purchaser in replacement of such Agreement as provided for in para 1.2.14.

1.1.15. TENDER CONFIDENTIAL The Tenderer (Whether his tender be accepted or not) shall treat the contents of his tender as private and confidential. He shall treat the prices quoted by him as strictly confidential till the tenders are opened (See para 1.1.20)

23 of 68 1.1.16. CANVASSING AND BRIBERY (a) No Tenderer shall canvass any Government Official or the Purchaser’s Engineers in respect of this or any other Tender. Contravention of this condition will involve rejection of the Tender. This clause shall not be deemed to prevent the Tenderer from supplying the Purchaser any information asked for by him. (b) Any bribe, commission, gift or advantage given, promised or offered by the Tenderer, or his partner Agent or servant or any one of his or their behalf to any officer servant, representative or Agent of the Purchaser or any person on his or their behalf, in relation to the obtaining of this or any other contract with the Purchaser shall in addition to the criminal liability he may incur under the prevention of corruption Act (1908) subject the Tenderer to the cancellation of this and all other Tenders. Any question or dispute as to the commission of any offense under the present clause shall be decided by the Purchaser, in such manner and on such evidence or information as may be thought fit and sufficient and his decision shall be final and conclusive in the matter. (c) Should the Tenderer 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 any Department of any of the Railways owned and administered by the President of India for the time being or should a Tenderer being a partnership firm have as one of its partners a retired Engineer or a retired gazetted officer as one of its directors or should a Tenderer have in his employment any retired Engineer or retired gazetted officer as aforesaid the full information as to the date of retirement of such Engineer or gazetted officer from the said service and in cases where such Engineer or officer had not retired from Government Service at least two years prior to the date of the submission of the Tender as to whether permission for taken such contract, or if the Contractor be a partnership firm of an incorporated company to become a partner or Director as the case may be or to take employment under the Contractor has been obtained by the Tenderer or the engineer or the 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 Tenders (see offer letter Form no: 1) Tenders without the information above referred to or a statement to the effect that no such retired engineer or retired gazetted officer is so associated with the Tenderer as the case may be, shall be rejected.

1.1.17. INDIAN LABOUR AND MATERIALS

The Tenderer shall utilize Indian labour including supervisory staff, for the execution of this contract to the maximum possible extent.

1.1.18. TENDERER’S CREDENTIALS

The Tenderer shall include his credentials in his tender (Form 6) The Tenderer shall be well experienced in this field and should have done contracts of similar nature of single work as mentioned in the eligibility criteria detailed in the preamble to the tender at para 6.

24 of 68 1.1.19. SUBMISSION OF TENDER

The tenderer shall submit the Bid in a separate envelope, superscribed “Tender for ______”(Name of the work) and addressed to the Chief Design Engineer/Mech., ICF/ Chennai or his successor/ nominee (whose address will be intimated in due course) shall be dropped in the Tender Box kept at the office of the Chief Design Engineer/Mech., ICF, Chennai not later than the date, and time prescribed in the preamble to the Tender Papers. Such Tenders which cannot be dropped in the Tender Box due to large size shall be handed over to the Chief Design Engineer/Mech., ICF, Chennai or his successor/ nominee (whose address will be intimated in due course) in person not later than the prescribed date and time and a receipt thereof obtained. Firms may also submit their Tender by Registered Post, Acknowledgment due, so as to reach the office of the Chief Design Engineer/Mech. ICF, Chennai-600038, or his successor/ nominee (whose address will be intimated in due course) not later than the prescribed date and time.

1.1.20. OPENING OF TENDER

Tender will be opened in the office of the Chief Design Engineer/Mech., ICF, Chennai, or his successor/ nominee (whose address will be intimated in due course) in the presence of such of the Tenderers or their representatives as may be present at the prescribed time and on the date specified in the preamble to the Tender Papers. In case the day happens to be a holiday the tenders will be opened in the same manner on the next working day.

1.1.21. MISCELLANEOUS

Tender documents are not transferable and the cost of Tender Papers is not refundable.

25 of 68 PART – I

CHAPTER – II

CONDITIONS OF CONTRACT

1.2.1.SCOPE

This Chapter deals with the conditions of Contract under which the various works coming under the purview of this contract are to be executed by the Contractor. The works involved are detailed in the preamble to the tender papers.

1.2.2.CONDITIONS OF CONTRACT

If the Tender submitted by a Tenderer is accepted and the Contract awarded to the Tenderer the various works coming under the purview of the Contract shall be governed by the terms and conditions included in the Tender Papers covering the following:

i) Preamble to the Tender Papers

ii) Instruction to Tenderers and conditions of tendering as included in Part I, Chapter I.

iii) Conditions of Contract, as included in this Chapter

iv) Prices and Payments as included in Part I Chapter III

v) General specifications, as included or referred to in Chapter IV

vi) Particular specifications, as included or referred to in vol 1

vii) Annexure and Forms under Part II and as modified or amended by the Letter of Acceptance of Tender.

viii) General conditions of contract with up to date correction slip.

1.2.3. PURCHASER’S REPRESENTATIVE

Subject as otherwise provided in this Contract all notices to be given on behalf of the Purchaser and all other action to be taken on his behalf may be given or taken as the case may be on his behalf by the Chief Design Engineer/Mech., ICF/Chennai or his successor.

1.2.4. CONTRACTOR’S REPRESENTATIVE

The Contractor’s representative shall be a person as defined in Para 1.1.2

26 of 68

1.2.5. PURCHASER’S ADDRESS

The list of addresses to which correspondence and documents relating to the Contract should be sent, is included in vol. 1.

1.2.6. TAXES

(a) The Contractor and all personnel employed by him shall pay such taxes like Income Tax as are payable under Statutory laws of India and the Purchaser WILL NOT ACCEPT any liability for the same. (b) Deduction of Income Tax at source as per provision of Finance Act and Income Tax Act in force will be made from the Contractor/ Sub Contractor and the amount so deducted may be credited to the Central Government.

1.2.7. BRIBERY

Any bribe, commission, gift or advance given, promised or offered by the Contractor, or his Partner, Agent or servant or any one of his or their behalf to any officer, servant representative or Agent of the Purchaser or any person on his or their behalf in relation to the obtaining or the execution of this or any other contract with the Purchaser, shall in addition to the criminal liability he may incur under the prevention of Corruption Act (1908) subject the Contractor to the cancellation of this and all other contracts and also to payment of any loss resulting from any such cancellation to the like extent as is provided in case of cancellation due to other causes and the purchaser shall be entitled to deduct the amounts so payable from any moneys otherwise due to the Contractors under this or any other contract. Any question or dispute as to the Commission of any offence under the present clause shall be decided by the Purchaser, in such manner and on such evidence or information as may be thought fit and sufficient and his decision shall be final and conclusive in the matter.

1.2.8. RAILWAY PASS

No Railway Pass for the conveyance of the Contractor or his agents or his labour and/or stores will be granted.

1.2.9. LAWS OF INDIA

This contract shall be governed by the laws in force for the time being in the Republic of India.

1.2.10. FORCE MAJEURE

If at any time, during the continuance of this contract the performance in whole or in part, by either party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility, acts of the public enemy civil commotion, sabotage, fires, floods, earthquake, explosions, epidemics, quarantine restrictions, strikes, lock outs, any Statutory Rules, regulations, orders or requisitions issued by any Government Department or competent authority or acts of God (thereinafter referred to as “event”) then provided notice of the happening of any such event is given by either party to the other 27 of 68 within twenty one days from the date of occurrence thereof neither party shall be on reason of such event be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such nonperformance or delay in performance and the obligations under the Contract shall be resumed as soon as practicable after such event has come to an end or ceased to exist PROVIDED FURTHER that if the performance in whole or part of any obligations under the contract is prevented or delayed by reasons of any such event beyond a period as mutually agreed to by the purchaser and the Contractor after any event or 60 days in the absence of such an agreement whichever is more contract provided also that if the contract is so terminated under this clause the Purchaser will at the time of such termination take over from the Contractor at prices as provided for in the contract all erected equipment or equipments under erection as also all or any portion of unused, undamaged and acceptable equipments whether in storage or in the course of manufacture at Schedule rates or at prices mutually agreed to, where schedule rates are not available.

1.2.10. NOTICES UNDER LOCAL LAWS

The Purchaser shall throughout the continuance of the contract and in respect of all matters arising out of the contract serve all notices and obtain all consents and way leaves, approvals and permissions required to be taken by the Purchaser under any regulations and by laws of the local or other authority which shall be applicable to the works.

1.2.11. TERMINATION OF CONTRACT

(a) Notwithstanding the provisions under para 1.2.11 the purchaser may at any time by a notice in writing summarily terminate the contract without liability to pay any compensation to the contractor in respect thereof in any of the following events.

(i) INSOLVENCY Partner of the Contractor’s firm shall at any time be adjudged insolvent or shall have a receiving order or orders for administration of his estate made against him or shall take any proceedings or liquidation or compensation under any law relating to insolvency for the time being in force or make any conveyance or assignment of his assets or enter into any arrangement or composition with his creditors or suspend payment, or if the firm be dissolved under the Partnership Act. Or ii) LIQUIDATION If the Contractor being a Company shall pass a resolution or the court shall make an order for the liquidation of its affairs or a receiver or Manager on behalf of the debenture holders shall be appointed or circumstances shall have arisen which entitled the Court or debenture holders to appoint a receiver or Manager. Or iii) BREACH OF CONTRACT

a) Wherever the contracts are rescinded, the security deposit should be forefeited and the performance guarantee shall be encashed and the balance work should be got done separately. b) The balance work shall be got done independently without risk and the cost of the original contractor.

28 of 68 c) The original contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

Or iv) If at any time after the submission of the Tender the Tenderer/ Contractor being a partnership firm admits as one of his partners or employees under it, or being an incorporated company, elects or nominates or allows to act as one of its Directors or employees under it in any capacity whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer working before his retirement whether in the executive or administrative capacity whether holding any pensionable post or not in any Department of any of the Railways for the time being owned and administered by the President of India before the expiry of two years from the date of retirement from the said service of such engineer or officer, unless such engineer or officer has obtained permission from the president of India or any officer duly authorised by him in this behalf to become a Partner or a Director or to take employment under the Contractor, as the case may be,

Or v) If the Contractor fails to furnish at the time of submitting the said tender : (a) the correct information as the date of retirement of such retired engineer or retired officer from the said service or as to whether any such retired engineer or retired officer was under the employment of the Contractor at the time of submitting the said Tender, or (b) the correct information as to such engineers or officers obtaining permission to take employment under the Contractor, or (c) being a partnership firm the correct information as to whether any of its partners was such a retired engineer or a retired officer, or (d) being an incorporated company correct information as to whether any of the Directors was such a retired engineer or retired officer vi) a. If the Contractor having such a retired engineer or retired officer suppresses and not discloses at the time of submitting the said Tender the fact of his being such a retired engineer or a retired officer or makes at the time of submitting the said Tender a wrong statement in relation to his obtaining permission to take the contract or if the contractor be partnership firm or an incorporated company to be a partner of Director of such firm or company as the case may be to seek employment under the Contractor.

b. EXCEPTIONS Termination of Contract will not arise in case of voluntary liquidation meant for amalgamation or re-organisation provided the newly formed company takes over the full responsibilities and liabilities of the liquidated firm and it is acceptable to the purchaser.

c. Termination of Contract under this para and 1.2.11 will not arise in case of breaches of defects of a minor nature. The General Manager of ICF or his successor shall be the sole authority to decide whether breaches and defects are of minor nature.

29 of 68 1.2.12. AGREEMENT a)The successful Tenderer shall within 21 days after having been called upon by notice to do so be bound to execute an agreement based on accepted rates and conditions in such forms as the purchaser may prescribe, and lodge the same with the purchaser together with the conditions of contract specifications and Schedule or Prices referred to therein duly completed. The form for agreement is included in Part II (Form 7).

1.2.13. SECURITY DEPOSIT

The Earnest money deposited by the Contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the contractor. The rate of recovery/mode of recovery shall be as under:

a. Security deposit for each work should be 5% of the contract value. b. The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit is recovered. c. Security deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards security deposit. Security Deposit shall be returned to the contractor after the expiry of the maintenance period and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ will be obtained from the contractor. After the work is physically completed, Security Deposit recovered from the running bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

Note: No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the contract.

1.2.14. RECOVERY FOR DELAY IN COMPLETION If the contractor fails to execute and complete the work within the time specified in the Agreement or within the period of extension granted except in so far as the delay is on the purchaser’s account, an agreed damage of ½ of 1% of the contract value of the works for each week or part of the week.

The total amount of damage under this condition shall not exceed the under noted percentage value or of the total value of the item or groups of items or work for which a separate distinct completion period is specified in the contract.

i) For contract value upto Rs.2 lakhs – 10% of the total value of the contract ii) For contact valued above Rs.2 lakhs – 10% of the first Rs.2 lakhs and 5% of the balance

The Contractor shall accept reduction in the total amount payable to him by the Purchaser at the rate mentioned above for the actual delay occasioned beyond the appointed time by which the work shall 30 of 68 have been completed under the contract. Such reduction shall be accepted by the purchaser in full satisfaction of the Contractor’s liability arising from delay only. Chief Design Engineer/Mech., ICF or his successor shall at his sole discretion may specify a time limit within which the unfinished portion of the work shall be completed after serving on contractor a notice of the purchaser’s intention to effect the said recovery in the Form 10 (Part 2). In the event of failure of the contractor, the purchaser shall be at liberty to take action.

1.2.15. EXTENSION OF TIME

If such a failure as aforesaid shall have arisen from any cause which the purchaser may admit as being a reasonable ground for extension of time the Chief Design Engineer/ Mechanical, or his successor(s)/ nominee shall allow such additional time as he may in his absolute discretion consider to be reasonably justified by the circumstances of the case. Such extension shall be granted by the purchaser in the Form No. 11 (part 2). The Contractor will apply for extension at least 15 days before the expiry of the period of completion.

Note : 1) Form 11 will be applicable in case extension is on Purchaser’s account

2) Form 11 will also be applicable in case of Contractor’s account but the purchaser should be reasonably satisfied that the Contractor cannot be penalized for such delay.

1.2.16 PAYMENT Payments will be governed by the terms specified in Part I Chapter III in accordance with accepted Schedule of Prices read with relevant paras of the other parts and Chapters of the Tender Papers. The purchaser retains the right to withhold money due to the contractor arising out of this contract for any default of the contractor from other contracts which the contractor may have with the Government of India.

1.2.17 ARBITRATION

All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the work or after its completion and whether before or after the determination of the contract, shall be referred by the contractor to the GM and the GM shall, within 120 days after receipt of the contractor’s representation, make and notify decisions on all matters referred to by the contractor in writing provided that matters for which provision has been made in Clauses 8, 18, 22(5), 39, 43(2), 45(a), 55, 55-A(5), 57, 57A,61(1), 61(2) and 62(1) to (xiii)(B) of Standard General Conditions of Contract or in any Clause of the Special Conditions of the Contract shall be deemed as ‘excepted matters’ (matters not arbitrable) and decisions of the Railway authority, thereon shall be final and binding on the contractor; provided further that ‘excepted matters’ shall stand specifically excluded from the purview of the Arbitration Clause.

DEMAND FOR ARBITRATION: (i) In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days, then and in any such case, but except in any of the “excepted 31 of 68 matters” referred to in Clause 63 of these Conditions, the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters shall demand in writing that the dispute or difference be referred to arbitration.

(ii) (a) The demand for arbitration shall specify the matters which are in question, or subject of the dispute or difference as also the amount of claim item-wise. Only such dispute(s)or difference(s) in respect of which the demand has been made, together with counter claims or set off, given by the Railway, shall be referred to arbitration and other matters shall not be included in the reference.

(ii) (b) The parties may waive off the applicability of sub section 12(5) of Arbitration and Conciliation (Amendment) Act 2015, if they agree for such waiver in writing, after dispute having arisen between them, in the format given under Annexure XII of these conditions.

(iii) (a) The Arbitration proceedings shall be assumed to have commenced from theday, a written and valid demand for arbitration is received by the Railway. (b) The claimant shall submit his claim stating the facts supporting the claims alongwith all the relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal. (c) The Railway shall submit its defense statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal. (d) Place of Arbitration: The place of arbitration would be Chennai only. The Courts in Chennai alone shall have exclusive jurisdiction in all matters arising out of this agreement. (iv) No new claim shall be added during proceedings by either party. However, aparty may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it. (v) If the contractor(s) does/do not prefer his/their specific and final claims in writing, within a period of 90 days of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims.

(2) Obligation During Pendency of Arbitration: Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration proceedings.

(3) Appointment of Arbitrator:

(3) (a) Appointment of Arbitrator where applicability of section 12 (5) of Arbitration and Conciliation Act has been waived off:

(3) (a)(i) In cases where the total value of all claims in question added together does not exceed Rs.1,00,00,000 (Rupees One Crore only), the Arbitral Tribunal shall consist of a Sole 32 of 68 Arbitrator who shall be a Gazetted Officer of Railway not below JA Grade, nominated by the General Manager. The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by GM. {Authority : Railway Board’s letter no. 2015/CE-I/CT/ARB./18, Dated 16.11./11.11.2016}

(3) (a)(ii) In cases not covered by the Clause 56 (3)(a)(i), the Arbitral Tribunal shall consist of a Panel of three Gazetted Railway Officers not below JA Grade or 2 Railway Gazetted Officers not below JA Grade and a retired Railway Officer, retired not below the rank of SAG Officer, as the arbitrators. For this purpose, the Railway will send a panel of more than 3 names of Gazetted Railway Officers of one or more departments of the Railway which may also include the name(s) of retired Railway Officer(s) empanelled to work as Railway Arbitrator to the contractor within 60 days from the day when a written and valid demand for arbitration is received by the GM.

Contractor will be asked to suggest to General Manager at least 2 names out of the panel for appointment as contractor’s nominee within 30 days from the date of dispatch of the request by Railway. The General Manager shall appoint at least four (4) out of them as the contractor’s nominee and will, also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the ‘presiding arbitrator’ from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the receipt of the names of contractor’s nominees. While nominating the arbitrators, it will be necessary to ensure that one of them is from the Accounts Department. An officer of Selection Grade of the Accounts Department shall be considered of equal status to the officers in SA grade of other departments of the Railway for the purpose of appointment of arbitrator.

(3) (b) Appointment of Arbitrator where applicability of section 12 (5) of A & C Act has not been waived off:

The Arbitral Tribunal shall consist of a panel of three (3) retired Railway Officer, retired not below the rank of SAG officer, as the arbitrators. For this purpose, the Railway will send a panel of at least four (4) names of retired Railway Officer (s) empanelled to work as Railway Arbitrator duly indicating their retirement date to the contractor within 60 days from the days from the day when a valid demand for arbitration is received by the GM.

Contractor will be asked to suggest to General Manager at least 2 names out of the panel for appointment as contractor's nominee within 30 days from the date of dispatch of the request by Railway. The General Manager shall appoint at least one out of them as the contractor's nominee and will also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the presiding arbitrator from amongst the 3 arbitrators so appointed. GM shall complete this exercise of appointing the Arbitral Tribunal within 30 days from the receipt of the names of contractor's nominees. While nominating the arbitrators, it will be necessary to ensure that one of them has served in Accounts department.

(3) (c)(i) If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the 33 of 68 opinion of the General Manager fails to act without undue delay, the General Manager shall appoint new arbitrator/arbitrators to act in his/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its discretion, proceed with the reference from the stage at which it was left by the previous arbitrator (s).

(3) (c)(ii) (a) The Arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay. The Arbitral Tribunal should record day to-day proceedings. The proceedings shall normally be conducted on the basis of documents and written statements.

(b) Before proceeding into the merits of any dispute, the Arbitral Tribunal shall first decide and pass its orders over any plea submitted / objections raised by any party, if any regarding appointment of Arbitral Tribunal, validity of Arbitration agreement jurisdiction and scope of Tribunal to deal with the dispute(s) submitted to arbitration, applicability of time limitation to any dispute, any violation of agreed procedure regarding conduct of Artbitral proceedings or plea for interim measures of protection and record its orders in day to day proceeding. A copy of the proceedings duly signed by all the members of tribunal should be provided to both the parties.

(3) (c)(iii) (i) Qualification of Arbitrator (S)

(a) Serving Gazetted Railway officers not below JA Grade level. (b) Retired Railway Officers not below SA Grade level, three years after his date of retirement. (c) Age of Arbitrator at the time of appointment shall be below 70 years. (ii) An Arbitrator may be appointed notwithstanding the total number of arbitration cases in which he has been appointed in the past. (iii) While appointing arbitrator(s) under Sub-Clause (3)(a)(i), (3)(a)(ii) & (3)(b) above, due care shall be taken that he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/their duties as Railway servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.

(3) (d)(i) The arbitral award shall state item wise, the sum and reasons upon which it is based. The analysis and reasons shall be detailed enough so that the award could be inferred there from.

(3) (d)(ii) A party may apply for corrections of any computational errors, any typographical or clerical errors or any other error of similar nature occurring in the award of a Tribunal and interpretation of a specific point of award to Tribunal within 60 days of receipt of the award.

(3) (d)(iii) A party may apply to Tribunal within 60 days of receipt of award to make an

34 of 68 additional award as to claims presented in the arbitral proceedings but omitted from the arbitral award.

(4) In case of the Tribunal, comprising of three Members, any ruling on award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shall prevail.

(5) Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made.

(6) (a) The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the arbitrator(s), as per the rates fixed by Railway Board from time to time and the fee shall be borne equally by both the parties. provided parties sign an agreement in the format given at Annexure-II to these conditions after / while referring these disputes to Arbitration. Further, the fee payable to the arbitrator(s) would be governed by the instructions issued on the subject by Railway Board from time to time irrespective of the fact whether the arbitrator(s) is/are appointed by the Railway Administration or by the court of law unless specifically directed by Hon’ble court otherwise on the matter.

(6) (b) (i) Sole Arbitrator shall be entitled for 25% extra fee over the fee prescribed by Railway Board from time to time.

(6) (b) (ii) Arbitrator tribunal entitled to 50% extra fee if Award is decided within six months.

(7) Subject to the provisions of the aforesaid Arbitration and Conciliation Amendment Act 2015 and the rules thereunder and relevant para of General Conditions of Contract (GCC) and any statutory modifications thereof shall apply to the appointment of arbitrators and arbitration proceedings under this Clause.

1.2.18 PAYMENT DURING ARBITRATION

Work under the contract shall unless otherwise directed by the purchaser continue during the Arbitration proceedings and no payment due to or payable by the purchaser shall be withheld on account of such proceedings. Notwithstanding anything contained herein, the Arbitrators as the case may be shall have full authority to direct withholding of any payment if such action is considered fit and proper at any time.

1.2.19 REFUND OF SECURITY DEPOSIT

Security deposit shall be returned to the contractor after the expiry of the maintenance period and after passing the final bill as certified by the competent authority. The completion certificate should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to the Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal “No claim Certificate from the contractor will be obtained.

After the work is physically completed, Security Deposit recovered from the running bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

35 of 68

1.2.20 PERFORMANCE GUARANTEE (P.G.)

The procedure for obtaining Performance guarantee is outlined below:

(ii) The contractor should submit a performance guarantee within 30 days from the date of issue of Letter of Acceptance (LOA) amounting to 5% of the contract value in any of the following forms a) A deposit of Cash b) Irrevocable bank Guarantee c) Government Securities including State Loan Bonds at 5 percent below market value d) Deposit Receipts Pay orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or any of the Nationalized bank. e) Guarantee Bonds executed or Deposit receipts tendered by all scheduled banks f) A deposit in the Post Office Saving Bank g) A deposit in the National Savings Certificates h) Twelve year National Defence Certificates i) Ten years Defence Deposits j) National Defence Bonds k) Unit trust certificates at 5 percent below market value or at the face value whichever is less l) Also FDR in favour of FA&CAO (free from any encumbrance) will be accepted

ix) Extension of time for submission of PG beyond 30 days and upto 60 days from the date of Issue of LOA may be given by the competent authority. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 days i.e. from 31st day after the date of issue of LOA. x) In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting the EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in retender for that work. xi) PG shall be initially valid upto stipulated date of completion plus 60 days beyond that. In case the time of completion gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days. xii) Performance guarantee shall be released after satisfactory completion of the work. The procedure for releasing should be same as for security deposit. xiii) Wherever the contracts are rescinded, the security deposit should be forfeited and the performance guarantee shall be encashed and the balance work should be got done separately. xiv) The balance work shall be got done independently without risk and the cost of the original contractor. xv) The original contractor shall be debarred from participating in the tender for executing the balance work.

36 of 68 1.2.21 VARIATION IN QUANTITY

VARIATION CLAUSE

Any variations in the quantity have to be dealt with, as given below:

(i) For increase upto 25 % of the quantities indicated in the schedule, the contractor shall be paid for such increase in the quantities as per the agreement rate. For this, no finance concurrence would be required.

(ii)In case an increase in quantity beyond 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating is considered not practicable, quantity will be operated in excess of 125% of the agreement quantity subject to the following conditions: a) Operation of quantity beyond 125% of the agreement quantity, needs the approval of an officer of the rank not less than S.A.Grade: b) Quantity operated in excess of 125% but upto 140% of the agreement quantity, shall be paid at 98% of the rate awarded in that particular tender; c) Quantity operated in excess of 140% but upto 150% of the agreement quantity shall be paid at 96% of the rate awarded in that particular tender; d) Variation in quantity of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded in that particular tender. Execution of quantities beyond 150% of the overall agreement value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO and approval of General Manager.

37 of 68

PART – I

CHAPTER – III

PRICES AND PAYMENT 1.3.1 SCOPE

This Chapter deals with prices to be paid for Setting up of Virtual Reality (VR) Centre / Auditorium and other amounts payable in accordance with accepted schedules of prices and rates and terms and conditions of payment mentioned herein. This is a works contract. The total prices for the completed items of work are the actual prices payable to the Contractor as per the terms and conditions of the contract.

1.3.2 PAYMENT AND RECOVERIES :

Subject to any deduction or recoveries which the Purchaser may be entitled to make under the contract, the contractor shall, unless otherwise agreed to be entitled to get the following payments subject to the conditions stipulated in subsequent paragraphs.

Payment for Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, will be made as detailed below.

i) 90% of the value of Virtual Reality Hardware and Software after supply of Virtual Reality Hardware and Software ii) 10% of the value of Virtual Reality Hardware and Software and value of Virtual Reality Studio Setup after completion of installation and commissioning of Virtual Reality Studio Setup.

1.3.3 INVOICING PROCEDURE a) All invoices shall be submitted with original supporting documents or certified true copies of supporting documents wherever these are acceptable to the Purchaser’s Engineer. Where copies of original documents are required in support of several invoices true certified copies of the original documents may be forwarded to the Purchaser’s Engineer with his consent. b) Invoices shall be submitted only on the basis of agreed principles and prices, quantities and measurement of works completed and shall be approved by the Purchaser’s Engineer prior to the submission of invoices. For this purpose the schedule of quantities and measurements submitted by the contractor for approval of the Purchaser’s Engineer may be only upto the extent of work completed except in the case of payments on provisional acceptance.

1.3.4 EXCISE DUTY AND SALES TAX

GST and other Taxes / Levies if applicable, should be mentioned clearly in the rates quoted by the contractor in the relevant schedules.

38 of 68

1.3.5 FINAL SETTLEMENT

On expiry of the guarantee period and issue of the certificate of final acceptance of the entire installations the performance guarantee will be refunded to the contractor after adjustment of any dues payable by the contractor.

1.3.6 MEASUREMENTS

The completion of the work will be recorded in the measurement book as per the certification stating that all the items have been supplied/commissioned, which will form the basis for payment. The details of deliverables supplied will be recorded in the measurement book which will form the basis for payment.

39 of 68 PART -I

CHAPTER IV

SPECIFICATION FOR SETTING UP OF VIRTUAL REALITY (VR) CENTRE/AUDITORIUM AT D&D CENTRE

IMPORTANT INSTRUCTIONS: A. The tenderer should have expertise and experience in integrating the Virtual Reality Software with 4K Edge Blended projector and also should have expertise in integrating the Virtual Reality software with PLM software Enovia 2017x or higher version. B. The tenderer should furnish at least one successful implementation certificate of Virtual Reality Studio which has Dual 4K projector + Software (Power wall or CAVE type) setup either in Automotive Industry or in Rail Industry. C. The tenderer should submit comments against each clause, clearly indicating the compliance or otherwise for each and every item of this specification from item No. 1 to 4 below. Deviations, if any shall be clearly brought out in the comments. The offer without clear comments will be considered as incomplete offer and is liable to be rejected. D. There should not be any ambiguous comments such as “possible”, “can be done” etc. where the clause requires unambiguous and clear cut compliance. E. The tenderer should indicate clearly the period of warranty for Harware & Software and also should mention whether it is comprehensive or limited. F. The tenderer should mention the Brand name & Model number of the Hardware and software items without fail and enclose relevant data sheets. G. The Hardware and Software offered should be of high quality and only reputed brands will be accepted. Assembled or mix of assembled and branded items will not be accepted. H. The tenderer is bound to maintain the Hardware items supplied in full working condition during the warranty period. No separate maintenance charges shall be paid by ICF during the warranty period. For this purpose the tenderer, if not OEM, should furnish authorization certificate from the OEM for supply of Virtual Reality Software and Projector and for providing after sales support to ICF without which the offer submitted by the firm shall not be entertained and shall be summarily rejected.

1) DETAILED SCOPE OF WORK AND SPECIFICATION:

1.1 Detailed Scope of Supply for Setting up of Virtual Reality (VR) Centre/Auditorium at D&D Centre, ICF

The present tender comprises of the following:

I. Virtual Reality (VR) Software Modules:

1. Core Module – 3 Nos. 2. SolidWorks/CATIA 3D data to VR software conversion batch processing module – 1 No.

40 of 68 3. Virtual Reality module for Immersive – 1 No 4. Virtual Reality module for desktop head set – 1 No. 5. Virtual Reality Data Convertor module (for SolidWorks, CATIA, IGES and STEP) – 1 No.

NOTE:

a) The above software modules shall fulfill all the requirements, features and functions mentioned in the detailed tender specification.

b) The proposed Virtual Reality software should be an established brand being used by major Automobile or Rail Industries.

c) The proposed Virtual Reality software should support both Powerwall and CAVE type Virtual Reality studio setup.

d) The proposed Virtual Reality software should support dual 4K resolution projector with tracking system and HTC Vive headset.

e) The proposed Virtual Reality software should be compatible with 4K Edge blended projector and Enovia 2017x or higher version.

II. Virtual Reality (VR) Hardware A) Projector - 4K (4096 x 2160) resolution Stereoscopic 3D projector - 2 Nos. B) Hi-End Professional Class Workstation for Projection - 2 Nos. C) Hi-End Professional Class Workstation for Data Processing - 1 No. D) HTC Vives Headset, cables and emitters - 2 Nos. E) Tracking: - ART tracking system 8 Camera Setup - ART interaction device (FLystick and Head Tracking) - IR based emitter 3D glasses (x4), and tracking target - ART Controller - iPad F) Screen with necessary cable and other required hardware

III. Implementation & Integration Hardwar &Software Implementation Software to support with VR Peripherals and Projection system Knowledge Transfer to IT / VR Operator

IV. Training

Training on Hardware and Software shall be provided as per ICF requirement.

41 of 68 V. Project & Handholding The vendor should complete at least two projects as part of the training and handholding to ICF team.

Below are the brief scope of the project:

 Exterior Validation of coach with colour scheme, materials and environment  Interiors rendered with materials and lighting  Demonstrate measurements, sectioning  Seat fabric material change  Ergonomics and Visibility Validation  Coach walk through

VI. Virtual Reality Studio Setup:

Civil & Furnishing Unit Qty 1 Demolition and dismantling: Existing flooring /skirting 50 mm to 100mm thk. work with bedding material , waterproofing, PCC, sanitary fittings, all type & size of CI, GI, AC pipes, electrical wiring, cabling, switches, sockets, partitions, paneling, walls, plaster, false ceiling, Ac ducting, Lump Lump 1.1 insulation and other services related elements complete as per sum sum instructions with due care to the flooring areas to be retained and carefully, stacking materials at site and disposing off the unserviceable material out of the premises etc. complete as specified and as per direction. 2 MASONRY & RCC : First class Half Brick Masonry Wall should have compressive straight 35 kg centimeter square ,well burnt, well size, walls in plinth and superstructure 115 mm thick in cement and sand mortar 2.1 proportion 1:4 including RCC patli at 900 mm intervals (R C sft 840 standard mix 1:2:4) dewatering, striking out joints and unexposed faces and curing, raking out joints on exposed faces, scaffolding etc, complete as per directions and specifications. Light weight siporex masonry, walls in plinth and superstructure 100mm thick in cement and sand mortar proportion 1:4 including RCC patli at 900 mm intervals (R C standard mix 1:2:4), striking out 2.2 sft 60 joints and unexposed faces and watering, raking out joints on exposed faces, scaffolding etc, complete as per directions of ICF engineer / officer and specifications.

42 of 68 RCC beams/lintels above door and window openings size of 100mm widthx150 depth mm and vertical for long wall supports size of 400mm width x 200depth as per required length and height in 1:2:4 grade concrete shall be cast. rcc work shall be reinforced with 4 nos. of 8 mm dia tor rebars and 6 mm dia M.S. ring links at 200 mm c/c 2.3 cft 3.25 Rainforcement of grade HYSD-415 including cutting bending streigthing shifting at all floors and as per instructions of Architects / ICF engineer, including shuttering , scaffolding, curing, t etc complete as per directions of ICF engineer / officer and instructions. (For Door Support) 3 PLASTER: 12 to 15mm thk. cement plaster in cement and sand mortar 1:4 3.1 rough sand faced plaster including making good chases, scaffolding sft 1200 curing etc complete. (For internal wall) 20mm thk. cement plaster in cement and sand mortar 1:4 rough sand faced plaster in two coats including making good chases, scaffolding 3.2 sft 250 curing etc complete with water proofing compound.(For External Wall) POP punning over cement plaster in perfect line and level with minimum thickness of 6 to 11mm including making good chases, 3.3 sft 1200 grooves edge banding scaffolding etc. complete as per directions and instructions. Acoustic - providing & fixing 12 mm thk coloured acoustical board pasted on 6 mm thk marine ply with 50 x 25 mm thk hard wood 3.4 sft 940 framework @ 600mm c/c. 25mm thk gap filled with acoustic wool insulation including all necessary hardwares and accessories etc. 4 CARPENTARY WORKS : Wooden Partition Full Height: Providing and erecting partition using 50x50mm TW framework @ 600mm centres clad with 9 mm thk marine ply panelling on both sides, air gap between partitions to be filled with acoustic wool insulation of 30mm thk of 500GSM. All framework members to be treated with anti termite & fire retardant paint. TW members of framework to be fixed to ceiling 4.1 using 50x50mm CPTW fabricated "T" brackets, finished with sft 300 4mm thk. veneer finish /shade with rate to include that of melamine polished or Acoustic - providing & fixing 12 mm thk coloured acoustical board pasted on 9 mm thk marine ply, etc including providing & filling cutouts for plug points, conduits, switches and all types of fittings & fixtures, complete as per site instructions & detail drawings. 5 Loose Furniture 5.1 Movable Chairs with castors nos 13 Fixed Chairs with retractable desklet / writing pad as specified in 5.2 nos 18 the document Side board with top Seating arrangement cum storage arrangement 5.3 nos 3 1.5m length x 0.5m width

43 of 68 5.4 Control Table of size 1800 x 900 x 750 mm nos 1 6 DOORS : Ante / Dark room and VR Room doors; Acoustical doors to be fabricated with wooden framework of 3”x 6” sections of good quality teak wood duly mounted so as to be able to withstand weight 6.1 nos 2 of the acoustical door with executive viewing window of 1’x 2’ duly treated to cut off direct light, good quality hardware with door closer. Dimension of door 3’3” w x 7’0”height Rear Projector room door; Acoustical doors to be fabricated with wooden framework of 3”x 6” sections of good quality teak wood duly mounted so as to be able to withstand weight of the acoustical 6.2 nos 1 door with executive viewing window of 1’x 2’ duly treated to cut off direct light, good quality hardware with door closer. Dimension of door 5’ w x 7’ height Emergency Exit door; Acoustical doors to be fabricated with wooden framework of 3”x 6” sections of good quality teak wood 6.3 duly mounted so as to be able to withstand weight of the acoustical nos 1 door duly treated to cut off direct light, good quality hardware with door closer. Dimension of door 5’ w x 7’ height 7 PAINTING WORK: Internal painting.- Specified 3 coats of luster paint and shade to 7.1 walls, ceiling, etc. with finish including preparing surfaces putty, sft 1800 etc. as manufacture’s specification and architect instruction. 3 coats over a primer coat of oil/synthetic enamel paint 7.2 wherever required of approved shade, complete as per manufacturer's sft 100 specifications. (For all MS Fabrication areas) 3 coats of OIL BOND DISTEMPER to plastered surfaces or 7.3 concrete including scaffolding, preparing the surface etc., complete sft 1550 as specified and directed FOR CEILING SLAB 8 FALSE CEILING WORK Modular ceiling grid (hot dipped galvanized steel section) with 600 x 600 mm x 15mm fine fissured tiles (clip-in type) in true horizontal level using a 15mm T bar section suspended from the ceiling slab using appropriate supports at every 1200mm interval. And will have fire rating of 60 minutes as per BS 476/23 of 1987, Noise reduction 8.1 sft 1550 Coefficient (NRC) of 0.50-0.60 (suitable to the virtual reality solution), to resist temperature and humidity conditions up to 40 degree (104deg. F) and humidity of 99% RH All joints filled and sealed with jointing tapes and sealant, inclusive of providing cutouts for all types of AC, electrical and fire fighting services. 9 FLOORING & FALSE FLOOR WORK

44 of 68 8" & 16" False Flooring made from sal wood frame of 2x2 sections, duly seasoned and treated for borers and termites, 2’ x 2’ c/c grid, platform of marine quality, borer and termite proof, block board 9.1 with cutouts for wire management, three levels from lvl-0 – lvl-200 sft 750 –lvl-400 as per drawing OR Metal Tile Flooring of sandwich tiles of 600mm x 600mm mounted on stud-system so as to maintain required height, levels and profile. 10 MISCELLANEOUS ITEMS: 10.1 Door Matt or 3m synthetic matting system in approved colour . No 1 MAIN SIGNAGE BOARD made out of 19mm thk BEND ply IN ARCH SHAPE with 1.6 mm thk. 16 gauge Stainless steel sheet 10.2 BRUSH FINIESH .Letters to be engraved on Steel sheet as directed No 1 all including necessary hardware fittings etc finished complete. (Main Entrance) size1350X 600mm SIGNAGE made of 1.6 mm thk. 16 gauge stainless steel sheet with vinal lettering for ENTRY, EXIT, Room's nomenclature etc. Letters 10.3 to be engraved on Steel sheet as directed all including necessary No 1 hardware fittings etc finished complete rooms. size 150 x150 mm OR 300x 75mm SIGNAGE made of 1.6 mm thk. 16 gauge stainless steel sheet with vinal lettering for PUSH and PULL etc. Letters to be engraved on 10.4 No 1 Steel sheet as directed all including necessary hardware fittings etc finished complete size 50 x75 mm Imported synthetic carpet in graphic weave @ 22 TO 26 ounce wt antistatic, Shaw, queen, mohawk or equivalent inclusive of cc screening to level sub surfaces as required with 10 mm thk pvc foam 10.5 sft 1100 underlay laid as per site condition with fitting fixture all necessary hard ware as required and inclusive of all wastages etc. complete in as per direction by the Architect. (HALL & DARK ROOM) 11 Electrical works. Supply, installation, testing and commissioning of Triple Pole switch metal / iron clad switch with HRC fuse and neutral link 100 11.1 No 2 Amp./ 415V with cable end box of reputed make erected on angle iron frame. Complete as directed. Providing, erecting , testing and commissioning of heavy duty armoured cable 1100 Volt grade with ISI mark of 3.5 core, 35 Sq. mm. stranded copper conductor, PVC insulated, PVC sheath, galvanized steel strip or wire armoured and with an overall outer 11.2 Mtrs 25 PVC sheath. Cables shall be fitted on wall/ MS tresses ceiling by means of G.I. spacers & G.I. saddles or clamps of 18/22 SWG 25mm. width G.I. strips at 30 mm apart The cable shall be terminated through copper lugs only. Complete as directed.

45 of 68 Supplying, installing, testing and commissioning Three phase and neutral MCCB distribution board’s surface mounted. MCCB shall be powder coated suitable for incorporating Three Phase incoming (T. P. N. MCCB) as isolator and Triple Pole MCBs, for out going 11.3 No 1 with electrolytic copper bus bar for Phase, neutral and earthing terminal erected on angle iron frame and fixed on wall complete as directed.(Distribution Board, MCCB & MCB should be of reputed Make). Incoming: 100Amp /415 V Triple Pole with neutral MCCB - 1

No.(Main DB) Outgoing: 63 Amp Triple Pole MCCB's – 1 No. Outgoing: 40 Amp Triple Pole MCB's – 3 Nos. Providing, erecting , testing and commissioning of heavy duty armoured cable 1100 Volt grade with ISI mark of 4 core, 6 Sq. mm. stranded copper conductor, PVC insulated, PVC sheath, galvanized steel strip or wire armoured and with an overall outer PVC sheath. 11.4 Mtrs 10 Cables shall be fitted on wall/ MS tresses, ceiling by means of G.I. spacers & G.I. saddles or clamps of 18/22 SWG 25 mm. width G.I. strips at 300 mm apart. The cable shall be terminated through copper lugs only. Complete as directed. Providing, erecting, testing and commissioning of PVC flexible cable 1100 Volt grade with ISI mark of 1 core, 35 Sq. mm. multistranded copper conductor, PVC insulated, Cables shall be fitted 11.5 on wall/ M. S. tresses ceiling by means of G.I. spacers & G.I. saddles Mtrs 10 or clamps of 18/22 SWG 25 mm. width G.I. strips at 300 mm apart. The cable shall be terminated through copper lugs only. Complete as directed.(from UPS TO DB) Supplying, installing, testing and commissioning of single / Three phase and neutral MCB distribution boards surface / flush mounted made from 18 gauge sheet / CRCA and powder coated suitable for 11.6 incorporating two pole incoming isolator ISI make and Single Pole No 1 out going (S.P. MCBs.) of ISI mark. With electrolytic copper bus bar for neutral and earthing terminal erected on angle iron frame and fixed on wall complete as directed. Incoming: 100 A. Double Pole Isolator /250V/100mA/300mA

sensitivity RCCB-1 No.(UPS) Outgoing: 6Amp. to 32 Amp S.P.MCB's - 12 Nos. Providing, erecting, testing and commissioning of heavy duty armoured cable 1100 Volt grade with ISI mark of 3 core, 6 Sq. mm. stranded copper conductor, PVC insulated, PVC sheath, galvanized steel strip or wire armoured and with an overall outer PVC sheath. 11.7 Cables shall be fitted on wall/ MS tresses ceiling by means of G.I. Mtrs 30 spacers & G.I. saddles or clamps of 18/22 SWG 25mm. width G.I. strips at 30 mm apart or through under ground cable trench. The cable shall be terminated through copper lugs only. Complete as directed. (from Main DB to AC DB)

46 of 68 Providing, erecting , testing and commissioning of heavy duty armoured cable 1100 Volt grade with ISI mark of 4 core, 16 Sq. mm. stranded copper conductor, PVC insulated, PVC sheath, galvanized steel strip or wire armoured and with an overall outer 11.8 PVC sheath. Cables shall be fitted on wall/ MS tresses ceiling by Mtrs 10 means of G.I. spacers & G.I. saddles or clamps of 18/22 SWG 25mm. width G.I. strips at 30 mm apart or through under ground cable trench. The cable shall be terminated through copper lugs only. Complete as directed. (from Main DB to AC DB) Supplying, installing, testing and commissioning Three phase and neutral RCCB/MCCB distribution board’s surface mounted. MCCB shall be powder coated suitable for incorporating Three Phase incoming (T. P. N. MCCB) as isolator and Triple Pole MCBs, for 11.9 No 1 out going with electrolytic copper bus bar for Phase, neutral and earthing terminal erected on angle iron frame and fixed on wall complete as directed.(Distribution Board, MCCB & MCB should be of reputed Make). Incoming: 63 A. Triple Pole Isolator /440V/100mA/300mA

sensitivity RCCB-1 No.(A.C.DB) Outgoing: 6Amp. to 32 Amp S.P.MCB's - 12 Nos. Providing, erecting, testing and commissioning of PVC flexible cable 1100 Volt grade with ISI mark of 3 core, 4 Sq. mm. multistranded copper conductor, PVC insulated, Cables shall be fitted on 11.10 Mtrs 100 wall/ M. S. tresses ceiling by means of G.I. spacers & G.I. saddles or clamps of 18/22 SWG 25 mm. width G.I. strips at 300 mm apart. The cable shall be terminated through copper lugs only. Complete as directed. (AC DB to individual Ac box) Supply, installation, testing and commissioning of 32 Amp single phase, P+N+E Metal clad Plug & socket combined along with 20 to 11.11 32 Amp SP MCB in SS box (Ray Roll ). Mounted on wall with MS No 8 bracket cable entry gland etc. Complete as directed. Complete as directed. (for AC connection) Providing, erecting , testing and commissioning of heavy duty armoured cable 1100 Volt grade with ISI mark of 4 core, 10 Sq. mm. stranded copper conductor, PVC insulated, PVC sheath, galvanized steel strip or wire armoured and with an overall outer 11.12 PVC sheath. Cables shall be fitted on wall/ MS tresses ceiling by Mtrs 10 means of G.I. spacers & G.I. saddles or clamps of 18/22 SWG 25mm. width G.I. strips at 30 mm apart or through under ground cable trench. The cable shall be terminated through copper lugs only. Complete as directed. (from Main DB To Lighting DB)

47 of 68 Supplying, installing, testing and commissioning Three phase and neutral MCB distribution boards surface mounted made from 18 gauge sheet / CRCA and powder coated suitable for incorporating Three pole with neutral incoming ( RCCB/ELCB-1 No reputed 11.13 No 1 make of ISI make) and Three Phase out going. Triple Pole MCBs. should be with electrolytic copper bus bar for neutral and earthing terminal erected on angle iron frame and fixed on wall. Complete as directed. Incoming: 40Amp. Triple Pole with neutral Isolator /

100mA/300mA sensitivity RCCB/ELCB-1 No.(LDB) Outgoing: 6Amp. to 32 Amp Triple Pole MCB's - 9 Nos. Point wiring for light fixtures / fans with 2 x 1.5sq. mm PVC insulated multi-strand copper conductor wires of 1.1 kv volt grade in PVC casing -n- capping / PVC conduit ISI mark, fixed with PVC saddles / clamp and 35mm long No.8 of good quality screws at 300mm distance apart with 6 Amp. piano type SP switches of ISI standard mounted on reputed make PVC Switchboard with minimum four in nos. 50mm long No.8 size good quality screws, 11.14 Nos 22 each with adequate number of brass screws for top fixing arrangements and ISI mark two / three plate ceiling rose / batten holder complete with 2 x 2.5 Sq. mm for main and 1.5 Sq. mm multi-stranded copper PVC earthing wire 1.1 kv volt grade in green colour from MCB DB to Main Lighting Board and switch board to switch board as sub main wiring. Not more than one light will be controlled by a single switch. Complete as directed. Point wiring for power point controlled by 16/6 Amp. switch socket (uni switch socket combined ) flush mounted type with 2 x 2.5 sq. mm PVC insulated multi-strand copper conductor wires and 1.5 Sq. mm pvc insulated multi-strand copper earthing wire of 1.1 kv grade in green colour (wire should be of reputed make with ISI mark) in casing –n- capping with all accessories/ PVC conduit with all 11.15 accessories of ISI mark with saddles and clamp with 35mm long Nos 10 No.8 of good quality screws at 300mm distance apart mounted on approved make PVC Switchboard with minimum four in nos. 50mm long No.8 size good quality screws, each with adequate number of brass screws for top fixing arrangements erected on wall complete as directed.( Power point started from MCB DB / Fuse DB to individual switch socket no extra cost for submain wiring). Supply and fixing of 2'x2' recess mount 2x28 Watts Compact 11.16 Nos 14 Energy Efficient T5 Updown Light Fixture with wiring and switches Supply and fixing of 2x18 Watts Energy Efficient T5 Dimmable 11.17 Nos 8 Down Light Fixture with required wiring and switches 11.18 Supply and fixing of Fire Extinguishers Nos 8 11.19 Lighting Dimmable control Unit for dimmable light fixture No 1 11.20 Dimmable Electronic Ballast for dimmable down light fixture Nos 8

48 of 68 Supply and fixing of dimmable Decorative type Light with fixtures 11.21 No 20 for VR Room, Dark Room 12 Air Condition - 2 Tons Capacity Nos 6 The Air conditioning for Virtual Reality Studio should be split Air Conditioning type with Energy star rating either 4 star or 5 star. The make of Air Conditioning should be market reputed manufacturer

Total Tonnage for Air Conditioning should be minimum of 12 Tons split type and below are required numbers.

Behind the Virtual Reality Screen: 2 tons X 4 Nos. Total 8 tons split AC. This AC should maintain the required temperature for the High end Digital 4K edge blended projector system as mentioned in the Projector specification. Audience base / Front of the Screen: 2 Tons X 2 Nos. Total 4 tons split AC. This AC should maintain reasonable temperature for minimum capacity of 30 member team gathering at Virtual Reality Studio.

-Split AC with wall mounted and inverter type - 5 star rating with copper condenser - 240 Voltage, 50 Hz, Single Phase - Cooling capacity (Min-Max) (Watts) - 6230 (2383-9151) -Ratted cooling capacity watts - 3130 - Electricity consumed in 1600 (unit / Year) - 986.79 units - Compressor type - dual rotor inverter - Compressor warranty - 10 years - Refrigerant - R410A - Noise level indoor - 48 max, 39 medium, 37 low in dB(A) - Air Flow Volume (Wet CFM) - 647 high, 530 medium and 430 low

1.2 TECHNICAL SPECIFICATION FOR SETTING UP OF VIRTUAL REALITY (VR) CENTRE/AUDITORIUM AT D&D CENTRE, ICF

I. Virtual Reality (VR) Software Specification:

1. The Virtual Reality (VR) software should be a desktop application with cutting-edge virtual reality capability for development of Interactive 3D Visualization using Engineering 3D CAD data.

2. It should support Neutral file formats such as XPDXML, PLMXML, VRML, IGES, FBX, STEP, STL, 3DXML and Native CAD formats such as CATIA v4, V5, Pro-E, NX, JT, SolidWorks (Version 2008 to 2018), CATIA v5 Kinematics (All Connections and Joints), ICEMsurf and Alias Studio.

3. Imported CAD data must be able to maintain All CAD Structure and metadata.

49 of 68 4. Imported CAD DATA must maintain original materials & colors and textures.

5. The software should be suitable even for non-CAD end users and shall not require CAD software knowledge or training.

6. Changes made in Native CAD data should be reflected automatically through “Live Update” feature without need for recreation along with updation of part materials.

7. The software should be able to easily deploy 3D to an immersive environment with multiple projection, head and hand interactivity devices.

8. The output from the software should support both Active and Passive Stereo Display.

9. The software must support a 3D Mouse.

10. The software should be able to Render output to / save to movies in .avi or .mov format.

11. The software should also be capable to directly render Panoramic, 360 degree turn table, variants, animation and custom made functionality.

12. The software should offer batch mode functionality for rendering and be able to save and load rendering jobs in batch mode.

13. The software should enable rendering of different layers and passes.

14. Batch converter functionality must be possible for large data assemblies along with multiple levels of details.

15. The software should be able to convert surface models to polygons on demand.

16. The software should be able to have standard set of lights as part of its library which should include Point, Spot and Directional lights. The software should also support environment lighting.

17. The software must support both Orthographic and Perspective view with Field of View and Focal Length in mm, with capability to adjust position, roll, sensor size, clipping planes, stereo separation and convergence, degree of freedom, motion blur, dirty lens, color correction, glow and glare.

18. The software should have features to automatically calculate shadow and illumination from High Dynamic Range Image on CAD geometry.

50 of 68 19. The software should be capable of opening multiple canvas and support copy / Paste either full or part of assembly with and without original translation from one canvas to another.

20. The software should show assembly structure and maintain hierarchy in the scene tree. Should have provision for editing the hierarchy to create group and sub group of the assemblies.

21. The software should support both Real Time OpenGL and Ray traced rendering on demand. Should also support Global Illumination.

22. Must have option to flip surface side on demand.

23. Should have a functionality to center the pivot and have freedom to change the center pivot translation.

24. It should have an integrated functionality to drive and control every component in the software by a Logic Network editor which must be a node based authoring to drive complex process.

25. Must have a function to automatically generate UV Maps based on surface.

26. Must have a default Material Library/Pre-set with realistic shades of different types of Metal, Plastic and Rubber.

27. Material Pre-set should support drag and drop, assign state based on selection.

28. Must support Assignment tables to automate assigning of materials for new assemblies.

29. Software should be resolution independent without any additional license, token for every additional display.

30. Software must be able to modify textures.

31. Software must support 1:1 View with provision to change the scale during review in mm units or relative to actual scale.

32. Software should support Animation to create various scenarios. Animation keys should support every attribute on imported CAD geometry along with Background, lights and Materials.

33. Software must have ability to quickly assign and Override Material during a design review.

34. Software must be able to handle console operation with simultaneous interaction from user in loop within the tracking range.

51 of 68 35. Software should be able to have selection tools based parameters such as same material, same group, same color, and same angle.

36. Software must have a user friendly and quick way to define assembly and disassembly sequences based on saved definition on first and last position. The application is then expected to create motion by itself resulting into a transition.

37. Software should have Functionality for measuring distance, gaps, radius. Results should be displayed on screen between the measured parameters and must be interactive and synchronized with the parameter with user interactions.

38. Software should have the feature to detect collision and should display the volume of collision.

39. The software must also support VR navigation modes such as Examine, Fly, Walk, and Drag

40. Software should be able to support HTC Vive HMD.

41. Software must be scalable and support multiple CPUs and GPUs.

42. Software should also have a functionality that controls the VR Environment through Mobile/Tablet.

43. Should have a Jacketing Technology to automatically detect parts not seen by the camera and have ability to hide / delete.

44. Software should be able to support Goniometric Lights for accurate lighting.

45. Software should be able to generate physically correct reflection in Raytracing, Global Illumination as well as in OpenGL. While in OpenGL the software should be able to activate or deactivate the accurate reflectivity on part level basis.

46. Software must have functionalities to support VR Displays in Active Stereo with Tracking on Powerwall, as well as Multi-Sided CAVE.

47. Software should be able to Match Virtual Floor with Physical Floor in VR Mode.

48. Software should have functions for measurement in VR mode, along with selection, hide, unhide, and ability to de-activate Head-tracking when in VR Mode.

49. The software must have functionality to create geometry from Decals that are in .jpg or .png image format.

52 of 68 50. Software should have ability to dedicate either each GPU or particular output to any Display along with ability to maintain size in mm and resolution.

51. The proposed Virtual Reality software should be compatible with 4K Edge blended projector and Enovia 2017x or higher version.

52. The propose Virtual Reality software should support both Powerwall and CAVE type Virtual Reality studio setup.

53. The propose Virtual Reality software should support dual 4K resolution projector with tracking system and HTC Vive headset.

II. Virtual Reality (VR) Hardware Specification: A) Projector:

 4K (4096 x 2160) resolution Stereoscopic 3D projector  DLP® 4K projector at 120Hz performance  Flexibility in supporting various 3D interconnectivity formats o Single sequential 4K 120Hz o Dual interleaved 4K 60Hz o 4K 60Hz sequential frame-doubled o All three modes resulting in 120Hz 4K output  Additionally true 2K scaling to 4K with below formats: o Single sequential 4K 120Hz o Dual interleaved 4K 60Hz o 4K 60Hz sequential frame-doubled  Xenon Lamp with 25,000 lumens brightness  24/7 use capability  Capable of handling Warping, blending and scaling  Capable of handling flat, hemispherical, cylindrical, toroids  Adjusting warping, digital masking, and edge-blending through the control of a powerful and easy-to-use Graphic User Interface.  10-bit image processing module.  Unlimited and arbitrary number of grid lines (up to and beyond a 10x10 warping grid)  Advanced edge blending  Rotate and Flip capabilities  Gradient preview of edge blends  Brightness uniformity controller

B) Hi-End Professional Class Workstation for Projection:  Dual Intel XEON Gold Processor 6136 3.0 GHz Turbo, 12C, 10.4GT/s 2UPI, 24.7M Cache, HT (150W)  Windows 10 Pro for Workstation (4 Cores Plus)  SLI NVIDIA Quadro P6000, 24GB – 1 No 53 of 68  128GB (8X16GB) 2666MHz DDR4 RDIMM ECC  One M.2 1 TB PCIe NVMe Class 40 Solid State Drive  Intel X540-T2 10GbE NIC, Dual Port, Copper

C) Hi-End Professional Class Workstation for Data Processing:  Dual Intel XEON Gold Processor 6136 3.0 GHz Turbo, 12C, 10.4GT/s 2UPI, 24.7M Cache, HT (150W)  Windows 10 Pro for Workstation (4 Cores Plus)  SLI Dual NVIDIA Quadro P6000, 24GB  128GB (8X16GB) 2666MHz DDR4 RDIMM ECC  One M.2 1 TB PCIe NVMe Class 40 Solid State Drive  Two 3.5” 1 TB 7200rpm SATA Hard Drive  16x Half Height DVD-/+ RW Cables  Intel X540-T2 10GbE NIC, Dual Port, Copper  Thunderbolt PCIe Card  Keyboard + Mouse  Dual Ultra sharp 32” 4K or 8K Monitors

D) HTC Vives Headset, cables and emitters: Screen: Dual AMOLED 3.6’’ diagonal Resolution: 1080 x 1200 pixels per eye (2160 x 1200 pixels combined) Refresh rate: 90 Hz Field of view: 110 degrees Safety features: Chaperone play area boundaries and front-facing camera Sensors: SteamVR Tracking, G-sensor, gyroscope, proximity Connections: HDMI, USB 2.0, stereo 3.5 mm headphone jack, Power, Bluetooth Input: Integrated microphone Eye Relief: Interpupillary distance and lens distance adjustment

Controller specification Sensors: SteamVR Tracking Input: Multifunction trackpad, Grip buttons, dual-stage trigger, System button, Menu button Use per charge: Approx. 6 hours Connections: Micro-USB charging port

Tracked area requirements Standing / seated: No min. space requirements Room-scale: 6’6’’ x 5’ min. room size, 16’4’’ max. between base stations

54 of 68

E) Tracking: - ART tracking system 8 Camera Setup o Frame rate up to 300 Hz o Sensor resolution 1.3 MPixels o Measurement principle infrared optical 6dof tracking passive or active markers o Illumination invisible IR: 850 nm o Operating temperature up to 35°C o Connectivity & Power Supply single cable solution via Gigabit Ethernet, RJ45, PoE+ up to 100m cable possible o Status indicator status LEDs & alphanumeric display o Camera body dimensions size: 100 mm x 100 mm x 92 mm o Mounting ART ceiling mount D2 or standard UNC tripod thread (1/4“) - ART interaction device (FLystick and Head Tracking) o Buttons - 3 on top, 1 trigger button o Joystick - 2D analog joystick o Type ID - IEEE 802.15.4 o Frequency - ISM frequency range available: 2400.00 – 2483.50 MHz, 8 channels o Transmission power - 1 mW o Tracking range - approx. 4.5m (@ 3.5mm focal length) o Radio range - at least 7m (depending on setup) o Rechargeable batteries - NB-4L Li-Ion battery (3.7 V, 700 mAh) o Continuous operation¹ - at least 8 hours - IR based emitter 3D glasses (x4), and tracking target - ART Controller - iPad

2) Warranty: The Hardware & Software for Virtual Reality (VR) Centre / Auditorium should be warranted as mentioned below from the date of installation at ICF.

Sl. Warranty Description No Period 1 Virtual Reality (VR) Software Modules 1 Year 2 Projector - 4K (4096 x 2160) resolution Stereoscopic 3D projector 3 Years 2 Screen with necessary cable and other required hardware 1 Year 4 Hi-End Professional Class Workstation for Projection 3 Years 5 Hi-End Professional Class Workstation for Data Processing 3 Years 6 HTC Vives Headset, cables and emitters 1 Year 7 Tracking set 1 Year 8 Virtual Reality Studio Setup 1 Year

The warranty should be comprehensive i.e. includes both spare parts and service. The vendor should be in a position to deploy their staff at short notice to attend the break-downs at D&D during the warranty period in addition to regular periodic preventive maintenance.

55 of 68

3) Completion:

The firm has to complete the work as mentioned below:

a) Setting up of Virtual Reality (VR) Centre / Auditorium – within six months from the date of award of the contract / LOA.

4) Implementation and support: 4.1 The tenderer must establish to the satisfaction of ICF that the Set up of Virtual Reality (VR) Centre / Auditorium is as per ICF’s requirements. 4.2 The tenderer shall make arrangement for any tools, equipments etc., required for executing the work and such items will not be provided by ICF. 4.3 ICF shall have the right to associate its personnel with the entire work in all its phases with a view to develop their skills and understanding of the systems. The contractor shall provide such personnel in the above process with all necessary information and facilities. The involvement of ICF personnel in the above process will in no way reduce the responsibilities of the contractor. 4.4 The successful tenderer shall make available their technical staff during installation and commissioning for smooth completion of the work. 4.5 Inspection Agency:- Inspection will be done by Mechanical Design department of ICF and if required, ICF may nominate any other agency for inspecting and approving the work. 4.6 Maintenance:- The supplier is bound to maintain the supplied systems in full working condition during the warranty period. No separate maintenance charges will be paid by ICF during the warranty period. 4.7 INTEGRATION WITH THE EXISTING SYSTEM: The tenderer shall ensure that the supply installation and commissioning of the items in the scope of work shall perform with tight integration with the existing system. 4.8 Any problem arises in the existing infrastructure while integrating these systems with the existing setup, shall be rectified by the tenderer and they will be fixed with the full responsibility if any damages occur to either data or to the existing systems.

5) Safety:

The contractor shall be responsible to take necessary precautionary measures in order to ensure the safety against injury etc., of his personnel when working at the Railway premises and shall conform to the rules and regulations of the Railway.

6) Indemnity:

1 The contractor shall ensure that unauthorized, careless or inadvertent operation of installed equipment that may result in accident to the staff or damage to the equipment, does not occur.

56 of 68 2 The contractor shall indemnify and keep ICF administration indemnified and harmless against all actions, suits, claims. Demands, cost charges or expenses arising in connection with any accident, death or injury sustained by any person / persons within the Railway premises due to the acts of omission in the contract irrespective of whether such liability arises under the Workman’s Compensation Act or Fatal Accident Act or any other statute in force from time to time. 3 The contractor shall be solely responsible for the orderly and proper conduct of his staff during the period of entire work inside ICF.

57 of 68

P A R T - II

FORMS OF TENDERS

FORM NO: DESCRIPTOIN

1. Offer letter

2. Memorandum of the Tenders.

3. Alternative proposals of the Tenderer.

4. Deviations from the Tender Paper.

5. Tenderer's scheme of work and time schedule.

6. Tenderer's credentials.

7. Agreement.

8. Guarantee Bond for Security Deposit.

9. Standing Indemnity Bond.

10. Extension of period of completion work on contractor's account.

11. Extension of period of completion on work on purchaser's account.

58 of 68 Form-1

From ______

______

To

The President of India, Acting through the Chief Design Engineer/Mechanical, ICF or his successor Chennai – 600038 Dear Sir,

Sub : Tender for “______”. Regarding.

****** 1. I/We, the undersigned hereby offer to execute the works relating to “ ------“ within a period of ____months from the date of issue of Letter of Intent/Letter of Acceptance of Tender and in strict compliance with the provisions detailed in the Tender Papers appended hereto including Instructions to contract and specifications as included therein and as modified by this Tender at such rates as are specified in Schedule and of this tender enclosed within a sealed cover. Summary of prices given in Part 'B.

2. I/We agree that this/these tender/s shall not be restricted or withdrawn and shall remain open for acceptance for and during the period of three months from the date fixed for opening the same subject to the stipulation mentioned in Clause 1.1.5 and will continue to be open even beyond the period of three months till withdrawn or rejected or accepted as the case may be.

3. I/We fully understand the terms, conditions and other provisions as contained in the Tender papers and I/We agree that same shall apply to my/our Tender/s as modified by my/our Tenders and I/We shall be bound by them.

4. I/We have deposited with the Assistant Chief Cashier, ICF, Chennai -38, the required EMD for this Tender/s for which Receipt No. ______has been granted.

5 I / We understand that the full value of Earnest Money shall stand forfeited without prejudice to other rights and remedies if

(a) I/We do not execute the contract documents within 21 days of receipt of notice by the Railways that such documents are ready or

(b) I/We do not commence work within 10 days of receipt of the instructions to that effect. 59 of 68

3. I/We enclose the Income-tax clearance Certificate in the prescribed form or a declaration to that effect as required under Para 1.1.6 of the Tender Papers pertaining to me/us for the year.

4. I/We have no retired engineer or retired gazetted officer of the Mechanical/Engineering Department of any of the Railways owned and administered by the President of India. OR

The list of retired engineers or retired gazetted officers who are associated with me/us, is included as an enclosure to this offer Letter. Yours faithfully

Seal of the Tenderer Signature/s of the Tenderer/s

Place : Date :

Witnessed by : 1. Signature Name in Block Letters Address

2. Signature Name in Block Letters Address

------

* Tenderer's full name and address ** Here enter particulars and form of deposit as detailed in para 1.1.5

Form 2

MEMORANDUM OF THE TENDERER

60 of 68 Form - 3 ALTERNATIVE PROPOSALS OF THE TENDERER

______Paper No. of Alternative Proposals Technical advantages The tender and/or financial implication of the proposal

------

Form – 4

SCHEDULE -2

DEVIATIONS FROM THE TENDER PAPER

FORM - 5 SHEET - 1

TENDER'S SCHEME OF WORK AND TIME SCHEDULE.

FORM – 6

TENDERERS CREDENTIALS

Please fill in the questioner below 1. (a) Give details of your previous experience on installation of similar equipments or undertaking of similar works (b) Give details of similar works presently under execution and their completion period.

2. Have you entered into technical collaboration with any consultants to assist you in this work? If so, give full particulars.

3. (a) (i) Give details of technical personnel employed along with date of joining the service with the tenderer. (ii) Details of the personnel proposed to be engaged for this subject work

4. Give the names of principal manufacturers if any from whom supply is assured.

5. Give constitution of your firm. Attach certified copies of legal documents in support thereof.

NOTE: This form shall be filled precisely and with full details.

61 of 68 Form – 6A

PROFORMA FOR FURNISHING EXPERIENCE CERTIFICATE (Last 3 years preceding the date of opening of tender.)

Name and address of Department : Agreement No & Date – Name and address of Unit : Value of Agreement - Name and address of Contractor : Original Currency - Name and Type of work : Actual date of completion – Nature of work executed : No. of extensions granted –

Sl. Nature of Work Value as per Revised Payment received Remarks No. Agreement value as per actual execution

Details of Installations

Whether any penalty is imposed. General remarks about performance. Signature and Seal of the Authority Issuing Certificate.

SOLVENCY CERTIFICATE

(Issued by Scheduled/Nationalised Banks)

This is to Certify ______(Name of the tenderer) – is a customer in our bank maintaining ……………………………….. account (nature of account)

The party is financially sound and is considered respectable and solvent to the extent of a sum of Rs. ……..(amount both in figures and word) as disclosed by the information and records which are available with us.

Date : Bank stamp (Signature of the Manager) Designation stamp Form - 7 62 of 68 AGREEMENT AN AGREEMENT MADE this______day of______Two thousand and ____(year) between the President of India, acting through the Deputy Chief Mechanical Engineer/Design, ICF, Chennai or his successor of the Ministry of Railways, Railway Board (herein after referred to as 'The Purchaser') on one part and Messers ______(hereinafter referred to as the 'Contractor') of the other part. WHEREAS in response to a call for Tenders for ‘______(Name of the work) of the ______Railway as per Tender Paper No.______at Annexure 'A' hereto, the Contractor has submitted a Tender as per Annexure 'B' hereto and whereas the said Tender of the Contractor has been accepted for ______as per copy of the Letter of Acceptance of Tender No.______dated______complete with enclosures at the accepted rates and agreed deviations from Tender Paper No.______as per Annexure 'C' hereto and at an estimated contract value of Rs.______(Rupees ______only) Now this agreement with witnesseth to that in consideration of the premises and the payment to be made by the Purchaser to the Contractor provided for herein below the Contractor shall supply the equipments and materials and execute and perform all works for which the said Tender of the Contractor has been accepted, strictly according to the various provisions and Annexures 'A' and 'C' hereto and upon such supply, execution and performance to the satisfaction of the Purchaser, the Purchaser shall pay to the Contractor at the rates accepted as per the said Annexure 'C' and in terms of the provisions therein. IN WITNESS where of the parties have hereto set and subscribed their respective hands and/or seals the day, month and year respectively mentioned against their respective signatures. Signed and delivered at ______by Shri______for and on behalf of Messrs______the Contractor within names in the presence of : 1. Signature 1. Signature Date Date Name in Block Capitals Name in Block Capitals Address Address Signed and delivered at ______for and on behalf of the President of India by Shri ______Deputy Chief Mechanical Engineer/Design, ICF, Chennai -600 038 or his successor, Ministry of Railway (Railway Board) in the presence of :

1. Signature Date Name in Block Capitals Address 2. Signature Date Name in Block Capitals Address Annexure 'A' Tender Paper No. Annexure 'B' Firm's Tender No. Annexure 'C' Letter of Acceptance of Tender No.______dated ______complete with enclosures.

63 of 68 Form - 8 (On Stamp Paper of requisite value) GUARANTEE BOND (A) (To be used by approved Scheduled Banks)

1. In consideration of the President of India, acting through the Deputy Chief Mechanical Engineer/Design, ICF, Chennai or his successor of the Ministry of Railways, Railway Board (hereinafter called 'The Government') having agreed to exempt______called the said Contractor (s)') from the demand, under the terms and conditions of Agreement dated______made between______and ______for ______(hereinafter called 'the said Agreement'), of Performance Guarantee for the due fulfillment by the said Contractor(s) of the terms and conditions contained in the said Agreement on production of a Bank Guarantee for Rs.______(Rupees ______only) We ______(indicate the name of Bank) (hereinafter referred to as 'the Bank' at the request of ______(Contractor(s) do hereby undertake to pay to the Government an amount not exceeding Rs.______against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said Contractor (s) of any of the terms or any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, ______(indicate the name of the bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said Contractor (s) of any of the terms of conditions or any breach by the said Contractor(s) of any of the terms and conditions contained in the said Agreement or by reason of the Contractor (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs.______

3. We undertake to pay to the Government any money so demanded notwithstanding any dispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pending before any court or tribunal relating there to our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Contractor(s)/Suppliers) shall have no claim against us for making such payment. 4. We,______(indicate the name of the bank ) further agree that the guarantee in contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till ______Office / Department / Ministry of ______certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the______(B) we shall be discharged from all liability under this guarantee thereafter. 5. We,______(indicate the name of the Bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Contractor(s) from time to time or to postpone for any time or from 64 of 68 time to time any of the powers exercisable by the Government against the said Contractor(s) and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or by any such matters or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the Contractor(s)/ Supplier(s). 7. We,______(indicate the name of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Dated, the______day of______for ______(indicate the name of the Bank) ------SIGN / (A) See Para 1.2.20 (B) The guarantee shall be valid for a period of two months after the expiry of the guarantee period of the equipment. ------

65 of 68 Form – 9

STANDING INDEMNITY BOND (On Paper of requisite Stamp value)

We, M/s ______hereby undertake that we held at our stores Depot/s at______for and on behalf of the President of India, acting through the Deputy Chief Mechanical Engineer/Design, ICF, Chennai or his successor of the Ministry of Railways, Railway Board (hereinafter referred to as 'the Purchaser') all materials for installations and materials issued to us as per Annexure and associated equipment and materials handed over to us by the Purchaser for the purpose of execution of the said Contract, until such time the materials are duly erected or otherwise handed over to him.

We shall be entirely responsible for the safe custody and protection of the said materials against all risk till they are duly delivered as erected equipment to the Purchaser, or as he may direct otherwise and shall indemnify the Purchaser against any loss damage, or deterioration whatsoever in respect of the said materials while in our possession and against disposal of surplus materials. The said materials shall at all times be open to inspection by any officer authorized by the Dy.Chief Mechanical Engineer, in charge of the Work or his successor (whose address will be intimated in due course).

Should any loss, damage or deterioration of materials occur or surplus materials disposed off and a refund becomes due, the Purchaser shall be entitled to recover from us the full cost as per prices included in Schedule-3 to the contract (As applicable), and in respect of other materials as indicated and also compensation for such loss or damage, if any, along with the amount to be refunded without prejudice to any other remedies available to him by deduction from any sum due or any sum which at any time hereafter become due to us under the said or any other Contract.

Dated this______day of______20____ For and on behalf of Messrs______(Contractor)

Signature of Witness:

Name of Witness IN BLOCK LETTERS

Address :

66 of 68 Form-10

EXTENSION OF PERIOD OF COMPLETION OF WORK ON CONTRACTOR'S ACCOUNT (Regd.with Ack.Due)

No. Date : To ______

Sub: (i) ______(Name of work) (ii) Acceptance Letter No.______(iii) Undertaking/Agreement No.______Ref: ______(Quote specific application of the contractor for extension to the date, if received) ------Dear Sir,

The stipulated date for completion of the work mentioned above is______. From the progress made so far and the present rate of progress, it is unlikely that the work will be completed by the above date (or However, the work was not completed on this date).

Expecting that you may be able to complete the work if some time is given, the ______(insert here the contracting party on behalf of the President of India) although not bound to do so, hereby extends the time for Completion from______to ______

Please note that an amount mentioned in Para 1.2.14 of Chapter II of Part I of the conditions of the contract will be recovered for delay in the completion of the work after the expiry of ______(give here the stipulated date for completion without any penalty fixed earlier) You may proceed with the work accordingly.

The above extension of the completion date will also be subject to the further condition that no increase in rates on any account will be payable to you.

Please intimate within a week of the receipt of this letter your acceptance of the extension on the conditions stated above.

Please note that in the event of your declining to accept the extension on the above said conditions or in the event of your failure after accepting or acting upto this extension to complete the work by______(here mention the extended date), further action will be taken as per conditions of contract.

Yours faithfully, ( ) for & on behalf of The President of India

67 of 68 Form - 11

EXTENSION OF PERIOD OF COMPLETION OF WORK

(Registered with Ack. Due)

No. ______Dated ______.

To ------

Dear Sirs,

Sub:i) ------(Name of work)

ii) Acceptance Letter No. ------date ------

iii) Understanding/Agreement No. ------

Ref: ------(Quote specific application of the Contractor for extension to the date if received).

The stipulated date for completion of the work in ...... under the above contract was ...... In consideration of the Contractor's Letter No...... of ...... The General Manager or his successor on behalf of the President of India, is pleased to grant extension of the time for completion of works in accordance with Note 1 and / or Notes 2 under para 1.2.15 of the Contract, as mentioned below : -

......

......

It may be noted that unless repugnant to the context all the terms and conditions of the Contract will remain unaltered during the extended period from ...... to ...... also, and further, no increased/ additional rates and claims or recoveries which have not `been already envisaged in terms of the conditions of the Contract will be leviable either by you or by the Purchaser in respect of this extended period.

Yours faithfully, For & on behalf of the President of India.

68 of 68