TENDER DOCUMENT FOR REPAIR WORKS AT RWC KORRUKUPET, CHENNAI

Similar documents
GENERAL CONDITIONS OF CONTRACT FOR THE CONSTRUCTION WORKS

NIT No.06/ Dated:

MANDATORY DOCUMENTS /REQUIREMENTS

Notice Inviting e-tender

INSTITUTE WORKS DEPARTMENT,IISER MOHALI NOTICE INVITING TENDER IISER/EE-EO/TENDER-P/12/08

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

INDIAN INSTITUTE OF TECHNOLOGY INDORE

National Institute of Fisheries Post Harvest Technology & Training

DEPARTMENT OF ATOMIC ENERGY CONDITIONS AND CLAUSES OF CONTRACT INDEX SECTION TITLE. 1 Notice inviting tenders (N.I.T.) 5

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

TENDER FOR INTERIOR WORKS AT BANK OF INDIA, JAUNPUR (ALTERNATE PREMISES), Distt.JAUNPUR

The last date for submission of the bids is at

INVITATION TO BID. The Lump-sum Fixed Price/Amount shall be on the basis of following tender documents.

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

GOVERNMENT OF HIMACHAL PARDESH NOTICE INVITING TENDERS IRRIGATION & PUBLIC HEALTH

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

NOTICE INVITING TENDER NIT ID No: Dated :- 18 /09 /2018

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

Notice inviting e-bids for Printing and Supply of IEC Material

iùku izca/k cksmz PORT MANAGEMENT BOARD vameku rfkk fudksckj }hilewg ANDAMAN & NICOBAR ISLANDS

INDIAN INSTITUTE OF TECHNOLOGY INDORE

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

vf[kyhkkjrh; vk;qfozkkulalfkkuk

dsanzh; HkaMkj.k fuxe

स एसआईआर-क न द र य इल क ट र न क अभ य त र क अ स ध स स थ

URANIUM ORE PROCESSING PROJECT AT TUMMALAPALLE, ANDHRAPRADESH TENDER DOCUMENT FOR NIT. NO: UCIL/TMPL /STORE/18-19/01 NAME OF THE WORK

TENDER DOCUMENT. Name of Work : Extensionn of chamber of General Manager in Basement Floor, Office Complex, Vikas Bhawan, Port Blair.

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

INDEX. 1. Index 2. Instruction to contractor 2 3. Notice Inviting Tender 3-5 Tender & Contract For Works Schedulee of Quantities 11-12

HIMACHAL PRADESH IRRIGATION AND PUBLIC HEALTH DEPARTMENT (Job No.1)

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

Tender. For. Server hosting CPMS and other applications. All India Institute of Medical Sciences, Jodhpur

NIQ No.EL/PR/133A/NIQ-4/2014/2943 Andaman & Nicobar Administration Office of the Superintending Engineer Electricity Department, Port Blair

BHARAT HEAVY ELECTRICALS LIMITED,

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

Job. No.1 GOVERNMENT OF HIMACHAL PRADESH {Form 6) IRRIGATION & PUBLIC HEALTH DEPTT.

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

TENDER DOCUMENT FOR APPOINTMENT OF SUB-LICENSEE TO SET UP & OPERATE MILK STALLS AT RAILWAY STATIONS IN THE STATE OF ODISHA

BALMER LAWRIE & CO. LTD.

NOTICE INVITING TENDER (NIT)

National Small Industries Corporation Ltd. Technical Service Centre, D-82/83 Focal Point, Rajpura (Pb.)

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

W-1-18/ GMTDR/e-Tender-116/Repairing SMPs PP Module /18-19 BHARAT SANCHAR NIGAM LIMITED TELECOM DISRTICT RAIPUR BID DOCUMENT

NOTICE INVITING TENDER (NIT)

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

e- TENDER NO: BL/CFS/KOL/CONT. SEAL/18-19 TECHNICAL / COMMERCIAL BID

PEC LIMITED (A Govt. Of India Enterprise) HANSALAYA, 15-BARAKHAMBA ROAD, NEW DELHI

COMMERCIAL TERMS AND CONDITIONS

Tender Notice No.14/HU/EO/TN/

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

DAKSHIN GUJARAT VIJ CO LTD. CIN U40102GJ2003SGC SURAT CITY CIRCLE


PROCUREMENT OF CONDUCTIVITY SENSOR. TENDER NO.W /CS, dt , Due dt DESCRIPTION QUANTITY ARTICLE CODE

ASSAM UNIVERSITY SILCHAR (A Central University Constituted under Act. XXIII of 1989) TENDER DOCUMENT

TENDER FOR MANPOWER REQUIREMENT FOR ALLIED SERVICES

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

PUNJAB TECHNICAL UNIVERSITY,

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

SUPREME COURT OF INDIA ADMN. MATERIALS (P & S) Tilak Marg, New Delhi

Short Notice Inviting Tender e- NIT No./ 10 of RCC UPPER/RTIC Kathua Dated:

PEC University of Technology, Chandigarh

OFFICE OF THE SUPERINTENDING ENGINEER ELECTRICITY TRANSMISSION CIRCLE U.P.POWER TRANSMISSION CORPORATION LIMITED DLW, BHIKHARIPUR VARANASI

ANDAMAN & NICOBAR ADMINISTRATION DIRECTORATE OF SHIPPING SERVICES. Cost of Tender Document : Rs.1000/- per set. Sold to : M/s...

File No: Q-12011/3/WBS/ /Pub/PCT dated Bid document for

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

Tender For. Supply of LED Street Light Fittings 185 Nos At SHILPARAMAM, HYDERABAD

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

No.KFL/381/98/OT-178 October 19, 2018 TENDER FOR SUPPLY OF CALENDARS

E-TENDER NOTICE CHIEF GENERAL MANAGER

RAICHUR POWER CORPORATION LIMITED (A JOINT VENTURE COMPANY OF KPCL, BHEL& IFCI) 2 X 800 MW - YERMARUS THERMAL POWER STATION, KARNATAKA

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

WORK OF Miscellaneous Civil Work about Aji 01 Sub division Under Rajkot City Circle

Dr. Harisingh Gour Vishwavidyalaya, SAGAR.(M.P.)

Bank Note Paper Mill India Private Limited, Mysore. For any query, you may contact at Tel , Fax

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

Bank Note Paper Mill (BNPM) India Private Limited, Mysore. Invites sealed quotations for Painting work as per the specification at BNPM at Mysore.

EMBASSY OF INDIA MOSCOW. Notice Inviting Tender

Notice for inviting Tender for hiring of vehicle

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

TENDER NO: BLC/CFS/Weighing scale /xx Dt Tender Document for. Supply of 500 Kg capacity weighing scale

TENDER FORM. List of available documents for the premises at Rupayan R-10, 2nd floor, Nehru Enclave, Gomati Nagar, Lucknow, comprising of 3 BHK.

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

SUPPLY OF MEDICINAL GASES FOR THE YEAR

TENDER No: SPMU/NRC/SVC Bills/333/2016/ dated July 11, 2017 TENDER FOR PRINT WORK ISSUED BY

TENDER FOR. ADDITION/ ALTERATION WORK OF SHED No. C-424, PEENYA INDUSTRIAL ESTATE, BANGALORE ISO 9001:2000

Transcription:

TENDER DOCUMENT FOR REPAIR WORKS AT RWC KORRUKUPET, CHENNAI (THROUGH ONLINE/OFFLINE MODE) CENTRAL RAILSIDE WAREHOUSE COMPANY LIMITED (A Govt. of India Enterprise) 1

CENTRAL RAILSIDE WAREHOUSE COMPANY LIMITED (A Govt. of India Enterprise) Check list for online/offline submission of mandatory documents Sl.no Type of Documents Submission 1. Cost of tender deposited through e-payment /offline mode 2. Tender Processing Fee deposited through e-payment mode 3. EMD deposited through e-payment /offline mode. 4. Registration Certificate (offline/ online uploaded) 5. Experience Certificate as per eligibility criteria (offline /online uploaded) 6. Minimum average annual financial turnover proof document as per eligibility criteria (offline/ online uploaded) 7. GST certificate (offline/ online uploaded) 8. PAN Card (offline/ online uploaded) 9 Abstract of Cost digitally signed/self attested for quoting the rates on page no. 139 10. Copy of partnership deed/ copy of certificate of incorporation and GPA(offline/ online uploaded) 11. Affidavit for Sole Proprietary firm (Annexure-I) (offline/online uploaded) 12. Power of Attorney (Annexure-II) (offline/ online uploaded) 13. Valid Registration Certificate of MSE (offline/ online uploaded) 14. Scanned signed copies of page 16 & 80 of the contract conditions uploaded on e-tendering website in general document library (offline/ online uploaded) Yes No 2

PERCENTAGE RATE TENDER AND CONTRACT S.No. INDEX Page Nos. 1. Guidelines for use of standard form 4 2. Tender Notice 5-9 3. Notice Inviting E-Tender 10-14 4. Tender & Contract 15-16 5. Tender Form (i) General Rules & Directions 17-21 (ii) Conditions of contract. 22-24 (iii) Clauses of Contract 25-79 (iv) Schedule of materials to be supplied by the Company. 80-81 (v) Safety Code. 82-86 (vi) Model Rules 87-92 (vii) Contractors labour regulations. 93-98 (viii) Proforma of registers from Appendix I to XIV 99-113 (ix) Proforma of Schedules A to F 114-118 (x) Annexure to Clause 34 (x) 119-120 (xi) Specification for works 121-124 6. Additional Conditions of contract 125-127 7. Conditions for issue of materials 128 8. Sketch of Cement Godown 129 9. Proforma for Cement Register 130 10. Format of Agreement 131 11. Conditions for cement & steel 132-134 12. Technical specification for precoated galvanized iron profile sheet 135 13. Detailed Schedule of Work 136-138 14. Abstract of Cost 139 15. Affidavit for sole proprietary firm (Annexure-I) 140 16. Power of Attorney (Annexure-II) 141 17. Note & other details for contractors 142-143 Tender documents Contains pages (1) to (143) for contract Conditions including Schedule A for Schedules of Quantities. Note 1. The contractor should sign on page 16 & 80 of the Contract Conditions, scan and submit/upload on e-tendering website i.e. www.tenderwizard.com/crwc. 2. Abstract of Cost on page No. 139 should be digitally signed for quoting the rates. 3. Tenderers are requested to disclose whether they are registered or not under Small scale industries and Micro and small enterprises. 3

CENTRAL RAILSIDE WAREHOUSE COMPANY LIMITED GENERAL GUIDELINES 1. This book of General Conditions of Contract is applicable to percentage rate tenders as well as item rate tenders accordingly, alternative provision for condition No. 4, 10 and 12 of the General Rules and directions are given in this book. The appropriate alternatives will be applicable in specific cases depending on whether this is used for percentage rate tender or item rate tender 2. Schedules A to F, Special conditions/ specifications can be downloaded from the Website www.cewacor.nic.in, www.tenderhome.com, www.crwc.in, and www.tenderwizard.com /CRWC https://eprocure.gov.in 3. All blanks are confined to Notice Inviting Tender and Schedules A to F. 4. Authority issuing Notice should fill up all the blanks and in Schedule A to F before issue of tender documents and also to upload on the above-mentioned websites. 5. The intending tenderers will quote their rates on the specified page of Schedule of work. 6. The proforma for registers and schedules A to F are only for information and guidance. These are not to be filled in the standard form. The Schedule with all blanks duly filled scanned and upload on e- tendering websites. 4

CENTRAL RAILSIDE WAREHOUSE COMPANY LTD. Ground Floor, Pragati Maidan, Metro Station New Delhi-110001. CRWC/V-NIT, RWC, Korrukupet /17-18/2497 Dated: 07.11.2017 TENDER NOTICE (Online/offline mode) Online/offline sealed percentage rate tenders in single bid system are invited from approved contractors of appropriate class of MES/CPWD/State PWDs/Public Sector Undertakings/Railways and Govt. Sector (Central & States) Construction Agencies for the following work:- 1. CRWC/V-NIT, RWC, Korrukupet /17-18/2497 Dated: 07.11.2017 Repair works at RWC, Korrukupet, Chennai. Rs. 5,85,644/- Rs. 11,720/- Rs. 590/- (i/c GST) 45 days Rs.691/- (i/c 18% GST) 21.11.2017 upto 3:00 P.m 21.11.2017 upto 3:00 P.m 21.11.2017 at 3:30 PM SL. No. NIT No. Name of work Estimated cost put to tender Earnest Money Cost of tender document Time allowed for completion of work Tendering Processing Fee Last date & time for download of tender document. Last date & time of submission of tender including Cost of tender, Tender processing fee & EMD. Date & time of opening of onlne/offline tender. Tender documents including contract conditions and schedule of work can be downloaded from the e-tendering portals i.e. www.tenderwizard.com/crwc, www.tenderhome.com, www.cewacor.nic.in, https://eprocure.gov.in, www.crwc.in, upto 21.11.2017 1500 hours. 5

Tenderer who wish to participate for online E- tendering mode have to register once by depositing annual registration fee of Rs. 2300/- through e-payment to our service provider M/s Karnataka State Electronics Development Company Limited. Phone No. 011-49424365. Website: www. tenderwizard.com/crwc. For more information please visit the above website or contract to Mr. Nihal, Mobile No. 8800991855. ELIGIBILITY CRITERIA: Contractor who fulfill the following requirements shall be eligible to quote the rates. Joint Ventures are not accepted. 1. REGISTRATION Tenderer should be registered in appropriate class of MES/CPWD/State PWDs/ Public Sector Undertakings/Railways and Govt. Sector Construction Agencies and copy of registration certificate issued by the concern authority uploaded/ submitted while submitting the tender. 2. EXPERIENCE CERTIFICATE Tenderer should have satisfactorily completed the similar nature of work during the last seven years ending last day of the month previous to the one in which tenders are invited i.e. upto 31.10.2017 in any Govt. Department/Public sector Undertaking/ Reputed Private Establishments and completion certificate uploaded/ submitted as per the following requirements while submitting the tender on website. (a) One similar work costing not less than or (b) Two similar works each costing not less than or (c) Three similar works each costing not less than Rs. 3.51 lakhs (60% of E.C.) Rs. 2.93 lakhs (50% of E.C.) Rs. 1.76 lakhs (30% of E.C.) Similar work shall mean Repair & Maintenance of warehouse/godown / Industrial building/ any building works and or civil works of any building. The value of executed work shall be brought to current costing level by enhancing value of work at simple rate of 7% per annum, calculated from the date of completion to the last date of receipt of tender. 3. TURNOVER Tenderer must have a minimum annual average financial turnover of Rs. 3.51 lakh during the last three financial years ending 31 st March, 2017 and enclose the audited balance sheet, statement of profit & loss for preceding three financial years with the tender. In case balance sheet and statement of profit for the immediate preceding financial year has not been prepared / audited, the account for one more preceding financial year can be submitted. Where the annual turnover is less than Rs. 1.00 crore, a certificate issued by the Chartered Accountant in respect of turnover may be submitted. 6

4. GOODS & SERVICES TAX The tenderer should have valid GST registration certificate from the concern authority on date of submission of tender and copy to be uploaded / submitted alongwith the tender. 5. PAN CARD Tenderer must submit copy of the PAN card alongwith the tender. 6. EMD, COST OF TENDER AND TENDER PROCESSING FEE Tenderer must submit the following: For online tender: (a) Cost of tender document should be deposited through E- payment/neft and proof to be uploaded with the tender. (b)emd should be deposited through E-payment/ RTGS/NEFT mode only and proof to be uploaded with the tender. (c)tender processing fee is to be paid mandatorily to the service provider for e-tender i.e. M/s KEONICS through e-payment / NEFT through the portal www.tenderwizard.com / CRWC and proof to be uploaded with the tender. For Offline tender: EMD & Cost of tender document should be deposited in the form of Accounts payee Demand Draft/ Pay order/ Banker s Cheque of a scheduled Bank issued in favour of Central Railside Warehouse Company Limited, payble at New Delhi. Proof of above transactions be submitted alongwith other documents by the date as specified above. NOTE: The Bank details for payment through e-payment/ NEFT RTGS is available on website i.e. www.tenderwizard.com/crwc 7. ORGANISATION DETAILS Tenderer submitting the tender must submit (a) An affidavit as per Annexure-I, in case tenderer is a proprietor ship firm. (b) Copy of Partnership deed/ GPA (duly signed by all partnership) in case tenderer is a partnership firm. (c) Copy of certificate of incorporation, Memorandum of Association and Article of Association in case tenderer is a Company alongwith resolution of the company for authorizing the Director/ authorized signatory to sign the document submitted. If Authorized Director gives an authority to any other person to sign the tender, copy of Authority letter/ Power of attorney also to be submitted. 7

(d) Tenderer shall submit/ upload a Power of Attorney in favour of signatory(ies) duly attested by the notary as per Annexure -II which is for the purpose of guidance only and deviation on the wording can be accepted. 08. CONCESSION TO MICRO AND SMALL ENTERPRISES: Tenderers are required to disclose whether they are registered or not under "Micro & Small Enterprises". Micro and Small Enterprises are encouraged to apply against the tender. Procurement policy for Micro and Small Enterprises (MSEs), October, 2012, will be adopted, wherever applicable and in accordance with Government guidelines. As per policy, 20% of procurement of annual requirement of goods and services is earmarked for micro and small enterprises and a sub target of 4 % procurement of goods and services out of the 20 % is earmarked to MSE s owned by SC/ST enterprises. As per procurement policy, MSE s having valid Udyog Aadhar Memorandum shall be provided all the benefits available for MSE s. To reduce transaction cost of doing business, micro and small enterprises shall be facilitated by providing them tender sets free of cost, exempting micro and small enterprises from payment of Earnest Money. Tenderers submitting tenders under MSE s category shall produce the certificate of registration under MSE s category. Tenderers submitting bids under SC/ST category should furnish certificate of SC/ST status in the name of the proprietor (in case of proprietorship firm), partner/(s) with more than 50% stake (in case of partnership firm) and director/(s) with more than 50% equity stake (in case of limited companies). Note: (a) (b) In case of Offline mode, tender document should be submitted in the envelope duly superscribing name of work on top of the envelope, alongwith required documents as per eligibility criteria. The contractor should submit all the required documents duly self-attested alongwith the tender. In case of online tender contractors are requested to kindly upload the scanned copy of all the above mentioned documents duly self attested alongwith the tender under valid digital signature / certificate. (c) The contractor should carefully read the contents of the Notice Inviting Tender and ensure compliance of all requirements before submitting the tender. Non compliance of the instructions/ directions contained in the NIT will lead to rejection of the tender. Contractor should see the site, site condition and time limit for completion before quoting their rate. 9. Tender should be submitted online/ offline upto the close time i.e. 3:00 PM on 21.11.2017. Tenderers or their authorized representatives who may wish to be may attend the opening of tender. Tenders not accompanied with full documents as per eligibility criteria, cost of tender documents, EMD and tender processing fee not deposited through E- payment mode (In 8

case of online tender) shall be summarily rejected. In the event of any of the documents found tempered/ altered/ forged/ fabricated then the EMD of the contractor would be forfeited and he/ they would be debarred for future participation for the tenders of the works of CRWC for the next five years. 10. Tenderer should upload/ submit all the required documents. Uploading the tender with Digital Signature shall imply that all tender terms & conditions are accepted by the tenderer. 11. Tenderers or their authorized representative who may wish to be present, may attend the opening of the tender whereas financial bids by only those who are found eligible in technical bids. 12. The contractor should carefully read the contents of the Notice Inviting Tender and ensure compliance of all requirements before submitting the tender. Non compliance of the instructions/directions contained in the NIT will lead to rejection of the tender. Note: The contractor should carefully read General rules and Directions stipulated in General Conditions of contract before submitting their tender. Manager (Engg.) DISTRIBUTION FOR WIDE PUBLICITY Copy to: 1. Manager (IT) for uploading on following websites:- i) www.tenderwizard.com/crwc ii) www.tenderhome.com iii) www.cewacor.nic.in iv) www.crwc.in v) https://eprocure.gov.in 2. The TM, RWC, Korrukpet, Chennai alongwith a copy of tender notice for wide publicity. 3. Notice Board. 1. DGM (F&A)/ DGM (LOM)/ DGM (Engg.), CRWC, C.O, New Delhi. 2. Existing Contractors. 3. Guard File. 1. The credential certificates i.e. Registration, Experience, financial turnover certificate/ Net worth, pan card and service tax registration certificate etc as stipulated in the above NIT only be submitted online with the tender alongwith Cost of tender, E-tender processing fee and EMD be deposited through RTGS/NEFT only. 2. The company profiles, Brochures and files etc should not be enclosed. 3. Details of RTGS / NEFT is available on www.tenderwizard.com/crwc. 4. For any Clarification regarding online participation, they may contact: i. M/s Karnataka State Electronics Development Company Ltd., No. 29/1, Race Course Road, Bangalore- 560001. For Local assistance, they may call following help line numbers at Delhi-011-49424365 Mr. Alok, Mob. No. 8800607901. Manager (Engineering), CRWC, CO, New Delhi Tel. No. 011-23480110 9

CENTRAL RAILSIDE WAREHOUSE COMPANY LIMITED NOTICE INVITING TENDER (Online/ Offline mode) Online/offline sealed percentage rate tenders in single bid system are invited from approved contractors of appropriate class of MES/CPWD/State PWDs/Public Sector Undertakings/Railways and Govt. Sector (Central & States) Construction Agencies for the work of Repair works at RWC, Korrukupet, Chennai. 1. The work is estimated to cost Rs. 5,85,644.00 This estimate, however, is given merely as a rough guide. 1.1 Tender documents can be down loaded for submission subject to fulfillment of the conditions for eligibility criteria, EMD, cost of tender and tender processing fee etc. as described in the Tender Notice. 1.2 To become eligible for submission of tender, the tenderer shall have to furnish an affidavit/undertaking as under: I/we undertake and confirm that eligible similar work(s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Department, then I/we shall be debarred for tendering in CRWC in future forever. Also, if such a violation comes to the notice of Department before date of start of work, the Engineering-charge shall be free to forfeit the entire amount of Earnest money Deposit/Performance Guarantee. 1.3 Agreement shall be drawn with the successful tenderer on the prescribed format /form. Tenderer shall quote his rates as per various terms and conditions of the said form and it would form part of the agreement. 2. The time allowed for carrying out of the work will be 45 days and it shall be reckoned from 10 th day of placing of the work order or from the first day of handing over the site, whichever is later in accordance with the phasing, if any, indicated in the tender documents. 3. The site of work is available (see additional conditions of contract on page 125-127) or The site for the work shall be made available in parts as specified below:- 4. Tender documents consisting of plans, specifications, the schedule of quantities of the various classes of work to be done and the set of terms and conditions of the contract to be complied with by the contractor whose tender may be accepted and other necessary documents, can be seen in the office of the Manager (Engg.), CRWC Ltd, New,Delhi from 07.11.2017 to 21.11.2017 upto 3:00P.M on every working day except on Sundays and Public Holidays. 5. Tenders shall be accompanied with Earnest money of Rs. 11,720/- alongwith non-refundable cost of tender in favour of CRWC Ltd, New Delhi and also the tender processing fee in the form as prescribed in the tender notice. 10

6. Tenders would be submitted online/offline as mentioned in the Tender Notice on 21.11.2017 upto 1500 hours and will be online opened by the Manager (Engineering), CRWC, New Delhi or by his authorized representatives in his office on the same day at 1530 hours. 7. The description of the work is as follows:- Repair works at RWC, Korrukupet, Chennai. Copies of the drawing and documents pertaining to the works will be open for inspection by the tenderers in the office of the above mentioned officer. Tenderers are advised to inspect and examine the site and its surroundings and satisfy themselves before submitting their tender as to the nature of ground and sub-soil so far as is practicable, the form and nature of the site, the means of access to the site, the accommodation they may require and in general shall themselves obtain all necessary information as to risks, contingencies and other circumstances which may influence or affect their tender. A tenderer shall be deemed to have full knowledge of the site whether he/ they inspects it or not and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The tenderer shall be responsible for arranging and maintaining at his own cost, all materials, tools and plants, water, electricity access, facilities for workers and all other services required for executing the work unless otherwise specifically provided for, in the contract documents. Submission of a tender by a tenderer implies that he has read this notice and all other contract documents and has made himself aware of the scope and specifications of the work to be done and of conditions and rates at which stores, tools and plants etc. will be issued to him by the Company and local conditions and other factors having a bearing on the execution of the work. 8. Competent Authority on behalf of Central Railside Warehouse Company Limited does not bind himself to accept the lowest or any other tender and reserves to himself the authority to reject any or all the tenders received without the assignment of any reason. All tenders in which any of the prescribed condition is not fulfilled and any condition including that of conditional rebate is put forth by the tenderer shall be summarily rejected 9. Canvassing whether directly or indirectly in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection. 10. Competent Authority on behalf of Central Railside Warehouse Company Limited reserves to himself the right of accepting the whole or any part of the tender and the tenderer shall be bound to perform the same at the rate quoted. 11

11. The contractor shall not be permitted to tender for works in the Central Railside Warehouse Company Limited if his near relative is posted as Divisional Accountant or as an officer in any capacity between the grade of DGM (Engineering) and Assistant Manager (Engg.) (both inclusive). He shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any officer in the Central Railside Warehouse Company Limited or in the Ministry of Consumer Affairs, Food & Public Distribution, Govt. of India, New Delhi. Any breach of this condition by the contractor would render him liable to be removed from the approved list of contractors of this Company. 12. The contractor shall give a list of Central Railside Warehouse Company Limited employees related to him. 13. No Engineer employed in Engineering or Administrative duties in Engineering Division of the Company is allowed to work as a contractor and also an employee of contractor for a period of two years of his retirement from Company service, without the previous permission of the Central Railside Warehouse Company Limited. His contract is liable to be cancelled if either the contractor or any of his employees is found at any time to be such a person who had not obtained the permission of the Central Railside Warehouse Company as aforesaid before submission of the tender or engagement in the contractor s service. 14. The tender for works shall remain open for acceptance for a Period of sixty (60) days from the date of opening of technical bid. If any tenderer withdraws his tender before the said period or issue of letter of acceptance, whichever is earlier or makes any modifications in terms and conditions of the tender which are not acceptable to the Company, then the Company shall, without prejudice to any other right, or remedy, be at liberty to forfeit 50% of the said earnest money absolutely. Further the tenderer shall not be allowed to participate in the re-tendering process of the work. 15. Tender Notice & Notice Inviting Tender shall form the part of contract document. The successful tenderer/ contractor on acceptance of his tender by the accepting authority shall sign the agreement within the stipulated date as mentioned in the work order and the contract agreement shall consist of:- i. The Press Notification, Tender Notice, Notice Inviting Tender, all the documents including additional conditions, specifications and drawings, if any, forming the part of tender documents as issued/ downloaded by the tenderer from the websites at the time of invitation of tender and acceptance thereof together with any correspondence leading there to and also the correspondence related with verification of credentials. 16. For composite tenders:- 17.1.1The tenderer must associate himself with agencies of the appropriate class eligible to tender for the other components individually. 17.1.2 It will be obligatory on the part of the tenderer to sign the tender documents for all the components (The Schedule of Quantities, Conditions and Special Conditions etc.) 17.1.3 After the work is awarded, the contractor will have to enter into separate agreements for each component with the officer concerned. 17.1.4. The Manager (Engineering) Incharge of the major component will call tenders for the 12

composite work. The Cost of tender documents and earnest money will be fixed with respect to combined estimated cost put to tender for the composite tender. Security deposit will be worked out separately for each component corresponding to the estimated cost of the respective component of work. The earnest money will become part of the security deposit of the major component of work. 17.4.5 On acceptance of composite tender by the Competent Authority, the work order will be issued by the Manager (Engineering) In-charge of the major component on behalf of the company making it clear in the work order that the contractor will have to execute separate agreements for different components of work with the concerned officers of the respective discipline. 18. The contractor should quote the rates in figures as well as in words on the specified page number 139 of the Schedule of work. In the event of signing the tender by the tenderer in an Indian language, the percentage above or below and tendered amount in case of percentage rate tenders and total amount in case of item rate tender should also be written in the same language. In the case of illiterate contractors, the rates or the amounts tendered to be attested by a witness. 19. On acceptance of the tender, the name of the accredited representative(s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated by the contractor to the Engineer-in-Charge. 20. GST or any other tax on input material or services used by contractor in respect of this contract shall be payable by the contractor and Central Railside Warehouse Company Ltd will not entertain any claim whatsoever in this respect. 21. The rates quoted by the tenderers/contractors should be exclusive of GST and the same will be payable by the Company over and above the Schedule of Rates.. 21.1. The tenderer, apart from being a contractor of appropriate class must associate himself with agencies of the appropriate class which are eligible to tender, for (i) Electrical (ii) Sanitary and Water Supply Installation and (iii) Horticulture. 21.2. The contractor shall submit list of works which are in hand (Progress) in the following form: 13

Name of Name and Particulars of Amount of Position of Remarks Work Divisions of Department/ work work in Organisation where work is being Progress executed 1 2 3 4 5 Manager (Engg.) For and on behalf of Central Railside Warehouse Co.Ltd. 14

CENTRAL RAILSIDE WAREHOUSE COMPANY LIMITED TENDER & CONTRACT PERCENTAGE RATE/ITEM RATE TENDER & CONTRACT FOR WORKS Tender for the work for Repair works at RWC, Korrukpet, Chennai. (i) To be submitted by 1500 hrs. on 21.11.2017 (ii) Tender would be opened at 1530 hrs. on 21.11.2017 T E N D E R I/We have read and examined the Tender Notice, Notice Inviting Tender, Schedule A, B, C, D, E & F, specifications applicable, drawings and designs, general rules and directions, conditions of contract, clauses of contract, additional/ special conditions, schedule of rate and other documents and rules referred to in the conditions of contract and all other contents in the tender documents for the work. I/We hereby tender for execution of the work specified for the Central Railside Warehouse Company Limited within the time specified in Schedule F, viz., Schedule of quantities and in accordance in all respects with the specifications, designs, drawings and instructions in writing referred to in Rule 1 of General Rules and Directions and in clause 11 of the Conditions of Contract and with such materials as are provided for by, and in respects in accordance with such conditions so far as applicable. We agree to keep the tender open for sixty (60) days from the due date of opening i.e. 21.11.2017 and not to make any modifications in its terms and conditions. A sum of Rs. 11720/- towards EMD is hereby deposited through RTGS/NEFT mode only, Rs. 590/- towards tender cost and Rs. 691/- towards tender processing fee are deposited through e-payment only. If I/We, fail to commence the work specified, I/We agree that the Central Railside Warehouse Company Limited shall without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely otherwise the said earnest money shall be retained by the Company towards security deposit to execute all the works referred to in the tender documents upon the terms and conditions contained or referred to therein and to carry out such deviations as may be ordered, up to maximum of the percentage mentioned in Schedule F and those in excess of that limit at the rates to be determined in accordance with the provisions contained in Clause 12.2 and 12.3 of the tender form. I/We hereby declare that I/We shall treat tender documents, drawings and other records connected with the work as secret / confidential documents and shall not communicate information/ derived there from to any person other than a person to whom I/We am/are authorised to communicate the same or use the information in any manner pre-judicial to the safety of the Company. 15

I/We agree that should I/We fail to commence the work specified in the above Memorandum, an amount equal to the amount of earnest money mentioned in the Tender Notice and the performance guarantee shall be absolutely forfeited to the Central Railside Warehouse Company Limited and same may be at the option of the Competent Authority of the Central Railside Warehouse Company Limited without prejudice to any other right or remedy available in law out of the deposit in so far as the same may extent in terms of the said bond and in the event of deficiency out of any other money due to me/ us under this contract or otherwise. Dated Witness: Signature of Contractor Postal Address Address: Occupation: ACCEPTANCE The above tender (as modified by you as provided in the letters hereunder) is accepted by me for and on behalf of Central Railside Warehouse Company for a sum of Rs (Rupees ) i.e. %age above/below the estimated cost of work of Rs. (Rupees ). The letters referred to below shall form part of this agreement. a) b) c) Dated: Signature For & on behalf of CRWC Designation 16

CENTRAL RAILSIDE WAREHOUSE COMPANY LIMITED GENERAL RULES AND DIRECTIONS 1. All works proposed for execution by contractor will be notified in a form of invitation to Tender Notice pasted in public places and signed by the Officer Inviting Tender or by Publication in Newspapers as well as web sites as indicated in the tender notice as the case may be. This form will state the work to be carried out, as well as the date for submitting and opening tenders and the time allowed for carrying out the work, also the amount of earnest money to be deposited with the tender, and the Security Deposit to be deposited by the successful tenderer and the percentage, if any, to be deducted from the bills. Copies of the specifications designs and drawings and any other documents required in connection with the work signed for the purpose of identification by the Officer Inviting Tender shall also be open for inspection by the contractor at the office of Officer Inviting Tender during office hours on working days. 2. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof, or in the event of the absence of any partner, it must be signed on his behalf by a person holding a powerof-attorney authorizing him to do so, such power of attorney to be produced with the tender and it must disclose that the firm is duly registered under the Indian Partnership Act, 1952. Tenderer submitting the tender on behalf of a Pvt. Ltd/ Public Ltd Co. must submit the certificate of incompany and Article of Association/ Memorandum of Association alongwith the technical bid otherwise they will be disqualified for opening of their financial bid. 3. Receipts for payments made on account of work, when executed by a firm, must also be signed by all the partners, except where the contractors are described in their tender as a firm, in which case receipts must be signed in the name of the firm by one of the partners, or by some other person having authority to give effectual receipts for the firm. Applicable for Item Rate Tenders only 4. Any person who submits a tender shall fill up the usual printed form, stating at what rates he is willing to undertake the work. Tenders which propose any alteration in the work specified in the said form of invitation to tender, or in the time allowed for carrying out the work, or which Contain any other conditions of any sort, including conditional rebates, will be summarily rejected. No single tender shall include more than one work but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the work to which they refer, written on the envelope. The rate(s) and/or amounts must be quoted in decimal coinage. Amount must be quoted in full Rupees by ignoring 50 paisa and less and considering more than 50 paisa as Rs.1.00. In case the lowest tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors is same, then such lowest contractors may be asked to submit sealed revised offer quoting rate of each item of the schedule of quantity for 32 all sub sections/sub heads as the case may be, but the revised quoted rate of each item of schedule of quantity for all sub sections/sub heads should not be higher than their respective original rate quoted already at the time of submission of tender. The lowest tender shall be decided on the basis of revised offer. If the revised tendered amount (worked out on the basis of quoted rate of individual items) of two or more contractors received in revised offer is again found to be equal, then the lowest tender, among such contractors, shall be decided based on the average financial turnover of the tenderers and whosoever is having the 17

higher turnover would be declared to be the lowest. In case of any such lowest contractor in his revised offer quotes rate of any item more than their respective original rate quoted already at the time of submission of tender, then such revised offer shall be treated invalid. Such case of revised offer of the lowest contractor or case of refusal to submit revised offer by the lowest contractor shall be treated as withdrawal of his tender before acceptance and 50% of his earnest money shall be forfeited. In case all the lowest contractors those have same tendered amount (as a result of their quoted rate of individual items), refuse to submit revised offers, then tenders are to be recalled after forfeiting 50% of EMD of each lowest contractors. 4A: In case of Percentage Rate Tenders, contractor shall fill up the usual printed form, stating at what percentage below / above (in figures as well as in words) the total estimated cost given in the Schedule of Quantities at Schedule A, he will be willing to execute the work. The tender submitted shall be treated as invalid if: 1. The contractor does not quote percentage above/below on the total amount of tender or any section/sub head of the tender. 2. The percentage above/below is not quoted in figures & words both on the total amount of tender or any section/sub head of the tender. 3. The percentage quoted above/below is different in figures & words on the total amount of tender or any section/sub head of the tender. Tenderers, which propose any alteration in the work specified in the said form of invitation of tenders, or in the time allowed for carrying out the work, or which contain any other conditions or any sort including conditional rebates, will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tender shall have the name and number of the works to which they refer, written on the envelopes. 4B: In case the lowest tendered amount (estimated cost ± amount worked on the basis of percentage above/below) of two or more contractors is same, such lowest contractors will be asked to submit sealed revised offer in the form of letter mentioning percentage above/below on estimated cost of tender including all sub sections/sub heads as the case may be, but the revised percentage quoted above/below on tendered cost or on each sub section/sub head should not be higher than the percentage quoted at the time of submission of tender. The lowest tender shall be decided on the basis of revised offers. In case any of such contractor refuses to submit revised offer, then it shall be treated as withdrawal of his tender before acceptance and 50% of earnest money shall be forfeited. If the revised tendered amount of two more contractors received in revised offer is again found to be equal, the lowest tender, among such contractors, shall be decided based on the average financial turnover of the tenderers and whosoever is having the highest turnover would be declared to be lowest. 5. In case of percentage rate tenders, tenderer shall fill up the usual printed form, stating at what percentage below / above (in figures as well as in words) the total estimated cost given in the Schedule of Quantities at Schedule A, he will be willing to execute the work. Tenders, which propose any alteration in the work specified in the said form of invitation of tenders, or in the time allowed for carrying out the work or which contain any other condition or any sort including conditional rebates will be summarily rejected. No single tender shall include more than one work, but contractors who wish to tender for two or more works shall submit separate tender for each. Tenders shall have the name and number of the works to which they refer, written on the envelopes. 18

6. The Officer Inviting Tender or his duly authorized assistant, will open tenders in the presence of any intending contractors who may be present at the time, and will enter the amounts of the several tenders in a tender register/comparative statement in a suitable form. In the event of a tender being accepted, a receipt for the earnest money forwarded therewith shall there upon be given to the contractor who shall thereupon for the purpose of identification sign copies of the specification and other documents mentioned in Rule 1. In the event of a tender being rejected, the earnest-money forwarded with such unaccepted tenders shall there-upon be returned to the contractor remitting the same without any interest. 7. The Officer Inviting Tenders shall have the right of rejecting all or any of the tenders. 8. The receipt of an accountant or clerk for any money paid by the contractor will not be considered as any acknowledgement of payment to the Officer Inviting Tender and the contractor shall be responsible for seeing that he procures a receipt signed by the Officer Inviting Tender or a duly authorized cashier. 9. The memorandum of work tendered for and the schedule of materials to be supplied by the CRWC and their issue rates, shall be filled in and completed in the office of the Officer Inviting Tender before the tender form is issued. If a form is issued to an intending tenderer without having been so filled in and incomplete, he shall request the officer to have this done before he completes and delivers his tender. 10. The tenderers shall sign a declaration under the official s Secret Act, 1923, for maintaining secrecy of the tender documents, drawing or other records connected with the work given to them. The unsuccessful tenderers shall return all the drawings given to them. 10 (a ).Use of correcting fluid, anywhere in tender documents is not permitted. Such tender is liable for rejection. Applicable for Item Rate Tender only 11. In case of item rate tenders, only rates quoted shall be considered. Any tender containing percentage below/ above the rates quoted is liable to be rejected. Rates quoted by the contractor in item rate tender in figures and words shall be accurately filled in so that there is no discrepancy in the rates written in figures and words. However, if a discrepancy is found, the rates which correspond with the amount worked out by the contractor shall unless otherwise proved be taken is correct. If the amount of an item is not worked out by the contractor or it does not correspond with the rates written either in the figures or in the words then the rates quoted by the contractor in words shall be taken as correct. Where the rates quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the rates quoted by the contractor will unless otherwise proved be taken as correct and not the amount In event no rate has been quoted for any item(s) leaving space both in figure(s), word(s), and amount blank, it will be presumed that contractor has included the cost of this/these item(s) in other item(s) and rate for such item(s) will be considered as zero and work will be required to be executed accordingly. Applicable for Percentage Tender only 11. In case of Percentage Rate Tenders only percentage quoted shall be considered. Any tender containing item rates is liable to be rejected. Percentage quoted by the contractor in percentage rate tender shall be accurately filled in figures and words, so that there is no discrepancy. However, if the contractor has worked out the amount of the tender and if any discrepancy is found in the percentage quoted in words and figures, the percentage which corresponds with the amount worked out by the contractor shall, unless otherwise proved, be taken as correct. If the amount of the tender is not worked out by the contractor or it does not correspond with the percentage written either in figures or in words then the percentage quoted by the contractor in words shall be taken as correct. Where the percentage quoted by the contractor in figures and in words tally but the amount is not worked out correctly, the percentage quoted by the contractor will, unless otherwise proved be taken as correct and not the amount. 19

12. In the case of any tender where unit rate of any item/items appear unrealistic, such tender will be considered as unbalanced and in case of the tenderer is unable to provide satisfactory explanation such a tender is liable to be disqualified and rejected. Applicable for item Rate Tender only 13. All rates shall be quoted on the tender form. The amount for each item should be worked out and requisite totals given. Special care should be taken to write the rates in figures as well as in words and the amount in figures only, in such a way that interpolation is not possible. The total amount should be written both in figures and in words. In case of figures, the word Rs. Should be written before the figures of rupees and word P after the decimal figures, e.g., Rs.2.15 P and in case of words, the word, Rupees should precede and the word Paise should be written at the end. Unless the rate is in whole rupees and followed by the word only it should invariably be upto two decimal places. While quoting the rate in schedule of quantities, the word only should be written closely following the amount and it should not be written in the next line. Applicable for Percentage Rate Tender only 14. In Percentage Rate Tender, the tenderer shall quote percentage below/above (in figures as well as in words) at which he will be willing to execute the work. He shall also work out the total amount of his offer and the same should be written in figures as well as in words in such a way that no interpolation is possible. In case of figures, the word Rs. Should be written before the figure of rupees and word P after the decimal figures,e.g., Rs.2.15 P and in case of words, the word Rupees should precede and the word Paise should be written at the end. 15. The contractor whose tender is accepted, will be required to furnish the performance guarantee as outlined in clause 1clauses of the contract towards the security deposit and balance security deposit of 5% tendered value of the work would be deducted in cash from the running accounts Bill payments as outlined in Clause 1 A. 16. On acceptance of the tender, the name of the accredited representative (s) of the contractor who would be responsible for taking instructions from the Engineer-in-Charge shall be communicated in writing to the Engineer-in-Charge. 17. Prices quoted are inclusive of all applicable taxes except GST. GST shall be paid extra at applicable rates subject to submission of tax invoices as per rules under GST Law. CRWC shall deduct GST at source at applicable rates in case transactions under this contract are liable to GST deduction at source. Under GST regime, the contractor is required to correctly and timely disclose the details of output supplies to CRWC as per GST rules in his GST returns. Non compliance would result in mismatching of claims and denial of input tax credit to CRWC. Notwithstanding anything contained in agreement/contract, in case of such default by the contractor the amount of input tax credit denied in GST along with interest and penalty shall be recovered from the contractor. 18. The contractor shall give a list of officials and employees related to him and working in CRWC. 19. The tender for the work shall not be witnessed by a contractor or a contractor who himself/ themselves has/have tendered or who may and has/have tendered for the same work. Failure to observe this condition would render, tenders of the contractors tendering, as well as witnessing the tender, liable to summary rejection. 20

20. The tender for composite work includes in addition to building work all other works such as sanitary and water supply installations drainage installation, electrical work, horticulture work, roads and paths etc. The tenderer apart from being a registered contractor (B&R) of appropriate class, must associate himself with agencies or appropriate class which are eligible to tender for sanitary and water supply drainage, electrical and horticulture works in the composite tender. 21. The contractor shall comply with the provisions of the Apprentices Act 1961, and the rules and orders issued thereunder from time to time. If he fails to do so, his failure will be a breach of the contract and the Engineer-in-charge may in his discretion without prejudice to any other right or remedy available in law cancel the contract. The contractor shall also be liable for any pecuniary liability arising on account of any violation by him of the provisions of the said Act. 21

CONDITIONS OF CONTRACT Definitions 1. The Contract means the documents forming the tender and acceptance thereof and the formal agreement executed between the Central Railside Warehouse Company Limited and the Contractor, together with the documents referred to therein including these conditions, the specification, designs, and instructions, issued from time to time by the Engineer-in-Charge and all these documents taken together, shall be deemed to form one contract and shall be complementary to one another. 2. In the contract the following expression shall, unless the context otherwise requires, have the meanings, hereby respectively assigned to them: i) In the expressions Works or Work shall, unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional. ii) iii) The Site shall mean the land and/or other places on, into or through which work is to be executed under the contract or any adjacent land, path or street through which work is to be executed under the contract or any adjacent land, path or street which may be allotted or used for the purpose of carrying out the contract. The Contractor shall mean the individual or firm or company whether incorporated or not, undertaking the works and shall include legal personal representative or such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual or firm or company. iv) The Company/ Department/CRWC means the Central Railside Warehouse Company Limited. v) The Engineer-in-Charge means the Engineer who shall supervise and be in charge of the work and who shall sign the contract on behalf of the CRWC vi) Accepting Authority shall mean the authority mentioned in Schedule F. vii) Excepted Risk are risks due to riots (other than those on account of contractor s employees), war (whether declared or not) invasion, act of foreign enemies, hostilities, civil war, rebellion revolution, insurrection, military or usurped power, any acts of Government, damages from aircraft, acts of God, such as earthquake, lightening and unprecedented floods, and other causes over which the contractor has no control and accepted as such by the Accepting Authority or causes solely due to use or occupation by Company on the part of the works in respect of which a certificate of completion has been issued or a cause solely due to faulty design of works. 22

viii) Market rate shall be the rate as decided by the Engineer-in-Charge on the basis of the cost of materials and labour at the site where the work is to be executed plus the percentage mentioned in Schedule F to cover, all overheads and profits. Scope & Performance ix) Schedule(s) referred to in these conditions shall mean the relevant schedule(s) annexed to the tender papers or the standard Schedule of Rates applicable mentioned in Schedule F hereunder, with the amendments thereto issued up to the date of receipt of the tender. x) District specifications means the specifications followed by the State xi) Government in the area where the work is to be executed. Tendered value means the value of the entire work as stipulated in the letter of award. xii) Date of commencement of wok: The date of commencement of work shall be the date of start as specified Schedule F as indicated in the tender document. 3. Where the context so requires, words imparting the singular only also include the plural and vice versa. Any reference to masculine gender shall whenever required include feminine gender and vice versa. 4. Headings and Marginal notes to these General Conditions of Contract shall not be deemed to form part thereof or be taken into consideration in the interpretation or construction thereof or of the contract. 5. The contractor shall be furnished, free of cost one certified copy of the contract documents except standard specifications, Schedule of Rates and such other printed and published documents, together with all drawings as may be forming part of the tender papers. Name of these documents shall be used for any purpose other than that of this contract. 6. Works to be carried out The work to be carried out under the Contract shall, except as otherwise provided in these conditions, include all labour, materials, tools, plants, equipment and transport which may be required in preparation of and for and in the full and entire execution and completion of the works. The descriptions given in the Schedule of Quantities (Schedule A) shall, unless otherwise stated, be held to include wastage on materials, carriage and cartage, carrying and return of empties, hoisting, setting, fitting and fixing in position and all other labour necessary in and for the full and entire execution and completion of the work as aforesaid in accordance with good practice and recognized principles. Sufficiency of Tender The contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the rates and prices quoted in the Schedule of Quantities, which rates and prices shall, except as therwise provided, cover all his obligations under the Contract and all matters and things necessary for the proper completion and maintenance of the works. 8. The several documents forming the contract are to be taken as mutually explanatory 23