26 TenderDocument-Part1NonCoreOHE034
26 TenderDocument-Part1NonCoreOHE034
SOUTHERN RAILWAY
ELECTRICAL TRACTION DISTRIBUTION BRANCH
TIRUCHCHIRAPPALLI DIVISION
Tender for
TPJ Division - Outsourcing of Non-Core OHE
Maintenance Activities For One Year
Issued by
Divisional Railway Manager (Electrical Traction Distribution),
Tiruchchirappalli Division, Southern Railway,
Tiruchchirappalli–620 001
Signature Not
Verified
Digitally signed by M
ARUL PRAKASH
Date: 2024.02.28
16:36:39 IST
Reason: IREPS-CRIS
Location: New Delhi
-1-
INDEX
1.0 GUIDELINES FOR E-TENDERS .............................................................................................. - 2 -
1.1. Bid Security Submission:........................................................................................................ - 2 -
1.2. Filling of E-Tenders: ............................................................................................................... - 2 -
1.3. Compliance to Special Conditions/ Checklist for Vendor: ..................................................... - 2 -
1.4. Bid Submission: ...................................................................................................................... - 2 -
2.0 TENDER FORM (FIRST SHEET) ............................................................................................. - 4 -
3.0 INSTRUCTIONS TO TENDERERS........................................................................................... - 5 -
3.1. Cost of Tender Form: .............................................................................................................. - 5 -
3.2. Bid Security: ........................................................................................................................... - 5 -
3.3. Validity of offer: ..................................................................................................................... - 6 -
3.4. Eligibility Criteria: .................................................................................................................. - 7 -
3.5. Mandatory Documents to be submitted along with the Tender: ............................................. - 9 -
4.0 GENERAL CONDITIONS..................................................................................................... - 14 -
4.1. Submission of documents by successful Tenderer: .............................................................. - 14 -
4.2. Security Deposit:................................................................................................................... - 14 -
4.3. Performance Guarantee: ....................................................................................................... - 15 -
4.4. Variation in Quantities: ......................................................................................................... - 16 -
4.5. Valuation of Variations:........................................................................................................ - 17 -
4.6. Handling Vitiation during Variation in contract quantities: ................................................. - 18 -
4.7. Price Variation: ..................................................................................................................... - 18 -
4.8. Labour: .................................................................................................................................. - 18 -
4.9. Updation of Labour data on Railway's Shramikkalyan portal: ............................................. - 18 -
4.10. Certificate of Completion of Works: .................................................................................... - 19 -
4.11. Right of Railway to Determine the Contract: ....................................................................... - 19 -
4.12. Determination of Contract owing to Default of Contractor:................................................. - 19 -
4.13. Settlement of disputes: .......................................................................................................... - 19 -
5.0 SPECIAL CONDITIONS (GENERAL) ..................................................................................... - 20 -
5.1. Name of Contract: ................................................................................................................. - 20 -
5.2. Scope of work: ...................................................................................................................... - 20 -
5.3. Execution of Contract Document: ........................................................................................ - 20 -
5.4. Engineer-in-Charge of work: ................................................................................................ - 21 -
5.5. Completion period: ............................................................................................................... - 21 -
5.6. Entry Permits and Photo Identity Cards: .............................................................................. - 21 -
5.7. Quality Assurance Programme: ............................................................................................ - 21 -
5.8. Workmanship:....................................................................................................................... - 21 -
5.9. Terms of Payment: ................................................................................................................ - 22 -
5.10. Taxes and other Deductions .................................................................................................. - 22 -
5.11. Swachh Bharat Mission ........................................................................................................ - 23 -
5.12. Noteworthy Instructions ....................................................................................................... - 24 -
5.13. JURISDICTION OF THE COURT BINDING THE CONTRACT ..................................................... - 24 -
5.14. CONTRACTOR’S ORGANISATION .......................................................................................... - 24 -
6.0 Appendices ...................................................................................................................... - 26 -
-2-
1.0 GUIDELINES FOR E-TENDERS
The tenderer(s)/contractor(s) indenting to apply for E- tender for WORKS in Electrical TRD
Branch of Tiruchchirappalli Division need to get enrolled in the E-tender portal: www.ireps.gov.in and
only online tenders will be accepted. The bidders will have to make payment towards Bid Security
against works tenders through online payment modes like net banking, debit/credit cards etc.,
available on E-tender portal or it may be submitted in the form of Bank Guarantee as per GCC. It is the
responsibility of the Tenderer(s)/Contractor(s) to obtain necessary Digital Signature certificates for
participating in the E-Tender.
In the e-tendering process, it is mandatory that every tenderer/contractor/firm registered with
www.ireps.gov.in to submit your bank details i.e. Name of the Bank along with Bank Branch Code,
Account Number, IFSC Code, and PAN Number. [As the entry into www.ireps.gov.in is controlled by
Digital Signature certificate, a separate signature is not required]
The Senior Divisional Electrical Engineer/Traction Distribution/Tiruchchirappalli
Division/Southern Railway, for and on behalf of the President of India invites ONLINE Open Tenders for
the said works as per Tender notice issued by this office in our E-Tender portal “www.ireps.gov.in”.
The Tenderer(s)/Contractor(s) intending to apply for this E-Tender, need to get enrolled in the
aforesaid E-Tender portal and only online tenders will be accepted. It is the responsibility of the
Tenderer(s)/Contractor(s) to obtain necessary Digital Signature Certificates for participating in the E-
Tender.
1.1. Bid Security Submission:
Online payment gate way available on IREPS portal through multiple bank net banking, debit
card and credit cards only or it may be submitted in the form of Bank Guarantee as per GCC.
1.2. Filling of E-Tenders:
a) Tenders should be duly filled in (on the assigned space), duly signed with the digital signature
and submitted online. All mandatory fields marked (*) have to be filled by the tenderers.
b) Tenderers must fill-in the techno-commercial offer form (consisting of eligibility criteria, terms
and conditions, performance statement, checklist & special conditions etc.), financial offer form
and attach scanned copy of all necessary documents.
1.3. Compliance to Special Conditions/ Checklist for Vendor:
Vendors are advised to complete the “Compliance to special tender condition/Checklist” with
each offer specifically stating “yes” or “no” against each special condition/checklist.
1.4. Bid Submission:
1.4.1. E-bid along with the relevant documents must be uploaded and digitally signed with the digital
signature of the pre-authorized personnel of the tenderer already registered with the IREPS
website. Digital signature used must be “Class IIIB with Company Name” obtained from G.O.I.
approved Certifying Authority.
1.4.2. Tenderers must look out for NIT for as soon as it is available in IREPS website and upload their
offer well in advance without waiting for closing date and time, to avoid last minute hassles in
their own computer system or communication line. Railway will not be responsible for non-
participation of vendors due to any technical problems on the day of tender closing time.
-3-
1.4.3. Only bids received in the Electronic tender box available on the Web Site www.ireps.gov.in will
be considered.
1.4.4. Tenderer should find discrepancies in, or omissions from the drawings or any of the Tender
Forms or should he be in doubt as to their meaning, he should at once notify the authority
inviting tenders who may send a written intimation to all Tenderers. It shall be understood that
every endeavour has been made to avoid any error which can materially affect the basis and
scope of the tender and the Successful Tenderer shall take upon himself and provide for the
risk of any error which may subsequently be discovered and shall make no claim on account
thereof
1.4.5. Tender should be quoted as per tender conditions and the tenderer should not add/modify any
conditions. If any additions/deletions/modifications are indicated by the tenderer such
additions/deletions/modifications, if any must be made by the tender/s in a covering letter
with the tender. The railway reserves the right not to consider conditional tenders and reject
the same without assigning any reason. Only those conditions which are explicitly accepted by
the Railway shall form part of the contract
-4-
2.0 TENDER FORM (FIRST SHEET)
Tender No. : TPJ-TRD-2023-2024-034
Name of work : TPJ Division - Outsourcing of Non-Core OHE Maintenance Activities For
One Year.
To
The President of India,
Acting through the Divisional Railway Manager, (Electrical Traction Distribution Branch),
Tiruchchirappalli Division, Southern Railway
1. I/We …………………..have read the various conditions to tender attached here to and agree to
abide by the said conditions. I/We also agree to keep this tender open for acceptance for a
period of 81days from the date fixed for closing of the tender and in default thereof, I/We will
be liable for forfeiture of my/our “Bid Security”. I/We offer to do the work for Southern
Railway, at the rates quoted in the attached bill(s) of quantities and hereby bind
myself/ourselves to complete the work in all respects within One year from the date of issue of
letter of acceptance of the tender.
2. I/We also hereby agree to abide by the Indian Railways Standard General Conditions of
Contract, with all correction slips up-to-date and to carry out the work according to the Special
Conditions of Contract and Specifications of materials and works as laid down by Railway in the
annexed Special Conditions/Specifications, Standard Schedule of Rates (SSOR) with all
correction slips up-to-date for the present contract.
3. A Bid Security of Rs.1, 44,800/-has already been deposited online/ submitted as Bank
Guarantee bond. Full value of the Bid Security shall stand forfeited without prejudice to any
other right or remedies in case my/our Tender is accepted and if:
(a) I/We do not submit the Performance Guarantee within the time specified in the Tender
document;
(b) I/We do not execute the contract documents within seven days after receipt of notice
issued by the Railway that such documents are ready; and
(c) I/We do not commence the work within fifteen days after receipt of orders to that effect.
4. (a) I/We am/are a Startup firm registered by …………………… Department of Industrial Policy and
Promotion (DIPP) and my registration number is ……………. valid upto…………………. (Copy
enclosed) and hence exempted from submission of Bid Security.
5. We are a Labour Cooperative Society and our Registration No. is ………………..
With…………………..and hence required to deposit only 50% of Bid Security.
6. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between
us and indicated in the letter of acceptance of my/our offer for this work.
For works estimated to cost up to 1 crore 2% of the estimated cost of the work
For works estimated to cost more than 1 2 lakh plus ½ % (half percent) of the excess of the
crore estimated cost of work beyond Rs.1 crore subject
to a maximum of Rs.1 crore
Note:
(i) The Bid security shall be rounded to the nearest Rs.100. This Bid security shall be
applicable for all modes of tendering.
(ii) Any firm recognized by Department of Industrial Policy and Promotion (DIPP) as ‘Start
ups' shall be exempted from payment of Bid security detailed above.
(iii) Labour Cooperative Societies shall deposit only 50% of above Bid security detailed
above.
b) It shall be understood that the tender documents have been issued to the tenderer and
the tenderer is permitted to tender in consideration of stipulation on his part, that after
submitting his tender he will not resile from his offer or modify the terms and conditions
thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or
comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the
Railway.
c) If his tender is accepted this Bid security mentioned in sub clause (a) above will be
retained as part security for the due and faithful fulfillment of the contract in terms of Clause
16 of the Standard General Conditions of Contract. The Bid security of other Tenderers shall,
-6-
save as herein before provided, be returned to them, but the Railway shall not be responsible
for any loss or depreciation that may happen thereto while in their possession, nor be liable to
pay interest thereon.
2. The Bid Security shall be deposited either in cash through e-payment gateway or submitted as
Bank Guarantee bond from a scheduled commercial bank of India or as mentioned in tender
documents. The Bank Guarantee bond shall be as per Appendix – D and shall be valid for a
period of 90 days beyond the bid validity period.
3. In case, submission of Bid Security in the form of Bank Guarantee, following shall be ensured:
i. A scanned copy of the Bank Guarantee shall be uploaded on e-Procurement Portal
(IREPS) while applying to the tender.
ii. The original Bank Guarantee should be delivered in person to “Senior Divisional
electrical Engineer / TRD / in the tender document before closing date for submission of
bids.(i.e. excluding the last date of submission of bids)
iii. Non submission of scanned copy of Bank Guarantee with the bid on e-tendering portal
(IREPS) and/or non-submission of original Bank Guarantee within the specified period
shall lead to summary rejection of bid.
iv. The Tender Security shall remain valid for a period of 90 days beyond the validity period
for the Tender.
v. The details of the BG, physically submitted should match with the details available in
the scanned copy and the data entered during bid submission time, failing which the bid
will be rejected.
vi. The Bank Guarantee shall be placed in an envelope, which shall be sealed. The envelope
shall clearly bear the identification “Bid for the ***** Project” and shall clearly indicate
the name and address of the Bidder. In addition, the Bid Due Date should be indicated
on the right hand top corner of the envelope.
vii. The envelope shall be addressed to the officer and address as mentioned in the tender
document.
viii. If the envelope is not sealed and marked as instructed above, the Railway assumes no
responsibility for the misplacement or premature opening of the contents of the Bid
submitted and consequent losses, if any, suffered by the Bidder.
If Bid Security is submitted in the form of Bank Guarantee, it shall be submitted to:
The Senior Divisional Electrical Engineer (Traction Distribution branch),
DRM office, Southern Railway, Tiruchchirappalli.
3.3. Validity of offer:
The tenderer shall keep the offer open for a minimum period as mentioned in uploaded tender
details (NIT Header) within which period that tenderer cannot withdraw his offer subject to the period
being extended further if required by mutual agreement from time to time. Any contravention of the
above condition will make the tenderer liable for forfeiture of his full amount of Bid security.
-7-
3.4. Eligibility Criteria:
3.4.1. Technical Eligibility Criteria:
(a) The tenderer must have successfully completed or substantially completed any one of the
following categories of work(s) during last 07 (seven) years, ending last day of month previous
to the one in which tender is invited:
(i) Three similar works each costing not less than the amount equal to 30% of advertised
value of the tender, or
(ii) Two similar works each costing not less than the amount equal to 40% of advertised
value of the tender, or
(iii) One similar work costing not less than the amount equal to 60% of advertised value of
the tender.
(b) (1) In case of tenders for composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works etc. and in
the case of major bridges - substructure, superstructure etc.), tenderer must have successfully
completed or substantially completed any one of the following categories of work(s) during last
07 (seven) years, ending last day of month previous to the one in which tender is invited:
(i) Three similar works each costing not less than the amount equal to 30% of advertised
value of each component of tender, or
(ii) Two similar works each costing not less than the amount equal to 40% of advertised
value of each component of tender, or
(iii) One similar work each costing not less than the amount equal to 60% of advertised value
of each component of tender.
Note for b (1): Separate completed works of minimum required values shall also be considered
for fulfilment of technical eligibility criteria for different components.
(b) (2)In such cases, what constitutes a component in a composite work shall be clearly pre-
defined with estimated tender cost of it, as part of the tender documents without any
ambiguity.
(b) (3) To evaluate the technical eligibility of tenderer, only components of work as stipulated in
tender documents for evaluation of technical eligibility, shall be considered. The scope of work
covered in other remaining components shall be either executed by tenderer himself if he has
work experience as mentioned in clause 7 of the Standard General Conditions of Contractor
through subcontractor fulfilling the requirements as per clause 7 of the Standard General
Conditions of Contract or jointly i.e., partly himself and remaining through subcontractor, with
prior approval of Chief Engineer in writing.
However, if required in tender documents by way of Special Conditions, a formal agreement
duly notarised, legally enforceable in the court of law, shall be executed by the main contractor with
the subcontractor for the component(s) of work proposed to be executed by the subcontractor(s), and
shall be submitted along with the offer for considering subletting of that scope of work towards
fulfilment of technical eligibility. Such subcontractor must fulfill technical eligibility criteria as follows:
-8-
The subcontractor shall have successfully completed at least one work similar to work
proposed for subcontract, costing not less than 35% value of work to be subletted, in last 5 years,
ending last day of month previous to the one in which tender is invited through a works contract.
Note: for subletting of work costing up to Rs 50 lakh, no previous work experience of subcontractor
shall be asked for by the Railway.
In case after award of contract or during execution of work it becomes necessary for contractor to
change subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements as per
clause 7 of the Standard General Conditions of Contract, with prior approval of Chief Engineer in
writing.
Note for Item Technical Eligibility Criteria:
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work experience certificate
issued by Public listed company having average annual turnover of Rs 500 crore and above in last 3
financial years excluding the current financial year, listed on National Stock Exchange or Bombay Stock
Exchange, incorporated/registered at least 5 years prior to the date of closing of tender, shall also be
considered provided the work experience certificate has been issued by a person authorized by the
Public listed company to issue such certificates.
In case tenderer submits work experience certificate issued by public listed company, the
tenderer shall also submit along with work experience certificate, the relevant copy of work order, bill
of quantities, bill wise details of payment received duly certified by Chartered Accountant, TDS
certificates for all payments received and copy of final/last bill paid by company in support of above
work experience certificate.
Definition for Similar Work:
"Erection & commissioning / Operation / Maintenance of 25 kV AC Traction Sub-station or switching
station (SP/SSP) or 25 kV AC Traction overhead equipment (OHE) of any Railway system in India
carried out on Zonal Railways / Construction / RE / RVNL works" (OR)
"Erection & Commissioning /Operation / Maintenance of any HT substation / switch yard (25kV or
higher voltage) in Indian Railways or Government organizations or PSUs"(OR)
"Must have carried out above work in public listed company/private company/Trusts subject to the
conditions in clause 2.6.1.1 of GCC for services 2018."
3.4.2. Financial Eligibility Criteria:
The tenderer must have minimum average annual contractual turnover of V/N or ’V' whichever
is less; where
V= Advertised value of the tender in crores of Rupees
N= Number of years prescribed for completion of work for which bids have been invited.
The average annual contractual turnover shall be calculated as an average of “total contractual
payments” in the previous three financial years, as per the audited balance sheet. However, in case
-9-
balance sheet of the previous year is yet to be prepared/ audited, the audited balance sheet of the
fourth previous year shall be considered for calculating average annual contractual turnover.
The tenderers shall submit requisite information as per Annexure-VIB of GCC, April 2022, along
with copies of Audited Balance Sheets duly certified by the Chartered Accountant/ Certificate from
Chartered Accountant duly supported by Audited Balance Sheet.The tenderers should produce the
originals of the above if required by the Railway Administration for verification
3.5. Mandatory Documents to be submitted along with the Tender:
The Tenderer shall submit following documents through www.ireps.gov.in and shall be
complete in all respects.
1 01 to 05 Rs.159/-
2 06 to 10 Rs.312/-
3 11 to 25 Rs.785/-
Place:
Dated:
- 28 -
Appendix – B- SOUTHERN RAILWAY ELECTRONIC FUND TRANSFER
(TO BE ATTACHED ALONG WITH THE TENDER)
Unique Contractor / Vendor code:
1 Investor/Customer’s Name and Address
EMAIL ID Telephone No.
(In lieu of the bank certificate to be obtained as under, please attach a bank cancelled cheque
or photo copy of a cheque or front page of your saving pass book issued by your bank for verification
of the above particulars)
3. Date of effect
I hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or not effected at for reasons of the incomplete or incorrect information, I would not hold the
user institution responsible. I have read the option invitation letter and agree to discharge the
responsibility expected of me as a participant under the scheme.
Certificate that the particulars furnished above are correct as per our records.
in Clause No. 16 of Annexure I of Part I and Clause No. 59(9) of Part II of Indian Railways Standard
General Conditions of Contract, no retired Railway employees are associated with my/our firm.
1. In consideration of the President of India, acting through the Sr.Divisional Electrical Engineer,
Traction Distribution, Southern Railway, Tiruchchirappalli or his successor of the Ministry of Railways /
Railway Board (hereinafter called 'The Government') having agreed to exempt M/s.
……….………………………. (hereinafter called 'The said Contractor') from the demand under the terms &
conditions of Work Order/LOA / Agreement No …………………………. dated ………………. made
between 'The Government' and 'The said Contractor' for the work of
“………………………………………………………………………” (herein after called "The said Agreement"), the
performance guarantee for the due fulfillment by the said Contractor(s) of the terms & conditions
contained in the said Agreement on production of a Bank Guarantee for Rs. …………I- (Rupees
……………………………………………………………..… only).We (indicate the name of Bank) (hereinafter referred
to as 'The Bank) at the request of 'The said Contractor' do hereby undertake to pay to 'The
Government' an amount not exceeding Rs. ……………I-(Rupees …………………………………………………………
only) 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 & 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 any breach by the Contractor of any of the terms & conditions contained in
the said Agreement or by reason of the Contractor's failure to perform the terms & conditions of 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. …………….I- (Rupees
……………………………………………………………………. only)
3. We, (indicate the name of the bank) undertake to pay to the Government any money so
demanded notwithstanding any dispute or disputes raised by the Contractor in any suit or
proceedingspending before any court or tribunal relating thereto, our liability under this guarantee
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 shall have no claim against us for making
such payment.
4. We, (indicate the name of the bank) further agree that the guarantee hereinafter contained
shall remain in full force and effect during the period that would be taken for the performance under
the terms & conditions 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 'The Government' certifies that the terms and conditions of the said
Agreement have been fully and properly carried out by the said Contractor and accordingly discharges
this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before
(Date of validity), we shall be discharged from all our liability under this guarantee thereafter.
5. We, (indicate the name of the bank) further agree with the Government that the Government
- 31 -
shall have fullest liberty without our consent or 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 from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Government against the said Contractor 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 variations, or extensions being granted to the said contractor
or by any such matters or things whatsoever, which, under the law relating to sureties would, but for
this provisions, 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.
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.
8. Notwithstanding anything contained herein above:
(a) Our liability under this guarantee is restricted to Rs. ……………/- (Rupees ……………………………………
....................................................................... only).
(c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guarantee
only if 'The Government' serve upon us a written claim on or before (date) i.e. date of expiry of
Guarantee.
Dated, the _______ day of ______________ for (indicate the name of Bank).
Yours faithfully,
(Signature of the authorized Officer of the Bank)
Witness:
1. Signature: Name:
Address:
2. Signature: Name:
Address:
- 32 -
Appendix –E TENDERERS CREDENTIALS
TENDERERS CREDENTIALS
(b) Details of similar works presently under execution and their completion period
2) Have 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 and the service with the
tenderer.
(ii) Details of the personnel proposed to be engaged for this subject work
(a) List of plants, tools and equipments owned by the firm and proposed to be used on this work.
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.
- 33 -
Appendix – F SITE ORDER BOOK
SOUTHERN RAILWAY
SITE ORDER BOOK
Name of Work: ..................................................................................
AGT. No. / Date: .................................................................................
Name of the contractor…………………………………….……………………………. Starting date of construction:
Notes:
1. For every work, separate site order book should be maintained.
2. Site order should be recorded specifically and chronogically.
3. Wherever required site orders may be supported by sketches.
Special Note:
Any objection of the contractor to the site order should be brought to the notice to the Executive Engineers or higher officials immediately
by the contractor separately
- 34 -
Appendix – G HINDRANCE REGISTER
SOUTHERN RAILWAY
HINDRANCE REGISTER
Name of Work: ..................................................................................
AGT. No. / Date: .................................................................................
Name of the contractor……………………………………………………………….…. Starting date of construction:
Signature
Sl. Nature of Date of Date of Period of Over lapping Total period of Extension Extension Clause under
No. hindrance Occurrence removal hindrance period hindrance recommended approved GCC Contractor SSE
Item Description
Test Certificate
Total received
Details of Receipt Signature Details of issues Signature
performance
(with unit)
regarding
Remarks
Opening
Balance
work
Date of Closing
Receipt Balance
Voucher Expiry Total
Brand Quantity Contractor SSE Date Quantity Contractor SSE
No. Date issued
- End of Document