deputy chief materials manager ph. no. 040-20070332 ... · guntakal, guntur, bellampalli, gooty,...

23
1 DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 General & Signal Stores Depot, S C Railway, Fax No. 040-27789517 METTUGUDA , Secunderabad E.Mail:[email protected] Telangana State Pin- 500017. No.S/MFT/GL/201/2015-2016 Dt. 29.01.2015 The undersigned invites Sealed Tenders (for and on behalf of the President of India) for the following work in sealed covers. 2.1 Tender No: S/MFT/GL/TC/201/2015-16 dt.29.01.2015 2.2 Due Date of Opening: dt.06.03.2015 2.3 Closing Time:14.00 hrs. dt.06.03.2015 2.4 Opening Time:14.30 hrs. dt.06.03.2015 2.5 Name/Description of the Work : Transportation of Railway Materials of all kinds packed in wooden/gunny/bags, loose/cartons, Drums, Bales etc,. by lorry load 09 M/Ts or full truck load. Destination from Dy.Chief Material Manager/G&S/Mettuguda, Sec-bad to Vijayawada, Ramagundam, Nanded, Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to mettuguda of 09 M/Ts each & sail/nagulapalli to mettuguda of 22/25 m/ts capacity trolley for collection of steel materials. Total Trips 318. The Programme Schedule for all the above destinations is as follows:- Period: One year from the date of advance acceptance 2.6 Approximate value of contract is Rs. 31,94,298/- (Rupees thirty one lakhs ninety thousand two hundred and ninety eight only) 2.7 EMD: Rs.64,000/- (Rupees sixty four thousands only) 2.8 Tender forms can be obtained, with a request letter, from the under signed duly submitting cash receipt issued by the Chief Cashier /S.C.Railway/ /Secunderabad, or by any Station Master of S.C.Rly., at the cost of Rs.3000/- by hand or Rs.3,500/- by post. Under no circumstances the amount paid for the Tender form is refundable. 3. Tender forms will be issued from dt. 05.02.2015. 4. Tender documents will be sent by post upto 12.00 hrs. of 28.02.2015 Railways are not responsible for any Postal delays. Tender forms will be issued in person on request upto 12.00 hrs of 06.03.2015. For receipt of tenders in sealed covers, a box will be kept in the Office of the Dy.Chief Material

Upload: others

Post on 22-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

1

DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332

General & Signal Stores Depot, S C Railway, Fax No. 040-27789517

METTUGUDA, Secunderabad E.Mail:[email protected]

Telangana State Pin- 500017.

No.S/MFT/GL/201/2015-2016 Dt. 29.01.2015

The undersigned invites Sealed Tenders (for and on behalf of the President of India)

for the following work in sealed covers.

2.1 Tender No: S/MFT/GL/TC/201/2015-16 dt.29.01.2015

2.2 Due Date of Opening: dt.06.03.2015

2.3 Closing Time:14.00 hrs. dt.06.03.2015

2.4 Opening Time:14.30 hrs. dt.06.03.2015

2.5 Name/Description of the Work : Transportation of Railway Materials of all

kinds packed in wooden/gunny/bags, loose/cartons, Drums, Bales etc,. by

lorry load 09 M/Ts or full truck load. Destination from Dy.Chief Material

Manager/G&S/Mettuguda, Sec-bad to Vijayawada, Ramagundam, Nanded,

Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet.

and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to mettuguda

of 09 M/Ts each & sail/nagulapalli to mettuguda of 22/25 m/ts capacity trolley

for collection of steel materials. Total Trips 318.

The Programme Schedule for all the above destinations is as follows:-

Period: One year from the date of advance acceptance

2.6 Approximate value of contract is Rs. 31,94,298/- (Rupees thirty one lakhs

ninety thousand two hundred and ninety eight only)

2.7 EMD: Rs.64,000/- (Rupees sixty four thousands only)

2.8 Tender forms can be obtained, with a request letter, from the under signed duly

submitting cash receipt issued by the Chief Cashier /S.C.Railway/

/Secunderabad, or by any Station Master of S.C.Rly., at the cost of Rs.3000/- by

hand or Rs.3,500/- by post. Under no circumstances the amount paid for the

Tender form is refundable.

3. Tender forms will be issued from dt. 05.02.2015.

4. Tender documents will be sent by post upto 12.00 hrs. of 28.02.2015 Railways

are not responsible for any Postal delays. Tender forms will be issued in person

on request upto 12.00 hrs of 06.03.2015. For receipt of tenders in sealed covers,

a box will be kept in the Office of the Dy.Chief Material

Page 2: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

2

Manager/G&S/Mettuguda/Sec-bad from 10-00 hrs to 17-00 hrs on weekdays and

from 10.00 hrs to 12.00 hrs on Saturdays.

5. Last date for receipt of tenders in this office is upto 14.00 hrs dated

06.03.2015. Tenders will be opened at 14.30 hrs on dt. 06.03.2015 in the office

of the Dy.Chief Material Manager/G&S/Mettuguda Sec-bad. If any of the

tenderers wish to be present at the time of opening, they may do so.

6. Tender forms are not transferable.

7. Tenders are to be submitted, duly super-scribing on the cover the tender number

and due date prominently.

8. If the tender opening day happens to be a holiday due to any reasons, the tender

will be opened on the next working day of this office at the above said timings.

9. The above Tenders are also available on our website

‘www.scr.indianrailways.gov.in’

10. This site permits downloading of the tender documents. The intending tenderers

may visit this site and download the tender document. While submitting the

tender documents, they should attach a Demand Draft payable at Secunderabad

towards the cost of the tender documents, in addition to separate Demand draft

towards Earnest Money Deposit.

Dy.Chief Material Manager/

G&S/Mettuguda/Sec-bad.

For and on behalf of the President of India.

Page 3: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

3

South Central Railway

STORES DEPARTMENT

Tender Notice No:S/MFT/GL/TC/201/2015-2016

TENDER FOR THE WORK OF TRANSPORTATION OF RAILWAY MATERIALS

OF ALL KINDS PACKED IN WOODEN/GUNNY BAGS, LOOSE/CARTOONS,

DRUMS BALES ETC,. BY LORRY LOAD UPTO 09 M/Ts or FULL TRUCK

LOAD, DESTINATION FROM GENERAL & SIGNAL STORES-DEPOT,

METTUGUDA SEC-BAD TO VIJAYAWADA, RAMAGUNDAM, NANDED,

GUNTAKAL, GUNTUR, BELLAMPALLI, GOOTY, TIRUPATHI, KAZIPET

AND RAYANAPADU TO METTUGUDA, KAZIPET TO METTUGUDA,

TIRUPATHI TO METTUGUDA OF 09 M/TS EACH & SAIL/NAGULAPALLI TO

METTUGUDA OF 22/25 M/TS CAPACITY TROLLEY FOR COLLECTION OF

STEEL MATERIALS.

Tender No:S/MFT/GL/TC/201/2015-16 Dated 29.01.2015

Sold To:

Due on 06.03.2015

_____________ Cost of Tender form: By hand Rs.3000/-

_____________ By post Rs. 3,500/-

__________________ Tender closing time : 14.00 hrs. on Dt. 06.03.2015

__________________ Tender opening time : 14.30 hrs. on Dt. 06.03.2015

Tender Schedule enclosed.

Page 4: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

4

South Central Railway

STORES DEPARTMENT

REGULATIONS & TENDER CONDITIONS FOR TRANSPORT CONTRACT

Tender No:S/MFT/GL/TC/201/2015-16 Dated 29.01.2015

Due on: 06.03.2015

---------------------------------- Cost of Tender Form:

---------------------------------- 1)In person:Rs.3000/-

-----------------------------------------2)By post:Rs.3500/-

Sub: Tender for the work of transportation of railway materials of all kinds packed in

wooden/gunny bags, loose/cartoons, drums bales etc,. by lorry load upto 09 M/Ts or

full truck load, destinations from general & signal stores-depot, Mettuguda, Sec-bad to

Vijayawada, Ramagundam, Nanded, Guntakal, Guntur, Bellampally, Gooty, Tirupathi,

Kazipet.

And Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to Mettuguda of 09

M/Ts each & SAIL/Nagulapalli to Mettuguda of 22/25 M/Ts capacity Truck/Trolley for

collection of Steel materials.

Particulars of work, instructions & conditions :

Work:

Transportation of materials by road (Loading, transshipment & unloading of General

& Signal items) from Dy.Chief Materials Manager, G & S, S.C.Rly, Mettuguda to

various destinations in S.C.Rly and vice-versa on door delivery Basis, as per schedule.

2.7 Approximate Value: Rs. 31,94,298/-

Earnest Money to be paid: Rs.64,000/-

Time & Date of Closing: 14.00 Hrs on dt.06.03.2015

Time & Date of Opening: 14.30 Hrs on dt.06.03.2015

Tender for

Transportation

Page 5: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

5

Index:

1) Instructions to Tenderers

2) Form of Tender

3) Annexure „A‟

4) Schedule of Works & Rates

5) Memorandum of Agreement (subject to addition & alteration)

N.B: The Railway authority is not responsible for any line/lines, omission (s)/

unreadable/ erased due to printing fault. However, Tenderer may see the original copy

kept at General Section of G&S Depot, S.C.Rly, Mettuguda, Sec.bad., from 9.30 hrs to

15.00 hrs., on every working day except Saturday and from 9.30 hrs to 12.00 hrs on

Saturday.

Instructions:

1. Tender shall be submitted along with the Forms of Tender, addressed to the

President of India, through Dy.Chief Material/Manager /G&S/Mettuguda Sec-bad,

along with annexure duly filled in & signed on all pages with seal of the tenderer, in

sealed envelope, super scribed “ Tender for Transport of Railway materials by road”

and the same shall be deposited by the tenderer or his representative in the „Tender Box‟

kept at the Office of Dy.Chief Material Manager G&S/Mettuguda Sec-bad

2. Tender may be sent by registered post , but no tender received after the due date &

Time as specified, shall be considered.

3. Tenders shall be received in the office of Dy CMM(G&S)MFT, upto 14.00 hrs.

on 06.03.2015 & will be opened at 14.30 hrs on 06.03.2015 in the Presence of such

Tenderers who may wish to be present there.

4. Tenderers are required to keep their offers open for acceptance for 90 days from

the date of opening of tenders, within which period the 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 to forfeiture of Earnest Money/Security Deposit for due performance of the

foregoing stipulations.

5. Tenderers shall be required to deposit a sum of Rs.64,000/- towards Earnest

Money Deposit. This will be retained as part security for the due performance &

observance on the terms & conditions of the contract & the balance Security Deposit

(Total Security Deposit is 5% of the contract value) has to be paid prior to agreement.

No interest shall be payable upon the Earnest Money Deposit or Security Deposit or any

other amount payable under the contract. The Earnest money of the unsuccessful

Tenderer shall be returned to him, but the Railway shall not be responsible for any loss

or depreciation on that may happen thereto, nor liable to pay interest thereon. If the

successful Tenderer, after Letter of Acceptance is issued to him, resile from the contract

or fails to commence the work within the target indicated in such Letter of Acceptance,

the full Earnest Money, as aforesaid, will be forfeited.

Page 6: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

6

6. The Earnest Money can be paid:

a) In cash, to the Railway administration‟s Dy.CAO/Pay & Cash/

S.C.Rly./Sec,Bad., S.C.Rly or Station Suptd./ Sec-Bad.

b) In the form of Pay Orders and Demand Drafts, Fixed Deposits Receipts pledged

in favour of Dy.FA&CAO/WS/S.C.Rly. This form of Earnest Money should be

of the State Bank of India or of any of the Nationalized Banks or of any

Scheduled Bank.

c) Cheques, Money orders, Govt. Promissory Notes will not be accepted from

Tenderer towards the Earnest Money.

e) Tenders unaccompanied by full Earnest Money in requisite form will under no

circumstances, be entertained and will be summarily rejected without further

reference to the Tenderer. No reference to previous deposit of Earnest Money

and Security for adjustment against the present tender will be accepted, neither

any request for recovery from any outstanding bills for Earnest Money against

present tender will be entertained.

7. The Tenderer must quote their rates in figures as well as in words neatly, in the

schedule of rates annexed to the form of tender. Erased or overwritten rates will not be

considered. Rate should be quoted in figures & words distinctly. All entries in the tender

form must be either typed or in ink, otherwise, the tender shall be rejected.

8. The Tenderer shall give an understanding that he shall be responsible for

payment of all taxes, cess etc., as applicable from time to time levied by Central/ State

Govt. or other authorities.

9. Performance Guarantee on Acceptance of Tender:

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within

30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of

time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of

issue of LOA may be given by the Authority who is competent to sign the contract

agreement. However, a penal interest of 15% per annum shall be charged for the delay

beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the

contractor fails to submit the requisite PG even after 60 days from the date of issue of

LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any

payable against that contract. The failed contractor shall be debarred from participating

in re-tender for that work.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the

following forms, amounting to 5% of the contract value:

(i) A deposit of Cash

(ii) Irrevocable Bank Guarantee

(iii) Government Securities including State Loan Bonds at 5% below the market

value

(iv) Deposit Receipt, Pay orders, Demand Drafts and Guarantee Bonds. These forms

of Performance Guarantee could be either of the State Bank of India or of any of

the Nationalized Banks or of any Scheduled Bank.

Page 7: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

7

(iv) Guarantee Bonds executed or Deposits receipts tendered by all Scheduled Banks

(v) A Deposit in the post office saving bank

(vii) A deposit in the National Savings Certificates

(viii) Twelve years National Defence Certificates

(ix) Ten years Defence Deposits

(x) National Defence Bonds and

(xi) Unit Trust Certificates at 5% below marker value or at the face value whichever

is less

Also, FDR in favour of Dy.FA&CAO/WS/LGD/ S.C.Railway, Secunderabad (free from

any encumbrance) will be accepted.

© The Performance Guarantee shall be submitted by the successful bidder after the

Letter of Acceptance (LOA) has been issued, but before signing of the contract

agreement. This P.G. shall be initially valid upto the stipulated date of completion plus

60 days beyond that. In case, the time for completion of work gets extended, the

contractor shall get the validity of P.G. extended to cover such extended time for

completion of work plus 60 days.

(d) The Performance Guarantee (PG) shall be released after physical completion of

the work based on “Completion Certificate” issued by the competent authority stating

that the contractor has completed the work in all respects satisfactorily.

(e) Whenever the contract is rescinded, the Security Deposit shall be forfeited and

the Performance Guarantee shall be encashed. The balance work shall be got done

independently without risk & cost of the failed contractor. The failed contractor shall

be debarred from participating in the tender for executing the balance work. If the

failed contractor is a JV or a Partnership firm, then every member/partner of such a firm

shall be debarred from participating in the tender for the balance work in his/her

individual capacity or as a partner of any other JV/Partnership firm.

10. The contractor shall be responsible for providing insurance coverage through an

open cover policy for the value of the material to be transported. The materials in transit

must be insured with agencies of Insurance under public sector and must be in favour of

notified Depot Officer i.e. Dy. Chief Material Manager, G&S/Depot, Mettuguda. The

Contractor should submit an open cover policy of insurance for material worth

Rs.22,26,00,000/- (Rupees twenty two crores twenty six lakhs only) for entire 318 trips,

or in order to facilitate the contractor the Open Cover Policy for insurance coverage, the

total number of trips 26.5 per month has been taken into consideration for each month

to a total sum of Rs.1,85,50,000/- (Rupees one crore eighty five lakhs and fifty

thousands only) for the value of the material to be transported in each month from any

insurance company under public sector within 14 days from the date of receipt of the

acceptance advise. The rate quoted per trip must be inclusive of the insurance charges

and no additional charges in any form will be paid /reimbursed under any

circumstances.

11. The successful Tenderer will have to execute an agreement containing the terms

& conditions of the work in the schedule of work, in the general form, annexed hereto

and which is subject to modifications and are considered necessary in the course of

finalization of these tenders.

Page 8: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

8

12. The Tenderer whose tender is accepted, shall be required to appear at the Office

of Dy.Chief Material Manager/ G&S/Mettuguda Sec-bad, in person, or authorized

representative of the contractor, if the Tenderer is a firm or a company shall so appear

and to execute the Contract Agreement within 14 days after notice that the contract has

been awarded to him. Failure to do so shall constitute a breach of the agreement effected

by the acceptance of the tender in which case the full value of Earnest Money

accompanying the tender shall stand forfeited without prejudice to any other rights or

remedies.

13. Should the Railway decide to negotiate with a view to bring down the rates, the

Tenderers called for negotiation should furnish the following for of declaration before

commencement of negotiations.

“I / We, ___________________ do hereby declare that in the event of failure of the

contemplated negotiations relating to Tender No.S/MFT/GL/TC/201/2015-16 opened

on dt. 06.03.2015, my /our original tender shall remain open for acceptance on the

original terms & conditions.

14. The truck provided by the contractor should be exclusively for the use for the

Railway Materials. The contractor shall display a painted board, bold and legible

wording “ON GOVT.(RAILWAY) DUTY”, while working against the contract.

15. The contractor shall not be entitled for any advance on account of the work

Undertaken by them against this contract.

16. The vehicles provided by the contractor should have necessary registration with

transport authority and road permits/National permits as required under Law. Copies of

truck documents such as RC, Insurance, Fitness, Pollution certificates, Professional

driving license, should be submitted to Railway‟s authorized representative before

placement of truck for loading purpose.

17. The Railway Administration reserves the rights to reject any tender either in

whole of in part without assigning any reason whatsoever, it does not bind itself to

accept the lowest or any tender. The Railway Administration also reserves the rights to

divide of to apportion the contract amongst more than one Tenderer. Tenderer should

note that actual workload may vary and the Railway Administration will not be

responsible for any variation.

18. Tenderer should offer their rates strictly in the manner required in the Schedule of

Rates without imposition of any counter conditions or provisions in the form of

minimum or maximum rate for any weight. Any deviation from the requirements of the

Railway Tender papers may render the tender offer liable to rejection. The rate quoted

should be inclusive of Insurance charges.

19. In respect of matters not specifically mentioned in these tender papers, the

provisions of the General Conditions of Contract for Works as amended from time to

time of the Engineering department of S.C. Rly, will govern the contract, mutatis-

mutandis, the President of India acting through Dy.CMM/G&S/MFT.

Page 9: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

9

20. Tenderer should furnish all the details asked in Annexure „A‟, Schedule of Works

and other forms given in this tender document, failing this, the tender is liable to be

cancelled. Tenders, who do not comply with instructions detailed above, are liable to be

passed over.

21. Tender should furnish all details asked in Annexure „A‟ Schedule of Works and

other forms given in this tender document, failing this is liable to be cancelled.

22. Tenders, which do not comply with instructions detailed above, are liable to be

Passed over.

23. If required, the Tenderers will have to transport the materials to for two or more

stations which are on the same route where full quantity of full load of 09 M/Ts is not

available for single station. Whenever such transportation is done payment will be

made for the last station in that route.

24. Diesel Price Variation Clause

Railways in general prefer Firm price contracts only. However, Diesel Price Variation

formula as mentioned below can be accepted. No other formula will be accepted.

For increase/decrease of Diesel price by Rs.1/- per litre, the quoted rate per trip will be

increased/decreased @ Rs.0.27/- per KM of travel distance. The rates quoted are based

on the Diesel price of Rs.____ per litre as on ___________. The Diesel Price as on date

of transportation is to be taken for calculation of Diesel Price Variation Clause. The

payment for this will be made against submission of documentary proof of Diesel

Prices.

25) Distances are reckoned as follows for the purpose of assessing

Diesel Price Variation Sl.

No.

From To Distance in KMs.

1 MFT BZA 267 2 MFT RDM 210 3 MFT NED 231 4 MFT GTL 337 5 MFT GNT 266 6 MFT BPA 216 7 MFT GY 306 8 MFT TPTY 574 9 MFT KZJ 132 10 RYPS MFT 244 11 KZJ MFT 132 12 TPTY MFT 574 13 NGPL MFT 55

DY.CMM(G&S)MFT

Page 10: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

10

Enclosure to Tender No.S/MFT/GL/TC/201/2015-2016 Dt. 29.01.2015

Due on: 06.03.2015

To

The President of India,

Through Dy. Chief Materials Manager,

G&S,S.C.Rly.,Mettuguda,Secunderabad-17.

Dear Sir,

Sub: Tender for transportation of Railway Materials by Road Vehicles.

*******

I / We do hereby tender for the above work at the rates quoted in the attached

schedule and do undertake to abide by the instructions relating to them and carry out the

work in accordance with the terms and conditions attached therewith for a period of one

year from the date of Acceptance of Contract.

I / We have deposited with the Dy.CAO/ Pay & Cash/ S.C.Rly/ Sec.Bad, the sum

of Rs. /- (Rupees only) towards

earnest Money in respect of this tender and enclosed the original cash receipt

No.________________ dt:_________.

Or

I / We enclose D.D / FDR No. _________________ dt;___________ drawn

on ____________________ Bank, for an amount of Rs.64,000/- (Rupees sixty four

thousands only) in favour of Dy.FA&CAO/ WS/S.C.Rly/ Lallaguda/ Sec. Bad., towards

Earnest Money in respect of this tender.

I / We agree to abide by this tender for the period of 90 (Ninety) days from the

date of opening of these tenders and in the event of my/ our tender being accepted

within the said period. I / We agree to take up the work when called upon by the

Dy.Chief Materials Manager, G&S, S.C.Rly., Mettuguda, or by any other authorised

Railway Officer, and in default of so doing, either way, the said Earnest Money

deposited by me/us will be forfeited by you.

Until a formal agreement is prepared and executed, the Acceptance of this tender

shall constitute a binding contract between us, subject to modifications, as may be

mutually agreed to by us and indicated in the Letter of Acceptance of my/ our offer for

the subject work.

Yours Faithfully,

Signature of the Tenderer/s

With Office seal & stamp

Page 11: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

11

Enclosure to tender

No.S/MFT/GL/TC/201/2015-16 dt.29.01.2015 Due on: 06.03.2015

ANNEXURE – ‘A’

A. Year of Establishment of the tendering firm :

B. Name of the Bankers :

Whether the Tenderer is a member of Indian

Bankers Association or any Chambers of

Commerce if so, please indicate with

enclosed copy.

C. Number of Lorries and Trailers possessed :

By the tenderer. Documentary evidence of

Ownership of the vehicles are to be produced,

As and when called upon to do so.

D. Whether the Tenderer has done any such :

Transportation handling work for any other

Govt. Department of statutory Corporation.

If so, full details of the nature of the work

executed, the total period worked and the total

tonnage with value handled should also be

furnished along with documentary evidence

in support thereof.

E. Any other documents the tenderer wishes to :

submit in proof of their credentials.

F. Details of approved Central Govt. Registration :

Certificates, if any.

Signature of the Tenderer/s

With Office seal & stamp

Page 12: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

12

South Central Railway

(STORES BRANCH)

Enclosure to tender No.S/MFT/GL/TC/201/2015-16 Due on: 06.03.2015

SCHEDULE OF WORK & RATE

EARNEST MONEY:Rs.64,000/- ( Rupees sixty four thousands only)

The details of the trips proposed to be entered are furnished here:- Sl.

No.

From To Proposed No.

of trips (per

month)

Rate per trip in Rupees (in

figures and words)

1 MFT BZA 02 2 MFT RDM 05 3 MFT NED 03 4 MFT GTL 2.5 5 MFT GNT 1.5 6 MFT BPA 0.5 7 MFT GY 5.5 8 MFT TPTY 1.5 9 MFT KZJ 01 10 RYPS MFT 1.5 11 KZJ MFT 01 12 TPTY MFT 0.5 13 NGPL MFT 01

NB: 1. Evolution Criteria: The offer will be evaluated as per the rate per trip per

destination

2. The Rates should be inclusive of loading, transit insurance, trans-shipment.

Unloading is being done by railways only (Loading to be done by the contractor).

3. The Contractor carrying the Railway Materials with their own risk, they will

have to submit Indemnity Bond of Rs.22,26,00,000/- (Rupees twenty two crores twenty

six lakhs only) for entire 318 trips for coverage of any loss/ damage/shortage/ Pilferage

against each Work Order per truck at the time of dispatch of Railway Materials.

4. Detention Charges, if any, to be quoted separately.

5. No. of Trips will be ( + )25% or ( - ) 25% in the whole year

for each destination.

6. The general conditions and special conditions are accepted.

Signature of the Tenderer/s

with Office seal & stamp

Page 13: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

13

SOUTH CENTRAL RAILWAY

STORES DEPARTMENT

MEMORANDUM OF AGREEMENT

OFFICE OF THE DY.CHIEF MATERIALS MANAGER

G&S DEPOT,S.C.RLY., METTUGUDA, SEC.BAD-17

AGREEMENT No.S/MFT/GL/TC/201/2015-16 Dt.

This agreement made on the day of , Two Thousand Fifteen between

the President of India acting through the Dy.Chief Materials Manager, G&S, S.C.Rly,

Mettuguda, Sec,bad., ( Herein after called “ The Railway Administrator which

expression shall otherwise excluded by or repugnant to the subject or contract mean and

include each of his assignees & Successors of one part.

And M/s sole Authorized Signatory of the firm

carrying on a business in the name & style as M/s sole

proprietor/firm called the contractor which expression shall unless otherwise excluded

by or repugnant to the subject or contract mean and include each of his agent, nominees,

servants, beneficiaries and Legal heir‟s) of one part.

Whereas, the Railway Administration invited Open Tender Notice

No.S/MFT/GL/TC/201/2015-16, opened on 06.03.2015 and the contractor offered vide

quotation No. dt. and revised offer against

negotiation dt. .2015 along with Earnest Money of Rs.64,000/- (Rupees Sixty

four thousands only) vide Demand Draft No. dt. & balance

Security Deposit of Rs. will be paid accordingly after adjustment of EMD

amount to undertake the work relating to the handling and transportation of Railway

Stores by Road Vehicles from G&S Depot for delivery at various points over S.C.Rly

and whereas the contractor submitted a quotation as mentioned above and Whereas the

said Tender along with the contractor‟s reference quoted above has been accepted by

the Railway Administration as per schedule stated herein below. All Annexure shall be

treated as part of the Agreement.

The performance guarantee of 5% contract value is paid vide __________

Place of working: Dy.CMM (G&S) MFT, Sec-bad-17.

NOW THEREFORE THIS AGREEMENT WITNESSTH AS FOLLOWS:

Terms & Conditions:

The agreement for transportation of railway materials of all kinds packed in

wooden/gunny bags, loose/cartoons, drums bales etc,. by lorry load upto 09 M/Ts or

full truck load, destinations from general & signal stores-depot, Mettuguda, Sec-bad to

Vijayawada, Ramagundam, Nanded, Guntakal, Guntur, Bellampally, Gooty, Tirupathi,

Kazipet.

Page 14: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

14

And Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to Mettuguda of 09

M/Ts each & SAIL/Nagulapalli to Mettuguda of 22/25 M/Ts capacity Truck/Trolley for

collection of Steel materials.

1. The Contractor shall execute the schedule items of works and be paid at the rates

mentioned against each item of the schedule of rates, annexed hereto and the Railway

Administration will not be responsible for payment of any extra charges, whatever that

may be or have been incurred by the contractor in course of execution of the work,

except where, specifically provided in any clauses herein below.

2. On receipt of the notice i.e.: the work order / notice from the Railway

Administration, the contractor will immediately arrange for supply of the requisite

number of Road Vehicles for transportation of Railway stores, between the points

specified in schedule of work. In case of work order being served upon, the contractor,

within 17.00 hrs of the day, shall place the road vehicles at the relevant loading point,

within 24 hrs.(One day). If the contractor fails to abide by the work order schedule, the

Administration will be free to engage emergency transport at the cost and risk of the

contractor.

3. In the event of failure of the contractor, to execute the work order i.e, not able to

provide the truck within 24 hrs, from date and time of indent placed on the contractor,

Rs.1000/- (Rupees One thousand only) per day/ per truck will be recovered from

contractor‟s pending bills. Besides, the Railway Administration would be free to hire

trucks from the market and recover general damages from the contractor for the

difference in cost. The penalties will continue to accrue till the material leaves Railway

premises.

4. Nature of work to be done against the items is shown in the schedule of works

and rates annexed hereto. Sl.

No.

From To Proposed No.

of trips (per

month)

Rate per trip in

figures & words

Total amount in

figures & words

1 MFT BZA 02 2 MFT RDM 05 3 MFT NED 03 4 MFT GTL 2.5 5 MFT GNT 1.5 6 MFT BPA 0.5 7 MFT GY 5.5 8 MFT TPTY 1.5 9 MFT KZJ 01 10 RYPS MFT 1.5 11 KZJ MFT 01 12 TPTY MFT 0.5 13 NGPL MFT 01

Total trips per month

Total trips per

annum

26.5

318

Page 15: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

15

5. Total value of contract: Rs.31,94,298/- ( Rs. Thirty one lakhs ninety four thousands

and two hundred ninety eight only ) for 318 trips.

6. The contractor after loading of materials in the truck shall furnish receipt of the

materials (Acknowledgement Sheet). The contractor should hand over one copy of the

Acknowledgement Sheet duly signed and stamped by their competent authority of the

firm, to The Dy. Chief Materials Manager, G&S, S.C.Rly, Mettuguda, Sec.bad, before

departure of the truck from despatch point. Contractor will carry two copies of

Acknowledgement Sheets along with Railway Materials to the point of delivery. At the

point of delivery, both copies of Acknowledgement Sheets should be got signed by the

consignee as a token of receipt of materials/ packages or otherwise, duly indicating

clearly the actual receipts with timings of placement and release of the vehicles there

under, both from the premises of the consignors and consignees, and signed by the

authorized representative of the consignors and consignees, along with their respective

office stamps to the Railway Administration within 4 (Four) days of the date of lifting

the materials. Failure to do so will render them liable for or be put to, for such loss, if

any, and/or also for such losses as may arise due to delay of delivery of such stores. The

contractor shall be liable to pay the Railways the cost of any item of Stores/

Consignment, damaged in transit of the said contractor‟s lorry during transportation,

whilst in their custody. For this contractor should obtain the receipts of the consignees

on Acknowledgement Sheet having received the materials in sound and undamaged

condition, in their own interest, while unloading the materials from their transport

vehicle. The contractor should ensure at the loading point that he receives all Stores/

Consignments in good and intact condition. If otherwise, a remark thereof should be

obtained from the Railway representatives on the Acknowledgement Sheet, at the time

of loading the materials in their transport vehicles. It will be necessary for the

contractor, to depute one authorized representative at the loading point, to give proper

acknowledgement of receipt of the materials, from Railway authority. Contractor will

deliver the Railway goods in like wise condition, at the point of delivery and they will

take clear acknowledgement from consignee about delivery of consignments.

7. The contractor shall be liable for loss or damages to such Property from

whatsoever cause happening, while such property is in the possession of or under the

control of the contractor, his servants, workmen or agents.

8. There is no guarantee about the tonnage, number of trips, that the contractor may

be required or will be called upon to handle in course of the execution of the work. The

Railway Administration reserves the rights to cancel, reduce or divide the work load,

without assigning any reason for such action. Transport by road, may not be restored to

by the Railway Administration in each case and recourse may be taken to any other

mode of transport as and when it is so convenient, at the sole discretion of the Railway

Administration

9. The Railway Administration does not guarantee the volume of work to be

handled by the contractor on any particular day or days. Nevertheless, the contractor

shall always and promptly provide for adequate number of vehicles and authorized

representatives to comply with the work order as and when a work order is placed for

the scheduled items of work.

Page 16: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

16

10. Provided further, that the contractor may be required by the Railway

Administration to undertake and execute work load under respective contract, scheduled

items beyond estimated contractual quantity, by a tolerance of 25 (Twenty five) percent,

at the same contracted rates & terms.

11. The contract shall be deemed to have commenced from dt and remain in

force for one year and till dt. Railway Administration reserves the right to

terminate this contract at any time giving due notice on that behalf, which will be of a

fortnight‟s duration, and without assigning any reasons thereof and that the contractor

shall not be entitled to any compensation whatsoever, by reason of such termination, if

any.

12. The contractor will have to submit an Indemnity Bond with two sureties of

sufficient financial standings as would be acceptable to the Railway, for a sum of

Rs.22,26,00,000/- (Rupees twenty two crores twenty six lakhs only) for 318 trips

before the contract is finalized. The Indemnity Bond should be valid upto the end of

currency period of the contract.

13. Subject as otherwise provided therein, all notices to be given on behalf of the

President of India and all other actions to be taken on his behalf, may be given or taken

on his behalf, by the Dy.Chief Materials Manager, G&S, S.C.Rly, Mettuguda, Sec.bad.

14. The contractor will allow authorized representative of the Railway

Administration including security staff & vigilance staff, if required for the supervision

of stores with their lorries,

15. In case of Dy. Chief Materials Manager, G&S, S.C.Rly, Mettuguda, Sec.bad, or

any stores officer, acting for and on behalf, is satisfied that the contractor is unable to

execute the work, against a particular work order, in accordance with the terms &

conditions of the contract, he may make arrangements to get the transportation work,

done by other contractor, and shall recover extra expenditure incurred from the Security

Deposit or any other dues of the contractor, under this or any other contract, without any

further reference and without prejudice to other rights & remedies.

16. The normal working hours of the Railway depots will be from 9.00 hrs. to 13.00

hrs and 13.30 hrs to 17.00 hrs on ordinary working days & from 9.00 hrs to 12.30 hrs on

weekly half days. The contractor‟s labour will not be allowed in the depot to work

before or beyond the time indicated above, except with prior sanction of the depot

officer. No person of the contractor will be permitted to enter the depot unless he has in

his possession an authorization issued by the contractor. It must be understood by the

contractor that the depot officer, security department/ vigilance dept. may subject

labourers provided by him, to a body search, both on entering and leaving the depot.

* Should the Railway Administration find that the contractor has in his employ,

representatives, labourers, whose presence in the depots is undesirable, the contractor

shall at once remove such person or persons, on request being made by the Dy. Chief

Materials Manager, G&S, S.C.Rly, Mettuguda or his supervising staff on his behalf.

Page 17: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

17

17. The contractor shall remain responsible as a „common carrier‟ for the Railway

stores, entrusted to the contractor, till such Railway stores are delivered to the consignee

In sound/ likewise condition. The Railway Administration, may at it‟s sole discretion,

depute Railway escorts to the contractor‟s road vehicles, from the point of loading of

vehicles to the point of delivery of the consignment. However, even when such escort is

provided, the contractor‟s responsibility as a „common carrier‟ shall in no way alter.

18. The entire cost of any Railway material lost by the contractor of any damage

sustained by such Railway property, while in the contractor‟s care/ custody or any

amount otherwise recoverable from the contractor will be liable to be recovered from

the contractor‟s bill/ security deposit. For this purpose, the amount assessed by

Dy.Chief Materials Manager, G&S, S.C.Rly, Mettuguda, Sec.bad, on behalf of the

Railway administration shall be final and binding on the contractor.

19. All accessories, which ever may be necessary, for handling materials to the

transporter, as well as for protecting them while in transit (like Tarpaulin for covering

stores on lorries), shall be provided by the contractor.

20. In the event of the contractor‟s going into liquidation or winding his business, or

making arrangement with his creditor failing to observe any of the provisions of the

contract, the Railway Administration shall, without prejudice to any other rights or

remedies, have the right to terminate the contract forthwith, and to claim from the

contractor, any loss sustained or costs incurred by the Railway Administration, by

reason of breach of the contract, or part thereof, by the contractor.

21. The contractor shall at all times indemnify the Railway Administration against

all claims, which may arise owing to the breach of the terms & conditions mentioned

herein and /or owing to any sort of act or commission on the part of the contractor,

during the currency of this contract.

22. The contractor shall bear the cost of repairs to or renewal of any rolling stock,

permanent way or other properties (including stores to be transported, loaded and

unloaded) of the Railway Administration or damage by negligence or that of his staff in

regard to assessment of such loss on account of damages, the decision of the Dy.Chief

Materials Manager, G&S, S.C.Rly, Mettuguda, Sec.bad, or his representative, will be

final and binding on the contractor.

23. Railway Administration will assist the contractor‟s labour with forklift, mobile

crane, weighing machines and lister trucks if available in the depot for loading of the

vehicle at dispatch point and the same will be completed within 5 working hours in

week days & 3 working hours in weekly half days, of the placement of the vehicles,

provided such placement done by the contractor is within the first hour of the working

day, at the concerned place.

24. In case of any officer acting for and on behalf of the Railway Administration, is

satisfied that the contractor is unable to execute the work against particular work order,

in accordance with the terms of the contract, he may make arrangement to get the

transportation work done by other contractors, at the risk and cost of the contractor,

such alternative work may also be got done by the parallel contractor, if any existing,

Page 18: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

18

and in that event, the difference in rate, if any, in adverse side, shall be recoverable from

the contractor. All work will be carried out as directed, by the Dy.Chief Materials

Manager, G&S, S.C.Rly, Mettuguda and/ such Officers and/ or such Supervising staff,

as aforesaid.

25. Where necessary, each vehicle engaged by the contractor, will be weighed at

Electronic Road Weight Bridge available at Mettuguda Stores Depot, and in the case of

non-functioning of Mettuguda Weigh Bridge of any reason the vehicle will be allowed

for weighment at a recognized weigh bridge, at the nearest point, before and after the

loading of the Railway Material, in presence of the supervisory staff, deputed by the

Dy.Chief Materials Manager, G&S, S.C.Rly, Mettuguda, Sec.bad, on his behalf. The

weighing charges will be borne by the contractor. The contractor will produce the

papers relating to the Lorries, names of the drivers & cleaners of the truck, to the

Railway Administration, where so directed.

26. The contractor shall provide medical treatment to his staff & labourers engaged

by him, in case of accidents on duty. The Railway Administration shall in no manner be

liable to the contractor or any of his staff for injury or death, caused as a result of

accidents, either within or outside the depot premises. The contractor shall be wholly

responsible for and will make good, all claims for compensation claimed by his labourer

or staff under Workmen‟s Compensation Act or motor vehicle Acts etc., Contractor

shall also indemnify the Railway Administration and discharge all sums, that may be

awarded in respect of claims for compensation, arising out of or consequent to the

accident, injury or death to any staff of labour engaged by him, pursuant to the

provisions of Workmen‟s Compensation Act (VIII of 1923)or Motor Vehicles Act 1988

etc,.

27. Basis of payment will be on point to point, per trip basis, up to 09 M/T load or

full truck load for less weight materials, as mentioned in the schedule of work. The

materials with less weight will be certified by the Dy.Chief Materials Manager, G&S,

S.C.Rly, Mettuguda, or by competent authority, as full truck load.

28. The Workshop Accounts Officer, S.C.Rly, Lallaguda will make payment of

Bills. The contractor will be required to submit his bills, as per requisite proforma,

along with supporting Work Order and Work Completion Certificate issued by the

Dy.Chief Materials Manager, G&S Depot, S.C.Rly, Mettuguda. On the basis of Work

Order and Completion Certificate, scrutiny of Bills will be made and accepted by the

Dy.Chief Materials Manager, G&S-Depot, S.C.Rly, Mettuguda or his representative

(i.e.) AMM/G&S/MFT and forward the same to The Workshop Accounts Officer,

S.C.Rly, Lallaguda for payment.

29. Income Tax at the rate of 2% of the gross amount will be recovered from all bill

of the contractor in terms of section 194 (c) of the Income Tax Act,1961, as introduced

through the Finance Act, 1972. In addition to this, 15% surcharge on the said 2%

Income Tax, as levied under Ministry of Finance, Govt. of India circular No. 593, F No.

275/14/91-IT (B) dt:06.02.91, will also be recovered from contractor‟s bills.

30. The contractor shall not be responsible for delays, in discharging contractual

obligations which may arise on account of reasons beyond his control and in respect of

Page 19: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

19

which, Dy.Chief materials Manager, G&S Depot, S.C.Rly., Mettuguda, will be the final

judge. Strike by contractor‟s staff/labourers, on account of any dispute between the

contractor and his staff/labourers, as to wages or otherwise or the lock out by the

contractor for any reason, will not be deemed to be the reason beyond the contractor‟s

control‟, and the contractor shall be liable and responsible for loss or damage, which the

Railway Administration may suffer on this account.

* The contractor agrees to indemnify the Railway Administration against all claims

for compensation by or on behalf of any workmen, labourers, as the case may be,

including casual labourer, employed by him in connection with the present contract, for

any injury or death by any accident under the Workman‟s Compensation Act VIII of

1923 and the Railway Administration will be entitled to deduct from any sum of money,

due to be payable to the contractor, the amount of compensation thus payable on

account of any such amount, under the terms of section 12 of the said Act, together with

all or any cost incurred by the Railway Administration, in such connection and the

contractor further agrees, that the decision of the said, Dy.Chief Materials Manager,

G&S Depot, S.C.Rly, Mettuguda, with respect to the amount of such indemnification,

shall be accepted by him as final.

31 (i) The contractor shall pay, not less than the fair wage, to the labourers

engaged by him for the work. The fair wage being the wage including the allowances

notified at the time of inviting tenders, for the work and where not notified, the wages

paid for similar work in the neighborhood. The labourer‟s wages and allowances shall

be not less than those prescribed by any Provincial law etc., if applicable, to contract

labourer engaged in the locality, in which the labourer works.

(ii) The contractor shall keep a proper record of such payments etc., and submit a

certificate every month, to the Railway Administration, of his having done so.

(iii) If the Railway Administration shall at any time, consider the mode adopted by

the contractor of paying his labourer objectionable, they shall have the power of

requiring a change of the payment system within one week from the date of the notice,

in writing, to that effect and in cases of non-compliance with such notices, all payment

to the contractor may be withheld, during such non-compliance.

32. A Notice showing the rates of wages to be paid to the labourers will be published

by the contractor and exhibited prominently near the place of work and should be made

easily accessible to all labourers.

33. The contractor shall comply with the provisions of the contract labour

(Regulation & Abolition) Act 1970 and contract labour (Regulation & Abolition)

Central Rules 1971 as modified from time to time, wherever applicable, and shall also

indemnify the Railway from and against any claims under the aforesaid Act and Rules.

34. The contractor shall comply with the provisions of payments of the Wages Act

and or any other Act or Law in force, and the Rules made there under, in regard to the

persons employed by him, as he alone and not Railway Administration, is responsible

under the said Acts and Laws for compliance therewith and in the default of

Page 20: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

20

compliance, contractor shall be held himself, liable for the penalties and other

consequences, prescribed therein.

35. No free Railway passes to be issued in favour of the contractor, for his own use

or his labourers, no conveyance or cost or advances thereof, for attendance of his staff at

the depot or any other points, will be provided for, by the Railway Administration.

36. The Security Deposit can be paid In cash, to the Rly. Administration‟s SAO/ Pay

& Cash/ S.C.Rly. / Sec.Bad., or Station Suptd./ Sec.Bad., or

* In the form of Pay Orders and Demand Drafts pledged in favour of Workshop

Accounts Officer/ S.C.Rly./ Lallaguda, valid for one year from the commencement of

the contract. This form of Security Deposit should be of the State Bank of India or of

any of the Nationalized Banks or of any Scheduled Bank.

* No cheques will be accepted from Contractor even if the Bank guarantees it.

37. Earnest Money deposited will be adjusted against the Security Deposit,

prescribed.

* Security Deposit may also be done in the manner detailed below. The

sum, together with the Earnest Money, will be retained by the Railway, as Security

Deposit, subject to ceiling of Rs.3 Lakhs, for due performance and observance of terms

and conditions of the contract. This shall be retained as contractor‟s Security Deposit,

by the Railway Administration, free of interest due, and proper performance and

satisfactory completion of the works under the Railway Administration. The Railway

Administration shall be at the liberty to reimburse themselves, there from any damages,

losses, charges, costs or exigencies suffered or incurred by them due to the contractor‟s

negligence, and/or Un-workman like performance, of any terms of the agreement.

The decision of the Dy.Chief Materials Manager, G&S, S.C.Rly, Mettuguda, shall in the

respect be final and binding on the contractor. The Security Deposit or such part thereof,

as has not been used as aforesaid will be refunded, on satisfactory completion of the

contract and on their submitting a „No Claim‟ certificate and on the final adjustment of

all accounts, relating to the work transactions under these presents. The Railway

Administration will not be liable to pay any interest on the Security Deposit, for any

depreciation in respect thereof. Whenever the Security Deposit falls short of the

prescribed amount, the contractor shall at once make good such deficit, so that the total

amount of security shall not, at any time be below the prescribed limit, stated herein

above.

38. The contractor should declare that his business is proprietorship/

partnership/public limited company/private limited company and composed of the

following proprietor/partner/directors, as the case may be. The management and control

of the works relating to this contract/agreement shall be, in the hands of such person

who, shall be deemed to have full authority, on behalf of the contractor, in his behalf

and whose acts shall be bindings on the contractor‟s firm/business/company. It is agreed

that no change in the constitution of the firm/company will be made without the prior

Page 21: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

21

approval of the Railway Administration in writing during the continuance of this

agreement.

39. In the event of breach of any of the terms & conditions of the agreement, the

Railway Administration shall have (without prejudice to other rights and remedies) the

right to terminate the contract forthwith and/or forfeit the entire amount of Security

Deposit lodged by the contractor, or to appropriate the Security Deposit or any part,

thereof, in or towards the satisfaction of any sum due for any damage, losses, charges,

expenses so that may be suffered or incurred by Railway Administration due to

contractor‟s negligence or un-workmanlike performance of any services under the

agreement. In the event of security being insufficient or if the security has been

forfeited, the balance or the total sum recoverable, as the case may be, shall be deducted

from any sum due, or which, at any time thereafter any, become due to the contractor

under this or any other contract with the Railway Administration, should this sum also

be not sufficient to cover the full amount recoverable, the contractor shall pay the

Railway Administration, on demand, the remaining balance due.

40. The contract shall not in any event, sublet or assigned.

41. The contract shall not hold the Railway Administration responsible or liable, in

any way, in the event of the work in the depot being and / or remaining suspended, due

to a derailment outside their respective premises or due to any unforeseen

circumstances, which may prevent all inward lorries from coming into the said premises

or due to any circumstances beyond the control of the Railway Administration.

42. In respect of matters, not specifically mentioned herein above, the provisions of

the General conditions of contract work, as amended from time to time of the

Engineering department, S.C.Rly., will govern the contract, mutatis mutandis, the

President of India acting through the Dy.Chief Material Manager/G&S/Depot,

S.C.Railway, Mettuguda, Sec-bad.

43. All disputes or differences arising between the contractor and the Railway

Administration in connection with the performance of the contract, or with regard to

the contract, shall be governed by the provision of Arbitration, as modified in G.C.C

2010. Disputes or differences in connection with this contract shall be referred to the

General Manager, S.C.Rly., Sec.bad, who shall appoint arbitrator who shall be a officer

not below the grade of JAG.

44. Octroi duty, if any, shall be borne by the contractor.

45. The contractor shall abide by the provisions of the Child Labour Abolition Act.

46 No Detention charges and / or non-utilization charges shall be paid to the

Contractor except those, which are specified herein below, and as per the terms and

conditions thereof.

(i) The contractor shall place the Road vehicles at the nominated loading points

within 10.00 hrs or otherwise, mentioned in the work order, of the day. No detention

Page 22: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

22

charges shall be payable or be paid to the contractor for second shift working and also if

the placement of the road vehicle is delayed for first shift.

(ii) No Detention charges shall be payable or be paid, unless the contractor road

vehicles, after loading, remain detained at the loading, on account of the Railway

Administration up to 17.00 hrs.

iii) No Detention charges shall be payable or be paid to the contractor, where the

loaded vehicle is detained en-route on account of traffic restriction. It shall be the clear

understanding under this contract, that the contracted rate shall be inclusive of the

repercussion of such traffic restriction etc., and/or. Which are not ascribable to the

Railway Administration.

(iv) Subject to fulfillment of the circumstances and conditions stipulated in this

clause, if the road vehicle is detained in loading/unloading points more than 24 hrs,

detention charges at Rs.550/-(Rupees five hundred and fifty only) per vehicle per day

(with or without trailer) will be payable to the contractor by the Railway

Administration.

(v) If, for some reasons, after placement of the empty road vehicles by the

contractor, in terms of the work order, the vehicles are not utilized and are returned by

the Railway Administration after more than 4 (four) hours of such placement (due to no

fault on the part of contractor), a non-utilization charge at the rate of Rs. 250/- (Rupees

two hundred and fifty only) per vehicle (with or without trailer) will be payable by the

Railway Administration.

(vi) The contractor shall obtain from the authorized representative of the Railway

Administration at the loading point and/ or consignee at destination point, and

appropriate certificate of timing on a prescribed proforma, in support of his claims for

non utilization charges and detention charges and the same should be essentially

produced, in original, together with other relevant documents, to the Railway

Administration for consideration of such claim.

(vii) No detention charges shall be payable or to be paid to the contractor for detention

of his loaded vehicles at the destination point, where the loaded vehicles is not placed

latest by 10.00 hrs.

This Agreement is effected from and shall always be deemed to have effected

from for all-purpose and intents and with all terms and conditions mentioned

therein.

In witness whereof, the parties, hereto hereunto, set their respective hands and seals the

day and year first above written.

Signed for and on behalf of the Signature of the Contractor

President of India with Office Seal & Stamp

Page 23: DEPUTY CHIEF MATERIALS MANAGER Ph. No. 040-20070332 ... · Guntakal, Guntur, Bellampalli, Gooty, Tirupathi, Kazipet. and Rayanapadu to Mettuguda, Kazipet to Mettuguda, Tirupathi to

23

By the Dy.Chief Materials Manager

G & S - Depot, S.C.Rly.,

Mettuguda, Secunderabad.

Witness Witness

1. Signature : 1. Signature : :

Name : Name

Address : Address :

2. Signature : 2. Signature :

Name : Name :

Address : Address :