indian railways rail wheel plantrwp.indianrailways.gov.in/rwp/tender/1392200557220... · 1 rail...

29
Indian Railways Rail Wheel Plant BID DOCUMENT OF ADVERTISED TENDER No. 81.13.5050 DUE ON 28.03.2014

Upload: others

Post on 13-May-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Indian Railways

Rail Wheel Plant

BID DOCUMENT OF ADVERTISED TENDER No. 81.13.5050 DUE ON 28.03.2014

1

RAIL WHEEL PLANT/Bela Stores Branch

First Floor, Admn. Building P.O. Arvind Nagar, Distt.-Saran 841221

Bid document against Tender Case No. 81.13.5050 for item Super 3000(Air Setting Mortar), CEMENT TUBE SUPER 3000 SLURRY to RWP SPECIFICATION NO. RWP/M/SPECN-1/031/1989 ALT. ‘g’.

Chapter Index Chapter Nature of document Page

reference I Invitation of Offer 2

II Tender Schedule 3

III Offer Form for Indigenous suppliers 4

IV Offer Form for Foreign Offers 5

V Proforma for Performance Statement 6

VI Proforma for Equipment & quality Control. 7

VII General Instruction to Tenderers – may be retained by the tenderer, for special conditions of contract Refer col. 14 of Chapter II

8 to 21

VIII Agreement Form/Certification by Tenderer 22

IX Check sheet for bidders. 23

X Annexure “A” (Format for generation of on line Road permit/Way Bill) 24

XI AS PER RWP SPECIFICATION NO . RWP/M/SPECN-1/031/1989 ALT. ‘g ’.

25-28

2

Chapter-I

RAIL WHEEL PLANT/Bela

Stores Branch First Floor, Admn. Building

P.O. Arvind Nagar, Distt.-Saran 841221

Invitation of Offer Open (Advt.) Tender No. : 81.13.5050

Due on : 28.03.2014

Place of Tender Opening : Office of Controller of Stores, RWP, Stores

Branch, First Floor, Administrative Building, P.O. Arvind Nagar, Distt.- Saran (Bihar)-841221

Brief Description of Stores : Super 3000(Air Setting Mortar), CEMENT TUBE SUPER 3000 SLURRY to RWP SPECIFICATION NO. RWP/M/SPECN-1/031/1989 ALT. ‘g’

To be door delivered at : Rail Wheel Plant, Village- Bela, Block-Dariyapur, En-route- Sheetalpur-Parsa Road, Distt- Saran, BIHAR. (841221).

Consignee : SSE/Mech/Mould Shop/RWP/Bela.

PL No. : 81981612 (RWF PL)

Closing time of the Tender box

: 14:00 Hrs.

Opening time of the Tender : 14:15 Hrs.

Validity of Offer : Offers should be valid for 120 days failing which it will be considered as deviation from tender condition. Such offers will be treated as unresponsive offer and the same will be liable to be ignored.

Note: No Offers shall be accepted after 14.00 Hrs on due date. Bids in sealed cover duly super scribing Tender No. & Opening date shall be submitted complete in all respects. Failure to do so may render the offer liable to be rejected. This invitation of offer to be read as a composite and integral part of the bid document. Thus, by submitting the offer, the tenderer is deemed to have agreed to accept the terms and conditions indicated in the bid document, even if the bid document has not been specifically attached by the tenderer.

3

Chapter –II

RAIL WHEEL PLANT/Bela Stores Branch

First Floor, Admn. Building P.O. Arvind Nagar, Distt.-Saran 841221

Tele Fax No. 06158-272144

Tender Schedule Tender No.: 81.13.5050 Tender Date: 31.01.2014 Sealed Tenders should be dropped in the ADVT. tender box (Maroon colour) in Office of the Controller of Stores, Administrative Building, First Floor, Rail Wheel Plant/Bela, P.O.- Arvind Nagar, Via- Shitalpur, Disttt. – Saran, Bihar, Pin-841221, by the tenderer or his representative before 14:00 hours on 28.03.2014. The tender will be opened at 14:15 hours on due date. 1. Description of Stores: Super 3000(Air Setting Mortar), CEMENT TUBE SUPER 3000 SLURRY to RWP

SPECIFICATION NO. RWP/M/SPECN-1/031/1989 ALT. ‘g’ NOTE: SHELF LIFE – 12 MONTHS FROM THE DATE OF SUPPLY.

1.1 *Safety Item: NO (See clause 11.2.2 for SD) 2. Quantity and Unit: 16075 Kgs. 2.1 *Lowest offer’s Evaluation Criteria: For multi item or single item with multiple consignees – inter-se position will be decided on aggregate i.e. total case value wise unless otherwise indicated in terms of (a) Item-wise (b) consignee wise (c) Item + consignee wise 3. Cost of Tender Form: Rs.1000/- 4. EMD: Rs. 42,600/- 5. Mode of Dispatch: By Road.

6. Stores to be door delivered at: Rail Wheel Plant (RWP), Vill.-Bela, Block-Dariyapur, Enroute- Sitalpur-Parsa Road, Distt.-Saran (Bihar). 841221.

7. Consignee - SSE/Mech./Mould Shop/RWP/Bela. 8. Delivery period required: 1st Lot of 8075 Kgs within 2 months & Balance 2nd Lot 8000 Kgs between 6-8 months. 9. Entry Tax Clause: Entry Tax is applicable for goods entering into the state of Bihar from outside state. For details please refer Para 17 of Chapter VII (General Instruction to Tenderers). 10. Any technical clarification regarding drawing/specification can be obtained from the office of Dy. CME-II/RWP after payment of requisite cost. 11. Inspection by: By RITES.

12. *Standard Fall Clause (Refer Clause 25) will not be applicable.

13. For the guidance of the bidders, Check sheet is enclosed and the same may be filled up. 14. Any other Special Condition:- *(a) 1.1, (b) 2.1, (c) 5.1, (d) For Multi source/Single source ordering (see clause 37) (e) Special Condition for Bearings (clause 40), (f) Special Condition for Paints (clause 41) 15. All offers will be governed by IRS Conditions of Contract unless otherwise specified in this bid document. 16. Rate of discount, if any is to be written/indicated at the place specified for it in the offer form (Chapter III) which otherwise will not be considered. *Strike out whichever is not applicable** All the clauses referred to above are to be read from General Instruction to tenderers i.e. chapter VII of the bid document.

4

Chapter-III

OFFER FORM FOR INDIGENOUS SUPPLIES

To, The President of India Acting through COS/RWP Controller of Stores First Floor, Stores Branch, Administrative Building, Rail Wheel Plant/Bela, P.O. Arvind Nagar, Via- Sitalpur, Distt. Saran (Bihar) 841221 Tender No 81.13.5050 Due for opening on 28.03.2014 at 14:15 Hrs. We __________________________ hereby offer to supply the following items at quoted price within the period of delivery indicated below: Item No.

Brief Description & Specification/ Drawing No. Qty. & Unit

Ex- Factory/ FOB price

FOR Destination

price

Total Value of the offer

1 2 3 4 5 6

BREAK UP OF PRICE IN COLUMN 5 Item No.

Ex Factory price

Excise Duty Sale Tax Packing Charges

Forwarding Charges

Freight upto Destination

F.O.R. Destination

price

Discount, if any: Terms of Payment: _______________________________________________________. Delivery Period:

1. We hereby certify that we are conversant with Indian Railways Standard Conditions of Contract and have fully understood the other Instructions/ Conditions of this tender and have thoroughly examined specifications/ drawings quoted in the schedule of requirement. We agree to abide by above conditions if the contract is awarded to us.

2. We hereby offer to supply the stores detailed above or the said portion thereof as you may specify in the

acceptance of the tender at the prices quoted and agree to hold price open for acceptance for a period of 120 days from the date of opening of tender. I/we are aware that if the validity period is less than 120 days it will be considered as deviation from tender condition. Such offers will be treated as unresponsive offer and the same will be liable to be ignored.

3. Earnest money for an amount equal to Rs.(In figures & In words)_______________________ is enclosed in the

form of (a) Cash receipt issued by Dy FA&CAO (C&P)/ ECR/ HJP (b) Bank Draft in favour of FA&CAO/ RWP/BELA. (Strike out whichever is not applicable).

Date: SIGNATURE & SEAL OF THE BIDDER

Name in Block Letters:

Witnessed by: Firm’s name: Authority: Proprietor/Partner/Power of Attorney

1. Name & Address: Telephone No. 2. Name & Address: Fax No.

5

Chapter-IV

OFFER FORM FOR FOREIGN OFFERS

To,

The President of India Acting through COS/RWP Controller of Stores First Floor, Stores Branch, Administrative Building, Rail Wheel Plant/Bela, P.O. Arvind Nagar, Via- Sitalpur, Distt. Saran (Bihar) 841221

Tender No. ___________________ due for opening on __________________________ at 14:15 Hrs.

We __________________________ hereby certify that we are established firm of manufacturers/ authorised agents of M/s ______________________________ with factories at _______________________ which are fitted with modern equipments and where the production methods, quality control and testing of all materials and parts manufactured or used by us are open to inspection by the representative of Indian Railways. We hereby offer to supply the following items at the prices and within the period of delivery indicated below:

Item No.

Description, Specification/ Drawing No. Qty. & Unit

Price per unit exclusive of agency commission, F.O.B

port country of supply (in the currency/

currencies of manufacturer’s

country/ US$ or any other currency widely used in international

trade)

Agency Commission per unit (in Indian Rs)

Ocean freight per

unit from port of despatch

to Indian port (in the same currency as

in col. 4)

C&F price per unit

inclusive of Agency

Commission (in the same currency as

in col. 4)

(7)=(4)+(6)+

(5)

1 2 3 4 5 6 7

Terms of Payment: ____________________________________________________

Delivery Period:____________________________________

Gross Weight & Dimension of Packages (Per unit):

1. We are agreeable to payment of Agency Commission to our Indian Agencies in Non Convertible Indian Rupees. 2. We hereby certify that we are conversant with Indian Railways Standard conditions of Contract and have fully understood the

other instructions/ conditions of this tender and have thoroughly examined specifications/ drawings quoted in the schedule of requirement. We agree to abide by above conditions if the contract is awarded to us.

3. We hereby offer to supply the stores detailed above or the said portion thereof as you may specify in the acceptance of the tender at the prices quoted and agree to hold price open for acceptance for a period of 150 days from the date of opening of tender.

4. Earnest money for an amount equal to Rs._________________(In words )_______________________ _________is enclosed in the form of (a) Cash receipt issued by Dy FA&CAO (C&P)/ ECR/ HJP (b) Bank Draft in favour of FA&CAO/ RWP/BELA. (Strike out whichever is not applicable).

Date: SIGNATURE & SEAL OF THE BIDDER

Name in Block Letters: Witnessed by: Firm’s name:

Authority: Proprietor/Partner/Power of Attorney 1. Name & Address: Phone No. 2. Name & Address: Fax No.

6

Chapter-V

PROFORMA FOR PERFORMANCE STATEMENT

(For a period of last 5 years)

Tender No.81.13.5050 Date of Opening 28.03.2014 Time 14:15 Hrs

Name of the firm _______________________________________________________________

Sl.

No.

Order No. & Purchaser’s

complete address with Telephone & Fax Nos.

Description & Qty.

Value of Order (Rs.)

Date of completion of delivery

Remarks indicating reasons for late delivery, if any

Has the equipment/ stores been satisfactorily commissioned and is it giving trouble free service

As per contract

Actual

Date:______________ SIGNATURE & SEAL OF THE BIDDER

Name in Block Letters:

7

Chapter-VI

PROFORMA FOR EQUIPMENT & QUALITY CONTROL

Tender No. 81.13.5050 Date of Opening 28.03.2014 Time 14:15 Hrs.

1. Name & Full address of the firm:

2. Telephone/ Fax No. of Office/ Factory/ Works

3. Location of the Factory/ Works

4. Details of Industrial licence, wherever required as per Statutory Regulations.

5. Details of Plant & Machinery erected and functioning in each department (monograph & description pamphlets be supplied, if available)

6. Production capacity of the item(s) quoted for, with the existing Plant & Machinery

6.1. Normal

6.2. Maximum

7. Details of arrangement for quality control of products such as laboratory testing equipments etc.

8. Details of staff

8.1. Details of technical supervisory staff-in-charge of production & quality control

8.2. Skilled labour employed 9. Are you registered with the Directorate General of Supplies & Disposal, New Delhi, India or any of the

Zonal Railways/ Production units? If so, furnish particulars of registration, period of currency, etc. 10. Are you a small scale unit registered with the NSIC, India? If so, furnish particulars of registration, period

of currency, etc. 11. Is your unit an ISO certified unit? If so, furnish particulars of registration, period of currency, etc.

Date: __________________ SIGNATURE & SEAL OF THE BIDDER

8

Chapter-VII

RAIL WHEEL PLANT STORES BRANCH

General Instruction to Tenderers

Tender No. : 81.13.5050 Sealed Tenders should be dropped in the ADVT tender box (Maroon colour) in Office of the Controller of Stores, Administrative Building, First Floor, Rail Wheel Plant/Bela, P.O.- Arvind Nagar, Via- Shitalpur, Disttt. – Saran, Bihar, Pin-841221 by the tenderer or his representative before 14:00 hours on 28.03.2014. The tenders will be opened at 14:15 hours on due date. 1. Tenders should be submitted in sealed covers addressed to the Office of the Controller of Stores, Administrative Building, First Floor, Rail Wheel Plant/Bela, P.O.- Arvind Nagar, Via- Shitalpur, Disttt. – Saran, Bihar, Pin-841221 and super scribed with the words “Tender No. 81.13.5050 due on 28.03.2014 for supply of Super 3000(Air Setting Mortar), CEMENT TUBE SUPER 3000 SLURRY to RWP SPECIFICATION NO. RWP/M/SPECN-1/031/1989 ALT. ‘g’ of Messrs______________ ___________ ____ ______________”.

2. If any of the opening date(s) falls on a Holiday, due to change in Holiday list due to Promulgation under Negotiable Instrument Act or due to any other unforeseen reasons, the effective date(s) of opening shall be next working day. 3. Downloading of tender document: Tenderers are advised to download tender documents well in advance and submit

the tender before the stipulated time. It is the responsibility of the tenderers to check any correction or modification to the tender published subsequently in the website and the same shall be taken into account while submitting the tender. Tenderers shall download corrigendum, if any, print out, sign and attach it with the main tender document. Tender documents not according to the published corrigendum are liable to be rejected. The railway will not be responsible for any postal delays or delay in downloading of tender document from the internet. Downloading of the tender document from website will tantamount to acceptance of the conditions stipulated in this bid document.

3.1 If any change/addition/deletion is made by the contractor in the downloaded document and the same is detected at any stage even after the award of the tender, full EMD will be forfeited and the contract will be terminated at their risk and cost. The tenderer is also liable to be banned from doing business with the railways and/or prosecuted.

4 Maker’s name and address and Brand of the stores offered must be stated if required as per drawing/ Specification; otherwise offers are liable to be rejected.

5. The Controller of Stores/ Rail Wheel Plant (COS/RWP) or any officer authorized on behalf of COS/RWP does not bind himself to accept the lowest or any tender and reserves the right to cancel, reduce or divide the contract on more than one source without assigning any reason for such action.

6. The right to increase/decrease the quantity by 30% if required is reserved, within the currency of the contract. 7. Tenderers are advised to quote for minimum 50% of the Tender Quantity failing which their offers are liable to be ignored. 8. If required as per drawing/ specification, Manufacturers/ Suppliers trade mark along with year & month of manufacturing to be mentioned on the product in such a way that can not be obliterated. 9. Offers received through FAX may be considered in case of procurement of items through Proprietary Article Certificate

(PAC) & Single Tender only subject to the firm submitting post confirmation copy on their letter head duly signed by the authorized person as per the tender conditions within ten working days from the date of opening.

9

9.1 However, for other type of tenders i.e. Bulletin, Limited and Advertised/Open tenders etc., offers received through FAX and found in the tender box at the time of opening of tenders and complete in all respects and duly signed by the authorized signatory should be treated as in time offer subject to the firm/firms submitting post confirmation copy duly signed by the authorized person as per the tender conditions within ten working days from the date of opening and in case of offers received from foreign firms against Global Tenders, the confirmation copy should be submitted within 21 ( twenty one) days.

9.2 All other offers received by FAX not covered in Para 9 and 9.1 above shall be treated as invalid. The offers received by FAX as covered in Para 9.1 shall be deemed as unresponsive in case the confirmation copy is not received within the time stipulated in Para 9.1.

9.3 No Purchase Orders shall be issued against the FAX offers without receipt of the confirmation copy of the same.

9.4 It shall be the sole responsibility of the tenderers to ensure that the offers submitted by FAX are dropped in appropriate tender box in sealed cover/covers and within the prescribed time and date. Railway shall not be responsible in any way for any delay in dropping the FAX offers in the appropriate tender box.

10. Un-signed offers will be summarily rejected.

11. Earnest Money Deposit (EMD) / Security Deposit (SD)

11.1 EMD

11.1.1 An amount of EMD as indicated in the Tender Schedule is required to be deposited with FA&CAO/RWP, Bela towards EMD with the tender in the form of cash or Demand Draft (issued by a Nationalised Bank /Scheduled Commercial Bank in favour of FA&CAO/RWP Bela payable at Hajipur with exemption to firms as mentioned below.

11.1.2 EMD will be taken from all the tenderers against advertised tenders subject to following exemption:

a. Vendors registered with NSIC up to the monetary limit of their registration for the item tendered.

b. Vendors registered with ECR up to their monetary limit of registration for the items tendered/trade groups of the items tendered.

c. Vendors on approved list of RDSO/PUs/CORE/Railways etc. for those specific items for which they are on approved list.

d. Manufacturers and their accredited agents. Accredited Agents can, however, claim exemption from payment of EMD on basis of tender specific authorisation from manufacturers only.

e. Other railways, Govt. departments.

11.1.3 Validity of EMD: EMD should remain valid for a period of 45 days beyond the final bid validity period.

11.1.4 Return of EMD:

(i) EMD of the unsuccessful bidders will be returned to them within 30 days after expiry of final bid validity. (ii) EMD will be refunded to the successful tenderer on receipt of SD. 11.2 SD

11.2.1 Within 14 days of receiving official intimation, the successful unregistered tenderer will be required to deposit SD with FA & CAO/RWP, Bela as required by the Administration for proper fulfillment of the contract. Payment of SD may be made in any of the following manners:

10

i. Deposit in Cash. ii. Government Securities to be valued at 5% below the market value. iii. Deposit receipt of the State Bank of India. iv. Guarantee Bonds executed by the State Bank of India. v. Demand Draft of issued by a Nationalised Bank /Scheduled Commercial Bank in favour of

FA&CAO/RWP Bela, payable at Hajipur. vi. Guarantee Bonds executed by any other nationalized bank/ scheduled commercial Bank provided. vii. A deposit in Post Office Savings Bank. viii. 12 years National Savings Certificate. ix. 10 years Defence Deposits.

x. National Defence Bond. These Certificates / Bonds may be accepted at their Surrender Value.

11.2.2 Safety Items: SD / Performance Guarantee (PG) shall be taken from all firms for contracts for all safety items placed against Advertised/Open tenders and global tenders.

11.2.3 Other than Safety Items: SD shall be taken from all firms for contracts for items (other than safety items) placed against advertised tenders and global tenders subject to the following exemptions: a. Vendors registered with NSIC up to the monetary limit of their registration for the items ordered. b. Vendors registered with ECR up to the monetary limit of their registration for the items ordered/trade groups for items ordered or vendors on approved list of RDSO/PUs/CORE/Railways etc for these specific items for which they are on approved list of other railways, govt departments on their specific request and on merits of the case as considered by the tender committee.

11.2.4 The usual SD, will, however be taken in case the contracts are placed on firms unregistered with ECR /unapproved firms or for items for which a particular firm is not registered/approved.

11.2.5 The amount of SD to be taken, wherever applicable, will be 10% of the total value of the contract subject to an upper ceiling limit of Rs.10 lakhs for contracts valuing up to Rs.10Crores and Rs.20 lakhs for contracts valuing above Rs.10 Crores.

11.2.6 Return of SD: After completion of all contractual obligations, SD will be returned to the supplier within 60 days.

12. The Supply Contracts will be governed by the Indian Railways Standard Conditions of Contract (Latest) and Instructions for Guidance of the Contractors issued by the Stores Branch of Rail Wheel Plant/Bela.

13. Firms, other than those registered with E.C. Railway are required to submit with their tender, each of the following documents, failing which their offers are liable to be ignored.

a. Performance Statement (as per Proforma enclosed at chapter-V) & Equipment & Quality Control Statement (as per Proforma enclosed at chapter- VI).

b. Banker’s Solvency certificate and evidence of financial standings. c. Credentials of the manufacturer, if tenderer is a trader.

14. Tenders received with erased, over written rate without proper authentication or rates not given in words are liable to be rejected.

15. Technical Clarifications / Drawing:

a. Any technical clarification regarding drawing/ specification can be obtained from the Office as indicated in Tender Schedule.

b. Tenderers other than the OEM, if quoting as per their own drawing, should submit two copies of their drawing along with their quotation for proper technical evaluation of their offer, failing which offers are liable to be ignored.

11

16. Sales Tax/ Excise Duty:

a. Sales Tax (ST), where leviable and intended to be claimed from the purchaser, should be distinctly shown along with the price quoted together with the Tenderer’s Sales Tax Registration Certificate Number. Where this is not done, no claim for Sales Tax will be admitted at any later stage and on any ground whatsoever.

b. If the quoted rate attracts any Excise Duty(ED) to be payable extra by the purchaser (Railways), the ex-works price and the rate of ED will have to be spelt out by the tenderers clearly. Failure by the tenderers to do so shall render the tender offer being loaded with the maximum rate of ED as applicable to manufacturers of the particular item, for the purpose of decision on the tender case.

c. Whenever firm is quoting prices inclusive of ED, then at the time of claiming payment firm will have to produce documentary evidence towards ED payment, failing which no payment will be made.

d. If the tendering firm does not reserve their rights to claim ED/ ST variation in future, then no upward variation in contract price even on grounds of statutory variation will be admissible by the purchaser.

e. The rate/amount of ST even when included in the rate quoted by tenderers must be spelt out separately. Where the rate/amount of CST/VAT included in the rate is NIL, this should be specifically indicated in the offer.

f. If it is a dutiable/ taxable item, the current rate of ST/ ED or any other taxes or duties legally leviable must be mentioned separately irrespective of rates being inclusive or exclusive of such taxes/ duties. If the rate of ST / ED or any other taxes/ duties is not specifically mentioned, the rate will be treated as inclusive of the highest rate of taxes/ duties as applicable for that item or as reasonably ascertained by the Railways and this fact viz. price is inclusive of taxes/ duties at the rate of _____, will be incorporated in the ‘PURCHASE ORDER’. And in such case, it would be the responsibility of the vendor to submit necessary documentary evidence along with his claim; payment will be regulated / effected as per the Section 64A of Sale of Goods Act, 1930, as amended from time to time.

g. If a firm quotes lower rate of ED and reserves variation rights, then the offer of the firm will be loaded with maximum rate of ED quoted by any firm in that tender to ascertain the inter-se ranking.

h. Variation in ED on turnover account is not admissible. Only statutory variation other than above would be permitted.

i. Misclassification of goods, if advised by the tenderers, results in a different rate of ED the same will be at the risk and cost of the tenderers. Statutory variation in ED as claimed at the time of tendering would be payable subject to documentary evidence and after necessary modification to the Purchase Order, issued by the purchaser to the contractor.

j. Tenderers must clearly indicate the exact rate/amount of CST/VAT claimed by them, as applicable in the state of seller. They should also provide copies of relevant notification/circular indicating the schedule/section and percentage of VAT applicable for the tendered item in the state of the seller, based on which a rate of CST/VAT has been quoted.

k. If any ambiguity is left by the tenderers in the matter of clearly indicating the chargeable CST/VAT, the purchaser shall evaluate the offers by taking into account the highest rate of CST/VAT quoted by the tenderer or as known to the purchaser as applicable in the state of the purchaser, (whichever is maximum for determining the inter-se ranking of the offers). The purchaser’s decision in this regard will be the final and no claim regarding applicability of CST/VAT in the state of the seller or otherwise will be entertained after opening of the tender. The purchaser will, however, still reserve the right not to pay any CST/VAT not significantly claimed/indicated clearly or unambiguously by the tenderers.

12

l. While quoting the rates, tenderers should pass on (by way of reduction in prices) the set off/input tax credit that would become available to them by switching over to the system of Value Added Tax (VAT), duly stating the quantum of such credit per unit of item quoted for.

m. Tenderers should confirm whether material offered for sale fall in the category of goods of special importance (declared goods), as incorporated in section 14 of CST Act, 1956.

17. Octroi / Entry Tax:

a) Entry tax is applicable in the state of Bihar for goods entering into the state of Bihar from outside state as

per Bihar VAT act 2005. Tenderers are requested to visit the site www.biharcommercialtax.gov. in site and ascertain the applicable rate of entry tax for the tendered item before quoting.

b) Online Road Permit/Way Bill has to be mandatorily issued by RWP/Bela for goods entering into the state of Bihar from outside state being registered dealer. Issue of Road Permit/Way Bill tantamount to payment of applicable Entry Tax by Rlys. in all cases where goods is entering into the state of Bihar form outside state.

c) Validity of such on line Way Bill is only for certain period which will be indicated. Hence within the validity, the consignment has to enter within the state of Bihar otherwise the same has to be get cancelled and new on line Way Bill has to be get issued. If the consignment enters without any on line Way Bill or invalid Way Bill, then any penalty levied by Commercial Tax Authorities or any other loss suffered by firm will be on firm’s account only and Railways will not liable for such reimbursement.

d) Contractor while quoting should specifically quote Entry Tax in their offers. In case entry tax is not specially quoted, it will construed that entry tax element is already included in their offered rates. In other works, liability of entry tax is on firm’s account hence Railway will deduct the applicable entry tax from the firm’s bill.

e) Contractors quoting remarks such as entry tax/Octroi to Purchaser’s account or entry tax extra as applicable in their offers may kindly note that their offer will be loaded with prevailing rate of entry tax with a view to assess/fix the inter-se ranking.

f) Supplier quoting in their offers for Road Permit/Way Bill/Octroi exemption certificate to be issued by Railway may please note that their offer will be loaded with prevailing rate of entry tax with a view to assess/fix the inter-se ranking.

g) Where, as per contract, the entry tax is on firm’s accounts; the payment will be made to firm only after deduction of applicable entry tax from firm’s bill.

h) Before dispatch of materials, firm should ensure to obtain the online line Road Permit/Way Bill from COS/RWP/Bela office. For this, firm should apply within delivery period with form as per Annex. If the request of the firm is found to be in order and as per contract terms and condition then the online Road Permit /Way bill will issued and communicated to firm through SMS. Subsequently, a letter in this regard will also be send to the firm’s address. Firm should note that if they apply without the details as per Annex. A, their request cannot be processed. Hence, online Road Permit/Way Bill cannot be issued to them.

i) The issued online Road Permit/Way Bill will be in form of 16 digit numeral. The online Way Bill be valid for a limited period of time only depending upon distance from origin to destination (i.e. from seven days to 21 days). This online Way Bill through 16 digit numeral is to be produce before the check post authorities at the entrance of state of Bihar within the validity period only. This 16 digit numeral and validity period will be communicated through SMS to supplier/Contractor and subsequently through letter.

j) If for any reason, the consignment could not enter into the state of Bihar within validity of online Way Bill then the request for either cancellation/extension of validity to be made immediately with the reason for such cancellation/extension. Only after getting the valid on line Way Bill, Consignment should approach the check post authority for entering into the state of Bihar.

k) If due to any incorrect/wrong information furnished by firm while applying for online Way Bill or entering the check post without Way Bill/Valid Way Bill, any penalty is imposed by commercial Tax authority /check post will be on firm’s account only and Rlys. will not refund the same. Moreover, if any loss is suffered by the firm due to same such as detention of lorry, wastage of materials etc. the same will be on firm’s account s only and Rlys. will not entertain any such claim for refund, damages etc.

13

18. Price Variation:

a. Tenderers desirous of price escalation on account of raw material in the tenders will please note that such escalation claims will be subject to verification by the FA&CAO/RWP, Bela with reference to the records that may be called for by them. Successful tenderer will be required to produce complete records including position of ground stocks available at the time of submission of tender for verification / examination of their claims under price escalation before their claims are accepted.

b. If the tenderer fails to establish his claim by producing satisfactory records before FA&CAO/RWP, Bela , their claim will be disallowed and/ or proportionately reduced.

c. For Copper/ Lead items (other than signalling/telecom cable items*): Firms offering their rates with price variation clause should invariably abide with the following standard PVC formulae and confirm the acceptance of the same in their offer. i) The price of finished product will be based on HCL/ HZL’s declared price of __________ (Firm to

indicate the name of raw material on which the base price has been taken) prevailing on __________ (date to be indicated). The basic price is based on Rs. ________ per Kg + ED _____% + ST ______% (Whichever is applicable).

ii) The prices of finished product will increase or decrease in the ratio of _________ (firm to indicate variation ratio) based on HCL/ HZL’s declared price for _______ (Name of Raw material) 30 days prior to the date on which the materials are offered for inspection.

* For Signalling/Telecom cables, the price variation as per latest IEEMA as specified in the schedule of tender shall be applicable.

d. For Steel items: Tenderers desiring variation in price arising from change in steel/ pig iron prices may quote their rates on the understanding that the base rate will be adjusted for variation in the WPI sub group index relating to Iron & steel as existing 2 months prior to the month of inspection over that which was prevailing one month prior to the month of tender opening. Admission of any claim in this regard will be subject to the supplier furnishing all the supporting documents.

e. For IS: 2062 Gr A material: PVC will be acceptable only as per M/s SAIL’s base price. Firm, however, will have to quote a clear-cut formula to define the PVC. Base price, as existing one month prior to the month of inspection, which has been quoted by the tenderer as base rate will only be applicable for calculation of price variation.

19. Imported Items: a. Indian Agents while quoting on behalf of Foreign Principals are required to invariably furnish the Principal’s

Proforma Invoice along with their offer. Only in exceptional circumstances, relaxation may be allowed to a tenderer to the extent of non-submission of Foreign Principal’s Proforma Invoice at the time of submitting of offer by the Indian Agents but in such cases the tenderers i.e., Indian Agents will have to furnish requisite Proforma Invoice as mentioned above as early as possible after the tender opening.

b. The Tenderer must note the aforesaid condition of submission of furnishing Principal’s Proforma Invoice has to be complied with and ultimate failure in this respect will make their offer liable to be ignored.

c. In case of imported items, successful firms will be required to submit copy of Commercial Invoice of their principals, Customs out passed Bill of Entry, Bill of Lading/ AWB etc. along with their supplies, in support of genuineness of materials.

d. An Indian agent will represent only one foreign/principal in a tender case. In case an Indian agent quotes on behalf of more than one foreign/principal, Railway reserves the right to ignore one/more offer at its option.

14

20. CLW/ DLW/ DMW/ ICF/ RCF/ RDSO/ CORE Restricted Items:

a. The Railways reserve the right to procure entire or bulk quantity from CLW/ DLW/ DMW/ ICF/ RCF/ RDSO/ CORE approved sources.

b. Wherever necessary, as per policy of procurement, bulk purchase will be made only from those firms who have been approved by RDSO/PUs/CORE etc for such ordering i.e. part I vendors before opening of tender to manufacture and supply the item. The tenderers are to enclose copies of such approval letters along with their offers. The status of the firm will be reckoned as on the date of tender opening and not thereafter. But in case of downgrading/removal/ suspension/banning etc after opening of tender, such changes shall be taken into account while considering the offers.

c. If the tendering firm(s) is not approved as mentioned above, either for placement of bulk order or for developmental order as on the date of tender opening, then they must submit their credentials in details, i.e., Machinery & Plant, Testing facilities, QAP and Technical Manpower etc. In deserving cases, their offers may be considered for developmental orders after assessment of capacities/ capabilities by nominated approving authority. Onus of getting such an approval from nominated approving authority within 120 days, i.e., the normal validity of an offer against an Advertised tender will lie with the tendering firm(s).

d. Failure to furnish requisite credentials as mentioned in Para (d) above will make their offer liable to be ignored straightway.

e. Ordering on Part II approved sources with competitive price ranking can be considered beyond 15% in case that source has successfully executed a larger quantity order in the same railway unit or other railway units/PUs in the preceding three years. Successful executions will be signified by both quantitative and qualitative performance. Upper limit of quantity to be ordered on such a source will not exceed 25% of the net procurable quantity in a given procurement case with another 5% on a new source in deserving cases and with strict compliance of extant procedure on such educational ordering. That is to say, the ordering quantity on Part II source can be up to 15% or the highest quantity of a past order, successfully executed in the preceding three years in the same railway unit or other railway units/PUs, whichever is higher, subject to maximum of 25 % of the net procurable quantity in the given procurement case.

f. Aggregate quantity procurable on all Part II approved vendors taken together, however, will not exceed 25% of the net procurable quantity in a given procurement case.

g. All part II approved tenderers must submit attested photocopies of POs, inspection certificates and receipt notes/certificates related to the maximum quantity of material under procurement, successfully supplied by them in any single order placed on them over the preceding three years by any Zonal Railways/PU. Such tenderers are to note that non-submission of such documents shall be taken as their not having any such past performance and their offers shall be considered further as per extant rules and no back reference in this regard will be made to them.

h. In deserving cases, the offers from new suppliers may be considered for educational orders up to 5% only after confirmation of their capacities/capabilities by nominated approving authority. Failure to furnish requisite credentials as mentioned above will make their offer liable to be ignored.

i. If the tendering firm(s) is not approved by RDSO/PUs/CORE as mentioned above, as Part I or Part II, then they must submit their credential details i.e. Machinery and Plants, Testing facilities, QAP, Technical Manpower, etc.

NB: Also see para 21 below.

21. Materials being procured from Likely sources (Firms having satisfactory past performance): a. Firm should submit a performance report of having supplied similar materials to Indian Railways

failing which their offer is liable to be ignored. The specimen Proforma is enclosed as chapter V.

b. Railways reserve the right to place orders for either entire or bulk quantity on firms having proven satisfactory past performance and may consider other firms for educational orders only, provided they submit credentials like copies of Purchase Orders for same or similar items of other Zonal Railways along with I/C & R/ Note along with their offer, failing which their offers are liable to be ignored.

15

21.1 ISI products will be preferred over materials conforming to IS specification. Tenderers offering ISI marking stores must indicate the following: Details of ISI licence held by them with its validity period; Xerox copy of license; and List of stores for which they are authorized to put ISI marks

21.2 For electrical items like frost free refrigerators, fluorescent tube lights, room air conditioners and distribution transformers, unless the specifically indicated in the contract, only products with at least 3 (three) star rating will be considered for purchase.

[

22. Materials being procured from manufacturers or their authorized agents: Only manufacturers or their authorized dealers need to quote with tender specific authorization from the manufacturers failing which offers are liable to be ignored.

23. Conditions for procurement of steel items (Applicable to IS: 2062 Grade A only)

a. Railway reserves the right to order entire or bulk quantity on main producers, i.e., M/s SAIL/ IISCO/ TISCO or sources approved by RDSO for IS: 2062 Grade B/ C in Part-I list or BIS approved sources for IS: 2062 Grade A. Firms to quote with copy of current & valid approval letter.

b. If the tendering firm is a re-roller (approved by RDSO/ BIS) then they should comply with the following: I) They must indicate the name of the RDSO approved steel maker/ Integrated Steel making Unit/ Main Producers from where they shall take supplies of Ingot/ Billets/ Blooms to manufacture material under procurement. II) If the tenderer happens to procure Ingot/ Billets/ Blooms from RDSO approved steel maker unit/ integrated steel unit then:

i. A certificate in original from such RDSO approved steel maker/ Integrated Steel Making unit (confirming the arrangement between the tenderer and themselves and also confirming that Ingot/ Billets/ Blooms shall conform to the governing specification) is to be furnished. Such certificate should be specific with reference to the tender under consideration.

ii. Such RDSO approved steel/ Integrated Steel Unit should furnish the details of MIC number, detailed chemical analysis of the heats against which Ingot/ Billets/ Blooms have been manufactured to facilitate inspection by the nominated inspection agencies. The tenanting firm, i.e., the said re-roller is to submit relevant documents like signed commercial invoice etc. to establish that the required ingot etc. actually have been purchased by them from the concerned RDSO approved source. Such details and documents are to be produced at the time of inspection and also with each consignment.

iii. If tenderer happens to procure Ingot/ Billets/ Blooms from Main Producers, then the tenderer will submit relevant documents like material test certificate, commercial invoice etc. issued by such Main Producer to establish that the Ingot/ Billets/ Blooms have actually been produced from such Main Producers. These documents are to be produced at the time of inspection and also along with each consignment.

iv. Nominated Inspecting Authority must categorically confirm in the inspection certificate that material has been inspected at the works of the firm with further clarification as to where the ingots have been made and rolled.

v. Failure to comply with the aforesaid conditions will make the offer liable to be ignored.

c. Procurement of M&P: Only manufacturers should quote. Other tenderers, should submit tender specific authorization from their OEM to quote against the said tender (failing which their offer shall invariably be passed over) with clear stipulation that after sales service will be provided by them.

16

24. Denial Clause: This tender is subject to denial clause as under:

a. Supplier will not be entitled to any benefit due to change of any statutory levies, custom duty variation, Exchange rate variation and any change in price element whatsoever those affect the total value of the Purchase Order, which comes after expiry of the original Delivery Period as per Purchase Order/ Letter of Credit.

b. Purchaser, however, will be entitled to any benefit due to change of any statutory levies and any change in price element whatsoever those affect the total value of Purchase Order, which comes after expiry of Original delivery Period as per Purchase order/ Letter of Credit.

25. Fall Clause:

a. The price charged for the stores supplied under the contract by the contractor shall in no event exceed the lowest price at which the contractor sells the stores or offer to sell the stores of identical description to any person/ organization including the purchaser of any department of Central Government/ Undertaking of the Central or State Government as the case may be during the period till all supply against the contract including the option clause quantity (if any) is complete.

b. If at any time during the said period, the contractor reduces the sale price, sell or offer to sell such stores to any person/ organization including purchaser or any department of Central or any statutory undertaking of the Central or State Government as the case may be at the price lower than the price chargeable under the contract, he shall forthwith notify such reduction of sell or offer to sell to the East Central Railway and the price payable; under the contract for the stores supplied after the date of coming into the force of such reduction of sale or offer of sale shall stand correspondingly reduced. The above stipulation will however not to apply to: i) Export by the contractor. ii) Sale of goods as original equipments at price lower than the price charge for normal replacement. iii) Sale of goods as drugs, which have expiry dates. iv) Sale of goods at lower price on or after the date of the completion of sale replacement or order of

goods by the authority concerned under the existing or previous rate contracts as also under any previous contracts entered into with the Central or State Government Department incl. their undertaking excl. joint sector companies and/ or private parties and bodies.

c. The contractor shall furnish the following certificate to the concerned paying authority along with each bill for

payment for supplies made against the rate contract

We certify that there has been no reduction in sale price of the stores of description identical to the stores supplied to the government under the contract herein and such stores have not been offered/ sold by me/ us to any person/ organization incl. the purchaser or any department of the Central Government or any statutory undertaking of the Central/ State Government or as the case may be up to date of completion of supply against all supply order placed during the currency of the rate contract at a price lower than the price charged to the government under contract except for quantity of stores categorized compared under sub clause (i), (ii), (iii) & (iv) above.

26. Inspection of Stores: Stores are to be inspected by RITES/ RDSO/ Consignee/ RA, Berlin (For imported

consignment) only at the manufacturer’s works. Inspection against MTC/ GC only is normally not acceptable and such offers are liable to be ignored.

a. Materials peculiar to Railway such as parts & fittings of Rolling stock except raw material, which have been found rectified during inspection and which could not be rectified are required to be defaced by the inspecting authority to avoid recycling of such rejected materials and to avoid ultimate failures of assets. All such rejected materials peculiar to Railways should be mechanically defaced to prevent sale to Railways again.

b. In case the firms fail to offer the material for inspection against inspection call issued to inspecting agency or if the material have to be re-inspected due to rejection of the material at firm’s premises by inspecting agency or due to non despatch of material within validity of inspection certificate, then 50% of the inspection charges applicable for the offered quantity subject to maximum of Rs. 5,000/- and actual test charges incurred will be paid by the supplier to inspecting agency.

17

c. In case the purchase orders are placed on traders/ agents for the items, which are peculiar to the Railways, traders/ agents should indicate the source of supply and inspection to be carried out at their manufacturer’s premises rather than traders/ agents’ premises, to ensure genuineness of quality of the materials. Above conditions will not be applicable for the items where inspection is being carried out against MTC/ GC or by the Consignee in view of urgency.

d. For all POs valuing more than Rs 1 lakhs, inspection by RITES/RDSO/DOI/Any other agency as specified in the tender condition is mandatory.

e. All inspection certificates should be accompanied by the relevant test reports.

27. Validity of Offers: Offers should be valid for 120 days failing which it will be considered as deviation from tender condition. Such offers will be treated as unresponsive offer and the same will be liable to be ignored.

28. Rates:

a. If the rates are not quoted on F.O.R destination basis, the amount of freight charges by Goods/ Passenger train/ Road transport should be indicated clearly & separately. The firm should note that they would be responsible till the safe arrival of the goods at the consignee’s end. Purchaser will not pay separately for transit insurance, if any, i.e., transit insurance shall be borne by the supplier. The offer form is available at chapter III & IV

b. Conditional discount other than discounts offered for quantity will not be considered for adjudging the inter-se position.

c. The purchaser reserves the option to give a purchase/price preference to the offers from Public sector units and or from Small scale/cottage Industries Units, over those from other firms, in accordance with the policies of the government from time to time. The price preference above however, can not be taken for granted and every endeavor need to be made by them to bring down cost to achieve competitiveness.

29. Marking of material: The tenderer should agree to indicate the Manufacturer’s Name, Month and Year of manufacturing by Railing/ stamping/ etching/ embossing, at an appropriate place of each piece supplied, without affecting the functional utility and structural stability of the components/ material. However, if the same is not possible because of component/ item being small in size or any other reason what so ever, tenderers should indicate the same in their offer.

30. All Non- IRS Conditions of Contract must be avoided. Firm should accept the IRS conditions.

31. Intending tenderers may attend opening on due date. Tenders with estimated cost below Rs. 10 lakhs will not be read out.

32. Payment Terms: Payments terms shall be as given below. Offers deviating from this are liable to be ignored without any back reference to the tenderer.

a. For orders valuing up to Rs. 1 Lakh, 100% payment will only be made against R/ Note for stock items and on

acceptance of the material by consignee for Non-stock items. No part payment will be made.

b. For orders valuing more than Rs. 1 Lakh, the normal acceptable payment term is 95% Advance payment against proof of despatch/ receipt and I/C and balance 5% against R/ Note or 100% against R/ Note.

c. For orders valuing more than Rs. 1 Lakh, no part payment below Rs. 1 Lakh will be made unless it is against the last supply.

d. For M&P items, the normal acceptable payment term is 80% Advance payment against receipt of material and I/C and balance 20% after successful commissioning/ installation of the equipment with BG (if applicable).

18

e. Tax Credit for VAT: The firm will submit its bill with the following certificate:- We hereby declare that additional set offs input tax credit to the tune of Rs. -------------- (

words) --------------------------- has accrued and accordingly the same is being passed on to the purchaser and to that effect the payable amount may be adjusted.

f. EFT scheme: For payments to be made through Electronic Fund Transfer (EFT) scheme, vendors are required to register for this scheme as per the format available with FA&CAO/ RWP/Bela.

33. Time Preference Order :-

It should be noted that if a contract is placed on a higher tenderer , in preference to a lower acceptable offer, (in consideration of offer of earlier delivery), the contractor will be liable to pay the Government the difference between the contract rate and that of the lowest acceptable tender on the basis of final price F.O.R destination (including all elements of freight, Sales Tax, Local taxes, duties and other incidentals) in case of failure to complete supplies in terms of such contract within the date of delivery specified in tender and incorporated in the contract. This is in addition and without prejudice to other rights under the terms of contract.

34. Any firm quoting on behalf of OEM or any approved source/manufacturer (as the case may be) must submit valid and current Agency Agreement/dealership certificate along with their offer and agree for inspection by the nominated agency (as the case may be) at the premises of the manufacturing unit of their principal, failing which the offer is liable to be rejected.

35.0 Cartel Formation:-

35.1 Wherever all or most of the approved firms quote equal rates and cartel formation is suspected, Railways reserve the right to place order on one or more firms to exclusion of the rest, without assigning any reasons thereof.

35.2 Firms are expected to quote for a quantity not less than 50% of tendered quantity. Offers for less than 50% of tendered quantity will be considered un-responsive and liable to be rejected. In

case cartel formation is suspected.

35.3 The firms who quote in cartel may please note that their names may be deleted from the list of approved sources.

35.4 Railways reserve the right to order on one or more firm, any quantity in case of suspected cartel formation.

36 Time is the essence of contract and time required for effecting the supplies should be stated in

unambiguous terms. Earliest guaranteed delivery should be quoted. The Tenderers should indicate the date of commencement of supply and the date of completion of supply with monthly supply schedule. The Penalties for defaults, Arbitration and L/D clauses will be as per IRS conditions of contract.

37 Splitting of tendered quantity:

37.1.1 The purchaser reserves the right to distribute the procurable quantity on one or more of the eligible tenderers. Zone of consideration of such eligible tenderers will be the right of the purchaser.

37.1.2 Wherever such distribution/splitting of the tendered/procurable quantity is made, the quantity distribution will depend upon the differential of rates quoted by the tenderers (other aspects i.e. adequate capacity cum capability, satisfactory past performance of the tenderers, outstanding orders load for the Railway making the procurement, quoted delivery schedule vis- a- vis the delivery schedule incorporated in the tender inquiry, etc being same/similar) in the manner detailed in the table below:

19

Price differential between L1 & L2

Quantity distribution ratio between L1 & L2

Upto 3% 60:40

More than 3% & upto 5% 65:35

More than 5% At least 65% on the L1 Tenderer. For the quantity to be ordered on the L2 Tenderer, TC/TAA should decide keeping in view conditions laid down in para (iv) (b), (iii) and (iv) at page 3 of Railway Board’s letter dated 15.10.07

37.1.3 If splitting of quantity is required to be done by ordering on tenderers higher than the L2 tenderer, then the quantity distribution proportion amongst the tenderers will be decided by transparent/logical/equity based extrapolation of the model, as indicated above.

37.1.4 The purchaser reserves the right to counter offer the lowest acceptable rate for bulk ordering to the higher tenderer(s). In the event of rejection of such counter offer(s), the purchaser will reserve the right to decide on the quantity distribution ratio/proportion.

37.1.5 In the cases of inadequate capacity cum capability, dissatisfactory past performance, large quantity of outstanding orders (liquidation of which will take very long time) etc., the purchaser shall have the right to distribute the procurable quantity amongst tenderers with due consideration to these constraints and in such a manner as would ensure timely supply of materials in requisite quantity to meet the needs of operation, maintenance, safety, etc of the Railways, regardless of inter-se ranking of the tenderers and in a fair and transparent manner with due conformity to the Principles of Natural Justice and Equity.

It may be noted that ordering on part II approved vendors, as per extant directives of Board, shall not construe splitting of the procurable quantity.

38 Firms quoting any deviations from the tender conditions/ requirements should specifically mention all such counter offers in a separate sheet.

39 Recovery of Liquidated Damages for delayed supplies during extended delivery period in Supply Contract.

(a) Upper limit for recovery of Liquidated damages in supply contracts will be 10% (Ten percent) of value of delayed supplies irrespective of delays, unless otherwise provided, specifically in the contract.

(b) “Railway shall recover from the contractor as agreed liquidated damages and not by way of penalty, a sum equivalent to 2% (Two percent) of the price of any stores (including elements of taxes, duties, freight, etc.) which the contractor has failed to deliver within the period fixed for delivery in the contract or as extended for each month or part of a month during which the delivery of such stores may be in arrears where delivery thereof is accepted after expiry of the aforesaid period, subject to a maximum of ten percent of value of the delayed supplies.”

20

40 Special Conditions for Bearings

a) The brands of bearings approved for procurement for various applications shall be as appearing in the relevant list of RDSO/CLW (as the case may be).

b) For all imported bearings of FAG/SKF/Timken/NSK/NTN, their Indian Associates, i.e. FAG India, Timken India, NSK India & NTN India will be treated as manufacturer.

c) Offers of either the manufacturers for respective brands approved by RDSO/CLW (as the case may be ) or their authorized agents with tender specific authorization will only be considered. Orders will also be placed accordingly.

d) Inspection will be done by the Railway’s nominated agency at the premises of the manufacturer or at the premises of the authorized agent only to the full satisfaction of the inspecting authority. Any offer with visual inspection clause or inspection against MTC & GC will not be accepted. In case of inspection at premises other than manufacturer’s premises, inspection will be done in presence of manufacturer’s representative.

e) For imported consignment in case of order being placed on authorized agents, they (authorized agents) will have to deposit security deposit as per IRS condition, when asked under the advance acceptance, for due execution of the contract within a guaranteed delivery period. This is irrespective of the fact as to whether the firm is registered with East Central Railway or not. However, if the orders are being placed on Indian associates of the foreign principals, viz. M/s FAG Bearings India for FAG/imported make, M/s SKF India for SKF/imported make, M/s NSK/Japan make and M/s Timken India for Timken/USA make, then they may be exempted from depositing SD.

f) For imported consignments, firms will have to give consent to furnish copy of custom out passed Bill of Entry, maker’s test and guarantee certificate relevant to each consignment, copy of bill of lading/AWB Central relevant to each consignment, copy of commercial invoice of the foreign makers at the time of inspection and supply.

g) In case of order being placed on authorized agents, the manufacturers will have to give a guarantee for satisfactory execution of the contract by their authorized agents by issuing letter to that effect.

h) The bearings are to be supplied in maker’s original cartoon and from the country of origin as approved by RDSO/CLW (as the case may be).

41. Special Conditions for Paint items

a) The tenders must enclose the approval of the nodal approving agencies of Paint as mentioned in the table given below along with their officers. (Refer clause 19).

Paint item Approval required

i Exterior Finishing & undercoat paints to IS: 8662/93, Knifing stopper Putty to IS: 5083/88, Varnish exterior finishing to IS: 524/83

ICF approved manufacturer to respective specification

ii Paint Plastic Emulsion white to IS: 5411(Part –II)/1972 ICF approved manufacturer to IS: 8662/93

iii i) Paint interior finishing & undercoat to IS: 133/93 ii) Aluminium Paint to IS: 2339/63 iii) Red Oxide Zinc Chrome Priming to IS: 2074/92 iv) Paint bituminous Black to IS: 9862/81 v) Black Japan type A to IS: 341/73

ICF approved manufacturer for the paints of respective IS specification

iv Paint bituminous Black to IS: 158/81 RDSO approved manufacturer as well as the firms approved by NSIC under single point registration scheme.

v All other ready mix paints except those under SI.No.III, IV above.

RDSO approved firms for Bridge & Wagons paints as well as steel structures and other applications.

21

b) Packing Clause:

i Aluminium Paints to IS: 2339/63 4Ltr. New Dual non-returnable metal containers .

ii Knifing Stopper Putty to IS: 5083/88

20 Kg. to 35 Kg. new non-returnable metal containers confirming to IS: 2552/89, Grade-BII

iii All other paint items 20 Ltr. New non-returnable metal containers conforming to IS: 2552/89,Grade-BII

Any counter offer in this packing clause as mentioned above will render the offer to be ignored.

c) Requirement of NTH Certificate.

i) No NTH Certificate is required to be submitted for following paints items:

- Interior finishing and undercoat paints to IS: 133/93

- Exterior undercoating paints to IS: 8662/93

- Paints exterior off white to IS: 8662/93

- Paints exterior Cherry Red to IS: 8662/93

ii) For all other paints items valid NTH certificate no older than 6 years as on the date of tender opening is required to be submitted along with offer without which the offer shall be ignored without any reference to the firm. Onus for submission of certificate exclusively lies with the tenderer.

d) Brand name should be quoted for all exterior paints.

42. Price preference : Price preference will be given to NSIC/KVIC/WDC units up to 15% on merit over large Scale Units subject to their fulfilling the quality/specification criterion. The quantum of preference will be decided depending on the item and with a view to give further encouragement to SSI units to develop this item and this decision of quantum of preference will be decided in consultation with finance subject to the fact that price preference cannot be taken for granted and vendor will make attempt to bring down cost and achieve competitiveness.

43. In case of any difference between English & Hindi versions, English version shall prevail.

22

Chapter- VIII

AGREEMENT FORM

CERTIFICATION BY TENDERER

Tender No. 81.13.5050 Due on 28.03.2014

I/We engage to supply the article/s to Rail Wheel Plant /Bela, Indian Railways and comply as per,

1. Instructions-General Conditions of Tender. 2. Special Conditions of tender, if any, for entering into supply contract. 3. Tender Schedule and Technical Specification indicated. 4. Item/Tender specific conditions for this tender 5. IRS Conditions of Contract. 6. I/We confirm that set off for the ED,VAT,etc. paid on the inputs have been taken into consideration in the above

quoted price and further agree to pass on such additional duties as set offs as may become available in future under MODVAT,VAT etc.

7. This offer is valid for Minimum 120 days from the date of opening of tender.

Address: Tenderer’s Signature & Seal

Tel.No.: ________________ Date:_____________

Fax. No,:_______________ Name of person signing:

Email ID:________________

Mobile No.:_________________

23

Chapter-IX

Check sheet for bidders.

The bidders are requested to check the tender forms before submission of the same with special reference to the following:

• Tender has been filled up properly and all corrections have been initialed.

• Requisite Earnest Money has been deposited with the tender form.

• Description of Stores and Quantity offered are as per tender requirement.

• Rate has been written both in figures as well as words.

• If the offer is on FOR station of dispatch/ Ex-works basis, Freight element has been indicated separately. In case freight element is not indicated, the offer shall be loaded with the prevailing Railway Parcel freight to determine the inter-se ranking of the offers.

• If the material is being offered as per firm’s own drawing, copies of the same have been enclosed.

• Chapter V & VI have been filled up and signed.

• Offer form has been signed with stamp.

• Agreement Form/Certification by Tenderer has been signed with affixing of stamp/seal of firm.

24

Chapter-X

Annexure ‘A’

Following information are required for generation of Online Road Permit/Way Bill.

A. Mandatory Field:-

(i) Basic Details of Consignor:-

Ø Name Ø VAT TIN Ø CST TIN Ø Address Ø Country Ø State Ø Place of dispatch Ø Destination of Consignment Ø Distance from Origin (in Kms.) Ø P.O. NO. & Date Ø Consignee Ø Transporter Name Ø Vehicle No.

(ii) Description of Consignment:-

Ø Seller Invoice No. & date Ø Registered Goods Ø Purpose of Goods Ø Value Ø Qty. & unit. Ø Name of Check Post

B. Optional Field:-

Ø Email Address of Consignor Ø Phone No. of Consignor Ø Fax No. of Consignor Ø Place from where delivery is to be taken Ø Driver Name Ø Driving License No. Ø Transporter Invoice No. &date

Signature of Firm with seal

25

Chapter-XI

26

27

28