ten sch.of icf bogies.2

Upload: carolina-bond

Post on 30-May-2018

232 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    1/37

    1

    c

    TENDER NO. SCR/GTL/ICF BOGIES/TPTY/2009/01Cost of Tender form

    Rs.3360/-by hand (Last date of issue by hand 13.01.2010 ) Rs.3860/- by post (Last date of issue by post 4.01.2010 )

    Contract period 2 yearsSimilar nature of works

    Transportation contract of Railway materials with any unit of IndianRailways

    ISSUED TO M.R. / DD No.Date:M/s. / Shri.. Not Transferable.

    DRM/Mechanical-C&W/GTL================================================================

    Place: Signature of the TendererDate: Name:

    Seal:

    Name of Work : Transportation of ICF bogies with wheel sets for IOH of coaches of 18moths POH periodicity between CRS & Coaching Depot, TPTY .

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    2/37

    2

    SOUTH CENTRAL RAILWAYWORKS CONTRACT

    REGULATIONS OF TENDERS AND CONTRACTSCONDITIONS OF TENDER

    TENDER AGREEMENT FORM

    Tender Notice No. SCR/WCTN/Mech(C&W)/GTL/2009/09 dt.8.12.09Estimatevalue

    Rs.27,82,800/- Last date for issue of tender forms by post

    4.01.2010.

    EMD Rs.55,660/- Last date for issue of tender form in person

    13.01.2010

    Date and time for submission of tenders

    From 12.01.2010onwards from 11:00hrs to 17:00 hrs &from 9:30 hrs. to12:00 hrs. on18.01.2010.

    Date and time for opening of tenders

    18.01.2010 at12:30 hrs.

    NOTE TO TENDERERS

    1) Tender forms in the prescribed form may be obtained from the office of theSr.Divisional Mechanical Engineer,Carriage & Wagon, S.C. Railway, Guntakal,on production of cash receipt for each tender form at the rates mentioned on thecover page and in the Tender Notice. If any plan/drawing is attached with thetender form, Rs.200 /- for plan/drawing will be levied extra. The amount towardsthe cost of tender form may be remitted to the Divisional Cashier (Pay)S.C.Railway, Vijayawada, Guntur, Secunderabad, Hyderabad, Guntakal andNanded, Chief Cashier (Pay), S.C.Railway, Secunderabad or any StationMaster/Station Superintendent on S.C. Railway and the receipt obtained thereof should be submitted to this office with a requisition for issue of tender form.Money Orders, Postal Orders, etc, will not be considered for issue of tender forms. The tender forms are not transferable and the cost of the tender form isnot refundable. This office will not entertain direct payment. Tender Number,Description of the work, etc. should be written on the sealed cover addressed tothe Sr.Divisional Mechanical Engineer, Carriage & Wagon, S.C. Railway,Guntakal, while submitting the Tender document.

    2) The Tender forms are available for sale in the office of Sr.Divisional MechanicalEngineer,Carriage & Wagon, S.C. Railway, Guntakal and also in S.C.RailwayWeb site.

    3) Tender conditions / other particulars are available in the tender documents onour website at http://tenders.gov.in which can be downloaded.

    4) The Railway reserves the right to cancel the tender without assigning any reasonthereto.

    Place: Signature of the TendererDate: Name:

    Seal:

    http://tenders.gov.in/http://tenders.gov.in/
  • 8/14/2019 Ten Sch.of ICF Bogies.2

    3/37

    3

    5) Venue : Tender documents, duly completed in all respects shall be dropped inthe Tender Box kept for the purpose at Divisional Railway Managers Office-Compound, South Central Railway, Guntakal, Anantapur District (or) may besent by post to Sr.Divisional Mechanical Engineer, Carriage & Wagon , SouthCentral Railway, Guntakal-515059 Anantapur District(A.P.). Railway is not

    responsible for any delay in transit (or) loss of Tender form sent/received byPost.

    6) If the date of opening happens to be a holiday, the tenders will be opened onthe next working day.

    7) The successful tenderer will have to start work within the stipulated period,failing which the earnest money , security deposit and performanceguarantee shall be forfeited and action will be taken by Railway as deemednecessary.

    8) The Railway Administration reserves the right to reject any or all the tenderswithout assigning any reason whatsoever or to accept any tender with alower offer.

    9). This tender form is non transferable.

    Place: Signature of the TendererDate: Name:

    Seal:

    Visit our site at http://tenders.gov.in.

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    4/37

    4

    SOUTH CENTRAL RAILWAYSTANDARD REGULATIONS FOR TENDERS AND CONTRACTS

    Sl.No.

    Contents PageNo.

    1 Instructions for submission of Tender documentsby downloading from Website 5

    2 Eligibility criteria with conditions and connectedAnnexures 6-12

    3 Tender Annexure-I 13

    4Regulations for tenders and contracts for guidance of contractors for Mechanicalengineering works- meaning of terms.

    14-17

    5 Conditions of Tender 18-22

    6 General conditions of Contract 23-30

    7 Part-I - Schedule of rates & quantities 31

    8 Part-II Details of scope of work 32

    9 Part-III Other terms and conditions 33-37

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    5/37

    5

    Instructions for submission of Tender documents by downloading fromWebsite

    1) Tender schedules are also available on web site and the same can be downloaded and used as tender document for submitting the offer. However, the costof tender document as indicated on the cover page and in the Tender Notice hasto be paid by the Tenderer in the form of a bank draft payable in favour of Senior Divisional Finance Manager, S.C. Railway, Guntakal or original money receiptobtained from Divisional Cashier (Pay) S.C.Railway, Guntakal, Vijayawada,Guntur, Secunderabad, Hyderabad, Chief Cashier (Pay), S.C.Railway,Secunderabad or any Station Master/Station Superintendent on S.C. Railwayalong with the Tender document. This should be paid separately and not clubbedwith the Earnest Money deposit. If tenderers down load tender documents fromWebsite and do not enclose proper value towards the cost of tender form, their

    tender shall be considered as invalid.2) Tenderers are free to down load the tender document from the website at their

    own risk and cost for the purpose of perusal and to use the same as tender document, if so desired for submitting their offer. If the offer of any tenderer whohas submitted the Tender document down loaded from the website is accepted,the contract agreement will be prepared based on the master copy of thedocument and will be binding on the contractor. The Railway does not own anyresponsibility for any alteration/omission in the contents of the Tender formuploaded on the web site. No claim on this account will be entertained.

    3) The administration will not own any responsibility, if website is not opened for downloading / uploading the tender documents due to any technical snag.

    4) The prospective tenderers are advised to visit website http://tenders.gov.in. before one week to the date of tender opening to note any changes/corrigendafor any tender.

    5) Warning : It is hereby brought to the notice of all prospective tenderers that if anychange/additions/deletions/ alterations are found to be made by them and thesame is subsequently detected / noticed at any stage even after award of thecontract, all necessary action including banning of business would be taken. Inaddition, the tenderers are liable to be prosecuted under law.

    Place: Signature of the TendererDate: Name:

    Seal:

    http://tenders.gov.in./http://tenders.gov.in./
  • 8/14/2019 Ten Sch.of ICF Bogies.2

    6/37

    6

    1. ELIGIBILITY CRITERIA

    For the works whose advertised Tender value is costing above Rs.20 lakhs shall satisfythe eligibility criteria as detailed below by submitting documents in support of their claimsalong with the tender document itself.

    A Should have physicallycompleted in the lastthree financial yearsi.e. current year andthree previous financialyears.

    At least one similar single work for a minimum value of 35% of Advertised Tender Value of Work.

    i. Similar nature of work physically completed within the qualifyingperiod, i.e. the last 3 financial years and current financial year (even though the work might have commenced before thequalifying period) shall only be considered in evaluating theeligibility criteria.

    ii. The total value of similar nature of work completed during thequalifying period, and not the payments received within qualifyingperiod alone, shall be considered.

    In case, the final bill of similar nature of work has not been passedand final measurements have not been recorded, the paid amountincluding statutory deduction is to be considered. If final measurementshave been recorded and work has been completed with negativevariation, then also the paid amount including statutory deduction is tobe considered.

    However, if final measurements have been recorded and work hasbeen completed with positive variation but variation has not beensanctioned, original agreement value or last sanctioned agreementvalue whichever is lower shall be considered for judging eligibility.

    B Total Contract amountreceived during the lastthree financial yearsand in the currentfinancial year.

    Shall be a minimum of 150% of Advertised Tender Value.(An attested certificate from the Employer/Client, Audited balance Sheet,duly certified by the Chartered Accountant etc. shall be submitted .)

    Current Year is reckoned as the Financial year in which the date of opening falls.

    NOTE:

    1. The contractor should satisfy both the eligibility conditions prescribed as inthe above and also enclose the experience certificate as per Annexure-C andthe turn over certificate duly certified by the CA for this tender. Both theexperience certificate and the turn over certificates should have beenattested.

    2. Similar nature of work is defined at Page no.1 of the tender schedule.

    3. The contractor should enclose the document as per point no.1.7.1 to 1.7.4 atPage no.8 in accordance with proforma given at Annexures A,B & D.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    7/37

    7

    The following documents shall be submitted along with tender .

    1.1 Tenderer should submit an attested copy of certificate obtained from Jr.

    Administrative Grade Officer of Indian Railways to establish the eligibility criteria.Description of work, organization for whom executed, value of contract at thetime of award, date of award; date of scheduled completion of work; date of actual start, actual completion; final value of contract. If the work is completedbut final bill not paid, details as required in Annexure - C shall be madeavailable.

    1.2 Attested copy of Certificate from Jr. Administrative Grade Officer of IndianRailways showing agreement wise contract bill amount received during thelast 3 financial years and in the current financial year. Audited balance sheetindicating agreement wise contract bills received during the last 3 financial

    years, duly signed and certified by the Chartered Accountant also can beenclosed.

    1.3 The onus of establishing credentials lies with the Tenderer and hence Railwayshall evaluate the offer only from the certificates/documents submitted alongwith the tender offer.

    1.4 Any certificate, documents submitted after tender opening shall not be givenany credit and shall not be considered.

    1.5 The offer of tenderer(s) who do not enclose Experience Certificate and

    Turnover Certificate as in 1.1 to 1.2 along with their tender to establish their credentials shall be summarily rejected though they are working contractors or Contractors of Approved list.

    1.6 Post Tender correspondence shall not be entertained. Railway shall not call for any clarification regarding the credentials from the contractor(s) after thetender is opened.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    8/37

    8

    1.7 The following further documents may be submitted along with theTender:-

    1.7.1 List of personnel organization available on hand and proposed to beengaged for the subject work. These two lists should be givenseparately and signed by Tenderer. To be submitted in the proformagiven in the Annexure-A

    1.7.2 List of Plant & Machinery available on hand (own) and proposed to beinducted (own and hired to be given separately) for the subject workand this list shall be signed by tenderer. To be submitted in theproforma given in the Annexure-B

    1.7.3 List of works completed in the last three Financial years givingdescription of the work, Organisation for whom executed,approximate value of contract at the time of award, date of award and

    date of scheduled completion of work, date of actual start, actual completionand final value of contract should also be given.

    1.7.4 List of works on hand indicating name of work, contract value, Billamount paid so far; due date of completion etc. to be furnished byContractor in Annexure-D and this certificate to be signed byContractor.

    1.8 If any certificates or details enclosed by tenderers are found tobe fake/bogus/ tampered, such of those agencies shall not be

    awarded any work in S.C. Railway for a period of 5 years from thedate of opening of tender. Joint ventures or partnership firms or anyother nature of firms in which such agencies are a party shall also notbe awarded any work for this period of 5(five) years.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    9/37

    9

    ANNEXURE-APROFORMA

    ENGINEERING ORGANISATION

    1. ENGINEERING ORGANISATION AVAILABLE ON HAND.

    Sl.No.

    Name &Designation of Employee

    Qualification PreviousExperience

    WorkingFromTo

    ABCZ

    2. ENGINEERING ORGANISATION PROPOSED TO BE ENGAGED FOR THISWORK FROM ABOVE.

    Sl.No.

    Name &Designation of Employee

    Qualification PreviousExperience

    Remarks

    AB

    CZ

    3. ENGINEERING ORGANISATION PROPOSED TO BEENGAGED FOR THIS WORK FROM OUTSIDE.

    (A SUITABLY WORDED CONSENT LETTER FROM SUCH A PERSONSHOULD BE OBTAINED AND ENCLOSED).

    Sl.No.

    Name &Designation of

    Employee

    Qualification PreviousExperience

    Remarks

    ABCZ

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    10/37

    10

    ANNEXURE-BPROFORMA

    PLANT & MACHINERY

    1. PLANT & MACHINERYAVAILABLE ON HAND.

    Sl.No.

    Particulars of machinery,Plant &equipment

    No. of Units

    Kindandmake

    Capacity Age andCondition

    Approx.cost inRs. inlakhs

    Purchase Bill No. &Date andRegistrationparticulars

    A

    BCZ

    2. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM ABOVE.

    Sl.No.

    Particulars of machinery,Plant &equipment

    No. of Units

    Kindandmake

    Capacity Age andCondition

    Approx.cost inRs. inlakhs

    Purchase Bill No. &Date andRegistrationparticulars

    ABCZ

    3. PLANT & MACHINERY PROPOSED TO BE INDUCTED FROM OUTSIDE.

    Sl.No.

    Particularsof machinery,Plant &equipment

    No. of Units

    Kindandmake

    Capacity Age andCondition

    Approx.cost inRs. inlakhs

    If to be purchasedgive likely date of receipt andsuppliers Name.

    ABC

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    11/37

    11

    Z

    ANNEXURE-C

    EXPERIENCE CERTIFICATE

    Date:

    Sl.No.

    Work Details Details

    1 Name of Work2 Agreement Number, date and Name of the Agency.3 Agreement Value in Rupees ( in words and figures)4 Due date of completion5 Number of Extensions granted6 Actual date of completion of work7 Value of Final Bill if passed (in words)8 Work completed but Final measurements not

    recordeda) Amount paid so far as in CC Bill No.

    9 Work completed, Final measurements recorded withnegative variation.a) Amount so far paid as in CC Bill No.

    10 Work completed, if Final measurements recordedwith positive variation which is not sanctioned yet

    a) Original agreement value or last sanctionedagreement value whichever is lower

    Note:

    1) This certificate in this proforma is to be issued only for Completed work .

    2) This certificate to be issued only by a level of an authority notbelow Sr.DME- in charge of the work in open Line and by anauthority not below Dy.CME-in-charge of the work .

    Signature :Name of Officer :Designation :Address :Office Seal

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    12/37

    12

    ANNEXURE-D

    LIST OF WORKS ON HAND WITH THE TENDERER

    Sl.No.

    Name of work

    Agreement No. anddate

    Designationandaddress of agreementsigningauthority

    Agreement value inlakhs

    Billamountpaid sofar inlakhs

    Due dateof completion

    Number of extensionstaken

    Railway worksA

    BCDEZ

    State Govt.Works

    NOT APPLICABLE FOR THIS TENDER

    ABC

    DEZPublic Sector UndertakingWorks

    NOT APPLICABLE FOR THIS TENDER

    ABCDEZ

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    13/37

    13

    Annexure-ITENDER

    ToThe President of IndiaActing through,Divisional Railway Manager,Senior Divisional Mechanical Engineer(Carriage & Wagon)South Central Railway, Guntakal

    I/We-------------------------------------------------------------------- have read the various conditions totender attached hereto and hereby agree to abide by the said conditions. I/We also agree tokeep this tender open for acceptance for a period of 90 days from the date fixed for openingthe same and in default thereof, I/We will be liable for forfeiture of my / our Earnest Money.I/ We offer to do the work for South Central Railway, at the rates quoted in the attachedschedule and hereby bind myself /ourselves to complete the work in all respects within thetime period stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the tender.

    2. I/ We also hereby agree to abide by the General Conditions of Contract corrected with thelatest printed/advance correction slips and to carry out the work according to the specialconditions of contract and specifications of materials and works as laid down by Railway inthe annexed Special Conditions / Specifications and the South Central Railway Works HandBook Part III corrected with the latest printed / advance correction slips, sanitary worksHand Book corrected with the latest printed/advance correction slips, Schedule of Ratescorrected with the latest Printed/advance correction slips for the present contract.

    3.A sum of rupees as notified in the Tender Notice and on the cover page of this Tender booklet is herewith forwarded as earnest money deposit. The full value of earnest moneyshall stand forfeited without prejudice to any other rights or remedies in case my/our Tender is accepted and if :-

    a) I/ we do not execute the contract documents within 7 (Seven) days after receipt of noticeissued by the Railway that such documents are ready, and

    b) I /We do not commence the work within fifteen days after receipt of orders to that effect.

    4 Until a formal agreement is prepared and executed, acceptance of this tender shallconstitute a binding contract between us subject to modifications, as may be mutuallyagreed to between us and indicated in the letter of acceptance of my/our offer for this work.

    SIGNATURE OF WITNESSES1.2.

    Date:Address of the Tenderer (s)

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    14/37

    14

    ( REGULATIONS FOR TENDERS AND CONTRACTS FOR GUIDANCE OFCONTRACTORS FOR MECHANICAL ENGINEERING WORKS)

    MEANING OF TERMS.Definitions:

    1. In these regulations for tenders and contracts the following terms shall have themeaning assigned hereunder except where the context otherwise requires.

    a. Railway shall mean the President of the Republic of India or theAdministrative officer of South Central Railway or the successor Railwayauthorized to invite tenders and enter into contracts for works on his behalf.

    b. General Manger shall mean the officer in Administrative charge of the wholeof South Central Railway and shall mean and include the General Manger of the successor Railway.

    c. Divisional Railway Manager shall mean the administrative officer in chargeof the division of South Central Railway for the time being.

    d. Tenderer shall mean the person/ the firm or the company who tenders for theworks with a view to secure the work on contract with the Railway and shallinclude their personal representatives, successors and permitted assignees.

    e. Limited tenders shall mean tender invited from all or some contractors fromthe approved list of contractors with the Railway.

    f. Open tenders shall mean tenders invited in open and public manner and withadequate notice.

    g. The work shall mean the works contemplated in the drawings and schedulesset forth in the tender forms and description of contract and required to beexecuted according to specifications.

    h. Specification shall mean the specifications, materials and works, SouthCentral Railway issued under the authority of the Chief Mechanical Engineer or as amplified, added to or superceded by special specifications, if any,appended to the tender forms.

    i. Schedule of rates, South Central Railway shall mean the schedule of ratesissued under the authority of the Chief Mechanical Engineer from time totime.

    j. Drawings shall mean the drawings, plans and tracing or prints thereof annexed to the tender forms.

    k. Sr.Divisional Mechanical Engineer (C&W)/GTL means the officer in charge of the carriage and wagon branch of mechanical department of Guntakaldivision of south central railway.

    l. Chief Mechanical Engineer/SC Rly means the principal HOD officer-in-chargeof entire mechanical department of south central railway.

    m. C.R.S.E./SC Rly (Chief Rolling Stock Engineer) the principal officer in chargeof the rolling stock. (C&W) of the entire south central railway.

    n. The Research Designs and Standards Organisation, Manak Nagar,Lucknow-226011 is hereafter referred to as RDSO.

    o. Indian Railways is hereafter referred to as I.R.p. In case of Tenderer needs any clarification in respect of any clause of this

    specification or regarding the drawings the Tenderer shall obtain the samefrom purchaser/DG (Carriage), RDSO.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    15/37

    15

    Singular and plural : 2. Words imparting the singular number shall also include the pluraland vice versa where the context requires.

    Interpretations : 3.These regulations for tenders and contracts shall be read inconjunction with the General Conditions of the Contract which arereferred to herein and shall be subject to modifications, additions, super cessions by special conditions of contract and/ or specialspecifications, if any, annexed to the tender forms.

    Contractors 4. A contractor who has not carried out any work so far on this Railway shouldfurnish credentials particulars regarding.

    a. his position as an independent contractor.b. His capacity to undertake and carry out works satisfactorily, as vouched for

    by a responsible official or firm.c. His previous experience on works similar to that to be contracted for, in proof

    of which original certificates or testimonials may be called for and their genuineness verified, if need be, by reference to the signatories thereof.

    d. His knowledge, from, actual personal investigation, of the resources of thezone or zones in which he offers to work

    e. His ability to supervise the work personally or by competent and dulyauthorized agents.

    f. His financial position.OmissionsDiscrepancies : 5. Should a tenderer find discrepancies in, or omissions from the drawing or

    any of the Discrepancies tender forms or should he be in doubt to their meanings he should at once notify the authority inviting who may send awritten instruction to all tenderers. It shall be understood that everyendeavor has been made to avoid any error which can materially affect thebasis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discoveredand shall make no subsequent claim on account thereof.

    Earnest Money: 6 (a) The tenderer shall be required to deposit a sum of Rs.55,660/- asEarnest money deposit for the due performance of the stipulation to keepthe offer open till such date as might be specified in the tender. It shall beunderstood that the tender documents have been sold/issued to thetenderer and the tenderer is permitted to tender in consideration of thestipulation on his part, that after submitting his tender he will not resile fromhis offer or modify the terms and conditions thereof in a manner notacceptable to the Chief Mechanical Engineer, Divisional Railway Manager,Sr. Divisional Mechanical Engineer of South Central Railway. Should atenderer fail to observe or comply with the said stipulation, the aforesaidamount shall be liable to be forfeited to the Railway.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    16/37

    16

    (b) The sum mentioned in (a) above constitutes the earnest money. If his tender is accepted this earnest money will be retained as part of security for due andfaithful fulfillment of the contract in terms of clause 16 of the GeneralConditions of the Contract. The earnest money deposit of the other tenderersshall, save as herein before provided, be returned to them, but the Railwayshall not be responsible for any loss or depreciation that may happen theretowhile in their possession nor be liable to pay interest thereon.

    Care in sub- 7(a ) Before submitting a tender, the tenderer will be deemed to have satisfied

    tender shall be signed by the individual legally authorized to enter into commitments on their behalf.The Railways will not be bound by any power of attorney grantedby the tenderer or by changes in the composition of the firm madesubsequent to the execution of the contract. It may, however,recognize such power of attorney and changes after obtainingproper legal advice, the cost of which will be chargeable to thecontractor.

    Right of Railway 8 The Railway reserves the right of not to invite tenders for any workor works, to invite open or limited tenders, and when tenders are

    to deal with Tenders called, to accept a tender in whole or in part or reject any tenders or all tenders without assigning reasons for anysuch action.

    Place: Signature of the TendererDate: Name:

    Seal:

    submission of Tender himself by actual inspection of the site and locality of the works, thatall conditions liable to be encountered during the execution of the works, are taken intoaccount and that the percentage/rates he enters in the tender forms is/are adequate andall inclusive to accord with the provisions in Clause 37 of the General conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

    (b) When work is tendered for by a firm or company of contractors, the

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    17/37

    17

    Execution o f 9 The tenderer whose tender is accepted shall be required to appear Contract at the office of the General Manager, Chief Mechanical Engineer,Documents Sr.Divl.Mechnical Engineer as the case may be in person or if a firm or

    corporation a duly authorized representative shall so appear and toexecute the contract documents within seven days after notice issuedby Railway that such documents are ready. Failure to do so shallconstitute a breach of the agreement affected by the acceptance of thetender in which case the full value of earnest money accompanying thetender shall stand forfeited without prejudice to any other rights or remedies. In the event of any tenderer whose tender is accepted shallrefuse to execute the contract documents as herein-before provided theRailway may determine that such tenderer has abandoned the contractand there upon his tender and the acceptance thereof shall be treated ascancelled and the Railway shall be entitled to forfeit the full amount of the earnest money and to recover the performance guarantee.

    Form of 10 Every contract shall be completed in respect of the documents it shallContract so constitute. Not less than two copies of the contract documentsdocument shall be signed by the competent authority and the contractor and

    one copy given to the contractor.

    Form of 11 The Tender shall be submitted in the prescribed form annexed hereto.Quotation

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    18/37

    18

    CONDITIONS OF TENDER 1. The Tenderer/Tenderers shall quote percentage rates for items covered

    by Schedules. The quantities shown in the attached Schedules are given as aguide and are approximate only and are subject to variation according to the needs

    of the Railway. The Railway accepts no responsibility for their accuracy, theRailway does not guarantee work under each item of the Schedule.

    2. Tenders containing erasures and alterations of the tender documents areliable to be rejected. Any corrections made by the tenderer/tenderers inhis/their entries must be attested by him/them.

    3. The works are required to be completed within a period of two years from thedate of commencement of work after entering into the agreement.

    4. The tender must be accompanied by a sum of Rs. 55,660 /- as earnest moneydeposited in cash or in any of the forms mentioned below failing which the tender

    will not be considered and will be summarily rejected.

    4.1 The Earnest Money shall be as below on the estimated tender value as indicatedin the Tender Notice. The Earnest money shall be rounded to the nearest Rs.10(Rupees Ten only). This earnest money shall be applicable for all modes of tendering.

    Sl. No. Value of work EMDa For works with Estimated

    Tender Value costing upto Rs.1Crore

    2 % of the Estimated Tender Value

    b For works with estimated Tender Value to cost more than Rs.1Crore

    Rs.2 lakhs plus 1/2 % (half percent) of the excess of estimated cost of work beyondRs.1 Crore subject to a maximumof Rs.1 Crore

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    19/37

    19

    The Earnest Money should be in any of the following forms :-

    The Earnest Money should be in cash or in the form of Deposit receipts, PayOrders or Demand Drafts executed by State Bank of India or any of theNationalized Banks or by a Scheduled Bank.

    i) Earnest Money Deposit in the formof cash paid to Divisional Cashier (Pay) S.C.Railway, Guntakal and the cashreceipt in original should be submitted along with the offer. Demand Draftdrawn in favour of Senior Divisional Finance Manager, S.C. Railway,Guntakal or FDR drawn in favour of Senior Divisional Finance Manager,S.C.Railway, Guntakal with the on account name of the Tenderer should besubmitted along with the offer.

    ii) The Tenderers should furnish thePostal address, E.Mail address, FAX No. and Phone No. of the Bank issuingthe FDR towards EMD.

    iii) Any other form of EMD includingGuarantee Bonds etc., other than Cash/DD/FDR/Pay Orders is notacceptable.

    If the tender is accepted, the amount of earnest deposit will be held as securitydeposit for the due and faithful fulfillment of the contract. The earnest money of theunsuccessful tenderer will save as herein before provided, be returned to theunsuccessful tenderers but the Railway shall not be responsible for any loss or depreciation that may happen to the security for the due performance of thestipulation to keep the offer open for the period specified in the tender documentsor to the earnest money while in their possession nor be liable to pay interestthereon.

    4.2 The Standing Earnest Money Deposit, if any with the Railway will not beconsidered for the purpose of this Tender.

    5 It shall not be obligatory on the said authority to accept the lowest tender and notenderer/ tenderers shall demand any explanation for the cause of rejection of his/their tender.

    6. If the tenderer deliberately gives/tenderers deliberately give wrong information inhis/their tender or creates/ create circumstances for the acceptance of his/their tender, the railway reserves the right to reject such tender at any stage.

    7 If a tenderer expires after the submission of his tender or after the acceptanceof his tender, the railway shall deem such tender as cancelled. If a partner of a firmexpires after the submission of their tender or after the acceptance of their tender,the railway shall deem such tender as cancelled, unless the firm retains itscharacter.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    20/37

    20

    8. The earnest money for the due performance of the stipulation to keepthe offer open till the date specified in the tender will be refundedto the unsuccessful tenderer/ tenderers within areasonable time. The earnest money deposited by the successfultenderer/ tenderers will be retained towards the security depositfor the due and faithful fulfillment of the contract but shall beforfeited if the contractor fails/contractors fail to execute the

    Agreement Bond or start the work within a reasonabletime (to be determined by the Engineer-in-charge) after

    notification of the acceptance of his/their tender.

    9. Tenders must be enclosed in sealed cover duly superscribing the tender notice No. andthe name of the work and must be sent by Registered Post to the address of Sr. Divisional Mechanical Engineer, Carriage & Wagon, South Central Railway,Guntakal so as to reach his office not later than 11.45 hours. on the prescribed date of opening or deposited in the Tender Box allotted for the purpose in the DivisionalRailway Manager office compound - Guntakal . This will be closed at 12.00 hours onthe prescribed date of opening.

    10. Non-compliance with any of the conditions set forth herein above is liable to result inthe tender being rejected.

    11. The authority for acceptance of the tender does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider anyparticular tenderer / tenderers.

    12. The Successful tenderer/tenderers shall be required to execute an agreement with

    the President of India acting through the Chief Mechanical Engineer/Chief RollingStock Engineer , Divisional Railway Manager/ Senior Divisional MechanicalEngineer (Carriage & Wagon) of the Railway for carrying out the work according tothe General Conditions of the Contract and specifications for works and material of South Central Railway including correction slips issued from time to time.

    13 The tenderer shall keep the offer open for a minimum period of 90 days from thedate of opening of tender, within which period the tenderer cannot withdraw his offer subject to the period being extended further if required by mutual agreement fromtime to time. Any contravention of the above condition will make the tenderer liablefor forfeiture of Earnest Money Deposit for due performance of the foregoingstipulations.

    14. The Administration will not agree to pay Sales Tax in addition to the price quoted:

    15. Should the Railway decide to negotiate with a view to bring down the rates, thetenderer called for negotiations should furnish the following form of declaration before

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    21/37

    21

    commencement of negotiations. {Authority: Rly Bd lr. No.2008/CE-I/CT/1 dt. 12.09.2008under PCE/SC lr.no.W.496/Policy dt.24.09.08}

    I______________do declare that in the event of failure of the contemplated negotiationsrelating to Tender No______opened on ____________my original tender shall remain openfor acceptance on its original terms and conditions.

    I also declare that I am aware that during this negotiations, I cannot increase the originallyquoted rates against any of the individual items and that in the event of my doing so, thesame would not be considered at all ie., reduction in rates during negotiations alone wouldbe considered and for some items if I increase the rates, the same would not be consideredand in lieu my originally quoted rates alone would be considered and my offer would beevaluated accordingly.

    16. Should a tenderer be a retired engineer of the Gazetted rank or any other Gazettedofficer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Mechanical Department of any of theRailways owned and administered by the President of India for the time being, or should atenderer being partnership firm have as one of its partners a retired engineer or a retiredGazetted Officer as aforesaid, the full information as to the date of retirement of suchengineer or gazetted officer from the said service and in cases where such engineer or officer has not retired from Government Service at least two years prior to the date of thesubmission of the tender as to whether permission for taking such contract, or if thecontractor be a partnership Firm or an incorporated company, to become a partner or director as the case may be or to make employment under the contractor has been obtainedby the tenderer or the engineer or the officer as the case may be from the President of Indiaor any Officer duly authorized by him in this behalf, shall be clearly stated in writing at thetime of submitting the tender/s without information above referred to or a statement to theeffect that no such retired engineer or retired Gazetted officer is so associated with thetenderer, as the case may be, shall be rejected.

    17. Should a tenderer or contractor being an individual on the list of approvedcontractors, have a relative employed in Gazetted capacity in the Mechanical department of the South Central Railway or in the case of a partnership firm or company incorporatedunder the Indian company law, should a partner or a relative of the partner or a share holder or a relative of a share holder be employed in Gazetted capacity in the MechanicalDepartment of the South Central Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tenders failing which the tender may be rejected or if such fact subsequently comes to light the contract may be rescinded in accordance with theprovisions in Clause 62 of the General conditions of the contract.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    22/37

    22

    18. Partnership Firm:-

    i. Partnership deed is eligible if entered into and registered prior to Tender Notice.Tenderer should enclose/submit experience certificate in the same name and styleas the tenderer and their credentials shall be considered fully to the extent of workexecuted by the partnership firm. ( EXPERIENCE OF INDIVIDUAL PARTNERSWILL NOT BE CONSIDERED).

    ii. Any change or modification in the constitution of tendering firms for whatever purpose or intimation of any disputes by any of the partners in the firm makingtendering firm ineligible, during consideration of Tender after opening of the Tender,shall be deemed to be backing out of the offer by the Tenderer.

    iii. In the case of partnership firms, an attested copy (attested either by notary or bygazetted officer) of the partnership deed with latest modification of the deed shouldbe submitted along with the tender documents without fail.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    23/37

    23

    GENERAL CONDITIONS OF CONTRACT

    1. It is in the interest of the Contractor to visit and acquaint himself with the working pattern and conditions of the work at site before submitting the tender

    2. Sales tax, Royalties and Octroi duties, if any, that may be payable under ProvincialGovernment Sales Tax Act or Local Bodies Act or rules on any of the material thatmay be used or supplied by the contractor will be payable by the contractor. TheRailway will neither pay the taxes or duties nor be bound to compensate thecontractor for any amounts paid by him by way of these taxes or duties.

    3 Performance Guarantee (P.G.):-(Railway Board Lr.Nos.2007/CE.1/CT/18,dt.28.9.07 and No.2003/CE.I/CT/4.Pt. I dt.23-5-2007)

    The successful bidder shall submit a Performance Guarantee (PG) in theform of an irrevocable bank guarantee amounting to 5% of the contract

    value in any of the following forms:-(i) A deposit of Cash,(ii) Irrevocable Bank Guarantee,(iii) Government Securities including State Loan Bonds at 5

    percent below the market value,(iv) Deposit receipts, Pay orders, Demand Drafts and Guarantee

    Bonds. These forms of Performance Guarantee could beeither of the State Bank of India or of any of the NationalizedBanks;

    (v) Guarantee Bonds executed or Deposits Receipts tendered byall Scheduled Banks;

    (vi) 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 percent below market value or at

    the face value whichever is less.

    Also FDR in favour of Senior Divisional Finance Manager, S.C.Railway,Guntakal (free from any encumbrance) may be accepted.

    1. The prescribed format for Bank Guarantees (BGs) to be accepted from theContractor is enclosed with the tender documents and it will be verified

    verbatim on receipt with original document2. Bank Guarantees (BGs) to be submitted by Suppliers / Contractors should

    be sent directly to the concerned authorities by the issuing bank under registered post A.D.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    24/37

    24

    A Performance Guarantee shall be submitted by the successful bidder after theletter of acceptance has been issued, but before signing of the agreement. Theagreement should normally be signed within 15 days after the issue of LOAand the Performance Guarantee shall also be submitted within this time limit.This guarantee shall be initially valid up to the stipulated date of completionplus 60 days beyond that. In case, the time for completion of work getsextended, the contractor shall get the validity of Performance Guaranteeextended to cover such extended time for completion of work plus 60 days. ThePerformance Guarantee (PG) shall be released after physical completion of thework based on the Completion Certificate issued by the competent authoritystating that the contractor has completed the work in all respects satisfactorily.The security deposit, however, shall be released only after the expiry of themaintenance period and after passing the final bill based on No ClaimCertificate.

    Wherever the contract is rescinded, the security deposit shall be forfeited andthe Performance Guarantee shall be encashed and the balance work shall begot done independently without risk and cost of the failed contractor. The failedcontractor shall be debarred from participating in the tender for executing thebalance work. If the failed contractor is a JV or a partnership firm, then everymember/ partner of such a firm shall be debarred from participating in thetender for the balance work either in his / her individual capacity or as a partner of any other JV / partnership firm.

    The Engineer shall not make a claim under the Performance Guarantee exceptfor amounts to which the President of India is entitled under the contract (notwithstanding and / or without prejudice to any other provisions in the contractagreement) in the event of:

    i) Failure by the contractor to extend the validity of the PerformanceGuarantee as described herein above, in which event the Engineer may claim thefull amount of the Performance Guarantee.

    ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses / Conditions of the agreement, within 30 days of the service of notice to this effect by Engineer.

    iii) The contract being determined or rescinded under provision of the GCCthe Performance Guarantee shall be forfeited in full and shall be absolutely at thedisposal of the President of India.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    25/37

    25

    Security Deposit:-The scale of Security Deposit that is to be recovered from the contractor shall be as follows as per the extent instructions of the Railway Boardvide lr.No.2003/CE-I/CT/4/PT-1,dt.12.05.2006 and Rly. Bd. Lr.No.2007/CE-I/CT/18 dt.07-03-2008. & Correction slip. No.129 to SOP-03 GM/SC/O lr.no.G.203/Policy/Vol.XIII dt.15.01.09.

    a) Security Deposit should be 5% of the contract value. b) The rate of recovery will be at the rate of 10% of the bill amount till

    the full Security Deposit is recovered.c) Security Deposit will be recovered only from the running bills of the

    contract and no other mode of collecting SD such as SD in theform of instruments like Bank Guarantee, Fixed Deposit Receiptetc., shall be accepted towards Security deposit.

    Security Deposit shall be returned to the contractor

    a) After the work is physically completed, security deposit recovered from the running billsof a contractor can be returned to him if he so desired, in lieu of FDR/irrevocable BankGuarantee for equivalent amount to be submitted by him.

    b) Finally, SD shall be returned to the contractor after being duly certified by the competentauthority, as per item ( c) below.

    c)The competent authority shall normally be the authority who is competent to sign thecontract. If the competent authority is of the rank lower than JA Grade, then a JA GradeOfficer, concerned with the work, should issue the certificate.d) The certificate to be issued after expiry of the maintenance period, should inter-aliamention that the work has been completed in all respects and that all the contractualobligations have been fulfilled by the contractors and that there is no due from thecontractor to Railways against the contract concerned.

    e) Before releasing the SD, an unconditional and unequivocal `No Claim` Certificate fromthe contractor concerned should be obtained.f) In case of contracts of value Rs.50 crores and above, irrevocable BankGuarantee can also be accepted as a mode of obtaining Security deposit.

    5. LIABILITY OF CONTRACTOR(S) - ANY DAMAGE SUSTAINED BY RAILWAYSDURING ACCIDENTS ETC., CAUSED DUE TO CONTRACTOR(S) FAILURES, FAULTOR NEGLIGENCE.

    Railway will post an Engineer-in-charge who may be SSE/SE/JE or Supervisor of any grade at site for Technical Supervision of the work. This Engineer-in-charge willbe responsible for safety of the traffic. The work shall be executed by the contractor in a workman like manner to the satisfaction of the Engineer-in-charge. TheContractor and his labour shall be guided by the instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site and it is establishedduring the departmental enquiry by the Railway or by Statutory enquiry of CRS, thatthe accident occurred wholly or partly due to any act tantamounting to negligence onthe part of the contractor or his labour in not adhering to the instructions of theengineer-in-charge, the contractor shall render himself liable for damages and alsolegal prosecution if loss of life is involved.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    26/37

    26

    6. Period of Contract:The contract will be for a period of two years from the date of commencement of work after entering into agreement.

    7. Payment:

    The contractor shall submit the bill in Railway format every month intriplicate before 10 th along with the acknowledgement copies of LRregarding receipt of Rly. Materials at both the ends by consignee andconsignor in safe condition to Sr. Section Engineer/ Coaching depot,Tirupati for certification through Coaching depot Officer/Tirupati and foronward submission to Sr. Divisional Mechanical Engineer/Carriage & Wagon/Guntakal for arranging payment by cheque through Sr.DivisionalFinance Manager/Guntakal.

    It is the responsibility of the contractor to obtain proper

    acknowledgement of the consignee on lorry receipt when Rly. Materials aredelivered. In all cases, where proper acknowledgement is not obtained fromthe consignee for the full quantity of material delivered, the contractor willbe fully responsible for the value of such consignments not delivered eitherin part or in full or in good condition.

    If materials are not delivered, it will be deemed to have been lostand recovery will be made from the contractor. The recovery will bemade equal to the book/purchase rate of materials (which ever is higher)+2% incidental charges + 12.5% departmental charges.

    Delay in payment or non-payment of contractors bill will be underno circumstances accepted as an excuse for the contractor for not carryingout the contract work satisfactorily.

    8. WORK DIARY : The depot will open measurement book for the details of

    works carried out and the quantity of work should be jointly certifiedby both Railways representative and the firms representative. Theextracts of this workbook will form part of the bill for verification.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    27/37

    27

    9. Deduction of Railway dues

    9.1 Railway Administration reserves the right for deduction of Railways dues from thecontractors security amount on the following grounds:

    9.2 Any amount imposed as a penalty by Railway Administration for irregularitiesCommitted by the contractor.

    9.3 Any amount, which Railway Administration becomes liable to pay to the Govt./third party on behalf for any default of the contractor or any of his servants/agents.

    9.4 Any payment/fine made under an order/judgment of any court/ consumer forum or law enforcing agency or any person working on their behalf.

    9.5 Once an amount under this clause is debited, the contractor shall reimburse theamount to the security deposit to the extent of the amount is debited within 15 daysperiod failing which it will be treated as breach of agreement.

    10. Modification in agreementAny addition/alteration/change/modification/review and extension can be made to thisagreement only with the mutual consent of the contractor and the Rly. administration as per schedule of powers applicable on South Central Railway.

    11 (a)PERIOD OF COMPLETION : The Railway expects that a resourceful and experiencedcontractor should be able to complete the work in all respects within the period as specifiedin the Schedule where items of work are furnished from the date of commencement of work.

    (b)Extension of time of completion will be governed by clause 17 of General Conditions of Contract. However, while granting the extension of time under clause 17(B) of GCC, a tokenpenalty as deemed fit based on the circumstances of the case can be imposed on thecontractor without prejudice to other rights of Railway Administration as provided under GCC.

    12. It is hereby agreed that it shall be the duty of the contractor to keep himself informed of all corrections, and amendments of the said General conditions of contract made up to thedate of the execution of these presents and no objection shall be taken by the contractor onthe ground that he was not aware of such amendments and corrections of the said GeneralConditions of Contract or to any of them.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    28/37

    28

    13 VARIATIONS IN QUANTITIES :

    13.1. Prior finance concurrence is necessary for varying the individual quantities beyond25% or where the gross agreement value exceeds 25% of the agreement value.

    13.2. Individual NS items in contracts shall be operated with variation of +/- 25% andpayment would be made as per the agreement rate. For this no finance concurrencewould be required.

    13.3. In case increase in quantities of an individual item by more than 25% of theagreement quantity is considered unavoidable, the same shall be got executed byfloating a fresh tender. If floating a fresh tender is considered not practicable,negotiations may be held with the existing contractor for arriving at reasonable ratesfor additional quantities in excess of 25% of agreement quantity.

    13.4. The limit for varying quantities for minor value items shall be 100% ( as against 25%prescribed for other items). A minor value item for this purpose is defined as anitem whose original agreement value is less than 1% of the total original agreementvalue.

    13.5. No such quantity variation limit shall apply for foundation items.

    13.6. As far as SSR items are concerned, the limit of 25% would apply to the value of SSRschedule as a whole and not on individual SSR items. However, in case of NSitems the limit of 25% would apply on the individual items irrespective of themanner of quoting the rate (single percentage rate or individual item rate)

    14. ARBITRATION

    In the event of any dispute or difference of opinion arising out of thisagreement or any special condition of contract or in connection with this agreement,the same shall be referred to the sole arbitration of a gazetted Rly. officer appointedby the General Manager, SCR. The Gazetted Officer appointed as arbitrator however will not be one of those who had an opportunity to deal with the matter towhich the contract relates or who in the course of their duties as Rly servants haveexpressed views on all or any of the aspects of the matter under dispute or differences.

    The award of the arbitrator shall be final and binding on the parties to this contractsubject to aforesaid, the arbitration & conciliation act, 1996 and the rules made thereunder or any statutory modification thereon for the time being in force shall be

    deemed to apply to the arbitration proceeding under this clause. The venue of arbitration shall be the place from which the acceptance note is issued.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    29/37

    29

    15. MODIFICATION TO CLAUSE 63 & 64 OF GCC

    (A) The Provision of Clause 63 and 64 of the General Conditions of Contract will beapplicable only for settlement of claims /disputes, for values less than or equal to20% of the original value (excluding the cost of materials supplied free by Railway)of the contract or 20% of the actual value of the work done (excluding the value of the work rejected) under the contract whichever is less. When claims/disputes are of value more than 20% of the value of the original contract or 20% of the value of theactual work done under the contract, whichever is less, the contractor will not beentitled to seek such disputes/claims for reference to arbitration and the provisionsof Clause No; 63 &64 of the General Conditions of Contract will not be applicable for referring the disputes to be settled through arbitration

    (B) The Contractor shall furnish his monthly statement of claims as per Clause43(1) of General Conditions of Contract. But the Contractor should seek referenceto arbitration to settle the disputes only once, subject to the conditions as per Para -A.

    (c) The Special conditions shall prevail over the existing Clause 63 & 64 of GeneralConditions of contract.

    16 CONDITIONS OF OTHER IMPORTANT LABOUR AND OTHER ACTS:The stipulated standard relevant provisions of the following acts (amended fromtime to time) should be strictly adhered to by the contractor during the course of contract period. The contractor is solely responsible for violation of suchprovisions and its consequences. Minimum wages act 1948.

    Payment of wages act 1936.Provision of contract labour act 1970.Workmens compensation act 1923.Any other relevant Govt. acts as applicable to the contract shall be complied.

    17.DETERMINATON OF CONTRACT:

    Right of Railway to determine contract:The Railway shall be entitled to determine and terminate the contract at any timeshould, in the Railways opinion, the cessation of work becomes necessary owingto paucity of funds or from any other cause whatsoever, in which case the valueof approved materials at site and of work done to date by the contractor will bepaid for in full at the rates specified in the contract. Notice in writing from theRailway of such determination and the reason therefore shall be conclusiveevidence thereof.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    30/37

    30

    Payment on determination of contract by RailwayShould the contract be determined under sub clause (1) of this clause and thecontractor claims payment for expenditure incurred by him in the expectation of completing the whole of the works, The Railway shall admit and consider such claims asare deemed reasonable and are supported by vouchers to the satisfaction of theEngineer. The contractor shall have no claims as are deemed reasonable and aresupported by vouchers to the satisfaction of the Mechanical Engineer. The contractor shall have no claim to any payment of compensation or otherwise, howsoever onaccount of any profit or advantage which he might have derived from the execution of the work in full but which he did not derive in consequence of determination of thecontract. The Railways decision on the necessity and propriety of such expenditureshall be final and conclusive.

    Determination of Contract owing to default of contractor :-

    If the contractor should:-i. Became bankrupt or insolvent, or ii. Make an arrangement with or assignment in favour of his creditors, or

    agree to carry out the contract under a committee of inspection of hiscreditors, or

    iii. Being a company or corporation, go into liquidation (other than avoluntary liquidation for the purpose of amalgamation or re-constrution)or

    iv. Have an execution levied on his goods or property on the works, or v. assign the contract or any part thereof otherwise than as provided in

    Clause 7 of General Conditions of Contract of Civil Engineering Worksor

    vi. Abandon the contract, or vii. persistently disregard the instructions of the Sr. Divisional Mechanical

    Engineer (Carriage & Wagon)/(Mechanical), Guntakal Division, SouthCentral Railway, DRMs compound, Guntakal - 515059, or contraveneany provision of the contract, or

    viii. Fail to adhere to the agreed programme of work by margin of 10percent of the stipulated period.

    18 Reporting of accidents to labour:The contractor shall be responsible for the safety of all employees directly or through the petty contractors or sub contractors employed by him on the worksand shall report serious accidents to any of them however and wherever occurringon the works to the mechanical engineer or his representative and shall makeevery arrangement to render all possible assistance.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    31/37

    31

    Part I

    Schedule of Rates and Quantities

    Name of Work : Transportation of ICF bogies with wheel sets for IOH of coachesof 18 months POH periodicity between CRS and CoachingDepot, Tirupati.

    Contract estimated value : Rs 27,82,800/-

    Contracted quantity : 720 trips.

    Period of contract : Two years from the date of commencement of work after entering into agreement.

    S.No. No.of trips for

    Two years

    Rate per trip

    (Rs.)

    Total value

    (Rs.)

    1. 720 3,865/- Rs. 27,82,800/-

    Percentage rate quoted by the tenderer on the total estimate value:(Above/Below/At par)

    Note: 1) The tenderer is required to quote the percentage rate both in figures

    and words. In case of any discrepancy between the figures and words,the percentage quoted in figure will be taken for evaluation.

    2) The Railway Administration reserves the right to reject any or all thetenders without assigning any reason thereof.

    3) If for any reason, tender opening day happens to be a holiday, the

    tenders will be opened on the next working day.2) Any corrections made by the tenderer(s) in his /their entries must be attested by

    him/them .

    3) Rate quoted should be inclusive of all taxes.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    32/37

    32

    PART-II Details of Scope of work

    Transportation of two nos. of ICF bogies with fittings and wheel sets from

    Carriage repair shop to Coaching Depot,Tirupati and the same quantity in

    return from coaching Depot, Tirupati to Carriage repair shop duly

    arranging loading and unloading at both the ends i.e. at coaching Depot &

    carriage Repair shop by the contractor himself at his own risk and cost.

    The contractor should engage a suitable road lorry/truck for carrying two

    bogie sets at a time. Transporting 2 sets of bogies ex.Coaching Depot to

    Carriage Repair Shop and back is treated as one trip.

    In each trip, the transporter should collect the bogie sets from carriage

    repair shop and deliver them at Coaching Depot, TPTY and in return trip

    the same quantity of bogie sets should be collected from Coaching Depot

    and delivered at Carriage repair shop.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    33/37

    33

    PART III Other terms & Conditions

    1 Successful tenderer should submit permit certificates to ply between

    Tirupati and Carriage Repair Shop from the state road transportauthorities.

    2 Successful tenderers should submit the list of the authorizedrepresentatives /drivers names and their signatures (three timeswritten) to the Sr. DME/C&W/GTL before start of first round tripassignment.

    3 Successful tenderes should modify his transport vehicle (which should have acapacity of 10 tonnes or more) body to suit safe transportation of ICF bogieswith fittings and wheels sets intact (Approximate size of each consignment is4.5mx3mx0.9m in length, width and height respectively).

    4. Termination of the contract: However, the Railway Administration shallbe entitled to terminate the contract at any time should in the opinion of the Rly.,cessation of work becomes necessary owing to paucity of funds or for any other reason whatsoever by giving seven days notice to the contractor. Thecontractor is entitled for payment to the extent of work actually done to theRailway. Notice in writing from the Railway for such termination and reasons

    thereof shall be the conclusive evidence.

    5 Security for Railway material: The successful tenderer will be requiredto submit security for a sum of Rs.50,000/- (Rs. Fifty thousands )only in the form of Demand Draft (exchangeable at Guntakal only)/FDRdrawn in favour of Sr. Divl. Finance Manager, Guntakal towards securityagainst carriage of Railway materials with in ten days from the date of entering into agreement with Rly. Administration. The same will bereturned to the contractor after satisfactory completion of the contract.This Security will be in addition to the normal security deposit indicated initem no.4 of General Conditions of Contract.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    34/37

    34

    6. Collection & Delivery: Initially the materials will be loaded at Depot or workshop as per the convenience of the Railway. The same shall bedelivered at the other end. In the return trip, the materials shall becollected at Depot/ Workshops as the case may be and delivered atdestination point. Loading and un-loading at workshops as well as Depot

    shall be arranged by the contractor himself at his own risk and cost.

    If the contractor's lorry/truck reaches Depot or Carriage Repair Shop for loading and unloading after 12-00 hrs. on working day or at any time onSunday/Public holidays, the loading/un-loading should be done in the nextworking day at 8-30 AM. No additional charges will be paid to the contractor for night halt at Depot/workshop in such cases.

    7 . Delivery period: The lorry/truck must be placed for loading at 8-00 hrs,within 2 days from the date of receipt of intimation from Sr. SectionEngineer/TPTY depot either through Phone/FAX or by written letter throughbearer and deliver the same within 2 days at workshops. In return trip, thelorry must be available for one full working day at workshop for loadingexcluding the day of unloading and the Contractor should collect materialsfrom workshop and deliver the same within 2 days at coaching Depot, Tirupati.In case, if the particular day happens to be a Sunday or holiday, the vehiclemust be placed for unloading on next working day. The total number of hoursfor a round trip should not exceed 96 hours (4 days) excluding theSundays/ holidays and the reasons like natural calamities and state bundh or for any administrative reasons. If the contractor fails to place the lorry within 2days from the date of receipt of intimation from Sr. Section Engineer/Tirupatidepot or fails to deliver the goods within the round trip stipulated time, apenalty of Rs.250/- Per 6 hours slab time will be recovered from thecontractors bills.

    8 . Transit damage: The contractor shall be responsible for safe transportation of Rly. Materials. Once the materials are accepted by the contractor, it shall bedeemed to have been handed over by the consignor in good condition, unlessotherwise objected/rejected at the time of loading at the consignor (Depot/Workshops) loading point. Contractor shall effect open delivery of theRly. Materials. If the packing is damaged externally or in case of any doubt bythe consignee, he shall be liable to make good the damages to the Railways.

    Sr. DME/C&Wl/GTL reserves the right to reject the damaged materialin total and claim 100% from the contractor on account of damages. In caseof any mishap to the consignment during transportation, the contractor shallinform both the consignee and consignor within four hours about the completedetails of the mishap and extent of loss/damages sustained.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    35/37

    35

    9 Taxes and duties: Railway materials are exempted from payment of Octroi duty. Octroi exemption certificate if required by transporter will beissued by Sr. Divisional Mechanical Engineer/Carriage & Wagon/ Guntakal.The payment of tollgate en-route, if any, has to be borne by the contractor only. The Railways will make no reimbursement. The contractor should

    have been paying all Taxes/Duties/Insurance charges for using thetransport vehicles which are used as carriers for this contract.

    10 . Escort to the consignment: The contractor should accommodate twoRailway Staff free of charge in the drivers cabin of the Lorry, if the Railwaychooses to send an escort along with the consignment.

    11. Bank account: The tenderer shall furnish the particulars of name of bank,account no. bank code, and branch etc., along with the tender.

    12 . Consignee: Sr. Section Engineer/Carriage & Wagon/Tirupati.

    13 . Consignor: Sr. Section engineer/Carriage repair shop/Tirupati

    14 . Bill passing authority: Sr. Divisional Mechanical Engineer/Carriage &Wagons/ S. C. Railway, Guntakal 515059.

    15 . Bill paying authority: Sr. Divisional Finance Manager, S.C. Rly. Guntakal -515059.

    16. Income Tax: In terms of income tax Act 1961 as amended from time totime, the Rly. Administration shall at the time of arranging payment to the

    contractor be entitled to deduct income tax at 2% and surcharge on IT at12% in case of individuals and 15% in case of companies and educationcess at 3% on IT and SC.

    17. Carriers risk: The materials are to be transported at carriers risk. Theconsignee, while handing over the material, will indicate the total value of the consignment to be transported by contractor. To cover the transit riskof such value, the transporter will take such steps as deemed fit by himincluding transit insurance of the consignment.

    The transit risk will be on contractors account. The Rly.Administration will not be responsible for the safety of the labour engagedby the contractor for the work and the contractor should indemnity theRailway for any compensation to be paid for loss of human life or injurysustained by his labour.

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    36/37

    36

    The Railway should not be liable for any loss or damage caused tothe materials while in the custody of the contractor.

    Damage to contractors transport vehicles if any will be on

    contractors account. Accident if any to his vehicle or to a person would bethe responsibility of the contractor and Railway will not be responsible for any damage or compensation thereof.

    Idling of contract labour and vehicles if any on account of delay inloading/un loading will not be considered and contractor will have no claimwhatsoever in this regard.

    The contractor should transport the Railway materials in vehicles

    which are covered by motor vehicle insurance.

    The Central/ State Government laws in force on labour contracts andtransportation etc., would apply to the present contract.

    In case of any dispute regarding carrying out the work, the decision of Sr. Divisional Mechanical Engineer, Carriage & Wagon, South Central Railway,Guntakal is final and binding.

    18. Issue of lorry receipt: The LR issued at the loading station should becomplete and there should be no cuttings/over writings on it. Signature &seal of the consignor should be obtained on LR it self. A copy of the LRshould be given to the consignor at the time of taking delivery of thematerial and the contractor or his authorized representative should sign onthe LR. The complete details of the consignment should be entered on theLR. The lorry receipt should also clearly bear the registration number of thevehicle in which the consignment has been loaded.

    19. Validity of tenders: The tenders should be valid for a period of 90 daysfrom the date of opening.

    20. Other conditions: This contract is governed by IRS conditions and Generalconditions of contracts, as applicable.

    21 (a) Venue: The tender document completed in all respects should be

    Place: Signature of the TendererDate: Name:

    Seal:

  • 8/14/2019 Ten Sch.of ICF Bogies.2

    37/37

    37

    addressed to the Senior Divisional Mechanical Engineer (Carriage &Wagon) Guntakal and dropped in the tender box kept for the purpose in theDRMs office compound, South Central Railway, Guntakal, Anantapur (Dist)from 12.01.2010 on wards on all working days between 11.00 Hrs. to 17.00Hrs. and between 9.30 Hrs. to 12.00 Hrs. on the day of tender opening i.e. on

    18.01.2010. ORThe tender document completed in all respects may be sent by post toSr.Divisional Mechanical Engineer, Carriage & Wagon, South CentralRailway, Guntakal- 515059, Anantapur (Dist), A.P. Railway is notResponsible for delay in transit or loss of tender form sent /received bypost.

    (b) Warning: It is hereby brought to the notice of all the prospective tenderers thatif any change / additions / deletions / alterations are found to be made bythem in the tender form and the same is subsequently detected / noticed at

    any stage even after award of contract, suitable action including banning of business with them would be taken. In addition, the tenderers are liable tobe prosecuted under law.

    22. If for any reason the tender opening day happens to be a holiday, thetenders will be opened on the next working day.

    23. The prospective tenderers are advised to visit the website 5 days beforethe tender opening date to note any changes / corrigendum issued.

    ***