32
Page 1 of 32 Tender No. : DSL/TKD/Loco Washing/OT/2015 N.Rly. Diesel Shed, Tughlakabad TOP SHEET (A) Details to be filled in by Railway: Tender Notice No. Tender No.DSL/TKD/Loco Washing./OT/2015 Full Name of work Washing of Diesel Locomotives covering cleaning of Radiator room, Expressor room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad. Work to be done As per Annexure-I “Schedule of work” Approx. Cost/Tender Value Rs. 26,28,000/- Completion Period 24 Months Qty. of work /(No. of Locos) 13140 Nos. (18 Nos. per day) Earnest Money amount Rs. 52,560/- Cost of Tender Form Rs. 3,000/- (Non-refundable) Place of Tender opening Tender Room near facilitation centre, State Entry Road, D.R.M’s Office, New Delhi. Last date/Time of receipt of Tenders 18/08/2015 up to 15:00 Hrs. Date & time of opening 18/08/2015 at 15:15 Hrs Name and address of tenderer to whom the tender was sold (if purchased from office) (B) Mandatory details to be filled in by tenderer while submitting their offer: 1 Constitution of the film/ concern (Tick as applicable) Sole Proprietorship/ Partnership Firm/ Company/ Society 2 Full name of Sole Proprietorship/ Partnership firm/ company/ Society (as the case may be) 3 Year of formation/ incorporation 4 PAN No. 5 Registered Office Address 6 Address on which correspondence regarding this tender should be done 7 Name of the proprietor/ partners etc. 8 Details of EMD submitted 9 TIN No. Note : (i) Special attention of tenderers is drawn to clause A.1 (c) of “instruction to tenderers”, as per which the tenderer must submit along with tender, the documents mentioned therein pertaining to constitution of firm/ concern. (ii) Special attention of tenderers is drawn to “Spl. tender condition & instruction to tenderers”, as per which they should submit the requisite documents along with tender pertaining to their technical & financial eligibility.

TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 1 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

TOP SHEET (A) Details to be filled in by Railway: Tender Notice No. Tender No.DSL/TKD/Loco Washing./OT/2015 Full Name of work Washing of Diesel Locomotives covering cleaning of

Radiator room, Expressor room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad.

Work to be done As per Annexure-I “Schedule of work” Approx. Cost/Tender Value Rs. 26,28,000/- Completion Period 24 Months Qty. of work /(No. of Locos) 13140 Nos. (18 Nos. per day) Earnest Money amount Rs. 52,560/- Cost of Tender Form Rs. 3,000/- (Non-refundable) Place of Tender opening Tender Room near facilitation centre, State Entry Road, D.R.M’s

Office, New Delhi. Last date/Time of receipt of Tenders

18/08/2015 up to 15:00 Hrs.

Date & time of opening 18/08/2015 at 15:15 Hrs Name and address of tenderer to whom the tender was sold (if purchased from office)

(B) Mandatory details to be filled in by tenderer while submitting their offer: 1 Constitution of the film/ concern (Tick as

applicable) Sole Proprietorship/ Partnership Firm/ Company/ Society

2 Full name of Sole Proprietorship/ Partnership firm/ company/ Society (as the case may be)

3 Year of formation/ incorporation

4 PAN No.

5 Registered Office Address

6 Address on which correspondence regarding this tender should be done

7 Name of the proprietor/ partners etc. 8 Details of EMD submitted

9 TIN No. Note :

(i) Special attention of tenderers is drawn to clause A.1 (c) of “instruction to tenderers”, as per which the tenderer must submit along with tender, the documents mentioned therein pertaining to constitution of firm/ concern.

(ii) Special attention of tenderers is drawn to “Spl. tender condition & instruction to tenderers”, as per which they should submit the requisite documents along with tender pertaining to their technical & financial eligibility.

Page 2: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 2 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

CONTENTS S.

No. Item From Page No.

To Page No.

1 Top Sheet 1 1

2 Contents 2 2

3 Letter to Tenderer 3 3

4 Declaration Form 4 4

5 Form for Agreement 5 5

6 General Tender Conditions and Instructions to Tenderers/s(Section-I)

6 16

7 Special / Other conditions of Tender (Section-II) 17 19

8 Detailed scope of work (Annexure-I) 20 21

9 Required Material & Accessories (Annexure-II) 22 22

10 Offer Form (Schedule of Rates) (Annexure-III) 23 23 11 Performa for performance statement (Annexure-IV) 24 24

12 Performa for statement of deviations (Annexure-V) 25 25

13 Indemnity Bond (Annexure-VI) 26 26

14 Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria (Annexure-K2)

27 29

15 Electronic Clearing Service Model Mandate Form (Annexure-VII)

30 30

16 Constitution of firm (Annexure-VIII) 31 31

17 Monitoring Proforma (Annexure-IX) 32 32 Note:-

• Cost of tender form is Rs. 3,000/-.

• In case of down loaded form, cost of the tender form shall be submitted along with the offer

and that may be in the form of money receipt deposited in the Railway station earning/Pay

order/Demand draft only in favour of Sr. DFM/Northern Railway, New Delhi.

Page 3: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 3 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

Letter to Tenderer

Office of the Sr. Divisional Mechanical Engineer/DSL

Northern Railway, Diesel Loco Shed, Tughlakabad.

To, M/s. __________________________ __________________________

__________________________

Subject : “Washing of Diesel Locomotives covering cleaning of Radiator room, Expresser

room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad.”

Dear Sir, 1. Tender forms with tender conditions and Agreement for the above noted tender are

enclosed. 2. Tender is on single packet system. Bid will contain earnest money, technical details, and

credentials for technical eligibility; other related documents & offered rates/schedule of rates. All these will be kept in a sealed cover and packet marked for “Washing of Diesel Locomotives covering cleaning of Radiator room, Expressor room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad.” for Two Years and the name of tenderer.

3. Tender should be addressed to Sr. Divisional Mechanical Engineer (Dsl.), Northern Railway, Diesel Shed, Tughlakabad and submitted in a sealed cover as indicated in para–2 above.

4. Tender will be received in a sealed tender box kept in tender room near facilitation centre, State Entry Road, D.R.M’s Office, New Delhi for opening this tender up to 15:00 Hrs on 18/08/2015. Tender box will be sealed at 15:00 Hrs on same date and sealed tender box will be opened by nominated officers at 15:15 Hrs on same date. Names of all tenderers will be announced immediately thereafter. Tenderers are advised that if they so desire, they can send their authorized representatives to witness the opening of tender. Tender received after closing of tender box will not be considered.

5. No tender will be considered if the requisite earnest money deposit and cost of tender document as specified are not submitted.

6. In case the offer submitted by any of the tenderer is not found suitable, earnest money submitted will be refunded.

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

8. The Railway Administration reserves the right to reject any or all the tenders without assigning any reason whatsoever or to accept any tender with a lower offer.

9. This tender form is non-transferable.

Sr. Divisional Mechanical Engineer (Diesel)

Tughlakabad, New Delhi 110044

Page 4: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 4 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

Declaration Form (First sheet)

The President of India, Acting through Divisional Railway Manager / (Sr.DME/DSL/TKD), Northern Rly, Diesel Loco Shed, Tughlakabad, New Delhi. Sub: Tender for ‘Washing of Diesel Locomotives covering cleaning of Radiator

room, Expresser room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad.”

1. I/we ____________________________________ have read various conditions of tender attached here to and hereby agree to abide by the said conditions. I/we also agree to keep this tender open for acceptance for a period of 90 ( Ninety ) days from the date fixed for opening the same and in default thereof I/we will be liable of forfeiture of my/our ‘earnest money’ deposit. I/we offer to do the work for the above-mentioned subject tender at the rates quoted in attached schedule and hereby/bind myself/ourselves to complete the work within stipulated period from the date of issue of the acceptance of the tender. I/we also hereby agree to abide by the general and special conditions of contract and to carry out the work according to the specifications or works laid down by the Railways for the present contract.

2. A sum of Rs.52,560/- herewith forwarded as earnest money shall be forfeited without prejudice to any other rights or remedies, if:–

a) I/we do not execute the contract documents within 7 days after receipt of notice issued by the Railways that such documents are ready and

b) I/we do not commence work within 15 days after receipt of orders to that affect. c) I/we resile from my/our offer or modify the terms and conditions thereof in a manner not

acceptable to Northern Railway during a period of 90 (ninety days) from the date opening of tender.

3. The earnest money in the form of cash deposit with chief cashier, Northern Railway, New Delhi or Banker’s Cheque/ Demand Drafts no.____________________ dated _____________ in favour of “Senior Divisional Finance Manager, Northern Railway, New Delhi” is attached. I/we have clearly noted that the earnest money in the form of Bank guarantee bond is not acceptable.

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

Signature of Tenderer Name & Signature of witnesses : Full Name of the tenderer:

Name of the Firm:

1. Date: 2. Address: Contact Number:

Page 5: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 5 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

FORM FOR AGREEMENT

ARTICLES OF AGREEMENT made on this _ _ _ _day of _ _ _ _ / 2015 between the President of India acting through the Railway administration here after called the “Railway” of the one part and _ _ _ _ herein after called the “Contractors” of the other part.

Whereas the Contractor (s) has agreed with the Railway for the performance of the work _ _ _ _ set _ _ _ forth in the schedule hereto annexed upon the General Conditions of Contract and the Specifications of the Railway and the special conditions and special specifications, if any and in conformity with the drawings hereinto annexed and Whereas the performance of the said work is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railway, the Contractors will duly perform the said works in the said schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said conditions of contract on or before the_ _ _ _day of _ _ _ _ and will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same has been fully set forth herein) AND the Railway both hereby agree that if the contractors shall duly performed the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the contractor for the said works on the given terms & condition, the amount due in respect thereof at the rates specified in the schedule hereto annexed.

Contractors ------------------------------- Designation:_ _ _ _ _ _ _ _ _ _ _ _ _ _

Northern Railway (for President of India) Date:-

___________________________ Address :--------------------------------- Date :-------------------------------- Witnesses:------------------------------- Name & Signature of witnesses with address to Witness signatures of the contractor 1. ----------------------------------

2. -------------------------------

Page 6: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 6 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

SECTION-I

INSTRUCTION TO TENDERER/S AND GENERAL CONDITIONS OF CONTRACT Name of work: “Washing of Diesel Locomotives covering cleaning of Radiator room,

Expresser room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad”.

A. INSTRUCTIONS TO TENDERER/S 1. SUBMISSION OF OFFERS:

a) All offers shall be either type written or written neatly in indelible Ink. b) Any individual(s) signing the tender or other documents connected therewith shall specify

whether he is signing:- • As sole proprietor of the concern or attorney of the sole proprietor. • As a partner or partners of the firm • As a Director, Manager or Secretary of a Limited company duly authorized by a resolution

passed by the board of Director or in pursuance of the authority conferred by memorandum of association.

c) The tenderer/s who is constituents of firm, company, association or society must necessarily enclose the attested copies of the constitution of their concern, partnership deed and power of attorney along with their tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of the firm, company, association or society as the case may be. The Co-operative societies must likewise submit an attested copy of their certificate of registration along with the documents as above mentioned.

The tenderer shall give full details of the constitution of the firm/Company/Society etc in the “Top Sheet” as well as in Annexure-“VIII” to “Special Tender Conditions and instructions to tenderers” of tender documents and must submit the following documents along with tender without fail:-

i) Sole Proprietorship firm: If the tender is submitted on behalf of a “Sole proprietorship” concern, the tenderer must submit along with the tender, the notarized copy of the affidavit for the same.

ii) Partnership firm: If the tender is submitted on behalf of a “partnership firm” tenderer must submit along with the tender, the authorized/registered/notarized partnership deed and; (2) the Power of Attorney/ authorization in favour of the individual signing the tender. If the tenderer is a Partnership Firm, the conditions and the technical & financial eligibility criteria will be applicable as per guidelines given in Annexure-K-2.

iii) Joint Venture (JV): In terms of Railway Board letter no.2002/CE-I/CT/37 dated 14/12/2012, “Joint Venture Firms” shall be applicable to the works tenders of value more than Rs.10 Crore (Rupees Twenty Five Crore Only). “JVs/ Consortiums/MOUs” shall accordingly not be considered in this tender.

iv) Company: If the tender is submitted on behalf of a company registered under companies Act-1956, the tenderer must submit along with the tender, the copies of (1) MOA (Memorandum of Association) & AOA (Article of Association) of the company; (2) POA (Power of Attorney) duly registered/notarized by the company (backed by the resolution of Board of Directors) in favour of the individual signing the tender on behalf of the company.

Page 7: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 7 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

v) Society: If the tender is submitted on behalf of a society the tenderer must submit along with tender (1) the attested copy of the certificate of registration (2) Deed of formation (3) Power of Attorney in favour of the tender signatory.

d) If above mentioned documents (as applicable) are not enclosed along with tender documents, the tender shall be treated a having been submitted by the individual who has signed the tender documents. After opening of the tender, any document pertaining to the constitution of the firm/Society (as applicable), shall neither be asked nor be entertained/ considered under any circumstances and no claim or representation whatsoever form the tenderer in this regard shall be entertained. No change in the constitution of the firm/ Company shall be permitted after opening of the tender except where necessitated due to the succession law. The “Power of Attorney” in favour of the individual signing the tender document may however be accepted subsequently, if acceptable reasons are furnished for the same.

e) All prices/rates and other information like document sets having a bearing on the rates shall be written both in figures and words in the prescribed offer form.

f) “No post tender correspondence for submission of additional documents shall be entertained after opening of the Technical & Commercial offers. Even suo-moto post tender letters of the tenders shall be treated as NULL & VOID”

g) Offers shall be as per the Indian Railways General and Special conditions of contract.

h) Deviation Schedule:

In case of any deviation from the requirement of tender specifications, Instructions to Tenderers or General & Special Conditions of Contract, the same should be brought out by the tenderer in the offer as per the given format at Annexure-V. Tenderers may note that it is not obligatory of said authority to accept the deviations.

i) All the copies of annexure enclosed with the tender paper should be duly filled in by the tenderer and submitted along with the tender duly signed and stamped on each page.

j) The tenderer should avoid ambiguity in his offer e.g. if his offer is to his standard sizes/lengths/dimensions. He should specifically state them in details without any ambiguity. Brief descriptions such as “Standard lengths” etc. should be avoided in the offer.

k) The tender documents consist of Declaration form (first sheet), General conditions relating to tender/s, special conditions and instructions and specifications, detailed scope of work & format for offer of rates. All of these must be submitted as directed in covering note, failing which the tender is liable to be rejected.

l) The tender documents must be submitted duly completed in all respects in a sealed cover super scribed as tender form for the work “as on top sheet”. The same should be deposited in the tender box lying in the tender room near facilitation centre D.R.M’s Office, New Delhi up to 15.00 hrs. on stipulated date of tender opening. The tender will be opened at stipulated time and terms and conditions read out in the presence of such tenderer/s as is/are present. Tenders, which are received after the time and date, specified above may not be considered. In case the intended dates for opening of tenders is declared a holiday, the tenders will be opened on the next working day at the same time.

m) Validity: The validity of the offer should be kept open for 90 ( Ninety ) days from the date of opening of the tender.

n) STUDY OF LOCAL CONDITIONS: The tender/s is advised to visit the site of work and investigate the actual conditions of works. The scope of work should also be examined before formulating the rates for complete items of work.

2. ACCEPTANCE OF TENDER : 2.1 It shall not be obligatory of the said authority to accept the lowest tender and the tenderer/s

shall not demand any explanation for the rejection of his/ their tender.

Page 8: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 8 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

2.2 If the tenderer/s deliberately give/s wrong information in his/their tender and there by create/s circumstances for the acceptance of his/ their tender, the railways reserve the right to reject such tender/s at any stage.

2.3 The successful tenderer/s shall be required to execute a contract agreement for carrying out of the work. The address of the contractor as given in the agreement will be deemed as their business address and all letters etc. sent to that address by the Railway Administration shall be considered as duly delivered to the contractors in the ordinary course of post.

2.4 The authority for acceptance of the tender does not undertake to assign reasons for declining to consider any particular tender or tenders. The accepting authority also reserves the right to accept in full/ a part thereof/ reject the tender or to divide the tender amongst more than one tenderer if deemed necessary without assigning any reason.

2.5 The tender/s shall not increase his/their rate in case the railway administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of the original offer and if not agreed for reduction, rates originally quoted will be binding on the tender/s.

2.6 The tenderer/s shall submit an analysis of rates offered by him/them giving the details of cost of cost of labour, material, equipments/machinery & profit etc. for proper evaluation of the tender if required by Railway.

2.7 RIGHT TO THE RAILWAY TO DEAL WITH TENDER/S: The Railways reserve the right to accept in full/ a part thereof/ reject the tender without assigning any reasons.

B. GENERAL CONDITIONS OF CONTRACT: 1. The Tender in general, shall be governed by the Northern Railway General Conditions of

Contract. The ‘Engineer’ as defined in clause 1.2(e) under Part-I (Meaning of Terms) of General Conditions of Contract shall also mean Sr. Divisional Mechanical Engineer (Dsl) / Divisional Mechanical Engineer (Dsl)/ADME.

2. SCOPE OF WORK: The detailed scope of work of the tender is as Annexure-I. Concerned representative of Sr.DME/Dsl/TKD will carry out the inspection of the works.

3. The contractor shall work in coordination with the departmental staff for the execution of the work.

4. EARNEST MONEY: a) The tenderer shall be required to deposit earnest money in favour of “Senior Divisional

Finance Manager, N. Rly., New Delhi” with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The earnest money shall be submitted as indicated below. The earnest money shall be rounded to the nearest Rs.10/-. This earnest money shall be applicable for all modes of tendering.

Value of Work (Tender Value) EMD For works estimated to cost up to Rs. 1 crore

2% of the estimated cost of the work

For works estimated to cost more than Rs. 1 Crore

Rs. 2 lakhs plus ½% (half percent) of the excess of estimated cost of work beyond Rs. 1 crore subject to a maximum of Rs. 1 crore.

b) It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be realized as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General Conditions of Contract. The Earnest Money of other tenderers shall save as herein before provided, be returned to them, but the Railway shall not be responsible for

Page 9: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 9 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

d) Standing EMD will not be accepted. e) The Earnest Money shall be in cash receipt of Railway or Banker’s Cheque/Demand Drafts

in favour of Sr.DFM/N.Rly. New Delhi. 5. SECURITY DEPOSIT ON ACCEPTANCE OF TENDER : 5.1 The earnest money deposited by the Contractor with his tender will be retained by the

Railways as part of security for the due fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the contractor in cash or may be recovered by percentage of deduction from the Contractor’s “on account” bills, provided also that in case of defaulting contractor Railway may retain any amount due for payment to the contractor on the pending “on account bills” so that the amounts so retained may not exceed 10% of the total value of the contractor.

5.2 Unless otherwise specified in the special conditions, if any, the Security Deposit/ rate of recovery/mode of recovery shall be as under :- (a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full

security deposit is recovered, (c) Security Deposits will be recovered only from the running bills of the contract and

no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit.

5.3 Security Deposit shall be returned to the contractor after the physical completion of the work as certified by the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal ‘No Claim’ certificate from the contractor concerned shall be obtained.

5.4 No interest will be payable upon the Earnest Money & Security Deposit or amounts payable to the Contractor under the Contract.

6. PERFORMANCE GUARANTEE: (a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty)

days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fail to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(b) The successful bidder shall submit a Performance Guarantee in the following form amounting to 5% of the contract value (in favour of “Senior Divisional Finance Manager, N.Rly., New Delhi”.

i. A deposit of cash, ii. Irrevocable Bank Guarantee, iii. Government securities including State Loan Bonds at 5% below the market value iv. Deposit receipts, Pay Orders, Demand drafts and Guarantee Bonds. These forms of

Performance Guarantee shall be either of the State Bank of India or any of the Nationalized Banks,

v. Guarantee Bonds executed or Deposits Receipts tendered by all Schedule Banks, vi. A deposit in the Post Office Saving Bank,

Page 10: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 10 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

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. xii. Also FDR in favour of “Senior Divisional Finance Manager, N. Rly., New Delhi”

(free from any encumbrance) may be accepted. (c) The Performance Guarantee shall be submitted by the successful bidder after the letter of

acceptance has been issued, but before signing of the agreement. This PG shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended time for completion of work plus 60 days.

(d) The value of PG to be submitted by the contractor will not change for variation up of 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.

(e) The Performance Guarantee (PG) shall be released after the physical completion of work based on the “Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all respect satisfactorily. The Security Deposit shall, however, be released only after the expiry of the maintenance period and after passing the final bill based on the “No Claim Certificate” from the contractor.

(f) Wherever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be enchased. The balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India entitled under the contract (not withstanding and/or without prejudice to any other provision in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the Performance Guarantee as

described herein above, in which event the Engineer may claim the full 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 GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

7. CONDITIONS OF CONTRACT AND SPECIFICATIONS : 7.1 Except where specifically stated otherwise in the tender documents, the work is to be

carried out in accordance with Northern Railway’s “Indian Railway Standard General Conditions of Contract July 2014 or latest”.

7.2 The works shall have to be started within 15 days of the issuance of the letter to that effect or as advised by Railways.

7.3 Transfer and Subletting: The contractor shall not sublet, assign or part with this contract to any other agency.

7.4 That the amount of profits derived by the contractor out of this and contract are liable to income tax and to facilitate this assessment, the contractor shall maintain a proper account of his receipts and disbursements, this account shall also be open for inspection or verification by the Railway Administration whenever so desired.

Page 11: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 11 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

7.5 If the firm is dissolved on account death or retirement of any partner or for any reasons whatsoever before completing whole work or part of it under taken by the principal the partners will remain jointly and personally liable to complete the whole work to the satisfaction of the Railway. Otherwise to pay the compensation for the work as sustained if any by the Railway due to such dissolution, the amount of such compensation shall be fixed by the General Manager of the Railway and his decision in the matter shall be final and binding on the firm/ contractors.

7.6 Railway Passes and Accommodation: Railway passes or concession tickets for men and material will not be granted to the successful tenderer under any circumstances. The contractor shall have to make his own arrangements for his staff, material, tools, machinery etc.

7.7 Facility to work: a) Electrical supply - The Railway may supply to the Contractor part or whole of the electric

power wherever available and possible, required for execution of works from the Railway’s existing electric supply systems at or near the site of works on specified terms and conditions and such charges @ Rs. 1500/- per month shall be deducted from the bills for the electric power consumption and the same is to be payable by the contractor as per the instructions contained in para 31 (4) (a & b) of Indian Railway Standard General Conditions of Contract July 2014 or latest.

However in case of non-availability of electric supply/connection, the contractor will arrange Diesel operated or Battery operated or Captive Power arrangement for the same and then electric power consumption charges shall not be deducted from the bills.

b) Water, if required for the execution of work shall be provided free of cost to the contractor if available at site.

7.8 The contractor shall ensure that, without prior written permission of the Railway, their employees shall not remain in the Railways premises after completion of their specified timings or on completion of their work under this contract.

8. PERIOD OF COMPLETION: 8.1 The entire work is required to be completed in all respect within specified period as laid

down in the contract agreement. Time is the essence of contract. The contractors will be required to maintain steady and required progress to the satisfactions of the execution authority to ensure that the work will be completed in all respects within the stipulated period failing which action may be taken by the Railway Administration as per the clauses stipulated in “Indian Railway Standard General Conditions of Contract July 2014 or latest.

8.2 The contractor shall not be entitled to make any claim, whatever against Rly. Under or by virtue of or arising out of the contract after he/they shall have signed a ‘NO CLAIM’ certificate in favour of Railways, in such form as shall be required by the Railway, after the work is finally executed.

9. FORCE MAJEURE: In the event of any unforeseen event directly interfering with the execution of works, arising during the currency of the contract, such as insurrection, restraint imposed by the government act of legislative or other authority, war, fire, floods, explosions, epidemics, quarantine restriction, strikes, lockout or acts of God the contractor shall within a week from the commencement thereof notify the same in writing to the Railways with reasonable evidence thereof. If the force majeure condition mentioned above be in force for a period of 90 days or more at any times, the Railways shall have the option to terminate the contract on expiry of 90 days of commencement of such force majeure by giving 07 days notice to the contractor in writing. In case of such termination no damage shall be claimed by either party against the other, save and except those which had occurred under any other clause of the contract prior to such termination.

Page 12: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 12 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

10. DETERMINATION OF CONTRACT: (i) Right of Railway to determine the contract – The Railway shall be entitled to determine and

terminate the contract at any time should, in the Railway’s opinion, the cessation of work becomes necessary owing to paucity of funds or from any other cause whatever, in which case the value of approved materials at site and of work done to date by the Contractor will be paid for in full at the rate specified in the contract. Notice in writing from the Railway of such determination and the reasons therefore shall be conclusive evidence thereof.

(ii) Payment on determination of contract – Should the contract be determined under sub-clause (11.1) of this clause and the Contractor claims payment for expenditure incurred by him in the expectation of completing the whole of the work, the Railways shall admit and consider such claims as are deemed reasonable and are supported by vouchers to the satisfaction of the Engineer. The Railway’s decision on the necessity and propriety of such expenditure shall be final and conclusive.

(iii) The contractor shall have no claim to any payment of compensation or otherwise, howsoever on account 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 contract.

11. Determination of contract owing to default of contractor–(I) if the contractor should (i) Become/s 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 his creditors, or (iii) Being a Company or Corporation go into liquidation (other than a voluntary liquidation for

the purpose of amalgamation or reconstruction), 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 GCC or (vi) Abandon the contract, or (vii) Persistently disregard the instructions of the Engineer, or contravene any provision of the

contract, or (viii) Fail to adhere to the agreed programme of work by a margin of 10% of the stipulated

period, or (ix) Fail to remove materials from the site or to pull down and replace work after receiving from

the Engineer notice to the effect that the said materials or works have been condemned or rejected under Clause 25 and 27 of GCC, or

(x) Fail to take steps to employ competent or additional staff and labour as required under Clause 26 of the GCC, or

(xi) Fail to afford the Engineer or Engineer’s representative proper facilities for inspecting the works or any part thereof as required under Clause (28) of the GCC, or

(xii) Promise, offer or give any bribe, commission, gift or advantage either himself or through his partner, agent or servant to any officer or employee of the Railway or to any person on his/her/their or on their behalf in relation to the execution of this or any other contract with this Railway.

(xiii) (A) At any time after the tender relating to the contract has been signed and submitted by the contractor, being a partnership firm admit as one of its partners or employ under it or being an incorporated company elect or nominate or allow to act as one of its directors or employ under it in any capacity whatsoever any retired Engineer of the gazetted rank or any other retired gazetted officer working before his retirement, whether in the executive or administrative capacity, or whether holding any pensionable post or not, in the Mechanical Department of the Railways for the time being owned and administered by the President of India before the expiry of two years from the date of retirement from the said service of such Engineer or Officer unless such Engineer or Officer has obtained permission from the President of India or any officer duly authorized by him in this behalf to become a partner or a director or to take employment under the contractor, as the case may be, or

Page 13: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 13 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

(B) Fail to give at any time of submitting the said tender:- (a) The correct information as to the date of retirement of such retired engineer or retired

officer from the said service, or as to whether any such retired engineer or retired officer was under the employment of the contractor at the time of submitting the said tender, or

(b) The correct information as to such engineers or officers obtaining permission to take employment under the contractor, or

(c) Being a partnership firm the correct information as to, whether any of its partners was such a retired engineer or a retired officer, or

(d) Being an incorporated company, correct information as to whether any of its directors was such a retired engineer or a retired officer, or

(e) Being such a retired engineer or retired officer suppress and not disclose at the time of submitting the said tender the fact of his being such a retired engineer or a retired officer or make at the time of submitting the said tender a wrong statement in relation to his obtaining permission to take the contract or if the contractor be a partnership firm or an incorporated company to be a partner or director of such firm or company as the case may be or to seek employment under the contractor, and after expiry of 48 hours notice, a final termination notice should be issued.

Then and in any of the said clause, the Engineer on behalf of the Railway may serve the Contractor with a notice in writing to that effect and if the Contractor does not within seven days after the delivery to him of such notice proceed to make good his default in so far as the same is capable of being made good and carry on the work or comply with such directions as aforesaid to the entire satisfaction of the Engineer, the Railway shall be entitled after giving 48 hours notice in writing under the hand of the Engineer to rescind the contract as a whole or in part or parts (as may be specified in such notice)

(2) Right of Railway after rescission of contract owing to default of contractor- In the event of any or several of the courses, referred to in sub-clause(I) of this clause, being adopted:

(a) The Contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any commitments or made any advances on account of or with a view to the execution of the works or the performance of the contract and contractor shall not be entitled to recover or be paid any sum for any work there to for actually performed under the contract unless and until the Engineer shall have certified the performance of such work and the value payable in respect thereof and the contractor shall only be entitled to be paid the value so certified,

(b) The Engineer or the Engineer’s Representative shall be entitled to take possession of any materials, tools, implements, machinery and buildings on the works or on the property on which these are being or out to have been executed, and to retain and employ the same in the further execution of the works of any part thereof until the completion of the works without the contractor being entitled to any compensation for the use and employment thereof or for wear and tear or destruction thereof,

(c) The Engineer shall as soon as may be practicable after removal of the contractor fix and determined ex-parte or by or after reference to the parties or after such investigation or enquiries as he may consider fit to make or institute and shall certify what amount (if any) had at the time of rescission of the contract been reasonably earned by or would reasonably accrue to the contractor in respect of the work then actually done by him under the contract and what was the value of any unused or partially used materials, any constructional plant and any temporary works upon the site. The legitimate amount due to the contractor after making necessary deductions and certified by the Engineer should be released expeditiously.

12. Matters finally determined by the Railway.- All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the work or after its completion and whether before or after the determination of the contract shall be referred by the contractor to the Railway and the Railway shall within 120 days after receipt of the Contractor’s representation make

Page 14: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 14 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

and notify decisions on all matters referred to by the contractor in writing provided that matters for which provision has been made in clauses 8,18,22(5), 39, 43(2), 45(a), 55, 55-A(5), 57, 57A, 61(1), 61(2) and 62(1) to (xiii) (B) of General Conditions of Contract or in any clause of the special conditions of the contract shall be deemed as ‘excepted matters’ and decision of the Railway Authority, thereon shall be final and binding on the contractor provided further that ‘excepted matters’ shall stand specifically excluded from the purview of the arbitration clause and not be referred to arbitration.

13. (1) (i)Demand for Arbitration. – In the event of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account or as to the withholding by the Railway of any certificate to which the contractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days, then and in any such case, but except in any of the ‘excepted matters’ referred to in clause 63 of GCC, the contractor, after 120 days but within 180 days of his presenting his final claim on disputed matters, shall demand in writing that the dispute or difference be referred to arbitration.

(1)(ii) The demand for arbitration shall specify the matters, which are in question or subject of the dispute or difference as also the amount of claim item wise. Only such dispute(s) or difference (s) in respect of which the demand has been made, together with counter claims or set off shall be referred to arbitration and other matters shall not be included in the reference.

(a) The Arbitration proceedings shall be assumed to have commenced from the day, a written and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claims stating the facts supporting the claims along with all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal.

(c) The Railway shall submit its defense statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted by Tribunal.

(1)(iii)No new claim shall be added during proceedings by either party. However, a party may amend or supplement the original claim or defence thereof during the course of arbitration proceedings subject to acceptance by Tribunal having due regard to the delay in making it.

(1)(iv)If the contractor(s) do/does not prefer his/their specific and final claims in writing, within a period of 90 days of receiving the intimation from the Railways that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and released of all liabilities under the contract in respect of these claims.

(2) Obligation during pendency of arbitration.-Work under the contract shall, unless otherwise directed by the Engineer, continue during the arbitration proceedings, and no payment due or payable by the Railway shall be withheld on account of such proceedings, provided, however, it shall be open for Arbitral Tribunal to consider and decide whether or not such work should continue during arbitration proceedings.

(3)(a)(i)In cases where the total value of all claims in question added together does not exceed Rs.10,00,000/-(Rupees ten lakhs only), the Arbitral Tribunal consist of a Sole Arbitrator who shall be either the General Manager or a gazetted officer of Railway not below the grade of JA grade nominated by the General Manager in that behalf. The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration is received by Railway.

(3)(a)(ii) In cases not covered by clause C.(3) (A)(1), the Arbitral Tribunal shall consist of a panel of three Gazetted Railway Officers not below JA grade, as the arbitrator. For this purpose, the Railway will send a panel of more than 3 names of Gazetted Railway Officers of one or more departments, of the Railway to the contractor who will be asked to suggest to General Manager up to 2 names out of the panel for appointment as contractor’s nominee. The General Manager shall appoint at least one out of them as he contractor’s nominee and will, also simultaneously appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the ‘presiding arbitrator’ from amongst the 3 arbitrators so appointed. While nominating the arbitrators it will be necessary to ensure that one of them

Page 15: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 15 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

is from the Accounts department. An officer of Selection Grade of the Accounts department shall be considered of equal status to the officers in SA grade of other departments of the Railways for the purpose of appointment of arbitrators.

(3)(a)(iii) If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from his office as arbitrator, or vacates his/their office/offices or is/are unable or unwilling to perform his functions as arbitrator for any reason whatsoever or dies or in the opinion of the General Manager fails to act without undue delay, the General Manager shall appoint new arbitrator/arbitrators to act in his/their place in the same manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its discretion, proceed with the reference from the stage at which it was left by the previous arbitrator(s).

(3)(a)(iv) The arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties hereto to do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay.

(3)(a)(v) While appointing arbitrator(s) under sub-clause (i), (ii) and (iii) above, due care shall be taken that he/they is/are not the one/those who had an opportunity to deal with the matters to which the contract relates or who in the course of his/their duties as Railway servant(s) expressed views on all or any of the matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by such Tribunal will, however, not be invalid merely for the reason that one or more arbitrator had, in the course of his service, opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute.

(3)(b)(i) The arbitral award shall state item wise, the sum and reasons upon which it is based. (3)(b)(ii)A party may apply for corrections of any computational errors, any typographical or clerical

errors or any other error of similar nature occurring in the award and interpretation of a specific point of award to tribunal within 30 days of receipt of the award.

(3)(b)(iii) A party may apply to tribunal within 30 days of receipt of award to make an additional award as to claims presented in the arbitral proceedings but omitted from the arbitral award.

(4) In case of the Tribunal, comprising of three Members, any ruling or award shall be made by a majority of Members of Tribunal. In the absence of such a majority, the views of the Presiding Arbitrator shall prevail.

(5) Where the arbitral award is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made.

(6) The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include fee of the arbitrator(s) as per the rates fixed by the Railway Administration from time to time.

(7) Subject to the provisions of the aforesaid Arbitration and Conciliation Act 1996 and the rules there under and any statutory modification thereof shall apply to the arbitration proceedings under this clause.

14. PAYMENT TERMS: 14.1 Subject to satisfactory working duly certified by Senior Divisional Mechanical Engineer

(Dsl), Tughlakabad, or his representative, the contractor shall be entitled to receive the value of the work against the work attended/completed during the month after necessary deduction or recovery, which the Railway Administration may be entitled to make under the contract or any other contract. The bill should be raised by the contractor on monthly basis and should be submitted latest by 7th of every month.

14.1.1 Payment will be made by Sr.DFM, Northern Railway, DRM Office, New Delhi. 14.1.2 All bills in four copies shall be submitted to Sr. Section Engineer/Spares/DSL/TKD. 14.1.3 Payment will be made only after verification & certification by the concerned

ADME/DSL/TKD. 14.1.4 All payment in respect of the contract during the currency of the contract shall be made

through Electronic Clearing System (ECS) / Electronic Fund Transfer (EFT). The successful tenderer on award of contract must submit ECS/EFT Mandate Form complete

Page 16: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 16 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

in all respect as detailed at Annexure-VII of the tender document. However, if the facility of ECS/EFT is not available at a particular location, the payment shall be made by cheque. In such case the successful tenderer on award of contract will have to furnish contractor’s Bank Account Number and name of the Bank against which all payments in respect of the contract during the currency of contract shall be made.

14.1.5 2% sales tax will be deducted from all bills at source as per provision of Delhi Sales Tax on works contract act 1999. The rates can be changed by the Delhi Sales Tax Department and shall be applicable.

14.1.6 2% income tax and 15% surcharge on I.Tax shall be deducted from bill and necessary I.T deduction certificate will be issued by DFM/Northern Railway/New Delhi.

14.1.7 No extra payment CST/ST, Octroi or other taxes will be made to the agency. 14.2 The value of contract and quantities given in the attached schedule of rates and quantities

are approximate and are given only as a guideline. These are subject to variations/ additions and/or omission. The quantum of the work actually carried out shall not from the basis of any dispute regarding the rates to be paid and shall not give rise to any claim for compensation on account of any increase or decrease either in the quantity or in the contract value.

14.3 Penalty for delay in completion/non attending to certain activities: In case the contractor fails to execute and complete the work within the time specified in the agreement or within the period of extension granted by Sr.DME/DSL/TKD, a penalty will be levied except for the case where the delay is purely on the part of the Railways. In this regard the decision would be final.

15. Law governing the contract – The contract shall be governed by the law for the time being in force in the Republic of India. The legal disputes and litigations if any, arising between constructive parties to be sub-judicated before courts falling within the jurisdiction of Delhi only.

16. The contractor shall be responsible for carrying out all legal obligations under this contract. Broadly they are as under: -

• Minimum Wages Act, 1948 • Payment of Wages Act 1936 • Contractor labour (Regulation and Abolition Act) • The workmen compensation Act. • Employment of Manual Scavengers and Constructions of dry latrines (Prohibition) Act 1993

17. All disputes are subject to the Jurisdiction of the Hon’ble High Court, Delhi and/or its subordinate courts only.

18. The Service Provider being principal employer of the persons engaged and deployed by it for providing the services, shall alone be entitled to hire or fire or discipline them. Similarly, the Service provider alone shall be liable to pay the wages, statutory dues, leaves etc. to such persons.

19. The Service Provider shall depute adequate number of his employees for providing the Services and shall ensure that a minimum number of personnel as mutually agreed are deployed at all times, so that the quality of work is as per mutually accepted and well-established contemporary international norms and standards.

20. RIGHT TO THE RAILWAY TO DEAL WITH TENDER/S: The Railways reserve the right to accept in full/ a part thereof/ reject the tender without assigning any reasons.

Sr. Divisional Mechanical Engineer/Diesel. Tughlakabad, New Delhi 110044.

for & on behalf of President of India I/We agree to abide by above terms and conditions as well as Indian Railway Standard General Conditions of Contract July 2014 or latest. Sig. of the Contractor Full name: Address:

Page 17: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 17 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

SECTION -II SPECIAL/OTHER CONDITIONS OF CONTRACT The following special conditions shall apply to contract for the execution of works but where they differ from the General Condition, the special conditions shall over ride the general condition. Experience: Firm should have experience in carrying out such nature of work i.e. ‘washing of Diesel locomotives.’ The firm will submit the requisite certificate of above experience showing the satisfactory completion/ongoing work performance. The firm which does not have the experience as mentioned above and not enclosed with offer form will be summarily rejected. Definitions 1. a) The term “Work” shall mean the work to be executed in accordance with the contract part

(s) there of as the case may be and shall include all extra, additional, altered or substitute work or temporary and urgent work as required for the performance of the contract.

b) The term “TEST” shall mean such test or testes as are prescribed by the Specification(s) to be made by “Equipment/Works” is taken over by the “Engineer”.

2. Performance of work The “work” shall be performed at the place or places specified in the tender or at such other place or places may be approved by the “Engineer”. If no place is specified, the work shall be executed at contractor’s premises.

3. The work will be carried out on washing pit in the premises of diesel shed, TKD. Tentative work load will be 07 locos in 06-14 Hrs. shift, 06 locos in 14-22 Hrs. shift & 05 locos in 22-06 Hrs. shift.

4. The final acceptance of the tender shall rest with the competent Railway authority who reserves the right to accept or reject any tender or all tenders without assigning any reason. The validity of the tender will be kept open for 90 days from the date of opening. Railway Administration is not bound to accept lowest offer.

5. The contractor or his authorized representative will supervise the above job on each working day and get the monitoring performa jointly signed by railway inspecting engineer nominated by Sr.DME/Dsl/TKD and contractor’s representative as per monitoring performa at Annexure IX. This joint certificate shall form the basis for payment against the work done during the month.

6. All work normally will be required to be done round the clock. However in case of special requirements, the aforesaid timing/work load can be changed as desired by the Railway Administration, for which contractor has to adhere to.

7. The labour employed by the contractor shall not be less than 18 years of age. 8. The contractor shall supply Identity cards to his staff with photograph pasted and attested by

the contractor. This will be counter signed by nominated representative of Sr.DME/Dsl/TKD. 9. The contractor can be penalized by way of fine amounting upto Rs.1000/- (Rs. One Thousand)

for each offense by Sr.DME/DSL/TKD or by his representative in case of report of misbehaves by the contractor labour to Railway Administration.

10. The contractor shall be responsible for the general conduct and discipline of his Labour. Railway Administration reserves the rights to take necessary action as deemed fit in all cases of misconduct/ indiscipline.

11. Payment will be made to the firm/contractor on monthly basis against completion of work in all respect and satisfactorily on Locomotives during that period. The payment will be made by Sr. Divisional Finance Manager /N. Rly/New Delhi on the basis of joint monitoring performa. The bill shall be submitted in the office of Sr. Section Engineer (Spares)/DSL/TKD for checking and verification before sending to Divisional Accounts Office for payment.

12. Railway Administration shall not be responsible for any injury/death of labour employed by the contractor during the execution of work. Railway shall not be responsible for the payment of any compensation in case of injury/death of labour. Railway shall not be providing any alternate employment/ compassionate employment of labour to his dependent in case of temporary disablement/ permanent disablement or death of labour employed by the contractor. Contractor shall be responsible for the safety of their staff, material and all safety measures required for carrying out the work successfully.

Page 18: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 18 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

13. First–aid facilities shall be provided and maintained by the contractor so as to be readily accessible during all working hrs. along with first–aid box equipped with the prescribed contents at every place where contract labour is employed by him.

14. Administration reserves its right to carry out a post payment audit and/or technical examination of the works and the final bill including all supporting vouchers abstracts etc. and to make a claim on the contractor for the refund of any excess amount paid to him if as a result of such examination any over payment to him is detected to have been done under the contract.

15. The contractor shall remain liable for theft of any Railway material by his staff and heavy penalty/fine will be imposed by the Railway Administration as deemed fit for each case, which will be deducted from the bill. In case of advertent/ inadvertent carrying out of ferrous scrap or any other Railway material along with rubbish by the staff of the contractor, the contractor is liable to forfeiture of damage deposit.

16. The contractor/ contractors shall agree (s) that all conditions stipulated in the tender schedule which forms part of the tender submitted by him/them are acceptable to him/them.

17. The contractor shall ensure adequate no. of manpower for qualitative washing of two locos at a time. As such contractor has to ensure that all the specified schedule of work as per detailed scope of work (Annexure-1) is fully complied. At present 18 locos in 24 hours are to be undertaken for washing and the work will be carried out round the clock. However tender accepting authority has the discretion to increase or decrease the quantity as per work load at any time to which contractor has to adhere to. The contractor will deploy supervisor also in addition to adequate labour/workers and a list of such staff deputed for carrying out the work will have to be submitted before start of the contract, which will form part of agreement. This will ensure the qualitative washing of locomotive.

18. The contractor will ensure adequate one month supply of consumables as per Annexure-II and will be handed over to nominated representative of Sr.DME/Dsl/TKD. The concerned monitoring/executing engineer as nominated by Sr.DME/Dsl/TKD will ensure proper accountal of the same on daily basis. List of tools/plants/machinery on hand as per annexure-II will be handed over to nominated monitoring/executing engineer.

19. PENALTY CLAUSE: Railway reserves the right to deduct the penalties from the bill of the contractor as under.

S.No. Item Penalty amount 1. Non-attention of washing of Diesel Locomotives full

activity as per scope of work at Annexure-I. Rs. 250/- per loco.

2. Non-attention of any of activity of washing of Diesel Locomotives as per scope of work at Annexure-I.

Rs. 100/- per loco.

3. Unsatisfactory washing of Locomotives as per scope of work at Annexure-I.

Rs. 100/- per loco.

i) The contractor shall be liable to be penalized for any undesirable activities, endangering the image of Railways. In this regard decision of Accepting Authority will be final.

20. ELIGIBILITY CONDITIONS: 20.1 Technical Eligibility

To participate in the tender, the tenderer must fulfill following eligibility criteria: A) Firm should have experience in carrying out such nature of work i.e. ‘Washing of Diesel locomotives’. B) Copy of such experience of work done in past/ongoing over Indian railways may be attached with tender document. C) The firm will submit the requisite certificate of above experience showing the satisfactory

completion/ongoing work performance. The firm which does not have the experience as mentioned above and not enclosed with offer form will be summarily rejected.

20.2 Financial Eligibility To participate in the tender, the tenderer must fulfill following financial eligibility criteria as per GCC July, 2014, which reads as under :

Page 19: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 19 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

(i) The tenderer(s) shall be eligible only if he/they fulfill Eligibility Criteria of having received total contract amount during the last three financial years and in the current financial year with a minimum of 150% of the advertised tender value.

(ii) Authentic Certificate shall be produced by the tenderer(s) to this effect which may be an attested certificate from the employer/client, Audited Balance Sheet duly certified by the Chartered Accountant etc.

The following documents should be submitted along with the tender. i) List of personnel available on hand and proposed to be engaged for the subject work. ii) List of plant and machinery available on hand (own) and proposed to be inducted (own and

hired to be given separately) for the subject work. iii) List of such works completed with Indian Railway with documentary proof. iv) List of such works on hand, indicating description of work, awarded date, contract value etc. v) The firm should be certified by ISO 9001:2008 or latest standards in similar field. vi) Certificates from private individuals for whom such works are executed/being executed would

not be accepted. 21. The contract will remain in force for period mentioned in agreement from the date of

commencement of the work. However Railway Administration may terminate the agreement as per GCC clause-62, without assigning any reasons thereof and in the event of any breach of any condition here in contained by the contractor or his workmen it shall be lawful for the Sr.DME/DSL/TKD to terminate this agreement without any notice and to forfeit the whole or part of security deposit at his discretion without being liable to the contractor for any loss or damage what so ever.

22. The contractor shall at all times indemnify the Rly. Administration against all claims which may be made under the workers compensation Act.1928 or an statutory modification there of or rules there under or otherwise for or in respect of any damages or compensation payable in consequence of any accident or injury subtend by the contractor or any workman labour servants or any person in the employment of the contractor and engaged in the performance of the business license relating to the contractor. The contractor at all times shall also take risk of accident or injury which may cause failure of the performance of the said business existing of such accident to such workman labour servant and against all costs and expenses incurred by the Railway Administration. In connection there with and (without prejudice any other means of recovery). The Railway Administration shall be entitled to deduct from any money due of becomes payable to the contractor whether under this agreement or any agreement all money paid or payable to the Railway Administration by way of compensation of for costs or express in connection with any claim there to and the contractor shall abide by the decision of the Railway Administration as to the sum payable by the contractor under the provisions of this clause.

23. Except where specifically stated otherwise in the tender documents, the work is to be carried out in accordance with Indian Railway Standard General Conditions of Contract July 2014 or the latest version.

Sr. Divisional Mechanical Engineer/Diesel. Tughlakabad, New Delhi 110044.

for & on behalf of President of India

Page 20: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 20 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

ANNEXURE–I

(SCHEDULE OF WORK) / DETAILED SCOPE OF WORK:

Duration of Work: 02 Year. No. of Locomotives: 18 Loco per day Total = 13140 loco in Two Yrs.

Activity No.

Washing of Diesel Locomotives covering cleaning of Radiator room, Expresser room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad

1. Cleaning of Radiator room :-i) The contractor shall clean radiator compartment floor/panel/pipe fittings etc. by using high-pressure hot & cold water jet of suitable capacity using cleaning agent i.e Spiral Make-Johnson diversy or equivalent. ii) The contractor shall apply the dilute solution of cleaning solvent/degreaser in radiator room floor. This solution is washed off by high-pressure hot & cold water jet of suitable capacity. Then the surface should be dried using vacuum cleaner/ mopper if required. iii) Drain holes must be cleaned so as to ensure no accumulation of degreaser water/oil/grease in the same. iv) The contractor shall clean radiator core of locomotives by hot and steam jet of 5.0 kg/cm2 (steam plant will be provided by Railways)*. v) Blow with compressed air of 5.0 kg/cm2 (provided by railways) from inside the radiator compartment towards outside. vi) Wash radiator core with approved dilute solution of cleaning solvent i.e. Orion-5017 or equivalent in order to make it free from oil, dirt and stains and again blow it with steam jet if required. OGR-38 chemical (supplied by railway) will also be applied using special purpose spray gun for better cleaning and to ensure effective heat dissipation if required. vii) Rinse thoroughly with cleaning water and dry the area to avoid corrosion.

2. Cleaning of Expresser room:-i) The contractor shall clean expresser room compartment floor/panel/pipe fittings etc. by using cleaning agent i.e Spiral Make-Johnson diversy or equivalent and wash off with water jet high-pressure hot & cold water jet of 05kg/cm2 and then dry it by using dry vacuum cleaner/ and moppers. Drain holes must be cleaned and there should be no accumulation of water/oil/grease in the same. ii) No water should be ingress inside electrical machines, like FPM, DEBM, Generator, ECC, Auxiliary Machine, Exciter, Under frame Traction Motor, Electric panel & Junction Box etc. iii) Dug/pit cleaning of expresser iv) Air maze panel should be free from water ingress.

3. Cleaning of Engine room :-i) Contractor shall thoroughly clean all components of engine room and floor using cleaning agent i.e Spiral Make-Johnson diversy or equivalent and wash off with water jet high-pressure hot & cold water jet of 05kg/cm2 and then dry it by using dry vacuum cleaner/ and moppers. ii) He shall clean engine block, filter’s housing, pipes & floor with wire brush to clean oil and grease etc. iii) This cleaning of engine room is to be done under guidance of concerned monitoring/executing engineer as nominated by Sr.DME/Dsl/TKD.

4. Cleaning of exterior and hoods :-i) Contractor shall carry out thoroughly cleaning of super structure and hoods including roof of driver’s cabin from top and side by applying the dilute solution of cleaning agent i.e Spiral Make-Johnson diversy or equivalent in all hoods and by using long telescopic handle brushes. This solution is washed off by high pressure hot & cold-water jet of 05kg/cm2. Finally the surface should not show any stain of oil, dirt and grease and finally dried.

5. Cleaning of foot plate :-i) Initially scrap the footplate with wire brush. Then apply the dilute solution of cleaning agent i.e Spiral Make-Johnson diversy or equivalent in all footplates outside engine room. This solution is washed off by high pressure hot & cold-water jet of 05kg/cm2. Finally the surface should not show any stain of oil, dirt and grease and finally dried.

6. Cleaning of under gear :-i) Scraping and dry cleaning of all components below footplate including bogies, brake system, beam plates, buffers and cattle guards by using scrubber and dry brush and air blowing. ii) Use of high pressure hot & cold-water jet of 05 kg/cm2

may be ensured if required to clean dust etc. from bogies.

Page 21: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 21 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

7. Cleaning of Carbody filters: - i) Remove all carbody filters from the locomotives and put in cleaning tank for two hours. ii) The carbody filters may be taken out from the tank and cleaned with mixture of air and water and then by dry air. iii) After cleaning, dip the carbody in oil (Servo vane 181, supplied by Railway). iv) Put the carbody in centrifuge machine and rotate two times for 10 seconds for removing excess oil. Alternate method may also be used for this purpose with the approval of the Railway Administration. v) Contractor should keep ready minimum 08 loco sets of carbody filters properly cleaned. During loco washing, dirty carbody filter set should be replaced with cleaned set. Carbody cleaning plant will be provided by railways but maintained by contractor. vi) Cleaning of lube oil strainer in carbody cleaning plant.

8. Cleaning of Driver Cabin: - Cleaning of cabin doors, instruments panel, various gauges, flooring, driver’s seats, side panels, side windows glasses, door glasses and look out glasses etc. should be ensured by using cleaning agent, scrubber and moppers etc. Use of high pressure air blowing if required be done.

• The steam plant & carbody plant will be handed over to contractor in working condition at

start of contract, however the maintenance and operation of steam plant and carbody cleaning plant shall be ensured by the contractor.

• The contractor must ensure that the cleaning agents/machines/brushes used for washing should not damage the appearance/color of the locomotives. In case of any damage, suitable penalty as decided by competent authority will be imposed on contractor, which will be binding on the contractor.

Page 22: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 22 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

Annexure-II

Note : The all consumable items will be deposited in shed’s store per month and these material

will be issued after recommendation of competent authority or nominated supervisor.

REQUIRED MATERIAL & ACCESSORIES (A)Material/Accessories required for cleaning & washing of locomotives S.N Description of Items Qty/per month

1 Heavy duty Brush with telescopic handle for length max. upto 12 feet (Adjustable) 10 Nos.

2 Hand Brush (wire) 30 Nos. 3 Scraper 10 Nos. 4 Heavy duty Wiper/moppers with 6’ long handle length 15 Nos.

5 Squeeze for glass cleaning 10 Nos. 6 Cleaning agent for glass cleaning Make-Collin or R3 or Moklene 10 Ltrs. 7 Cleaning agent i.e Spiral Make-Johnson diversy or equivalent 500 Ltrs 8 Degreaser 100 kg. 9 Cleaning solvent Orion-5017 or equivalent 200 Ltrs.

10 Dusters 200 Nos. 11 Sponge cloth 100 Nos.

12 Water based room freshner for driver’s cabin make premium or equivalent 30 Nos.

(B) One time machinery required for this work.

1

High pressure hot & cold water jet machine, Make-Karcher/ Roots/ Eureka Forbes/ Johnson & Diversey or similar make. The machine shall have maximum Water discharge rate of 10 to 15 litres/minute & having 0 to 180 bar continuously variable pressure regulator and the electric load not more than 3 KW (13 to 15 amps).

02 Nos.

2 Dry vacuum cleaner for vacuuming/ dusting. Make-Karcher/ Roots/ Eureka Forbes/ Johnson & Diversey. The electric load not more than 1.3 KW. It should be a rugged and reliable

02 Nos.

3 Special purpose spray gun make-Konark or similar for OGR-38 application 02 Nos.

4 Air blowing gun 02 Nos.

Page 23: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 23 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

ANNEXURE –III OFFER FORM (SCHEDULE OF RATES)

Tender No. DSL/TKD/Loco Washing./OT/2015 Name of work Washing of Diesel Locomotives covering cleaning of Radiator

room, Expressor room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad.

Work to be done As per annexure –I “Schedule of work” Place of work Northern Railway, Diesel Shed, Tughlakabad, New Delhi-110044 Period of work 24 Months No. of Loco 18 Locos per day Total = 18*730=13140 Locos in Two Years. App. Cost of work Rs. 26,28,000/- Earnest money Rs. 52,560/- Date of opening of tender

18.08.2015

OFFER FORM (SCHEDULE OF RATES)

Description of work Qty. Unit rate per Loco

(in Words & fig. both)

Total amount for 13140 Locos for 02

years (Rs.)

(A) (B) (C) (B x C) Washing of Diesel Locomotives covering cleaning of Radiator room, Expressor room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad as per Schedule of work/ Detailed scope of work as per Annexure-I.

13140 Locos

Taxes if any

G. Total

Grand Total (in words) : NOTE : i) Single rate offer should be given for entire activity as a whole. ii) The above offered unit rates are inclusive of all charges and taxes i.e. transportation, Labour,

Sales Tax, Excise duty, Service Taxes as applicable & other applicable charges and no separate charges would be paid whatsoever.

iii) At the time of bill passing, the component of Service Tax as applicable at the time of opening of tender) will be withheld as per prescribed rates.

iv) The reimbursement of Service Tax (as applicable) shall be made only after submission of necessary deposit receipts/challan submitted with Service Tax department.

Date : …………………….

Signature of Tenderer Full name of Tenderer

Page 24: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 24 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

ANNEXURE-IV

PROFORMA FOR PERFORMANCE STATEMENT Name of Firm: ………………………………………………………………………………………………. S.

No. Order Placed

by Full Address of customer

Order No & Date

Description & Qty. of

Work ordered

Value of

order

Date of completion of

order

Remarks indicating

for late completion

if any

Has the work been

satisfactorily commissioned and it is giving

trouble free service

As per contract

Actual

1 2 3 4 5 6 7 8 9

Signature & seal of the Tenderer/Contractor/Firm

Page 25: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 25 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

Annexure-V

PERFORMA FOR STATEMENT OF DEVIATIONS.

Clause # Comment Deviation(s) General Conditions: Special Conditions:

Signature & Seal of Tenderer/Contractor NB. Where there is no deviation, the statement should be returned duly signed with an

endorsement Indicating. “No Deviation”.

Page 26: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 26 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

ANNEXURE-VI

INDEMNITY BOND

(Refer General Conditions of Contract)

We, M/s. ........................................................................................................... (hereinafter called the contractor) hereby undertake that we shall hold at your works at Diesel Shed, Northern Railway , Tughlakabad for and on behalf of the President of India and in trust for him the material/articles (mentioned here in below) which may be and /or which has been made over to us. In connection with the manufacture of ...................................... (Name and description of work) against contract No...................... ……………….. ……………….. Dated.......................... Name & description of item Quantity

As mentioned in Scope of Work.

We shall be and remain absolutely responsible for the safe custody and protection of the said material/articles against all risks whatsoever till these are completely used against the above mentioned contract and duly delivered to the President of India or to his representative as he may direct and as such do hereby indemnify the President of India against any loss and/or damage to the said material and/or article while in our possession/ custody. The said material and/or articles shall, however, be at all times open to inspection by officers who may be authorized in that behalf by the Sr. Divisional Mechanical Engineer (Diesel), Northern Railway, Tughlakabad, Delhi, or its nominee Should, however at any time any loss or damage as aforesaid occur or a refund become otherwise due to the President of India, he or his representative shall be entitled to recover from us compensation for and in respect of such loss or damage if any, of the amount to be so refund without prejudice to any other remedies which may be otherwise available to the said President of India by way of deduction from any sum due to/ or any sum which at any time hereafter may become due to us under this or any other contract. In the event of any loss or damage as aforesaid the assessment of such loss or damage and the assessment of compensation therefore would be made by the President of India or his authorized nominee and the said assessment would be final and binding upon us.

Signature........................................

Name..............................................

Firm’s name & address…..........................................

Page 27: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 27 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

Annexure K-2

Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria

1. The Partnership Firms participating in the tender should be legally valid under the provisions

of Indian Partnership Act. 2. Partnership Firms are eligible to quote tenders of any value. 3. The partnership firm should have been in existence or should have been formed prior to

submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening, as per Indian Partnership Act.

4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.

5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc, in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraws from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any such changes/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions, liable for determination of contract under Clause 62 of General Condition of Contract.

6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner. The EMD shall be submitted only in the name of partnership firm. The EMD submitted in the name of any individual partner or in the name of authorized partner(s) shall not be considered.

8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized person(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contract. Such “Power of Attorney” should be notarized/ registered and submitted along with tender.

9. A notary certified copy of registered or notarized partnership deed shall be submitted along with the tender.

10. On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantee among the partners shall be acceptable.

Page 28: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 28 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

11. On issue of LOA, contract agreement with partnership firm shall be executed in the same of the firm only and not in the name of any individual partner.

12. In case, the contract is awarded to partnership firm, the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement.

a) Joint and several liabilities – The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement – The partnership deed/ partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partners in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under clause 62 of General Conditions of Contract.

c) Governing Laws – The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian Laws.

d) No Partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other partner and that of the Railway in respect of the tender/contract.

13. The tenderer shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tender-

a) A copy of registered/ notarized partnership deed duly authenticated by notary. b) Power of Attorney duly stamped and authenticated by a Notary Public or by a Magistrate from

all partners of the firm in favour of one or more of the partner(s) or any other person(s) as detailed in para (8) above.

c) An undertaking by all partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of Govt. of India/ any State Govt. from participation in tenders/contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under clause 62 of General Conditions of Contract-1999.

14. Evaluation of eligibility of a partnership firm Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfilment of the following conditions:

i) Technical eligibility criteria - The tenderer should satisfy either of the following criteria:- a) The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in

“para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers”) in its own name and style.

OR b) In case the partnership firm does not fulfill the technical eligibility criteria in its own name and

style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in a different partnership fir, then such partner of the firm shall satisfy the technical eligibility criteria (defined in “para 2.3.2 (A) (V) of special tender conditions and instructions for tenderers”) on the basis of his/her proportionate share in that proprietorship/ partnership firm reduced further by his/her percentage share in the tendering firm.

ii) Financial eligibility criteria – The tenderer shall satisfy either of the following criteria:-

a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria (as defined in “para 2.3.2 (A) (VI) of special tender conditions and instructions for tenders”) in its own name and style.

Page 29: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 29 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

b) In case the partnership firm does not fulfill the financial eligibility criteria in its own name and style, but one or more of its partners have executed a work/ contract in the past either as sole proprietor or as partner in different firms, then the arithmetic sum of the contractual payments received by all the partners of the tendering firm, derived on the basis of their respective proportionate share in the such firms reduced further by their respective percentage share in the tendering firm, shall satisfy the full requirements of the financial eligibility criteria. (as defined in “para in 2.3.2 (A) (VI) of special tender conditions and instructions for tenderers”).

Example on Evaluation of Technical & Financial Eligibility of Partnership Firm

A tendering partnership firm “ABCD” has four constituent partners namely “A”, “B”, “C” & “D” with their respective shares as 40%, 30%, 20% & 10%, but this firm has not executed any work in its own name and style. However, the constituent partners have executed the work in earlier partnership firm(s) or as sole proprietor as under:-

(i) Partnership firm “ABZ” having three partners namely “A”, “B” & “Z” with respective shares of 10%, 20% & 70%, has executed a work of value Rs.10.00 crores earlier.

(ii) Partnership firm “CYX” having three partners namely “C”, “Y” & “X” with respective shares of 50%, 30% & 20%, has executed a work of value Rs.5.00 crores earlier.

(iii) Sole proprietorship firm “P” having “D” as sole proprietor has executed a work of value Rs.2.0 Crores earlier.

The evaluation of technical and financial eligibility of tendering firm “ABCD” shall be done by taking proportionate share of credentials of partners A, B, C and D derived from their earlier partnership firms to be reduced further by their percentage share in the tendering firm as calculated in table below:- 1 2 3 4 5

Partners Credentials of “A” & “B” derived from firm “ABZ” which has executed work of Rs.10.0 Cr.

Credentials of “C” derived from firm “CYX” firm which has executed work of Rs.5.0 Cr.

Credentials of “D” derived from Proprietorship firm “P” which has executed work of Rs.2.0 Cr.

Credentials of “A”, “B”, “C” & “D” to credentials of tendering firm “ABCD”

% share in firm “ABZ”

Proportionate Credentials

% share in firm “CYX”

Proportionate Credentials

% share in firm “P”

Proportionate Credentials

% share in firm “ABCD”

Proportionate Credentials to “ABCD”

A 10% 10% of 10 Cr.=1.0Cr.

- - - - 40% 40% of 1 Cr. =0.4Cr.

B 20% 20% of 10 Cr.=2.0 Cr.

- - - - 30% 30% of 2 Cr. =0.6 Cr.

C - - 50% 50% of 5 Cr.2.5 Cr.

- - 20% 20% of 2.5 Cr. = 0.5 Cr.

D - - - - 100% 100% of 2Cr.= 2.0 Cr.

10% 10% of 2Cr. =0.20Cr.

Evaluation of Technical Eligibility:-

Any one of the partners of “ABCD” tendering firm viz A, B, C or D should satisfy the technical eligibility criterion on the basis of his/her proportionate share of credential in the earlier partnership firm reduced further by his percentage share in the tendering firm. As calculated in above table, the contribution of partners A.B.C & D towards the credentials of tendering firm “ABCD” will be taken as Rs.0.40 Cr., Rs.0.60 Cr., Rs.0.50 Cr., Rs.0.20 Cr. Respectively. Thus, in this example the firm “ABCD” is deemed to have executed one single work of maximum value of rs.0.60 Cr. for the purpose of technical eligibility criteria. Evaluation of Financial Eligibility:-

The arithmetic sum of the contribution of all the partners of tendering firm “ABCD” derived on the basis of their respective proportionate share in the earlier partnership firms reduced further by their respective percentage share in the tendering firm, in this example will be taken as Rs.1.70 Cr. (i.e. A + B + C + D =0.40 + 0.60 + 0.50 + 0.20 = 1.70 Cr.) Thus, in this example, the firm “ABCD” is deemed to have received contractual payments of Rs.1.70 Cr. for the purpose of financial eligibility criteria.

Page 30: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 30 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

ANNEXURE-VII

FORMS Form No. E-5

Electronic Clearing Service (Credit Cleaning) Model Mandate Form (Investor/ customer’s option to receive payments through Credit Clearing Mechanism)

Name of the scheme and the periodicity of payment 1) Investor/Customer’s Name :

2) Particulars of Bank Account : A Name of the Bank : B Name of the branch : Address :

Telephone No. : C 9-Digit code number of the bank and branch

Appearing on the MICR cheque issued by the bank

:

D Type of the account (S.B.,Current or Cash Credit) With code (10/11/13)

:

E Ledger and Ledger Folio Number :

F Account Number (as appearing on the cheque book) (In lien of the bank certificate to be obtained as under)

:

Please attach a blank cancelled cheque or photocopy of cheque or front page of your bank pass book issued by your bank for verification of the above particulars)

3) Date of effect : I hereby declare that the particulars given above are correct and complete. If the

transaction is delayed or not effected at all for reasons of incomplete or incorrect information. I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme (_____________________________) Signature of the Investor Customer Date: ……………………….. Certified that the particulars furnished above are correct as per our records

Bank’s Stamp: ………………..

Signature of the Tenderer/s

Page 31: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 31 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

ANNEXURE-VIII

CONSTITUTION OF FIRM: 1 Constitution of the Firm / concern.

(Tick as applicable) Sole Prop / Partnership Firm / Company / Society

2 Full name of firm/ company/Society

3 Year of formation/ incorporation

4 PAN No.

5 Registered Office Address

6 Address on which correspondence

regarding this tender should be

done.

7 Names of the proprietor/partners

etc.

8. Details of EMD submitted

9. TIN No.

We have enclosed along with the tender, all the requisite documents pertaining to the constitution of the firm/ concern/ company etc., as specified in clause C of Instruction to tenderers. I/we understand that in the absence of these documents, our tender shall be treated as having been submitted by the individual who has signed the tender documents.

Signature of tender

Page 32: TOP SHEET (A) Details to be filled in by Railway · • Cost of tender form is Rs. 3,000/-. • In case of down loaded form, cost of the tender form shall be submitted along with

Page 32 of 32  

Tender No. : DSL/TKD/Loco Washing/OT/2015                                                       N.Rly. Diesel Shed, Tughlakabad 

Annexure-IX

Monitoring Proforma

Contract No.;- DSL/TKD/Loco Washing/OT/2015 dt : --------- Name of work : Washing of Diesel Locomotives covering cleaning of Radiator room, Expresser room, Engine room, All hoods, Foot plate, Under gear and Carbody filters etc. of Diesel Locomotives of N.Rly. Diesel Shed, Tughlakabad for 02 years.

No. of manpower deployed:- Date : -

Sl. No.

Loco No. Washing of Diesel Locomotives covering cleaning of (As per scope of work in Annexure-1) Sign. of

Cont. Rep.

Sign. of Rly. Rep. Radiator

room Expresser

room Engine room

Exterior & hoods

Foot plate

Under gear

Carbody filters

Driver Cabin

1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25

Fill up the column with “S” for Satisfactory washing of locomotive, US for Unsatisfactory washing of locomotive, “NA” for Non attention of any of the activity of loco washing and “NAF” for Non attention of full activity of loco washing.

-- End of the Tender Document --