35
Central Railway 1 Mechanical Department Chhatrapati Shivaji Terminus, Mumbai Work of Comprehensive linen management for train no. 12137/38 at CSTM coaching depot. 1. Tender Notice No: DRM.Mech.BB.2016.05 dated 22.04.2016 2. Name of work: Work of Comprehensive linen management for train no. 12137/38 at CSTM coaching depot. 3. Estimated Tender Value: Rs.3,95,29,500/- (Rupees Three crores ninety five lakhs twenty nine thousand five hundred only) 4. Period of Contract: Two years 5. Earnest Money: Rs. 3,47,650/- (Rupees Three lakh forty seven thousand six hundred fifty only) 6. Date & Time of Closing Tender: 15:00 hrs on 27.05.2016 7. Date & Time Of Opening Of Tender: 15:30 hrs of 27.05.2016 8. Number of pages of Tender Document: 35 pages 9. Cost of Tender Form: Rs.10,000/- (Rupees Ten thousand only) 10. Tender Form Sold to: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ 11. Money Receipt No & Date: _______________________________________________ Issued by : Office of Divisional Railway Manager (Mechanical), Central Railway Mumbai Division, Chhatrapati Shivaji Terminus, Mumbai – 400 001 Signature of Issuing Authority With Stamp Senior Divisional Mechanical Engineer (Coaching) Mumbai Division, Central Railway For and on Behalf of the President of India

Central Railway - cr.indianrailways.gov.in

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Central Railway

1

Mechanical Department Chhatrapati Shivaji Terminus, Mumbai

Work of Comprehensive linen management for train no. 12137/38 at CSTM coaching depot.

1. Tender Notice No: DRM.Mech.BB.2016.05 dated 22.04.2016 2. Name of work: Work of Comprehensive linen management for train no. 12137/38 at CSTM

coaching depot. 3. Estimated Tender Value: Rs.3,95,29,500/- (Rupees Three crores ninety five lakhs twenty nine

thousand five hundred only) 4. Period of Contract: Two years 5. Earnest Money: Rs. 3,47,650/- (Rupees Three lakh forty seven thousand six hundred fifty only) 6. Date & Time of Closing Tender: 15:00 hrs on 27.05.2016

7. Date & Time Of Opening Of Tender: 15:30 hrs of 27.05.2016

8. Number of pages of Tender Document: 35 pages 9. Cost of Tender Form: Rs.10,000/- (Rupees Ten thousand only) 10. Tender Form Sold to:

________________________________________________________________________

________________________________________________________________________

________________________________________________________________________

11. Money Receipt No & Date: _______________________________________________

Issued by : Office of Divisional Railway Manager (Mechanical), Central Railway Mumbai Division,

Chhatrapati Shivaji Terminus, Mumbai – 400 001

Signature of Issuing Authority With Stamp Senior Divisional Mechanical Engineer (Coaching)

Mumbai Division, Central Railway For and on Behalf of the President of India

Central Railway

2

START OF TENDER DOCUMENT

PART – I A

Terms & Conditions of Tendering

1. Contents of tender form: The following documents form Part of the tender form: Sr. No. Contents Page No.

1 Part IA: Terms & conditions of tendering. 2-8

2 Part IB: Special conditions for Tender Documents Download from internet/ website. 9-10

3 Part II: Special conditions of contract. 11-18 4 Offer Letter 19 5 Technical Specifications for Bed Roll items at Annexure A 20-22 6 Duty of Attendants at Annexure A-1 23 7 Train Details at Annexure B 24 8 Part I: Technical Bid at Annexure C 25 9 Part II: Price Bid: Schedule of Rates and Quantities at Annexure D 26 10 Format for contract agreement at Annexure E 27 11 Acceptance / Deviation Schedule at Annexure F 28 12 Mandate form for EFT/NEFT at Annexure G 29 13 Annexure H 30 14 Safety Rules at Annexure I 31-32 15 Format for Bank Guarantee bond for Performance Guarantee Annexure J 33

16 Clause 55-B to General Conditions of Contract: Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952 – Annexure K 34-35

2. Eligibility Conditions: i Tenderer(s) have to satisfy the following minimum eligibility criterion: (a) Total Contract

amount received during the last three years and in the current financial year should be minimum 150% of the advertised tender value of work. Tenderer(s) shall submit documents to this effect, in the form of attested certificates from employer/client, or audited balance sheet duly certified by Chartered Accountant (b) As proof of technical experience/competence, the tenderer(s) should have physically completed at least one similar work for minimum value of 35% of the advertised tender value of work in the qualifying period i.e. current year and three previous financial years (even though the work might have commenced before the qualifying period). Total value of similar nature of work completed during qualifying period and not the payment received within the qualifying period alone shall be considered for the purpose. Similar work implies, “any mechanized washing and cleaning work of linen in Railwa3ys / Airlines / Hotels / Hospitals or work of procurement; washing; stocking; transportation and distribution of linen in trains on Indian Railway i.e. entire supply chain management of linen.” However, the certificates issued by Sole Proprietor / Partnership firms will not be considered for qualification of this condition. Certificates issued by private organization in satisfaction of the condition should be signed by the authorized signatory of that organization. In addition to this certificate, Railways may also call for tax invoices / bills & tax returns to verify the correctness of credentials / certificates submitted”

ii Two packet system of tendering shall be adopted for this work and the Tenderer(s) shall submit their bids in the following two parts : (i) Technical cum Commercial Bid called Part-I (ii) Price Bid called Part-II

iii All the following required documents to establish the eligibility of their firm for carrying out this work (as detailed below) have to be furnished by the tenderer:

Central Railway

3

a. List of works of similar nature completed in the qualifying period (i.e. current year and three previous financial years) giving description of work, organization for whom executed, approximate value of contract at the time of award, payment received in the qualifying period, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given. Supporting documents / certificates from the organizations for whom the tenderer(s) have worked should be enclosed. The authorized signatory of the organization should sign the certificates submitted by the tenderer(s).

b. As proof of the total contract amount received during the qualifying period (i.e. current year and three previous financial years), tenderer(s) shall submit documents in the form of attested certificates from employer/client or, audited balance sheet duly certified by Chartered Accountant

c. List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award.

d. List of personnel organization available on hand and proposed to be engaged for the subject work

e. The tenderer(s) should compulsorily specify in their offer the infrastructure, Plant and Machinery, etc. available at their end, as per prescribed proforma (Annexure C), so as to indicate whether they have the capability to undertake the subject work.

f. The tenderer(s) shall declare the maximum capacity of washing / cleaning of linen available with them in their Technical bid and the same shall also be verified by the authorized Railway representatives.

iv The offers from the tenderer(s) not satisfying the above mentioned eligibility criteria are liable to be rejected.

v Tenderer(s) may carefully note that their Contract Agreement for this work is liable to be terminated at any time later, in case any of the information furnished by them is found to be untrue or any adverse points come to light subsequently. The decision of Railway in this regard shall be final and binding on the tenderer(s).

3. Tendering Procedure i Two packet Tendering System shall be adopted for this work. In the two packet tender

system, the tenderer shall submit his bid in following two parts: 1. Technical – cum - Commercial Bid called Part-I 2. Price Bid called Part II.

ii Both Part I and Part II bids should be sealed in separate envelopes. Both the envelopes should be put in a large envelope. All the three envelopes should bear the particulars of the work as given in the tender notice.

iii Part I i.e. Technical – cum – Commercial Bid shall consist of the following: a. Offer letter complete in all respects and enclosing copies of orders / contracts / work executed

in support of the credentials of the tenderer(s) to the effect that they fulfill the minimum eligibility conditions as mentioned in para 3 above.

b. The cash receipt obtained for the remittance of the Earnest Money Deposit. c. Details of the plant / factory including machinery and the other details as per the prescribed

proforma (enclosed as Annexure C) d. A copy of the partnership deed / company memorandum of association / affidavit for

proprietorship iv Under no circumstances, the Technical - cum - Commercial Bid (Part-I) should contain

the rates offered for this work by the tenderer(s). The envelope should be clearly superscribed with “Technical – cum – Commercial Bid (Part I)” along with the tender number and its description and other particulars as indicated in the tender notice. The envelope should be duly sealed.

v The Price Bid (Part II) shall contain the price element of the tender bid called “Price Bid” in the tender schedule and shall be clearly superscribed with “Price Bid (Part II)” along with the

Central Railway

4

tender number and its description and other particulars as indicated in the tender notice. The envelope should be duly sealed.

4. Omissions and Discrepancies: Should a tenderer find discrepancies in, or omissions from the Tender Forms or should he be in doubt as to their meaning, he should at once notify the authority inviting tenders who may send a written instruction to all the tenderers. It shall be understood they every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

5. Earnest Money: (a) The tenderer shall be required to deposit earnest money of Rs.3,47,650/- (Rupees Three lakh

forty seven thousand six hundred fifty only) in favour of Sr. DFM BB along with the tender form for the due performance of the stipulation to keep the offer open for 180 days.

(b) The earnest money shall remain deposited with the “Railways” for a period of at least 120 days from the date of the opening of the tender. If the validity of the offer is extended the earnest money duly extended shall also be furnished failing which the offer, after the expiry of the aforesaid period shall not be considered by the “Railways”. No interest shall be payable by the “Railways” on earnest money. The earnest money deposited is liable to be forfeited if the tenderer withdraws or amends, impairs or derogates from the tender, any condition in any respect within the period of validity of his offer. If the successful tender fails to execute formal agreement within 14 days of receipt of acceptance letter, then the earnest money shall be liable to be forfeited by the “Railways”. Any tender not accompanied by the earnest money in one of the approved forms given in clause (e) below shall not be considered.

(c) 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.

(d) If his tender is accepted, his earnest money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of clause 16 of the General Conditions of Contract. The earnest money of other tenderer shall save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

(e) The Earnest Money should be in cash or Banker’s Cheque / Demand Drafts in favour of Sr. DFM BB of the Railway executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.

(f) Notwithstanding to whatever is stated hereinabove, following benefits shall be extended to MSEs: I. Tender sets shall be provided free of cost to MSEs registered with the following agencies

for the item tendered. II. MSEs registered with the following agencies for the item tendered will be exempted from

payment of Earnest Money. A. MSEs who are interested in availing themselves of the above benefits will enclose

with their offer the proof of their being MSE registered with any of the agencies mentioned in the notification of Ministry of MSME indicated below:

1. District Industries Centers 2. Khadi and Village Industries Commission 3. Khadi and Village Industries Board 4. Coir Board 5. National Small Industries Corporation 6. Directorate of Handicraft and Handloom

Central Railway

5

7. Any other body specified by Ministry of MSME B. The MSEs must also indicate the terminal validity date of their registration. Failing (A) and (B) above, such offers will not be liable for consideration of benefits mentioned at (I) and (II) above.

6. Security Deposit and Performance Guarantee: i. Security Deposit: a. The Earnest Money deposited by the Contractor with his tender will be retained by the Railways

as part of security for the due and faithful 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 deduction from the Contractor's "on account" bills. Provided also that in case of defaulting contractor, the 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 contract.

b. Recovery Of Security Deposit : Unless otherwise specified in the Special Conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under :

i. Security Deposit for each work should be 5% of the contract value, ii. The rate of recovery should be at the rate of 10% of the bill amount till the full Security

Deposit is recovered, iii. 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 (except Note (ii) below); FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance period in all the cases other than Note (i) mentioned below and after passing the final bill based on No Claim Certificate with the approval of 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 contractor and that 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 should be obtained.

Note - (i) After the work is physically completed, Security Deposit recovered from the running bills of a

contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

(ii) In case of contracts of value Rs.50 crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining security deposit.

c. No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause (a) of this clause will be payable with interest accrued thereon.

ii. Performance Guarantee (PG): a. The successful bidder shall have to submit a Performance Guarantee (PG) within 30

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

Central Railway

6

b. The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value:

A deposit of Cash; Irrevocable Bank Guarantee; Government Securities including State Loan Bonds at 5% below the market value; Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of

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

Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; A Deposit in the Post Office Saving Bank; A Deposit in the National Savings Certificates; Twelve years National Defence Certificates; Ten years Defence Deposits; National Defence Bonds and Unit Trust Certificates at 5% below market value or at the face value whichever is less.

Also, FDR in favour of FA&CAO(free from any encumbrance) may be accepted. NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

c. The Performance Guarantee shall be submitted by the successful bidder after the Letter Of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

d. The value of PG to be submitted by the contractor will not change for variation upto 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 physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final biII based on 'No Claim Certificate' from the contractor.

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

g. The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions 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.

Central Railway

7

7. Legal charges: A fee of Rs.200/-per legal document like partnership deed or power of attorney executed before or after the execution of the contract, will be recovered from the contractor for obtaining legal Advice in the Law Officer.

8. Effect and validity of offer: The offer shall be kept valid for a minimum period of 180 calendar days from the date of opening of tender, within which the tenderer will not be entitled to rescind or withdraw his offer. Notwithstanding this if the tenderer rescinds his offer within the period stipulated above, the earnest money deposited by him along with the tender shall be liable for forfeiture and in that case the tenderer shall have no further claim on the amount deposited by him as earnest money.

9. Care in Submission of Tenders: i. All offers shall be submitted before the time and date fixed for the receipt of the offers as set

forth in the tender papers. Offers received after the stipulated time and date are liable to be rejected.

ii. The tender should be submitted in a sealed cover addressed to Divisional Railway Manager (Mechanical), Divisional Railway Manager’s Office, Annexe Building, 2nd Floor, Above Passenger Reservation Office, Central Railway, Chhatrapati Shivaji Terminus, Mumbai – 400 001

iii. All offers shall be written neatly with out correction and over writings. 10. In case of any deviation from the requirement of tender specifications, Instructions to Tender or

General & Special Conditions of Contract, the same should be brought out by the tenderer in Annexure F.

11. There should be no discrepancy in rates quoted both in words and figures. In such an eventuality, the rates quoted in figures will be considered for evaluation of the offer.

12. Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate and all inclusive to accord with the provisions in Clause 37 of the General Conditions of contract for the completion of works to the entire satisfaction of the Engineer.

13. The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the certified copy of Partnership Deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. When work is tendered for a firm or company of contractors, the individual legally authorized to enter into commitments on their behalf shall sign the tender.

14. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

15. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender signing the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim Certificate" and refer all or any disputes to arbitration.

16. Execution of Contract Document: The tenderer whose tender is accepted shall be required to appear in person at the office of Sr. DME (Cog.) BB, Central Railway or if a firm or corporation, a duly authorized representative shall so appear and execute, within 14 days after notice that the contract has been awarded to him, an agreement for carrying out the work according to General Conditions of contract, of Engineering Department, Central Railway as amended and/or corrected upto date and Special conditions of contract as mentioned at Part II of this tender form. Failure to do so shall constitute a breach of the agreement affected by the acceptance of the tender and there

Central Railway

8

upon his tender and acceptance thereof shall be treated as cancelled in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies and the damages for such default shall be recovered.

17. Tender Forms shall embody the contents of the contract documents either directly or by reference. Any condition of the tender other than those stipulated in the document are not applicable even though they are included in the tender submitted by the party unless they are specifically accepted by the Railway in writing while communicating the acceptance of tender. The accepted tenderer should therefore ensure that such other conditions that are considered necessary by him should be got accepted by the Railway in writing before accepting the offer. Every contract shall be complete in respect of the document it shall so constitute.

18. It is advised that the firm should depute competent representative at the site to see first hand and assess the scope of work before submission of rate. The tenderer must satisfy him fully before submitting his/her offer. The schedule of rates and quantities is given at Annexure D of this tender form. The tenderer(s) shall quote rates as per the tender document. All the rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties, payable by the contractors to government or public body or local authority. No additional amount will be paid or claim entertained on this account by the Railways. The quantities shown in the schedule are given as a guide and are approximate only and are subject to variation according to the needs of the Railway as per terms and conditions as per variation clause given in clause no. 10 of the special conditions of contract given at Part II of this tender form.

19. Tenders containing erasures and/or alterations of the tender documents are liable to be rejected. Any correction made by Tenderer(s) in his/their entries must be attested by him/them.

20. Right of the Railway to deal with tender: The Railway reserves the right to accept a tender in whole or in part or reject without assigning reasons for any such action. The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders. The Railway also reserve the right to accept tender with either full quantity of work or part thereof or divide the works amongst more than one tenderer without assigning any reasons for any such action.

21. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

22. Non-compliance with any of the conditions set forth there in above is liable to result in the tender being rejected. The submission of the tender will be deemed to imply that all documents enclosed have been studied and understood that the tenderer is aware of the full scope of the work to be done and the condition affecting the execution. In token of this, tenderer himself or his authorized representative will be required to sign at the bottom of each and every page of this tender form.

23. Tender must be deposited in the tender box kept at the Sr. DME (Cog.) BB’s office, not later than 15.00 hours on 27.05.2016 in a sealed cover super scribing “Tender for “Work of comprehensive linen management for train no. 12137/38 at CSTM coaching depot” and addressing it to “The Sr. Divisional Mechanical Engineer (Coaching), Mumbai CST, Central Railway, Mumbai – 400 001, Maharashtra”. The tender will be opened at 15.30 hours on the same day. If the tender opening day happens to be a bandh or an unforeseen holiday, the tender will be opened on the next working day at the same time and same place ............................... ……. ……………………… Signature of Tenderer(s) Signature Date ............... Designation

Central Railway

9

PART – I B

Special Conditions for Tender Documents downloaded from Internet / website

a. These additional special conditions are applicable to tender document and considered as part of it, which is downloaded from Internet / website.

b. Tenderer may note that, permitting of downloading of tender document is an added facility for

convenience of tenderer/s. Railway; however, reserves right to extend this facility for selected works or continue only with direct sale of tender forms. In case, tender document is not uploaded on website or download failure or delay or incomplete document downloaded, whatsoever, Railway shall not be responsible in anyway. Railway shall not be responsible for any direct / indirect loss of business / profit resulting from inability to use this facility.

c. The Tenderer/s shall download and print the tender document solely for the purpose of bidding

for above work and downloaded document shall not be used, copied or reproduced for any other purpose.

d. The end of tender document is indicated by “End of Tender Document” marker. Tenderer/s

should carefully see that above marker appears on the last page of downloaded tender document to ensure that downloaded document is complete. Tenderer is suggested to check the integrity and completeness of document before submission.

e. The tender document downloaded from website though does not bear signature of Railway

authority shall have same authority as having directly purchased from Railway office. Tenderers while submitting his offer must sign all pages of tender document.

f. The downloaded and printed tender document along with the various other documents should be

submitted as per details mentioned in tender document. The tenderer should clearly write on main tender cover and also on the top of sealed cover “Tender documents downloaded from website”

g. The Tenderer/s are required to pay non-refundable cost of tender document in the form of

DEMAND DRAFT issued by any Nationalized Bank in favour of Sr. Divisional Finance Manager/Central Railway/Mumbai CST while submitting their offer. In case, they fail to furnish the requisite cost of tender document in prescribed form, their offer shall be rejected. The cost of EMD shall not be merged with cost of tender form and shall be separately furnished.

h. The tenderer/s shall maintain the integrity of downloaded tender document and shall not make

any change/ addition/ deletion/ tampering, whatsoever, in the downloaded documents. The tenderer/s offer shall be rejected and full earnest money shall be forfeited, in case it is detected after submission of offer, that they have made any modification in downloaded documents. In case such modification is noticed even after award of contract, Railway is liable to terminate the contract on contractor’s default. In addition Railway reserves the right to take action against the firm as deemed fit, which may include Banning of Business Dealings with the firm and the firm is also liable to be prosecuted as per the law. After award of work, agreement will be prepared based on the master copy of tender document available in the Railway’s office. In case, any discrepancy is noted in tender document submitted by tenderer, the master document kept with Railway shall prevail and decision of Railway thereon shall be final and binding on Tenderer/ contractor.

i. The downloaded and printed tender document along with the various other documents should be

submitted as per details mentioned in tender document. The tenderer should clearly write on

Central Railway

10

main tender cover and also on the top of sealed cover “Tender documents downloaded from website”

j. Tenderer/s shall print the tender document on good quality A4 size papers of thickness 75 GSM

or above and printed document shall be clearly legible. The document shall be properly bound and page numbers shall be in serial order as mentioned in downloaded documents. The Tenderer/s shall not be reimbursed with the cost of stationery, printing and binding etc. Offer of tenderer/s is liable to be rejected by Railway, if tender document is not printed or bound as per above instructions. Further tenderer shall bear expenses of Internet connection and telephone charges, if any for downloading of tender document.

k. The tenderer/s shall keep themselves updated about any modification in tender notice and tender

document issued by Railway through newspapers, website or E-mail or any other means and shall act accordingly. It is the responsibility of the tenderer to check any correction or any modifications published subsequently in website and the same shall taken into account while submitting the tender. Tenderer’s offer is liable to be rejected if they have not enclosed all the corrections / corrigendum along with downloaded tender documents.

l. The “Additional Special Conditions for Tender Document downloaded from Website” must be

signed by the tenderer and enclosed along with the tender document failing which the tender is liable to be rejected.

m. The following declaration should be given by the tenderer while submitting the tender

downloaded from website.

DECLARATION I / We have downloaded the tender document from the website centralrailwayonline.com and I / we

have not tampered / modified the tender forms in any manner. In case the document is found to be

tampered / modified, I / We understand that my / our tender is liable to be rejected and full earnest

money deposit will be forfeited and I / We am / are liable to be banned from doing business with

Railways and / or prosecuted.

Signature of Tenderer

Central Railway

11

PART- II

Special conditions of contract

1. These special conditions of contract supplement the General conditions of contract, Engineering Department of central railway as amended and / or corrected up to date, copies of which can be seen at the office of the Sr. Divisional Mechanical Engineer (Coaching), Mumbai CST, Central Railway, Mumbai – 400 001, Maharashtra. It is the responsibility of the contractor before submitting the tender and again before entering into agreement to ascertain all the amendments and/ or corrections made to the said General conditions of contracts. Where the provisions of these special conditions of contract are at variance with the general conditions of contract, these special conditions of contract will prevail. General conditions of contract form part of the contract unless otherwise mentioned in the special condition of contract. Termination of Contract and Settlement of Disputes will be as per General Conditions of Contract as amended from time to time.

2. Provision of Payment of Wages Act: The Contractor shall comply with the provisions of

the payment of Wages Act 1936 and the rules made there under in respect of all employees directly or through petty Contractor or sub-Contractor under the direct orders and control of the Engineer whether in connection with the works to be executed hereunder or otherwise for the purpose of the Engineer. Such Labour shall nevertheless be deemed to comprise persons employed by the Contractor and any money which may be ordered to be paid by the Engineer shall be deemed to be moneys payable by the Engineer on behalf of the Contractor and the Engineer may on failure of the Contractor to repay such money to the Railways deduct the same from any moneys due to the Contractor in terms of the contract The Railway shall be entitled to deduct from any moneys due to Contractor (whether under this contract or any other contract) all moneys paid or payable by the Railway by way of compensation of aforesaid or for costs of expenses in connection with any claim thereto and the decision of the Engineer upon any question arising out of the effect or force of this clause shall be final and binding upon the Contractor.

3. Provision of Contract Labour (Regulation and Abolition) Act, 1970: (1) The contractor shall comply with the provisions of the contract labour (Regulation and

Abolition) Act. 1970 and the contract Labour (Regulation and Abolition) Central Rules 1971 as modified from time to time, wherever applicable and shall also indemnify the Railway from and against any claim under the aforesaid Act. and the Rules.

(2) The contractor shall obtain valid license under the aforesaid Act as modified from time to time before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfill this requirement shall strict the panel provision of the contract arising out of the resultant non-execution of the work.

(3) The contractor shall pay to labour employed by him directly or through sub-contractors the wages as per provisions of the aforesaid Act and the Rules wherever applicable. The contractors shall notwithstanding the provisions of the contract to the contrary, cause to be paid the wages to labour indirectly engaged on the work including any engaged by his sub-contractors in connection with the said work, as if the labour had been immediately employed by him.

(4) In respect of all labour directly or indirectly employed in the work for performance of the contractor‘s part of the contract, the contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and the Rules wherever applicable.

(5) In every case in which by virtue of the provisions of the aforesaid Act of the Rules, the Railway is obliged to pay any amount of wages to a workman employed by the contractor or his sub-contractor in execution of the work or to incur any expenditure in providing welfare and health amenities required to be provided under the aforesaid Act and the Rules

Central Railway

12

or to incur any expenditure on account of the contingency liability of the Railway due to the contractor‘s failure to fulfill his statutory obligates under the aforesaid Act or the Rules, Railway will recover from the contractor the amount of wages so paid or the amount of expenditure so incurred and without prejudice to the rights of the Railway under section 20 sub-section (2) and section21 sub-section(4) of aforesaid Act the Railway shall be at liberty to recover such amount or part thereof by deducting it from the security deposit and /or from any sum due by the Railway to the contractor whether under the contract or otherwise. The Railway shall not be bound to contest any claim made against it under sub-section (1) of section 20 and sub-section (4) of section 21 of the aforesaid Act except on the written request of the contractor and upon his giving to the Railway full security for all cost for which the Railway might become liable in contesting such claim. The decision of the Railway regarding the amount actually recoverable from the contractor as stated above, shall be final and binding on the contractor.

(6) As per the terms and conditions of the contract agreement, it is obligatory on the part of Contractor having labour more than 20 to obtain the labour licence from the licensing officer under provision of Contract labour (Regulation and Abolition) Act,1970 read with Contract labour (Regulation and Abolition) Central rules, 1970. The contractors are advised to ensure that they should obtain a proper and valid labour licence for the connected work from the concerned Assistant Labour commissioner or Licensing Officer of the area. A photo copy of such licence should be submitted before the commencement of work.

(7) Contractor shall have to comply with the following: a. He will pay his labour through bank / cheque / ECS and the payment sheet showing the

amount paid to each labourer will be countersigned by a representative of the Department which is administering the contract.

b. He will issue identity card to his labour c. He will deduct PF of the Contract Labourers and will comply with other provision of

the EPF and Misc. Provisions Act 1952. d. He will make deductions towards ESI from the payment paid to his labour and will

remit the same to the appropriate authority under the ESI Act alongwith his own contribution.

e. The contractor agrees that Railway officials, including Welfare Inspector shall have the right to inspect the books of the contractor to ensure compliance of the above provisions.

4. Provision of Workmen Compensation Act: - In every case in which by virtue of the

provisions of Section 12 Sub-section (1) of the Workmen’s Compensation Act 1923, Railway is obliged to pay compensation to a workman directly or through petty Contractor or sub-Contractor employed by the Contractor in executing the work, Railway will recover from the Contractor the amount of the compensation so paid, and, without prejudice to the rights of Railway under Section 12 Sub-section (2) of the said Act, Railway shall be at liberty to recover any sum due by Railway to the Contractor whether under these conditions or otherwise, Railway shall not be bound to contest any claim made against it under Section 12 Sub-section (1) of the said Act except on the written request of the Contractor and upon his giving to Railway full security for all costs for which Railway might become liable in consequence of contesting such claim.

5.

1. This will be a contract for a period of two years with 1805 estimated no. of bedrolls to be served to the passengers during one round trip of the train. The train runs daily and has 4 rakes in service. The number of rakes in services may increase beyond 4 due to operational exigencies. The contractor will have to ensure supply of bed rolls in such operational exigencies. The quantity of the bedrolls to be served to the passengers is only approximate and can vary (increase / decrease) depending upon the occupancy pattern and augmentation

Central Railway

13

of the coaches in the train. The payment shall be made to the contractor on the basis of actual number of bed rolls served to the passengers in train. Contractor will have to carry bed rolls in adequate stock to take care the variation in the actual demand en-route. No payment shall be made by Railways to the contractor for unused bed rolls due to difference in actual demand and estimated quantity. Due to exigencies of train operations or any other reason, other trains of any other Coaching Depot of Mumbai Division of Central Railway of any other route for any duration can also be offered to the contractor as per the same terms and conditions after obtaining his consent at the same rate.

2. The constituents of each bedroll is as under: Sr. No. Name of the item & quantity Size

1 One woolen blanket of Raymond make or equivalent) 152 x 230 cms. 2 Two bed sheets (white colour) 140 x 229 cms. 3 One washable foam pillow 57 x 30 x 10 cms 4 One pillow cover (white colour) 38 x 65 cms 5 One face towel (White) 40 x 60 cms. The contractor has to keep 6 nos. of bath towels for each 1st AC coaches for serving to passengers on demand. No additional payment shall be made by Railways to the contractor for provision of these bath towels in 1st AC coaches.

3. Linen items of good condition as per specification at Annexure A or to a superior specification shall have to be arranged by the contractor for daily supply of bedrolls at his own cost. Contractor shall also have to bear all the associated expenditures which includes washing, transportation, loading / unloading to / from coaches and distribution / collection to / from passengers. The contractor shall have to machine wash linens such as bed sheet, pillow cover, face-towel after each use and blankets in every two month. The contractor should ensure that bed sheets and pillow covers are properly ironed without any wrinkles. The tenderer shall have to engage his own staff for distribution and collection of bedrolls in trains. The staff engaged by the contractor shall be allowed by the Railway Administration to travel free of cost from end to end. However, they will not be provided with any berth or seat in the reserved compartments.

4. Contractor will have to carryout the washing and ironing work in automatic and mechanized power laundry only. Availability of capacity to undertake the tendered work within seven days of award of the tender will have to be confirmed by tenderer in his offer. The contractor shall submit details as per Annexure-C of the laundry facilities to be used by him in future if he is awarded the contract. Tenderer will be required to submit Memorandum of Understanding (MoU) on stamp paper for hiring the laundry facilities in case the tenderer propose to undertake the washing work at facilities other than those owned by him. MoU should clearly confirm that those facilities will be available within seven days of the issue of Letter of Acceptance in case the tenderer undertake the linen washing work at facility intimated by the tenderer in MoU. The proposed facilities mentioned in MoU or hiring contract agreement may also allowed be changed at any point of time after issue of Letter of Acceptance subject to with prior intimation to Railways. The contractor will make available laundry premises for inspections by officers of Railways at a mutually convenient date before award of the contract. Authorized officials of Railways may also inspect their premises at any time after the award of the contract without prior notice to inspect the quality of the work. The contractor shall agree to install additional machinery in case there is an increase in the requirement of bed rolls for train services.

5. Two bed sheets, one hand towel and one pillow cover should be supplied in good quality paper packets to passengers of First AC and Second AC coaches. Paper packets will be printed to display information on OBHS also as approved by Sr. DME (Cog.). Sample and size of the paper packets along with the logo and matter to be written on these packets shall have to be approved by Sr. DME(Cog) BB or his authorized representative. The paper

Central Railway

14

packet to be supplied to 1st AC coaches shall be different in colour from the packets to be supplied to other coaches. Woolen blanket and pillow shall have to be supplied separately. If any passenger complaints about the quality of the bed roll, it should be replaced with another packet.

6. The contractor may have to supply bedrolls even to the passengers traveling in non AC sleeper class coaches on collection of prescribed charges in the event of extending the scheme in future to non AC sleeper class passengers by Railway Administration

7. Contractor shall provide sufficient attendants in train to ensure timely supply of bed rolls to passengers. Duty of attendant shall be as specified in Annexure A-1 of this tender document.

8. Loading / unloading of the linen by contractors may also be required from maintenance sidings in case it is decided by Railway administration. The contractor will have to arrange necessary resources for ensuring loading / unloading of the linen at maintenance sidings in case loading / unloading is done at maintenance sidings. Transfer of linen from one coach to another in case of sick marking of the coaches will have to be arranged by the contractor for which the contractor will be advised by Railway administration. The estimated requirement as given in the tender schedule of bed rolls in every trip is based on approximation only. The contractor shall have to ensure availability of adequate stock based on his experience / trend of traffic at different point of time so that no passenger is left unserved of bedrolls.

9. The linens should be condemned on condition basis whenever necessary and on no occasion should supply torn or tattered or faded linens. The contract will have to ensure supply of material of good condition from start till end of the contract.

10. The Railway should also be indemnified from the Consumer Protection Act against all payments by way of compensation to any one under provision of this Act.

11. The successful tenderer shall comply with the requirements of health standard and if the person(s) employed by the successful tenderer is found to be suffering from any infectious diseases as detected by the Railway Administration, the person(s) will not be allowed to perform duties till recovery from the diseases as a precautionary and preventive measure.

12. Blankets should be washed at least once in two month. 13. Lining of blankets should be repaired / new lining stitched from time to time as advised by

Railways depending on the condition of the linings. 14. Blankets for First AC should be provided with covers of good quality cotton cloth which

shall be washed after every one way use. Sufficient inventory of covers to be maintained by the contractor to cater to the washing cycles, emergency buffer stock and onward / return journey separate requirement.

15. Contractor has to provide bags and trollies as approved by Sr. DME (Cog.) BB or his authorized representative for storage / transportation of the soiled / fresh linen in the Railway premises.

16. The contractor shall claim monthly bill for payment for supply of bedrolls to the passengers traveling in Air-conditioned classes as certified by Train Ticket Examiner / Train Conductor in the format approved by Sr. DME (Cog.) BB. Taxes and duties as applicable from time to time will be deducted from the bills. No changes in the awarded rates will be permitted to account for variation in taxes / duties during the contract period.

17. Total occupancy during the journey of the train from source to destination and back (including enroute passengers) shall be obtained from CCM’s office and verified with the Occupancy chart certified by the train conductors. In case of dispute in the figures, Contractor shall be given an opportunity to make a claim along with relevant documents, failing which, lowest of the two shall be taken for the purpose of billing.

18. At least one TTE randomly selected by the authorized Railway representative shall be contacted by the contractor’s supervisor every day in the presence of the Railway representative for verification of genuineness of the certification of quantity.

Central Railway

15

19. Storage space / room for delivery / collection of clean / soiled linen shall be provided by Railways.

6.

i The contractor shall have to depute adequate supervisors to maintain close liaison with SSE (Linen) CSTM or his authorized representative for execution of this work. The contractor shall provide mobile communication set to each of these supervisor(s) for better coordination with the Railway authorities and for confirmation from TTEs certifying occupancy.

ii The contractor shall have to depute adequate number of staff in Railway premises for carrying out the work of loading / unloading and transportation of linen from the Linen section to the AC coaches of trains and vice versa, stacking of linen in the cupboards of the Linen section and shelves of AC coaches, packaging of linen in paper packets, etc. The contractor’s staff / supervisors may be required to be deputed round the clock as per the requirement of work. The contractor shall furnish complete details of the staff and supervisor(s) to be deputed by him for execution of this work. These staff / supervisors are to be deputed in each of the shifts when work of receipt / delivery / loading / unloading / transportation of fresh / soiled linen or any other work under the contract agreement is to be carried out.

iii Every precaution shall be taken by the contractor to protect their labour and materials. iv The contractor shall note that no compensation due to any loss of life or on any other

account shall be made by the Railway Administration. Contractor shall be fully responsible for compensation in case of any accident, injury to their labour and on any other account.

v The contractor shall ensure that staffs engaged are medically fit and not suffering from any contagious disease. He shall ensure due Medical Check up of all his staff once in every 4 months from an authorized medical practitioner and medical fitness certificate to this effect shall be submitted to ADME for records. The staff shall be deputed on train only after Railway certifies that they are trained in basic passenger courtesy and linen service system.

vi The contractor shall furnish complete details of the AC coach attendants to be deployed by him i.e. their names, address, age, qualification and certificate of police verification. These details of all the staff including the AC coach attendant should be submitted to ADME or his authorized representative before starting the work. ADME concerned will issue a certificate (with a photo graph of the AC coach attendant pasted on it) to identified personnel authorizing them to travel on the trains for providing bed roll services. The format of the certificate is enclosed as Annexure H.

vii The contractor shall ensure that his staff behave in a disciplined courteous manner, and in no way, indulge in activities in Railway premises, which could cause damage to property or image of Railways.

viii The contractor will not employ any unethical practices to compromise the quality of work. Contractor and his staff will not use any such means, which will affect the quality of work and may cause damage to Railway property and image.

ix The contractor shall get identity cards (as per Railway’s approved format) issued to all his staff and supervisor(s) engaged to carry out this work. These identity cards should be available with the contractor’s staff for the entire duration during their presence in the Railway premises and should be produced on demand.

x The contractor shall be responsible for safety of his staff and shall provide personal protective equipment (such as shoes, etc.) as are necessary for carrying out this work. Railway shall in no way be responsible for any injury of any kind to the contractor’s staff.

xi The contractor should note of the following :- Mumbai Division is on the verge of setting up of a mechanized laundry at Lokmanya

Tilak Terminus coaching depot of Mumbai Division. In the event the mechanized laundry at Lokmanya Tilak Terminus coaching depot is

adequately functional in generating its washing capacity then the Railway

Central Railway

16

administration shall short close the work by intimating the contractor suitably after giving 6 months notice without any compensation.

7. Penalty:

i. In the event of packaging of linen as specified at clause 5(5) above is not done by the contractor’s staff, a penalty of Rs.0.50/- per packet shall be imposed on the contractor.

ii. Penalty of Rs.1000/- will be imposed for each passenger complaint on account of unsatisfactory washing / delay in service / on serving incomplete set of bedroll.

iii. In case unsatisfactory services / non adherence to contractual conditions noticed during inspection by officers, penalty of Rs.1000/- shall be imposed. In case unsatisfactory services / non adherence to contractual conditions noticed during inspection by supervisors, penalty of Rs.500/- shall be imposed. The decision of the Railway Administration is final and binding.

iv. Penalty of Rs.1000/- per train service shall be imposed in case the bed rolls items are found handled / transported in bundles of bed sheet instead of bags and trollies as mentioned at clause 5(15) above.

v. In case uncertified staff is deputed in train (as mentioned at clause 6(v) above), a penalty of Rs.500/- per round trip per untrained staff will be imposed.

vi. In case contractor or his staff resort to any such unethical practices or misbehavior with passenger for which they are found responsible, a penalty of Rs.2000/- per occasion will be imposed.

vii. The contractor shall ensure that his staff while carrying out the said work, are in proper and smart uniform along with name badge, as approved by the Sr. DME (Cog) BB or his authorized representative failing which a penalty of Rs.100/- per person per occasion will be imposed.

8. Price Variation Clause: The amount payable on account of Price variation shall be settled every quarter as per the

following method:- (i) The amount paid during a quarter shall be divided as under: -

L % - Labour C % - Material (Cotton Cloth) M% - Material (Chemical) S% - Fuel F % - Fixed Component

(ii) For the purpose of applying price variation clause the various components of cost shall be

taken as mentioned below: i. Labour: 30%

ii. Material (Cotton Cloth) 14% iii. Material (Chemical) 6% iv. Fuel cost 8% v. Fixed Component 42%

(iii) For calculation of PV following formula shall be adopted:

P=(P0÷100)x [42+{30x(L1÷L0)}+ {14(C1÷C0)}+{6(M1÷M0)}+{8(S1÷S0)}] Where: P : Actual amount of bill payable. P0 : Amount of Bill as per rates awarded at the start of the contract. L0: Consumer Price Index Number for Industrial Workers – Al India – Published in RBI Bulletin for the base period.

Central Railway

17

L1: Consumer Price Index Number for Industrial Workers – All India – Published in RBI Bulletin to be taken as the average price index of 3 months of the quarter under consideration.

C0: Index numbers of wholesale prices by Sub-Group “Cotton Fabric” of Sub-Group “Cotton Textiles” of Group “Textiles” as published in the RBI Bulletin for base period.

C1: Index numbers of wholesale price by Sub-Group “Cotton Fabric” of Sub-Group “Cotton Textiles” of Group “Textiles” as published in the RBI Bulletin to be taken as the average price index of 3 months of the quarter under consideration.

M0: Index numbers of wholesale prices by Sub-Group “Basic Inorganic Chemical” of Group “chemicals and chemical products” as published in the RBI Bulletin for base period.

M1: Index numbers of wholesale price by Sub-group “Basic Inorganic Chemical” of Group “chemicals and chemical products” as published in the RBI Bulletin to be taken as the average price index of 3 months of the quarter under consideration.

S0: Index numbers of wholesale prices of Sub-Group “Mineral Oil” of Group “Fuel & Power” as published in the RBI Bulletin for base period.

S1: Index numbers of wholesale prices of Sub-Group “Mineral Oil” of Group “Fuel & Power” as published in the RBI Bulletin to be taken as the average price index of 3 months of the quarter under consideration.

(iv) Base period shall be taken as month of opening of tender or month of negotiation (in case negotiations are held prior to award of work).

(v) No price variation shall be payable on the fixed component of the cost. (vi) The contract will be valid for a period of two years with provision for annual price variation

as explained in Price Variation Clause. The quarter for applicability of PVC shall commence from the month following the month of opening of tender / month of negotiation.

(vii) Price Variation During Extended Period Of Contract The price adjustment as worked out above, i.e. either increase or decrease shall be

applicable upto the stipulated date of completion of work including the extended period of completion where such extension has been granted under Clause 17-A of the Standard General Conditions of Contract. However, where extension of time has been granted due to contractor’s failure under Clause 17-B of the Standard General Conditions of Contract, price adjustment shall be done as follows :

(a) In case the indices increase above the indices applicable to the last month of original completion period or the extended period under Clause 17-A, the price adjustment for the period of extension granted under Clause 17-B shall be limited to the amount payable as per the Indices applicable to the last month of the original completion period or the extended period under Clause 17-A of the Standard General Conditions of Contract; as the case may be.

(b) In case the indices fall below the indices applicable to the last month of original/ extended period of completion under Clause 17-A, as the case may be; then the lower indices shall be adopted for the price adjustment for the period of extension under Clause 17-B of the Standard General Conditions of Contract.

9. Bills

i Normally the bills for work done under this contract shall be prepared in duplicate by the Contractor on or before 7th day of each month in respect of the work done during the preceding month. Such bills shall be submitted to the Divisional Railway Manager (Mechanical), Mumbai and when passed for payment by the Senior Divisional Finance Manager, payment of amount due will be made through EFT/NEFT. Mandate form of the EFT/NEFT is enclosed as Annexure G.

Central Railway

18

ii The number of bed rolls supplied in respect of which the contractor shall be paid for, and penalties to be levied on the contractor, shall be as per the records contained in the books of the Railway Administration which shall be accepted as conclusive for this purpose.

iii In case of any deviation in the payment period or billing date, Sr. DME (Cog.) BB shall be competent to approve such changes based on application received by the contractor to this effect.

10. Variation in Quantity: This will be a contract for a period of two years from the date of commencement of the work as per the (original) contract agreement entered into by the Railways and the contractor after the issue of Letter of acceptance issued to the contractor. The variation in quantities of various items of work shall be governed by the following provisions:

Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate.

Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item.

Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item.

Quantities operated in excess of 150% shall be paid at 96% of the rate awarded for that item with the concurrence of associate finance.

Execution of quantities beyond 150% of the overall agreemental value shall be done by negotiating with existing contractor.

For decrease beyond 25% for individual items or 25% of contract agreement value, 'No Claim Certificate' from the contractor will be obtained.

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

In the event of vitiation occurring due to increase or decrease in quantities among the technically suitable tenderers, the vitiation shall be to Contractors account. The total value of the work done shall be calculated at the rate offered by those tenders and the amount payable shall be limited to the lowest aggregate value as worked out.

_______________________ Signature & Seal of Tenderer.

Central Railway

19

Offer Letter Tender No.: DRM.Mech.BB.2016.05 dated 22.04.2016 Name of work: Comprehensive linen management for train no. 12137/38 at CSTM coaching depot. To, The President of India Acting through the Divisional Railway Manager (Mechanical) Central Railway, Mumbai Chhatrapati Shivaji Terminus 1. I/We ____________________ have read the various conditions to tender attached hereto and

agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 180 days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for Central Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within twenty four months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the Indian Railways Standard General Conditions Of

Contract, with all correction slips up-to-date and to carry out the work according to the Special Conditions of Contract and Specifications of materials and works as laid down by Railway in the annexed Special Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for the present contract.

3. A sum of Rs.3,47,650/- (Rupees Three lakh forty seven thousand six hundred fifty only) is

herewith forwarded as Earnest Money. Full value of the earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our Tender is accepted and if: (a) I/We do not execute the contract documents within seven days after receipt of notice issued

by the Railway that such documents are ready; and (b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

4. Until a formal agreement is prepared and executed, acceptance of this tender 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 Witnesses : (1) ___________________ (2) ___________________ (2) ___________________

________________________ Signature of Tenderer(s) Date ________________ Address of the Tenderer(s)

______________________

______________________

Central Railway

20

Annexure A Technical specifications for the Bed roll items are detailed below:

1. Hand Towel/Bath Towel

Hand towel, Turkish cotton, mill made superior quality white with I/R monogram in all four corners with indelible ink. Construction details:

Fibre content - 100% Count of yarn.

a. Wrap – 20s/2 b. Pile – 14s c. Weft – 14s d. Ends/cm – 220 (Min) e. Peaks/cm – 180 (Min) f. Mass g/m2 – 350 (Min) g. Breaking Load – (a) Wrap Way – 35 Kg (Min); (b) Weft Way – 40 Kg (Min)

Dimensions – Hand Towel (for all coaches). a. Breaking Load – (a) Wrap Way – 35 Kg (Min); (b) Weft Way – 40 Kg (Min) b. Length - 60 cms. c. Width - 40 cms. Dimensions – Bath Towel (only for 1st AC coaches) a. Width - 40 cms. b. Length - 120 cms. c. Width - 60 cms.

Conforming to IS 845:1990 2. Blanket

Soft woolen blanket of superior quality with four side satin piping. Construction details a. Fibre content - 65% wool b. Weight g/m2 - 510 c. Thickness - 3.8 mm. (Min.) d. Breaking load - 15cm X 20cm (STRIP)

(a) Wrap - 100 kgs. (b) Weft - 70 kgs.

e. Ends/cm - 55(Min.) f. Picks/cm - 45(Min.) Dimensions (a) Length - 230 cms. (b) Width - 152 cms.

3. Pillows

For Ist AC Construction details a. Material for Pillow - Polyurethane b. Fibre content - 100% white virgin hollow fiber c. Weight – 350 gms. Approx d. Pillow should be surrounded by virgin hollow fibre sheet of 20 mm Thickness (Min) e. The covering cloth should contain 50% (Min) Polyester yarn & balance cotton. f. Pillow should be resistant to normal wash.

Central Railway

21

Dimensions (a) Length - 50 cms. (b) Width - 36 cms. (c) Thickness - 10 cms For IInd & IIIrd AC Construction details a. Material for Pillow – Foam / Polyurethane b. Fibre content - 100% white virgin hollow fiber c. Weight - 290gms. d. Pillow should be surrounded by virgin hollow fibre sheet of 20 mm Thickness (Min) e. The covering cloth should contain 50% (Min) Polyester yarn & balance cotton. f. Pillow should be resistant to normal wash. Dimensions (a) Length - 57 cms. (b) Width - 30 cms. (c) Thickness - 10 cms.

4. Bed Sheet:

(A) For coaches other than 1st AC coaches: Bed sheet mill made superior quality assorted with IR monogram in all four corners and month & year of manufacture with indelible ink. Sample of printing in bed sheets should be got approved by Sr. DME (Cog.) BB.

Construction details a. Fibre content – 100% cotton b. Count of yarn (i) Wrap – 30s (ii) Weft – 30s c. Weave – Plain d. Ends/cm – 29 (Min) e. Picks/cm – 29 (Min) f. Mass g/m2 – 135 (Min) g. Breaking Load – 5.0 x 20 cum Strip (i) Wrap Way – 40 kg (Min); (ii) Weft Way – 40 Kg (Min) (B) For 1st AC coaches: Bed sheet of Polyvastra type superior quality assorted with IR

monogram in all four corners and month & year of manufacture with indelible ink. Sample of printing in bed sheets should be got approved by Sr. DME (Cog.) BB.

a. Variety 15- ½ 152 CM TST Poly coating (152 CM Kora) (Bleached 140 CM) b. Count of yarn 2-56s…. Warp 2/56 Weft c. Blending Ratio Polyvastra 67%; Cotton 33% d. Texture in Dents – 1860 e. Ends per inch Gray (Warp): 60 (Reed) f. Ends per inch (Weft)

Gray – 50; Bleached – 50 g. Weight per metre

Gray – 270 Gram; Bleached – 240 Gram Dimensions (a) Length - 229 cms. (b) Width - 140 cms.

Conforming to IS 745:1990 5. Pillow Cover: (A) For coaches other than 1st AC coaches: Pillow cover mill made superior quality with I/R

monogram in all four corners and month & year of manufacture. Sample of printing in bed sheets should be got approved by Sr. DME (Cog.) BB. Construction details

Central Railway

22

a. Fibre content- 100% b. Count of yarn (i) Wrap- 30s (ii) Weft – 30s c. Weave – Plain d. Ends/cms – 29 (Min) e. Picks/cms – 29 (Min) f. Mass g/ms – 135 (Min) g. Breaking Load – 5.0 x 20 cm STRIP

(B) For 1st AC coaches: Pillow cover of Polyvastra make superior quality with I/R monogram in

all four corners and month & year of manufacture. Sample of printing in bed sheets should be got approved by Sr. DME (Cog.) BB.

a. Variety 15- ½ 152 CM TST Poly coating (152 CM Kora) (Bleached 140 CM) b. Count of yarn: 2-56s …. Warp 2/56 Weft c. Blending Ratio Polyvastra 67% Cotton 33% d. Texture in Dents – 1860 e. Ends per inch - Gray (Warp) – 60 (Reed); Bleached – 68 f. Ends per inch (Weft) – Gray -50; Bleached – 50 g. Weight per meter – Gray – 270 Gram; Bleached – 240 Gram

Dimensions: For Large size Pillow cover (Ist AC) (a) Length - 69 cms. (b) Width - 46 cms. For small size Pillow cover (2nd AC & 3rd AC) (a) Length - 65 cms. (b) Width - 38 cms. Conforming to IS 745:1990

6. The constituents of each bedroll set shall be as follows:

Sr. No Item Quantity

1 Woolen Blanket as prescribed by the Railway Board. One 2 Bed sheets (White) Khadi/Handloom prescribed by the Railway Board. Two 3 Washable foam pillow as prescribed by the Railway Board One 4 Pillow cover (White) Khadi/Handloom as prescribed By the Railway Board One 5 Face Towel (White) Khadi/Handloom as prescribed by the Railway Board. One

Each of the above items should confirm to the technical specifications mentioned in clause 14. These specifications are subjected to change from time to time. 7. The linen should be condemned on condition basis whenever necessary and there should no

occasion to give torn or tattered linen to the passengers.

Signature of Tenderer

Central Railway

23

Annexure A-1 Duty of Attendants

1. Attendant should appear in prescribed uniform with badge fixed on it for easy

identification by the travelling passengers. 2. He should appear one hour before the scheduled departure of the train. 3. He should check all internal fittings in the coach, provided for the comfort and safety of

passengers, are intact and in working order. 4. He should ensure filling up of water tanks and all fittings for supply and use of water in

the bathrooms are intact and in good working order. 5. He should collect linens and blankets from the concerned authorities and keep it in his

safe custody. He should also supply linens and blankets to the passengers and collect the same and keep their accounts. He should also obtain payments of requisite charges and maintain necessary record.

6. Attendant should check tickets of passengers when they enter the coach to occupy berths / seats, if TTE / Conductor is not available.

7. He should accommodate the passengers joining enroute under the supervision / direction of the Conductor of the coach.

8. He should keep the coach compartments locked when the train is on run and open them for occupation as and when required.

9. He should assist passengers in obtaining food / refreshment and look after their convenience generally.

10. He should keep watch on the corridor of the coach from the attendant seat during night time.

11. He should assist AC coach mechanic in attending electrical / mechanical defects developed in the coach and other repairs whenever necessary.

12. He should keep berth / seats of compartment properly cleaned at regular intervals by personally dusting the same.

13. He should assist AC coach in-charge in the pre-cooling the coach at least one hour before commencement of journey.

14. He should assist AC coach incharge in the rectification of minor faults in the AC coach equipment enroute.

15. He should remain with the AC coach when it is detached enroute due to sick marking till the coach is attached made fit and moved thereafter to either the base depot or any other terminal from where it is to park a service.

16. He should carry out other duties such as cleaning electroplated fittings and assisting AC fitters in maintenance of AC coach when spare at Headquarters.

17. He should carry out other duties as may be assigned to him from time to time by ACCI TTE.

18. He should wake up passengers detraining enroute at night. 19. He should check carrying of inflammable articles in the coach. 20. He shall be under the control of AC coach Mechanic on duty and he shall follow the

instructions given by him. 21. He shall declare cash with him to ACCM and a joint signature of both shall be made in

the register. 22. If required, he shall break open the window glasses of AC coach to avoid suffocation to

the passengers. 23. He shall follow any other instruction given by ACCM / Driver / Guard / TTE / Train

Superintendent to help injured passengers. 24. While performing duties if he is aware of fire incidence inside the coach he shall pull

alarm chain immediately to stop the train.

Central Railway

24

Annexure B TRAIN DETAILS

Sr. No. Train No Running

between Frequency Type of coaches No of coaches

No of rakes in service

1 12137 / 12138

CSTM-FZP Punjab Mail Daily

Ist AC + IInd AC 1

4 IInd AC 1 IInd + IIIrd AC 1

IIIrd AC 5

Central Railway

25

Annexure C Details of the Plant / Factory / Process & other Credentials

(to be submitted with tender form COMPULSORILY)

1. Name of the Firm. 2. Registration particulars. 3. Name of the proprietor and constitution of the Firm. 4. Premises:

Office: Full postal address & Phone No. Factory / Works: Full postal address & Phone No. Contractor’s Mobile No. Total space available (in sq. m.) with separate break up of built up and open space:

5. The contractor should give the details of the machinery / equipment available in his factory for execution of the work in the following format:

S.N. Type of Machinery available Nos. Capacity (in kgs.) Make, Model No. & year of installation.

6. Water Supply:

Details of water connection, including whether it is owned by the contractor or water is obtained through municipal supply, quantity of water consumed and hours of supply, arrangements for catering to water shortage (please furnish copies of water bills).

7. Electricity Supply: Details of electricity supply including required load (based on rating of the equipment / machinery), sanctioned load and consumption as well as the reliability of the supply. Source of electric supply and arrangements for stand by power including the specimen of the D.G sets etc. (please furnish copies of electricity bills).

8. Man Power: Details of the man power employed, indicating the category and no. of persons employed in each category along with the length of service.

9. Transport Facility: Details of vehicles owned, both passenger vehicles and light / heavy commercial vehicles (copies registration certificate should be attached.)

10. Details of quality certification, if any. 11. The contractor should fill up the following table regarding chemicals to be used by him, during the process of

washing and drying. S.N Description of chemicals Brand Name Purpose of use

1 2 3

12. Details of experience:-

S.No.

Name and no. of contract / work and date

when the work was awarded

Full postal address and telephone no. of the party for whom the

work was done.

Total value of the contract

Year of completion & actual period of contract /

work (in months)

Remarks

13. Any other information the tenderer(s) may like to mention.

Note:

(a) All particulars in the form should be substantiated by attaching documentary proof (attested copies) (b) Any change in the particulars given in this form, including address, phone nos. details of the equipments,

etc. before award of the contract and during the pendency of the contract should be advised to the Railway Administration within seven days of such a change.

Central Railway

26

Mechanical Branch Mumbai CST

Annexure D

Part-II: Price Bid

Tender schedule for the work of comprehensive linen management for train no. 12137/38 at CSTM coaching depot

Item Total bed rolls

per day (in nos.)

Rate per bed roll (in Rs.)

excluding service

tax

Total value for two years

(in Rs.) excluding service tax

Work of Comprehensive linen management for train no. 12137/38 at CSTM coaching depot

1805

Total value of offer for two years excluding service tax (in words):

Note: i. Tenderer(s) should quote the rate inclusive of all applicable taxes and levies etc. but excluding

service taxes. If the tenderer claims Service tax extra over the value / rate quoted above, then the following aspects are to be adhered to by submitting viz. The Service Tax registration no of the party/contractor; Copy of Challan for the last service tax paid by the party/contractor; under which section/rule and how much is the service tax is claimed.

ii. The total quantity of bed rolls to be supplied as mentioned above only approximate and can vary (increase / decrease) due to operational and other unforeseen circumstances. Contractor will have to ensure the increase / decrease in the quantity given above as per the traffic trend.

iii. The work of supply of bed rolls shall be carried out at Chhatrapati Shivaji Terminus (CSTM) Coaching Depot of Mumbai Division of Central Railway. However, due to exigencies of train operations or any other reason, other trains of any other Coaching Depot of Mumbai Division of Central Railway of any other route for any duration can also be offered to the contractor as per the same terms and conditions after obtaining his consent at the same rate.

iv. The above work will be subject to the General conditions of contract in force on Central Railway, as amended from time to time, in addition to the Special terms and conditions as laid down below.

I / We hereby agree to carry out the work at the rates quoted by me/us duly accepted by Railway and abide by the special terms and conditions as laid down here in above.

Contractor’s Signature and Stamp.

Central Railway

27

Annexure E FORMAT FOR CONTRACT AGREEMENT

CONTRACT AGREEMENT NO._______________________DATED_______________ ARTICLES OF AGREEMENT made on this___________________day of_______200 Between the President of India acting through the Railway Administration herein after called the “Railway“ of the one part and _________________________________________ Hereinafter called the “Contractor“ of the other part. WHERE AS the Contractor has agreed with the Railway for the performance of the works_________________ set forth in the schedule hereto annexed upon the General Conditions of contract corrected upto Printed/Advance Correction Slip No _____________________________ dated ___________________ and the special conditions and special specifications, if any, and in conformity with the drawings here-into annexed AND WHEREAS the performance of the said works is an act in which the public are interested. NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railways, the Contractors will duly perform the said works in the 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 accordance with the said specifications and said drawings and said conditions of contract on or before the______________day of________20__________and will maintain the said works for a period of______________Calendar months from the certified date of their completion and will observe, fulfil 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 setforth herein), AND the Railway, both hereby agree that if the Contractor shall duly perform 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 final completion there of the amount due in respect thereof at the rates specified in the Schedule hereto annexed. Contractor________________ Designation________________Rly.

(For President of India) Address__________________ Date________________________ Date____________________ Signature of contractor. Signature of witnesses with address 1. ________________________ 2._________________________

Central Railway

28

Annexure F

ACCEPTANCE/DEVIATION SCHEDULE

(Tenderer may add more sheets if space is not adequate)

Clause # Accepted (Yes/No) If No list Deviation(s) Special Conditions and Specifications of work:

Central Railway

29

Annexure G MANDATE FORM FOR EFT/NEFT

1. PARTICULARS OF THE PARTY

i) NAME:_______________________________________________________________

ii) ADDRESS: ___________________________________________________________

iii) PHONE NO: ________________ MOBILE______________ FAX ________________

iv) INCOME TAX PAN NO: ___________________ EMAIL ID: _____________________

2. PARTICULARS OF BANK ACCOUNT

i) CITY: ________________________________________________________________

ii) BANK NAME: __________________________________________________________

iii) BRANCH: _____________________________________________________________

iv) BANK ADDRESS: _______________________________________________________

v) BANK TEL NO: _______________________ FAX NO __________________________

vi) BANK MICR CODE (9 DIGIT): _____________________________________________

vii) BANK IFS Code: _______________________________________________________

viii) BANK ACCOUNT NO: ___________________________________________________

(Please enclose a cancelled blank cheque)

ix) ACCOUNT TYPE: (SAVINGS/CURRENT/CASH CREDIT): _______________________

3. Certified that the particulars furnished with reference to Bank Account are correct and the Bank guarantees to honour all EFT/NEFT advices/reports as per RBI Regulations. _____________________________________ Bank’s Seal Signature of the authorized official of the Bank 4. DECLARATION BY THE PARTY: i) I hereby declare that the particulars given in this mandate form are correct and complete. If

the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, the User institution i.e. FA & CAO/ Sr DFM/BB Central Railway, Mumbai will not be held responsible.

___________________________ Date ________________ Signature of the party with Stamp

Central Railway

30

Annexure H Shri. _______________________________________________________________________

employee of M/s _____________________________________________________________ is

authorized to travel On Board train no. 12137 / 12138, Punjab Mail for their round trip journey for

providing BED ROLL SERVICES during the contract period from __________________ to

__________________.

Name & Signature of the ACDO with stamp

Passport size

photograph duly attested by the Sr.

DME (Cog.) / ADME

Central Railway

31

Annexure I Safety Rules

1. Suitable scaffolds should be provided for workmen for all works that cannot safely be done from the ground or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra labourer shall be engaged for holding the ladder and if the ladder is used for carrying materials as will, suitable footholds and hand holds shall be provided on the ladder and the ladder shall be given an inclination not steeper than one horizontal to four vertical.

2. Scaffolding or staging more than 3.5 metres above the ground or floor swung or suspended from an overhead support or erected with stationary support shall have a guard rail properly attached bolted, braced and otherwise secured above the floor or platform of such scaffolding or staging and extending along the entire length thereof with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure.

3. Working platform gangways and stairways should be so constructed that they should not sag unduly or unequally, and where the height of the platform or the gangway or the stairway is more than 3.5 meters above ground level or floor level, they should be closely boarded, should have adequate width and should be suitably fastened as described in the Para above.

4. Safe means of access shall be provided to all working platforms and other working places. Every ladder shall be securely fixed. No portable single ladder shall be over 10 meters in length while the width between side rails in swung ladder shall in no case be less than 300 mm for ladder upto and including 3.5 meters in length. For longer ladders this width should be increased by at least 20 mm for each additional meter of length. Uniform steps spacing shall not exceed 300 mm. Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sides of work shall be so stacked or placed as to cause danger for inconvenience to any persons or the public. The contractor shall provide all necessary fencing and lights to protect the public from accident, and shall be bound to bear the expenses of defense of every suit, action or other proceedings at law that may be brought by any persons for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such persons or which may with the consent of the contractor be paid to compromise any claim by any such person.

5. Before any demolition work is commenced and also during the process of the work: (a) All roads and open areas adjacent to the work site shall either be closed or suitably protected. (b) No electric cable or apparatus which is liable to be a source of danger over a cable or apparatus

used by the operator shall remain electrically charged. (c) All practical steps shall be taken to prevent danger to persons employed from risk of fire or

explosion of flooding. No floor, roof or other part of the building shall be so overloaded with debris or materials as to render it unsafe.

6. All necessary personal safety equipment as considered adequate by the Engineer-incharge should be kept available for the use of the persons employed on the site and maintained in a condition suitable for immediate use and the contractor should take adequate steps to ensure proper use of equipment by these concerned. Workers employed on mixing asphalt materials, cement and live mortar shall be provided with protective goggles. (a). Those engaged in white washing and mixing or attaching of cement bags or any material

which is injurious to the eyes shall be provided with protective goggles. (b). Those engaged in welding works shall be provided with welder's protective eyesight lids. (c). Stone breakers shall be provided with protective goggle and protective clothing and

seated at sufficiently safe intervals. 7 In case the contractors have to ply vehicles for the purpose connected with the contract adjacent to

Railway track, the Railway Administration will be at liberty to post an experienced staff as flag man for guidance of the movements of such vehicles so as to prevent accidents and the contractor will bear wages including all etc. of the staff posted as flag man for the period of Contract for such periods during which such staff is posted for the purposes. The Rly. Administration will be sole judge in the absolute discretion, of the fact that it is necessary to post any staff, that which of the staff will be suitable for the purpose, that what should be the wages and other allowance payable by the contractor for staff posted for the purpose. The Rly. Administration will have a right without prejudice to other remedies to deduct the wages etc. of such staff from the bills of the contractor in respect of

Central Railway

32

this contract of from any moneys or the contractor, whatsoever, available with the Railway Administration. The contractor will be liable for any over payments under Workman Compensation Act on account of any injury sustained to Railway servant during that period.

8. When the work is done near any place where there is risk of drowning, all necessary equipment should be provided and kept ready for use and all necessary steps taken for prompt rescue of any persons in danger and adequate provision should be made for prompt first aid treatment of all injuries likely to be sustained during the course of the work.

9. Use of hoisting machines and tackle including their attachment anchorage and supports shall conform the following standards or conditions:

(a) (i) These shall be of good mechanical construction, sound materials and adequate strength and free from patent defect and shall be kept in good repair and in good working order. (ii) Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength and free from patent defects.

(b) Every Crane Driver or hoisting appliances operator shall be properly qualified and no person under the age of 21 years shall be in-charge of any hoisting machine including any scaffolding.

(c) In case of every hoisting machine and of every cabin ring, shackle, swivel and pulley block used in hoisting or as means of suspension, safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked within the safe working load. In case of a hoisting machine having a variable safe working load, each safe working load of the conditions under which it is applicable shall be clearly indicated. No part of any machinery or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing.

(d) In case of departmental machine, the safe working load shall be notified by the Electrical Engineer-in-charge. As regards contractor's machines, the contractor shall notify safe working load of the machine to the Engineer-in-charge whenever he brings any machinery to site of work and get it verified by the Electrical Engineer concerned.

10. Motors, gearing transmission, electric wiring and the dangerous part of hoisting appliances should be provided with efficient safe guards. Hoisting appliances should be provided with such means as will reduce to the minimum, the risk of accidental descent of the load. Adequate precautions should be taken to reduce to the minimum, the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations, which are already energised insulating mats, wearing apparel, such as gloves, sleeves and both as may be necessary should be provided. The workers should not wear any rings, watches and carry keys or other materials, which are good conductors of electricity.

11. All scaffolds, ladders and other safety devices mentioned or described herein shall be maintained in safe condition and no scaffold ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work.

12. These safety provisions should be brought to the notice of all concerned & displayed on a notice board at a prominent place at the work spot. The persons responsible for compliance of the safety code shall be named herein by the contractor.

13. To ensure effective endorsement of the rules and regulations relating to safety precautions, the arrangements made by the contractor shall be open to inspection by Labour Officer/Engineer-in-charge of the Department or their representative.

14. Notwithstanding the above clause from (1) to (12) there is nothing in these to exempt the contractor from the operation of any other act or Rule in force in the Republic of India.

15. The contractor shall not allow any road vehicles belonging to him or his supplier‘s etc. to ply Railway land next to the running line.

16. The contractor shall remain fully responsible for ensuring safety and in case of any accident shall bear cost of all damages to equipment and mend and also damages to Railway and its passengers.

17. Engineer in charge may impose any other condition necessary for a particular work or site.

Central Railway

33

Annexure J FORMAT FOR BANK GUARANTEE BOND FOR PERFORMANCE GUARANTEE

In consideration of the President of India (hereinafter called “the Government”) having agreed to exempt. M/s. ___________ (hereinafter) called “the said Contractor (s)”) from the demand, under the terms and conditions of an Agreement No. ________ dated _____ made between M/s__________ and Sr. Divisional Mechanical Engineer Central Railway, Mumbai Chhatrapati Shivaji Terminus, for the work of __________ (hereinafter called “the said Agreement”) of performance guarantee for the due fulfillment by the said contractor (s) of the terms and conditions contained in the said Agreement, on production of an irrevocable bank Guarantee for Rs.________ (Rupees (in words) ___________only ) i.e. 5% of the contract value.

We, _______________ (hereinafter referred to as “the Bank”) at the request of _____________ (Contractor (s)) do hereby undertake to pay to the Government an amount not exceeding Rs. _________ against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractor (s) of any of the terms or conditions contained in the said Agreement.

We _________ do hereby undertake to pay the amounts due and payable under this guarantee without any demur, merely on a demand from the Government stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by Government by reason of breach by the said contractor (s) of any of the terms or conditions contained in the said Agreement or by reason of the contractor (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. _______

We, _________________ undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor (s) in any suit or proceedings pending before any court or Tribunal relating there to our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment thereunder and the Contractor(s) shall have no claim against us for making such payment.

We, ____________ further agree that the Guarantee (indicate the name of the Bank) herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continued to be enforceable till all the dues of the Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till Sr. Divisional Mechanical Engineer Central Railway, Mumbai Chhatrapati Shivaji Terminus office, Mechanical department, certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor (s) and accordingly discharges this Guarantee unless a demand or claim under this Guarantee is made to us in writing on or before the __ day of ______. We shall be discharged from all liabilities under this Guarantee thereafter.

We _________________ further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said contractor (s) and to forebear or enforce any of the terms and conditions, relating to said Agreement and we shall not be relieved from our liability by reasons of any such variation or extension being granted to the said contractor (s) or for any forbearance, act or omission on the part of the Government on any indulgence by the government to the said contractor (s) or any such matter or thing whatsoever which under the law relating to sureties as would, but for this provision, have effect of so relieving us.

This Guarantee will not be discharged due to the change in the constitution of the Bank or the contractor (s).

We, the Bank _________________ lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the Government in writing.

Dated the _____________ day of _____________ 20 For _______________________________________

(indicate the name of Bank)

Central Railway

34

Annexure K

Clause 55-B to General Conditions of Contract: Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952:

(Ref: Railway Board’s letter no. 2012/CE-I/CT/O/22, dated 14.12.2012)

The Contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of Employees Pension Scheme, 1955; and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952, wherever applicable and shall also indemnify the railway from and against any claims under the aforesaid Act and the Rules”. (The details of provisions of relevant Acts are as under.) Employees’ Provident Fund Scheme, 1952: 30. Payment of Contributions: (1) The employer shall, in the first instance, pay both the contribution payable by himself (in this Scheme

referred to as the employer’s contribution) and also, on behalf of the member employed by him directly or by or through a contractor, the contribution payable by such member (in this Scheme referred to as the member’s contribution).

(2) In respect of employees employed by or through a contractor, the contractor shall recover the contribution

payable by such employee (in this scheme referred to as the member’s contribution) and shall pay to the principal employer the amount of member’s contribution so deducted together with an equal amount of contribution (in this Scheme referred to as the employer’s contribution) and also administrative charges.

(3) It shall be the responsibility of the principal employer to pay both the contribution payable by himself in

respect of the employees directly employed by him and also in respect of the employees employed by or through a contractor and also administrative charges.

(Explanation: For the purpose of this paragraph, the expression ”administrative charges” means such percentage of the pay (basic wages, dearness allowance, retaining allowance, if any, and cash value of food concessions admissible thereon) for the time being payable to the employees other than an excluded employee, and in respect of which Provident Fund Contribution are payable as the Central Government may, in consultation with the Central Board and having regard to the resources of the Fund for meeting its normal administrative expenses fix.) 36-B. Duties of Contractors: Every contractor shall, within seven days of the close of every month, submit to the principal employer a statement showing the recoveries of contributions in respect of employees employed by or through him and shall also furnish to him such information as the principal employer is required to furnish under the provisions of the Scheme to the Commissioner. Employees’ Pension Scheme, 1995: Para 3(1) : From and out of the contributions payable by the employer in each month under section 6 of the “Act” or under the rules of the Provident Fund of the establishment which is exempted either under clauses (a) and (b) of sub-section (1) of section 17 of the Act or whose employees are exempted under either paragraph 27 or paragraph 27-A of the Employees’ Provident Fund Scheme, 1952, a part of contribution representing 8.33 percent of the Employee’s pay shall be remitted by the employer to the Employees’ Pension fund within 15 days of the close of every month by a separate bank draft or cheque on account of the Employees’ Pension Fund contribution in such a manner as may be specified in this behalf by the Commissioner. The cost of the remittance, if any, shall be borne by the employer.

Central Railway

35

Para 3(2) : The Central Government shall also contribute at the rate of 1.16 per cent of the pay of the members of the Employees’ Pension Scheme and credit the contribution to the Employees’ Pension Fund: Provided that where the pay of the member exceeds Rs.6,500 (Rupees Six thousand and five hundred) per month, the contribution payable by the employer and the Central Government be limited to the amount payable on his pay of Rs.6,500 (Rupees Six thousand and five hundred) only. Para 4: Payment of Contribution: (0) The employer shall pay the contribution payable to the Employees’ Pension Fund in respect of each member

employed by him directly or by or through a contractor. (1) It shall be the responsibility of the principal employer to pay the contributions payable to he Employees’

Pension Fund by himself in respect of the employees in respect of the employees directly employed by him and also in respect of the employees employed by r through a contractor.

Employees’ Deposit Linked Insurance Scheme, 1976: Para 7: Contribution: (1) The contribution payable by the employer and the Central Government under sub-section (2) and sub-section

(3) of section 6-C of the Act, shall be calculated on the basis of the basic wages, dearness allowance (including the cash value of any food concession). and retaining allowance, if any, actually drawn during the whole month whether paid on daily, weekly, fortnightly or monthly basis. Provided that where the monthly pay of an employee exceeds six thousand five hundred rupees, the contribution payable in respect of him by the employer and the Central Government shall be limited to the amounts payable on a monthly pay of six thousand five hundred rupee including dearness allowance, retaining allowance (if any) and cash value of food concession.

Para 8: Mode of Payment of Contribution: (1) The contribution by the employer shall be remitted by him together with administrative charges at such rate

as the Central Government may fix from time to time under subsection 4 of Section 6-C of the Act, to the Insurance Fund within fifteen days of the close of every month by a separate bank draft or cheque or by remittance in cash in such a manner as may be specified in this behalf by the Commissioner. The cost of remittance, if any, shall be borne by the employer.

(2) It shall be the responsibility of the employer to pay the contribution payable by himself in respect of the

employees directly employed by him and also in respect of the employees employed by or through a contractor.

“END OF TENDER DOCUMENT”