36
1 Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal EAST COAST RAILWAY TENDER DOCUMENT For “Maintenance contract for pantry equipments in coaches of Train No.12277/12278( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days.” ISSUED BY Sr. Divisional Electrical Engineer (G) Khurda Road Division East Coast Railway

EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

Embed Size (px)

Citation preview

Page 1: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

1

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

EAST COAST RAILWAY

TENDER DOCUMENT

For

“Maintenance contract for pantry equipments in coaches of Train No.12277/12278( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days.”

ISSUED BY Sr. Divisional Electrical Engineer (G)

Khurda Road Division East Coast Railway

Page 2: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

2

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

EAST COAST RAILWAY

Tender Notice No- DRM(Elect/G)/KUR/OT/2015-16/18 Date:18/02/2016

Sub : Maintenance contract for pantry equipments in coaches of Train No.12277/12278( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

CONTENTS

SL

NO

DESCRIPTION ANNEXURE PAGE

NO

1 TOP SHEET …….. 3

2 TENDER FORM A 4

3 TENDER NOTICE B 5-6

4 INSTRUCTION TO TENDERERS C 7-11

5 RATE SHEET D 12

6 SCHEDULE OF WORK,QUANTITY AND RATE E 13

7 SCOPE OF WORK F 14-20

8 SPECIAL CONDITIONS OF CONTRACT (PART-I) G 21-26

9 SPECIAL CONDITIONS OF CONTRACT (PART-II) H 27-30

10 SPECIAL CONDITIONS OF CONTRACT (PART-III) I 31

11 CERTIFICATE OF FAMILIARIZATION J 32

12 ELECTRONIC FUND TRANSFER MANDATE FORM K 33

13 REVISED MODEL FORM OF BANK GUARANTEE BOND L 34

14 END OF TENDER DOCUMENT …… 35

TENDER SOLD TO M/S. _______________________ _______________________ Vide Money Receipt No. _______________________ Dtd: ………….2015

Page 3: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

3

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

TOP SHEET

EAST COAST RAILWAY

Tender Notice No- DRM(Elect/G)/KUR/OT/2015-16/18 Date:18/02/2016

For

Maintenance contract for pantry equipments in coaches of Train No.12277/12278( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

TENDER DOCUMENT Non-Transferable

DOCUMENT No. ________ ISSUED TO ISSUED BY M/s. ________________ Sr. Divisional Electrical Engineer (G) Khurda Road Division, ____________________ East Coast Railway ____________________ ____________________ PRICE ̀ ____________ Money receipt no. _____________________________ (enclosed photocopy of money receipt) Dated: ________________

OR DETAILS OF COST OF TENDER DOCUMENT DEPOSITED Sl No

Name of the issuing Bank

Branch DD No Date Amount

1

2

NOTE : All these tender documents shall be returned in original by the tenderer duly signed on each page and stamped with their offers.

Page 4: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

4

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE-A

East Coast Railway TENDER FORMS (FIRST SHEET)

Tender Notice No- DRM(Elect/G)/KUR/OT/2015-16/18 Date:18/02/2016

Name of Work: Maintenance contract for pantry equipments in coaches of Train No.12277/12278( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

To The President of India, Acting through the DRM /(Elect/G)/KUR East Coast Railway. I/We………………………………………………………………………………………. have read the various conditions to tender attached here to and agree to abide by the said conditions. I /We also agree to keep this tender open for acceptance for a period of …………………………………….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 E.Co.Railway, at the rates quoted in the attached schedule and here by bind myself / ourselves to complete the work in all respects within ……………………………… months from the date of issue of letter of acceptance of the tender. I/We also here by agree to abide by the General Conditions of Contract corrected up to printed / advance correction slip No. ………….. dated…………………. 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 and the E.Co.Railway advance correction slip No…………………. dated ……………………….. General Conditions of Contract and Standard Specifications corrected up to printed/advance correction slip No…………………………. dated………………….. for the present contract., 3. A sum of ̀ ……………………………………………….. is herewith forwarded as Earnest Money. The 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: Signature of Tenderer (s) 1) Date: 2) Address of the Tenderer (s)

Page 5: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

5

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE- B East Coast Railway

(DEPARTMENT: ELECTRICAL/G) (NOTICE INVITING TENDER)

Tender Notice No- DRM(Elect/G)/KUR/OT/2015-16/18 Date:18/02/2016

For and on behalf of President of India, Sr. Divisional Electrical Engineer (G), East Coast Railway, Khurda Road invites sealed Tender in prescribed tender form for the following work. Item No

Name of the work Approx. Tender value (`)

E.M.D (`)

Cost of Tender Documents (`)

Completion period

1 2 3 4 5 6 1 Maintenance contract for pantry

equipments in coaches of Train No.12277/12278( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

` 32,20,394/- 64410/- 3000/- 365 days

(i) The period of issue of Tender Form : From 10:00 Hrs of 29.02.2016 Up to 12:00 Hrs of 29.03.2016

(ii) The last date and time of receipt of Tenders : Up to 13:30 hrs of 29.03.2016. (iii) Date and time of opening of Tender at : 16:00 hrs of 30.03.2016 Sr. DEE(G) /KUR’s Office. Date up to which tenderers may note Updates/corrigendum/revised date of opening: 19.03.2016 If the date of opening happens to be a BANDH or Holiday, the tender will be opened at the same time on the following working day.

1. The prescribed non-transferable Tender forms are obtainable on any working day from the office of the Senior Divisional Electrical Engineer (G),East Coast Railway,Khurda Road on remittance of cost of Tender forms (non-refundable) either by Crossed DD drawn in favour of FA & CAO/East Coast Railway/Bhubaneswar on any Nationalized/Scheduled Bank payable at Khurda Road or in the form of money receipt issued by Chief Cashier/East Coast Railway/ Bhubaneswar or Divl cashier/E.Co.Rly. Khurda Road or any station master of this Railway under head of allocation Z-652 in support of deposition of requisite money with him. An amount of ` 500/- extra has to be paid if required by post.

2. The tender documents will also be available in the website at “www.eastcoastrail.indianrailways.gov.in" and http://tenders.gov.in during the period from 29.02.2016 to 29.03.2016 and can be down loaded and used as tender documents for submitting the offer. Separate Demand Draft towards the cost of tender documents as mentioned at Col-5, shall have to be enclosed in addition to earnest money while submitting the tender, otherwise, the tender will be summarily rejected. Railway Administration shall not be responsible for any delay/difficulties/ inaccessibility of the down loading facility for any reason whatsoever.

3. The details of tender can also be seen in notice board available in the office of the Senior Divisional Electrical Engineer (G), East Coast Railway, Khurda Road.

4. Tenders will also be accepted by post. However, Railway shall not be responsible for any postal delay. In case of any discrepancy between the tender documents down loaded from internet and the master copy

Page 6: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

6

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

available in the office, the later shall prevail and will be binding on the Tenderer(s). No claim on this account will be entertained.

5. The tenderers are required to observe the website to find out if any correction slips issued subsequent to uploading of the Tender Notice and Schedule. Railway reserves the right to make any additions/alterations to the tender notice and schedule and issue corrigendum to the same effect. In case the tenderer fails to take note of the above corrigendum, the additions and alterations entered/effected in the corrigendum shall be binding upon the tenderer and no claim what so ever will be entertained by Railway.

6. For the work mentioned above, the tenderer should satisfy the following essential condition, which is essential during the execution of work. Tenderers should submit all documents related to essential condition of the tender along with their offer, failing which their offer shall be summarily rejected. No post tender correspondence is permitted

Essential condition Tenderers should have valid Electrical Contractor’s License (issued by Govt. Electrical Licensing Board) on the closing date of tender. Copy of which should be submitted along with the tender offer, otherwise, the tender will be summarily rejected

7. The tender should be accompanied by a deposit towards Earnest Money as mentioned at Col-4 . The Earnest Money should be in Cash or Banker’s Cheques / Demand Drafts in favour of FA & CAO/East Coast Railway/Bhubaneswar executed by State Bank of India or any of the Nationalised Banks or by a Scheduled-Bank. (Authority Railway Board Letter No: 2013/CE-I/CT/O/45/JV, Dated 22.09.2014)

8. The tender shall hold the offer open for a period of 90 days from the date fixed for opening the same, it being understood that the tender documents have been sold / issued to the tenderer and the tenderer is being permitted to tender in consideration of the stipulation on his part that after submitting his tender, he will not resile from his offer or modify terms and conditions thereof, in a manner not acceptable to the Chief Elect. Engineer / Divisional Railway Manager/Sr.Divisional Elect. Engineer/Divisional Elect. Engineer of the East Coast Railway.

9. Should the tenderer fail to observe or comply with the foregoing stipulation the aforesaid amount shall be liable to be forfeited to the Railways. Government securities, stock certificates, bearer bonds promissory notes/cash certificates etc. will not be accepted. Tenders without requisite Earnest Money deposit will not be considered and will summarily be rejected.

10. Sealed Tender documents along with EMD may be dropped in the box specifically available in the following addresses.

(i) Sr.Divl. Electrical Engineer (G),East Coast Railway,KhurdaRoad,At/PO-Jatni, Dist-Khurda, Odisha, PIN-752050 (ii) Chief Electrical Engineer,East Coast Railway, 3rd Floor, South Block, ECoR HQ . Building(Rail Sadan), Chandrasekharpur, Bhubaneswar, PIN-751017.

(iii) Divl Electrical Engineer (Chg),East Coast Railway, PURI , At/PO- PURI, PIN-752002

******

Page 7: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

7

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE- C

INSTRUCTION TO TENDERERS

2.1. Documents Part of This Tender Sl

No. Document Name Published By Referred In This

Document As

1

General Condition Of Contract And Standard Specification (Vol.2) 2001 with Correction Slip issued up to date of opening of tender.

South Eastern Railway

GCC 2001

Note: The terms “Correction slip” as referred to in this tender document includes the following terms also.

Addendum slip, Correction slip, Addendum slip and corrigendum slip which are issued in consecutive serials.

2.2 Submission : 2.2.1 Tender must be enclosed in sealed cover superscribing thereon the name of the work, as mentioned in the tender notice, Scheme No and must be deposited in the Tender box in the office of the Sr.DEE/G/KUR, DEE/Chg/PUI & CEE/ECoR/BBS on or before the specified time. Tenderer(s) are requested to be present at the time of opening of tender.

2.2.2 Tenders that are received after the date and time specified will not be considered. 2.2.3 Tenders containing over writing, additions, alterations, erasures, obliteration and other

discrepancies may not be considered. The Tenderer(s) should properly attest all corrections made by them.

2.2.4 The Tenderer(s) shall sign every page of the tender documents and submit all of them. 2.2.5 The Tenderer(s) should quote rates both in figures and in words. Wherever there is a difference

between the rates quoted in figures and in words, the rate quoted in words will be taken as correct.

2.2.6 (i) Tender to give consent in a mandate form (Annexure-K) for receipt of payment through ECS/EFT.

(ii) Tenderer to provide the details of Bank A/C in line with RBI guide lines for the same. These details will include Bank Name, Branch Name and address. Account type Bank A/C No. and Bank & Branch Code as appearing on MICR cheque issued by bank.

(iii) Tenderer to attach certificate from their bank certifying the correctness of all above mentioned information as mentioned in para (ii) above.

(iv) Tenderer should submit his Bank account number, Bank address & IFSC Code invariably to arrange payment through ECS,NEFT/RTGS Mode.

2.2.7 It is the responsibility of the tenderer while submitting FDR along with the tender as PG to ensure that FDRs obtained from the issuing bank are with automatic renewal facility so that when the FDRs become due for renewal there will be no need to the part with those FDR lodged safe custody. Railway administration will not be responsible for loss of interest to the contractor if he fails to comply this while submitting FDRs along with tender. 2.3 Document submission:-The following documents may be submitted along with tender. (a) List of personnel, organisation available on hand and proposed to be engaged for the subject

work. (b) List of plant & Machinery available on hand (own) and proposed to be inducted (own and hired

to be given separately) for the subject work.

Page 8: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

8

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

(c) List of works completed in the last three financial years giving description of work, organisation for whom executed, approximate value of contract at the time of award, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given.

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

Note: 1. In case of items (c) and (d) above, supportive documents/certificates from the organisations with

whom they worked/are working may be enclosed. 2. Certificate from Private Individuals/Organisations for whom such works are executed/ being

executed shall not be accepted. 2.4 Company Profile 2.4.1 Tenderer(s) should specifically and fully disclose in his/their respective tender, their respective

constitutions and submit attested Photostat copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of Incorporation etc., if any in support of such disclosures. If Tenderer(s) is/are a firm i.e. partnership business, it should be stated whether the same is Registered under the Indian Partnership Act, and the name and address of all the partners of the firm should be fully disclosed. He/they shall submit the partner ship deed/any other appropriate document, if any, to prove about the joint venture with any other party having such machineries, base of quarries etc. along with the tender offer and the details of document regarding the joint venture shall of the dates back before the date of opening of tender. The Railway Administration shall always have the liberty to demand production of the original of the said documents and also to make such further and other enquiries regarding the constitution of the Tenderer(s) as may be considered necessary.

2.5 Programme for completion of work 2.5.1 Tenderer(s) should submit a programme for completion of work in the time frame stipulated in

the tender. 2.5.2 Tenderer(s) should work out resource requirement (men, material & machinery) on monthly

basis for his/their programme and submit it to Railways. Tenderer should also submit a monthwise statement of resources (men, material & machinery) proposed to be deployed at site.

2.6 Earnest Money: The tenderer(s) shall be required to deposit earnest money with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender.

The earnest money shall be % age of the estimated tender value as indicated in the Tender Notice as per following table.

Value of the work (Tender Value) EMD

(i) For works estimated to cost up to `1 Crore

2 % of the estimated cost of the work.

(ii) For works estimated to cost more than ` 1 Crore

`2 Lakhs plus ½ % (half percent) of the excess of estimated cost of work beyond ̀ 1Crore subject to a maximum of `1 Crore.

The earnest money shall be rounded to the nearest `10. This earnest money shall be applicable for all modes of tendering.

2.6.1 The Tender must be accompanied by a sum, as mentioned in Tender Notice , as Earnest Money. (i) The Earnest Money should be in Cash or Banker’s Cheques / Demand Drafts in favour of FA &

CAO/East Coast Railway/Bhubaneswar executed by State Bank of India or any of the Nationalised Banks or by a Scheduled-Bank.

2.6.2 Earnest Money other than in the form mentioned in clause 2.6.1 (i) will not be accepted and tender will summarily be rejected.

2.6.3 The Tenderer(s) shall hold the offer open for a period 90 days from the date of opening of the Tender. It is understood that the Tender Documents have been sold/issued to the Tenderer(s)

Page 9: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

9

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

and the Tenderer(s) is/are being permitted to the tender in consideration of the stipulation on his/their part that after submitting his/their Tender he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to the DRM(Elect/G), E.Co. Railway, Khurda Road. Should the Tenderer(s) fail to observe or comply with the foregoing stipulations, Railway shall forfeit the Earnest Money deposited with the tender.

2.6.4 The Earnest Money of the Unsuccessful Tenderer(s) will be returned to the Unsuccessful Tenderer(s). However Railway shall not be responsible for any loss or depreciation that may happen to Earnest Money while they are in Railways possession, nor be liable to pay interest thereon.

2.6.5 The Earnest Money deposit of the Successful Tenderer(s) will be retained towards part of the Security Deposit for the due and faithful fulfillment of the Contract.

2.6.6 Tenders without requisite Earnest Money deposit will not be considered and will summarily be rejected. 2.7 Security amount Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery / mode of recovery shall be as under:- a) Security Deposit for each work should be 5% of the contract value, b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit

is recovered, c) Security Deposits will be recovered only from the running bills of the contract and no other

mode of collecting SD such as SD in the form of instruments like BG, FD, etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of warranty period and after passing the final bill based on No Claim & Guarantee Obligation certificate. The Competent shall normally be the authority, who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, contractor concerned should submit an unconditional and unequivocal no claim certificate. No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract. 2.7.1 Performance Guarantee (P.G.) The procedure for submitting Performance Guarantee is outlined below:- a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter Of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the contract value: (i) A deposit of Cash: (ii) Irrevocable Bank Guarantee. (iii) Government Securities including State Loan Bonds at 5% below the market value. (iv) Deposit 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. (v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks. (vi) A Deposit in the Post Office Saving Bank. (vii) A Deposit in the National Savings Certificates. (viii) Twelve years National Defence Certificates. (ix) Ten years Defence Deposits. (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less.

Page 10: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

10

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

Also, FDR in favour of FA &CAO/ East Coast Railway/ Bhubaneswar (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 warranty period and after passing the final bill based on ‘No Claim & Guarantee Obligation 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 (notwithstanding 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.

2.8 General : 2.8.1 Non-compliance with any of the conditions set forth in this tender document, USSOR 2010 and

GCC 2001 is liable to result in the tender being rejected. 2.8.2 The instructions to the Tenderer(s) shall be deemed to form a part of the tender document. 2.8.3 USSOR 2010 and GCC 2001 can be had on payment of an amount specified for copy of each

Volume on any working day during office hours, subject to availability, in the office of DRM(Elect/G), E.Co. Railway, Khurda Road, Jatni 752050.

2.8.4 The Submission of a Tender by a Tenderer(s) shall be deemed to imply that he has read, understood and abided by the conditions stated in tender document, USSOR 2010 & GCC 2001. 2.8.5 A Certificate should be attached along with the Tender papers that the Tenderer(s) has/have

purchased USSOR 2010 and GCC 2001 and gone through all the conditions of contract and specifications etc. embodied therein.

Page 11: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

11

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

2.8.6 If the Tenderer(s) deliberately give/gives wrong information in his/their Tender or create/creates circumstances for the acceptance of his/their Tender, Railways reserve the right to reject such tender at any stage.

2.8.7 The authority for the acceptance of the Tender will rest with the President of India acting through DRM(Elect/G), E.Co. Railway, who does not bind himself to accept the lowest or any other Tender nor does he undertake to assign reason for declining to consider the Tender. No correspondence will be entertained with the Tenderer(s) in respect of the rejection of any or all of the Tenders. The Railways reserve the right to accept the Tender either for the full quantity of work or part thereof or divide the works amongst more than one Tenderer without assigning any reasons for any such actions.

2.8.8 Should a Tenderer(s) find discrepancies in or omission from the drawings or any of the Tender Forms, or should be in doubt as to their meanings, he/they should at once, notify the authority inviting Tender who may send a written instructions to all Tenderer(s). It should be understood that every endeavour has been made to avoid any error which can naturally affect the basis of the Tender and the successful Tenderer(s) shall take upon himself/themselves and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

2.8.9 Tender documents in which Tenderer(s) submits Tender shall become the property of the Railway and the Railway shall have no obligation to return the same to the Tenderer(s).

2.8.10 Before submitting a Tender, the Tenderer(s) will be deemed to have satisfied himself/themselves by actual inspection of the site and locality of the work all conditions likely to be encountered during the execution of the works. It is understood that Tenderers have taken into account all factors and rates he/they enters/enter in the Tender Forms are adequate and all inclusive, to accord with the provisions in Clause - 37 of the GCC 2001. 2.8.11 The successful Tenderer(s) shall execute an Agreement with the President of India acting

through the DRM(Elect/G), E.Co. Railway, Khurda Road for carrying out the works according to specification laid down in the document.

2.8.12 The Agreement to be executed shall on the Agreement Form for the works of the E.Co. Railway except as specifically varied by these Tender Papers, as well as provisions contained in the Tender Documents shall form part of the contract. All certificates submitted by Tenderer including programme & completion of work shall for the part of agreement. 2.8.13 The Tenderer(s) whose tender is accepted shall appear at the office of the DRM(Elect/G),

E.Co. Railway,Khurda Road, in person; in case of a Firm or Corporation, a duly authorised representative there of, to execute the Contract documents within 30 (Thirty) days from the date of issue of LOA (Letter of Acceptance)

2.8.14 In case of non acceptance of a Tender by the Railway Administration for any reason whatsoever, the Tenderer(s) cannot claim for the expenses incurred by him in submitting the Tender for the work or for any other account.

2.8.15 Non-compliance with any of the conditions set forth herein above is liable to result in the Tender being rejected.

2.9 Death of Tenderer 2.9.1 If a Tenderer(s) expires after the submission of his Tender or after the acceptance of his Tender, the Railway shall deem such Tender as cancelled. If a Partner of a Firm expires after submission of their Tender or after the acceptance of their Tender the Railway shall deem such Tender as cancelled unless the Firm retains its character legally acceptable. 2.10 Price preference 2.10.1 No price preference will be allowed for public sector undertaking.

*****

Page 12: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

12

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE -D

EAST COAST RAILWAY RATE SHEET

Tender Notice No- DRM(Elect/G)/KUR/OT/2015-16/18 Date:18/02/2016 Name of the work: Maintenance contract for pantry equipments in coaches of Train No.12277 /12278

( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

I/We____________________________________ have read various conditions of tender here to attached and here by agree by the said condition. I/We offer to do the work as detailed below at the rates quoted below.

DESCRIPTION Tender Value as per Annexure-E

in `

Uniform percentage rate to be quoted both in figures and words

Maintenance contract for pantry equipments in coaches of Train No.12277 /12278 ( SHATABDI Express), coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

` 32,20,394/- in figure)_____________________%

above / at par/ below

(in words)_____________________

_________________________ percentage above / at par/ below

(BASIC RATES ARE GIVEN IN SCHEDULE OF WORK, QUANTITY AND RATE IN ANNEXURE-E) NOTE:

(i) The Tenderer should only quote the percentage “above / at par/ below ” against the tender value as per annexure ‘D’ and should invariably strike out “above / at par/ below ” whichever is not applicable and percentage value must be both in figures and in words. In case of any ambiguity in rate between figures and words , the rates written in words shall be taken into consideration.

(ii) Conditional Tenders will summarily be rejected without any condition whatsoever. Tenderer should not quote any percentage above/below/at par in schedule of prices or anywhere except in above. Tenderer should only quote in above blank space.

(iii) Taxes and levies will be deducted at source as applicable. (iv) The rates quoted in “% above or below or at par” against should be inclusive of all taxes , as leviable by

Union of India/ State Government including Excise duty, Sales tax, Entry tax or any other taxes/charges, loading/unloading and transportation charges etc.

(v) While offering the rate , minimum wage rate circulated by Ministry of Labour & Employment to Govt. of India for the labours should also be taken into account by the tenderer.

(vi) No correction is allowed in the quoted percentage. If any corrections/over writing/duality between the quoted percentage in figures and words exists, the same should be attested by the tenderer himself before submission of the tender.

(vii) The basic cost, item & quantities are approximate and for guidance to the tenderer(s).This may vary as per the site condition and no claim what-so-ever will be entertained.

********

Page 13: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

13

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE- E EAST COAST RAILWAY

Schedule of Work, Quantity and Rate Maintenance contract for pantry equipments in coaches of Train No.12277/12278( SHATABDI Express) , coaches and pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074 /12073 (JAN SHATABDI Express) at BBS coaching depot for a period of 365 days

I Maintenance contract for Water Boiler,Hot case ,Deep freezer cum bottle cooler & soup warmer in coaches of Train No.12277/ 12278( PUI/ HWH , SHATABDI Express) at PUI coaching depot

Sl.No Description Unit Qty Rate (in` ) Totl (in ` )

1 Trip maintenance of water boiler No 3756 47.79 179499

2 Trip maintenance of hot case No 3756 52.47 197077

3 Trip maintenance of Deep freezer cum bottle cooler No 3756 61.87 232384

4 Trip maintenance of soup warmer No 3756 47.79 179499

Total 788459

II Maintenance contract for Water Boiler, Hot case,Deep freezer cum Bottle cooler, Refrigerator, Deep freezer , Bottle cooler, Electric Burners, Elect Chimney & Insect Killer in coaches & pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot

Sl.No Description Unit Qty Rate (in` ) Totl (in ` )

1 Trip maintenance of Water boiler No 1095 47.79 52330

2 Trip maintenance of Hot case No 2190 52.47 114909

3 Trip maintenance of Deep freezer cum Bottle cooler No 365 61.87 22583

4 Trip maintenance of Refrigerator No 365 57.2 20878

5 Trip maintenance of Deep freezer No 2190 57.2 125268

6 Trip maintenance of Bottle cooler No 1825 57.2 104390

7 Trip maintenance of Electric burner No 4380 9.45 41391

8 Trip maintenance of Electric chimney No 1095 40.54 44391

9 Trip maintenance of Insect Killer No 730 29.74 21710

Total 547850

III Maintenance contract for Water Boiler, Hot case,Deep freezer cum Bottle cooler, Refrigerator, Deep freezer ,Bottle cooler,Electric Burners, Elect Chimney & Insect Killer in coaches & pantry car Train No.22811/22812/ 22823/ 22824 (BBS-NDLS ,Rajdhani Express ) at BBS coaching depot

Sl.No Description Unit Qty Rate (in` ) Totl (in ` )

1 Trip maintenance of Water boiler No 1095 57.95 63455

2 Trip maintenance of Hot case No 5110 63.11 322492

3 Trip maintenance of Deep freezer cum bottle cooler No 365 73.48 26820

4 Trip maintenance of Refrigerator No 365 68.33 24940

5 Trip maintenance of Deep freezer No 5110 68.33 349166

6 Trip maintenance of Bottle cooler No 4745 68.33 324226

7 Trip maintenance of Electric burner No 4380 11.08 48530

8 Trip maintenance of Electric chimney No 1095 48.64 53261

9 Trip maintenance of Insect Killer No 730 35.43 25864

Total 1238754

IV Maintenance contract for Water Boiler ,Hot case & Deep fridge in coaches of Train No.12074/ 12073 ( BBS/HWH ,JAN SHATABDI Express) at BBS coaching depot

Sl.No Description Unit Qty Rate (in` ) Total (in ` )

1 Trip maintenance of water boiler No 2504 57.95 145107

2 Trip maintenance of hot case No 2504 63.11 158027

3 Trip maintenance of Deep freezer No 5008 68.33 342197

Total 645331

Total value (I+II+III+IV) 3220394

*************

Page 14: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

14

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE- F Scope of work

Item No-I Maintenance contract for Water Boiler, Hot case ,Deep freezer cum bottle cooler & soup warmer in coaches of Train No.12277/ 12278( PUI/ HWH , SHATABDI Express) at PUI coaching depot 1.Trip Maintenance of water boiler a) Ensure working of Water boiler (heating element) by checking the hotness of water and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper working of safety valve. d) Check for any leakage of pipe line (after Incoming valve) and body of water boiler rectify if there is any leakage. e) Ensure proper Cleaning of the water boiler. f) Check the electrical connection for tightness. g) Ensure for proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices

h) Ensure proper working of MCB on switch board cabinet for water Boiler. i) Ensure proper incoming power supply to the pantry equipment. j) Ensure proper working of rotary switch. k) Ensure proper working of indication lamp

l) Ensure proper fixing of Water boiler m) Replace heating element if found defective.

2.Trip Maintenance of Hot case a ) Ensure working of Hot case (heating element) and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper closing of all doors. d) Check the electrical connection for tightness. e) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. f) Ensure proper working of MCB on switch board cabinet for hot case . g) Ensure proper incoming power supply to the pantry equipment h) Ensure proper working of rotary switch. i) Ensure proper working of indication lamps j) Ensure proper cleaning of the hot case. k) Ensure proper fixing of the unit. l) Check proper working of blower motor & blower fan and replace/rectify if found defective 3 Trip Maintenance of Deep freezer cum bottle cooler a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b) Ensure proper working of thermostat. c) Ensure proper closing of door. d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the deep freezer cum Bottle cooler . f)Check the electrical connection for tightness . g)Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h)Ensure proper working of MCB on switch board cabinet for Deep Freezer cum Bottle cooler. i)Ensure proper incoming power supply to the pantry equipment j) Check and Clean the dryer filter. k)Ensure for proper working of indication lamp l)Ensure proper fixing of the unit. m)Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. o) Removal and replacement of defective compressor of deep freezer cum bottle cooler. All associated jobs e.g. brazing, leak testing etc. along with vacuum and gas charging (gas to be supplied by the railway) is to be done

4. Trip Maintenance of soup warmer a) Ensure working of soup warmer by checking the hotness of water and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper working of safety valve. d) Check for any leakage in body of soup warmer, rectify if there is any leakage. e) Ensure proper Cleaning of the soup warmer.

Page 15: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

15

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

f)Check the electrical connection for tightness . g)Ensure for proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h)Ensure proper working of MCB on switch board cabinet for soup warmer. I)Ensure proper incoming power supply to the pantry equipment j)Ensure proper working of rotary switch. k)Ensure proper working of indication lamp l)Ensure proper fixing of soup warmer m)Replace heating element if found defective.

Item No-II Maintenance contract for Water Boiler, Hot case, Deep freezer cum Bottle cooler, Refrigerator, Deep freezer , Bottle cooler, Electric Burners, Elect Chimney & Insect Killer in coaches & pantry car of Train No.12802/12801 (Purushottam Exp.) at PUI coaching depot 1. Trip Maintenance Water Boiler a) Ensure working of Water boiler (heating element) by checking the hotness of water and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper working of safety valve. d) Check proper functioning of incoming & discharge water valve & replace if defects found, rectify for leakage of water from incoming pipe line and also from body of water boiler. e) Ensure proper Cleaning of the boiler. f) Check the electrical connection for tightness. g) Ensure for proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h) Ensure proper working of MCB on switch board cabinet for water Boiler. i) Ensure proper incoming power supply to the pantry equipment j) Ensure proper working of indication lamp. k) Ensure proper fixing of the unit. l) Replace heating element if found defective. 2. Trip Maintenance Hot Case a ) Ensure working of Hot case (heating element) and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper closing of all doors. d) Check the electrical connection for tightness. e) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. f) Ensure proper working of MCB on switch board cabinet for hot case . g) Ensure proper incoming power supply to the pantry equipment h) Ensure proper working of rotary switch. i) Ensure proper working of indication lamps j) Ensure proper cleaning of the hot case. k) Ensure proper fixing of the unit. l) Check proper working of blower motor & blower fan and replace/rectify if found defective. 3. Trip Maintenance Deep Freezer cum Bottle cooler a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b) Ensure proper working of thermostat. c) Ensure proper closing of door. d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the Deep Freezer cum Bottle cooler. f) Check the electrical connection for tightness. g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h) Check and Clean the dryer filter. i) Ensure proper working of MCB on switch board cabinet for Deep Freezer cum Bottle cooler. j) Ensure proper incoming power supply to the pantry equipment k) Ensure for proper working of indication lamp l) Ensure proper fixing of the unit. m) Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective.

Page 16: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

16

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

o) Removal and replacement of defective compressor of deep freezer cum bottle cooler. All associated jobs e.g. brazing, leak testing etc. along with vacuum and gas charging (gas to be supplied by the railway) is to be done. 4. Trip Maintenance of Refrigerator. a) Ensure proper working of thermostat. b) Ensure proper closing of door. c) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the refrigerator .. f) Check the electrical connection for tightness. g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h) Ensure proper working of MCB on switch board cabinet for refrigerator. i) Ensure proper incoming power supply to the pantry equipment j) Ensure for proper working of indication lamp. k) Ensure proper fixing of the unit. l)Removal and replacement of defective compressor of refrigerator. All associated jobs e.g. brazing, leak testing etc. along with Vacuum and gas charging. (Gas to be supplied by the railway) is to be done. m)Check proper working of blower motor & blower fan blades and replace/rectify if found defective. o)Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. 5. Trip Maintenance of Deep Freezer a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b) Ensure proper working of thermostat. c) Ensure proper closing of door. d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the Deep Freezer . f) Check the electrical connection for tightness . g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h) Ensure proper working of MCB on switch board cabinet for Deep Freezer . i) Ensure proper incoming power supply to the pantry equipment j) Check and Clean the dryer filter. k) Ensure for proper working of indication lamp l) Ensure proper fixing of the unit. m) Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. o) Removal and replacement of defective compressor of deep freezer. All associated jobs e.g. brazing, leak testing etc. along with vacuum and gas charging (gas to be supplied by the railway) is to be done. 6. Trip Maintenance of Bottle Cooler a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b)Ensure proper working of thermostat. c)Ensure proper closing of door. d)Ensure the proper working of over load relay. e) Ensure proper Cleaning of the Bottle cooler . f)Check the electrical connection for tightness. g)Ensure proper working of MCB on Switch Board Cabinet for bottle Cooler h)Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices i)Ensure proper incoming power supply to the pantry equipment j)Check and Clean the dryer filter. k)Ensure for proper working of indication lamp. l)Ensure proper working of rotary switch. m)Ensure proper fixing of the unit. n)Removal and replacement of defective compressor of bottle cooler. All associated jobs e.g. brazing, leak testing etc. along with Vacuum and gas charging. (Gas to be supplied by the railway) is to be done. o)Check proper working of blower motor & blower fan blades and replace/rectify if found defective. p)Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective.

Page 17: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

17

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

7. Trip Maintenance of Electric Burner a) Check electrical connections to cook top. b) Ensure proper heating of spiral heating coil provided in burner. c) Check proper working of thermostat. d) Check proper working of indication lamp. e) Check proper working of rotary switch. f) Check any current leakage under wiring of burner. g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h) Ensure proper incoming power supply to the pantry equipment i) Replacement of defective insulation sheet under the burner plate. 8. Trip Maintenance of Electric Chimney a) Ensure proper functioning of blower motor inside chimney. b) Clean the outer & inner filter of chimney. c) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. d) Clear duct & clean the body of chimney. e) Ensure proper working of MCB on switch board cabinet for Electric Chimney. f) Ensure proper incoming power supply to the pantry equipment. g) Ensure proper fixing of the unit. h) Check proper working of blower motor & blower fan blades and replace/rectify if found defective. 9. Insect Killer a) Check the electrical connection for tightness. b) Ensure proper electrical earthing of the equipment & wiring. c) Ensure proper incoming power supply to the pantry equipment. d) Ensure proper working of indication lamp and replace if found defective. e) Ensure proper cleaning of the insect killer. f) Ensure proper fixing of the unit.

Item No-III Maintenance contract for Water Boiler, Hot case,Deep freezer cum Bottle cooler, Refrigerator, Deep freezer ,Bottle cooler,Electric Burners, Elect Chimney & Insect Killer in coaches & pantry car Train No.22811/22812/ 22823/ 22824 (BBS-NDLS ,Rajdhani Express ) at BBS coaching depot 1. Trip Maintenance of Water Boiler a) Ensure working of Water boiler (heating element) by checking the hotness of water and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper working of safety valve. d) Check proper functioning of incoming & discharge water valve & replace if defects found, rectify for leakage of water from incoming pipe line and also from body of water boiler. e) Ensure proper Cleaning the boiler . f) Check the electrical connection for tightness. g)Ensure for proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h)Ensure proper working of MCB on switch board cabinet for water Boiler. i)Ensure proper incoming power supply to the pantry equipment j)Ensure proper working of indication lamp. k)Ensure proper fixing of the unit. l)Replace heating element if found defective 2. Trip Maintenance of Hot Case a)Ensure working of Hot case (heating element) and attend if any defects found. b)Ensure proper working of thermostat. c)Ensure proper closing of all doors. d)Check the electrical connection for tightness. e)Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. f)Ensure proper working of MCB on switch board cabinet for hot case . g)Ensure proper incoming power supply to the pantry equipment h)Ensure proper working of rotary switch. i) Ensure proper working of indication lamp. j) Clean the hot case. k)Ensure proper fixing of the unit. l)Check proper working of blower motor & blower fan and replace/rectify if found defective.

Page 18: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

18

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

3. Trip Maintenance of Deep Freezer cum Bottle cooler a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b) Ensure proper working of thermostat. c) Ensure proper closing of door. d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the deep freezer cum Bottle cooler . f)Check the electrical connection for tightness . g)Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h)Ensure proper working of MCB on switch board cabinet for Deep Freezer cum Bottle cooler. i)Ensure proper incoming power supply to the pantry equipment j) Check and Clean the dryer filter. k)Ensure for proper working of indication lamp l)Ensure proper fixing of the unit. m)Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. o) Removal and replacement of defective compressor of deep freezer cum bottle cooler. All associated jobs e.g. brazing, leak testing etc. along with vacuum and gas charging (gas to be supplied by the railway) is to be done. 4. Trip Maintenance of Refrigerator. a) Ensure proper working of thermostat. b) Ensure proper closing of door. c) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the refrigerator. f) Check the electrical connection for tightness. g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h) Ensure proper working of MCB on switch board cabinet for refrigerator. i) Ensure proper incoming power supply to the pantry equipment j) Ensure for proper working of indication lamp. k) Ensure proper fixing of the unit. l) Removal and replacement of defective compressor of refrigerator. All associated jobs e.g. brazing, leak testing etc. along with Vacuum and gas charging. (Gas to be supplied by the railway) is to be done. m) Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. 5. Trip Maintenance of Deep Freezer a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b) Ensure proper working of thermostat. c) Ensure proper closing of door. d) Ensure the proper working of over load relay. e) Ensure proper Cleaning of the Deep Freezer . f)Check the electrical connection for tightness . g)Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h) Check and Clean the dryer filter. i)Ensure proper working of MCB on switch board cabinet for Deep Freezer . j)Ensure proper incoming power supply to the pantry equipment k)Ensure for proper working of indication lamp l)Ensure proper fixing of the unit. m)Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. o) Removal and replacement of defective compressor of deep freezer. All associated jobs e.g. brazing, leak testing etc. along with vacuum and gas charging (gas to be supplied by the railway) is to be done.

Page 19: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

19

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

6. Trip Maintenance of Bottle Cooler a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b)Ensure proper working of thermostat. c)Ensure proper closing of door. d)Ensure the proper working of over load relay. e) Ensure proper Cleaning of the Bottle Cooler. f)Check the electrical connection for tightness. g)Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h)Check and Clean the dryer filter. i)Ensure proper working of MCB on Switch Board Cabinet for bottle Cooler. j)Ensure proper incoming power supply to the pantry equipment k)Ensure for proper working of indication lamp. l)Ensure proper working of rotary switch. m)Ensure proper fixing of the unit. n)Removal and replacement of defective compressor of bottle cooler. All associated jobs e.g. brazing, leak testing etc. along with Vacuum and gas charging. (Gas to be supplied by the railway) is to be done. o)Check proper working of blower motor & blower fan blades and replace/rectify if found defective. p)Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. 7. Trip Maintenance of Electric Burner a) Check electrical connections to cook top. b) Ensure proper heating of spiral heating coil provided in burners. c) Check proper working of thermostat. d) Check proper working of indication lamp. e) Check proper working of rotary switch. f) Check any current leakage under wiring of burners. g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. h ) Ensure proper incoming power supply to the pantry equipment i) Replacement of defective insulation sheet under the burner plate. 8. Trip Maintenance of Electric Chimney a) Ensure proper functioning of blower motor inside chimney. b) Clean the outer & inner filter of chimney. c) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. d) Clear duct & clean the body of chimney. e) Ensure proper working of MCB on switch board cabinet for Electric Chimney . f) Ensure proper incoming power supply to the pantry equipment g) Ensure proper fixing of the unit. h) Check proper working of blower motor & blower fan blades and replace/rectify if found defective. 9. Trip Maintenance of Insect Killer a) Check the electrical connection for tightness. b) Ensure proper electrical earthing of the equipment , wiring and check proper working of all safety/protective devices. c) Ensure proper incoming power supply to the pantry equipment d) Ensure proper working of switch. e) Ensure proper working of the equipment . f) Ensure proper working of the lamp and replace if found defective. g) Ensure proper cleaning of the equipment. h) Ensure proper fixing of the unit

Page 20: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

20

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

Item No-IV Maintenance contract for Water Boiler ,Hot case & Deep fridge in coaches of Train No.12074/ 12073 ( BBS/HWH ,JAN SHATABDI Express) at BBS coaching depot 1. Trip Maintenance of boiler a) Ensure working of Water boiler (heating element) by checking the hotness of water and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper working of safety valve. d) Check for any leakage of pipe line (after Incoming valve) and body of water boiler rectify if there is any leakage. e) Ensure proper Cleaning of the water boiler. f) Check the electrical connection for tightness. g) Ensure for proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices

h) Ensure proper working of MCB on switch board cabinet for water Boiler. i) Ensure proper incoming power supply to the pantry equipment. j) Ensure proper working of rotary switch. k) Ensure proper working of indication lamp

l) Ensure proper fixing of Water boiler m) Replace heating element if found defective.

2. Trip Maintenance of Hot case a ) Ensure working of Hot case (heating element) and attend if any defects found. b) Ensure proper working of thermostat. c) Ensure proper closing of all doors. d) Check the electrical connection for tightness. e) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices. f) Ensure proper working of MCB on switch board cabinet for hot case . g) Ensure proper incoming power supply to the pantry equipment h) Ensure proper working of rotary switch. i) Ensure proper working of indication lamps j) Ensure proper cleaning of the hot case. k) Ensure proper fixing of the unit. l) Check proper working of blower motor & blower fan and replace/rectify if found defective 3. Trip Maintenance of Deep freezer a) Ensure proper cooling and attend if any defect found. If less cooling found, check for gas leakage, rectify & recharge the refrigerant gas (gas to be supplied by railway). b) Ensure proper working of thermostat. c) Ensure proper closing of door. d) Ensure the proper working of over load relay . e) Ensure proper Cleaning of the Deep Freezer . f) Check the electrical connection for tightness . g) Ensure proper electrical earthing of the equipment, wiring and check proper working of all safety/protective devices h) Ensure proper working of MCB on switch board cabinet for Deep Freezer . i) Ensure proper incoming power supply to the pantry equipment j) Check and Clean the dryer filter. k) Ensure for proper working of indication lamp l) Ensure proper fixing of the unit. m) Check proper working of blower motor & blower fan blades and replace/rectify if found defective. n) Check proper working of condenser motor & condenser fan blades and replace/rectify if found defective. o) Removal and replacement of defective compressor of deep freezer. All associated jobs e.g. brazing, leak testing etc. along with vacuum and gas charging (gas to be supplied by the railway) is to be done.

Page 21: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

21

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE G

SPECIAL CONDITIONS OF CONTRACT (PART-I) 3.1 General: 3.1.1 The Special Conditions of Contract, Part-I, II,III Instructions to Tenderer(s) and the

stipulations made in the Schedules of quantities shall govern the works under this contract, in addition to and /or in part suppression of the USSOR 2010 & GCC 2001.

3.2 Precedence Order : 3.2.1 When there is a conflict between the Instructions to Tenderers, Special Conditions of

Contract Parts –I, II,III and the stipulations contained in the Schedules of quantities and Rate on the one hand and the USSOR 2010 & GCC 2001 on the other, the former shall prevail.

3.2.2 Provision contained on Instruction to Tenders, Special Condition of Contract Pt. I, II,III Schedule of quantities and rate get precedence over provisions contained in IRS Code/IRC code/IS codes/codes owned by other institution.

3.2.3 In case of conflict between provision of IRS/IRC/IS specification the precedence will be in same order. In case of ambiguity the decision of Divisional Railway Manager shall be final & binding.

3.2.4 Any notes appearing in the Schedule Of Quantities and Rates will take precedence over Special Conditions Of Contract Part I, II,III and also USSOR 2010 & GCC 2001.

3.2.5 Any specifications/conditions stated by the Tenderer(s) in the covering letter submitted by him along with the tender shall be deemed to be a part of the contract only to such an extent as has been expressly accepted by the Railway.

3.2.6 All measurements, methods of measurements, meaning and item of specifications and interpretation of Special Conditions of Contract part I, II,III made by the Engineer on behalf of the Railway shall be final and binding and shall be considered as “Excepted matters” in terms of condition No.63 of GCC 2001.

3.3 Agreement: 3.3.1 All expenses in drawing up the agreement and the cost of stamp duty, if any shall be borne

by the Contractor. 3.3.2 The tenderer(s) if he/they so desire(s) may quote his /their Bank Account number and

other details of their Bank for arranging payment through electronic payment mechanism as soon as the system is made effective.

3.4 Passes: 3.4.1 No Railway pass of any kind for self/ agent/ labourers, for any purpose in connection with

this tender/contract will be issued to the Contractor. 3.5 Change of address 3.5.1 Any change in the address of the Contractor shall be forthwith intimated in writing to the

Railways. The Railway will not be responsible for any loss or inconvenience suffered by the Contractor on account of his failure to comply with this.

3.6 Dissolution of Contractor’s Firm: 3.6.1 If the Contractor’s firm is dissolved due to death or retirement of any partner or for any

reasons whatsoever before fully completing the whole work or any part of it undertaken by the Principal agreement, the partners shall remain jointly, severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for loss sustained if any, by the Railway due to such dissolution. The General Manager of the Railway shall decide the amount of such compensation and his decision in the matter shall be final and binding on the Contractor(s).

3.7 Deployment of plant and machinery: 3.7.1 The deployment of plant and machinery including moving machines shall be such as not to

infringe or cause damage to Railway track or any other Government or private properties. Operation of such equipment involving infringement to moving dimensions prescribed in the Handbook of the Schedule of Dimensions of the Railway shall not be undertaken without the

Page 22: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

22

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

prior approval of the Engineer-in-charge. Contractor/s shall be wholly responsible for any loss or damage resulting from violation of this clause.

3.8 Emergency work: 3.8.1 In the event of any accident or failure occurring in or about the work or arising out of or in

connection with the construction, completion or maintenance of the works in which Administration will not be liable to pay the Contractor any charges for rectification or repairs to any damage which may have occurred from any cause whatsoever, to any part in the opinion of the Engineer requires immediate attention, the Railway may bring its own workmen or other agency to execute or partly execute the necessary work or carry out repairs if the Engineer considers that the Contractor/s is/are not in a position to do so in time and charge the cost thereof, as shall be determined by the Engineer-in-charge of E.Co. Railway to the Contractor.

3.9 Night work: 3.9.1 Contractor/s attention is drawn to clause 23 of the GCC 2001 that stipulates that no work shall

be carried out between sunset and sunrise without previous permission by the Engineer. 3.9.2 If the Engineer is satisfied that the work is not likely to be completed in time except by

resorting to night work, he may order the Contractor/s to carry out the works even at night without conferring any right on the Contractor for claiming any extra payment for the same. The Contractor at his own risk and cost shall make all arrangements in this connection.

3.10 Service Roads : 3.10.1 The Contractor(s) will be permitted to make use of the service roads already existing in the

possession of the Railway. All service roads required by the contractor in or outside Railway boundary shall be constructed by the Contractor at his own risk and cost and all these roads shall be maintained by the Contractor at his own cost. The Railway reserves the right to make use of the service roads as and when necessary without any additional payment to the Contractor.

3.11 Water supply : 3.11.1 The Contractor/s shall be responsible for the arrangements to obtain potable water supply

necessary for the works. No arrangements will be made by the Railway administration for supplying water to the Contractor either for drinking purpose or execution of work. Rates quoted shall include the cost of arranging potable water supply.

3.12 Electricity: The Railway may supply to the contractor part or whole of the quantity of electrical supply for the work, wherever available and possible required for the execution of the works from Railway’s existing electric supply system or near the site of works provided that the contractor shall arrange necessary connections to the Railway electrical supply arrangements. Laying of cables, circuit protection etc. shall be borne by the contractor and the contractor shall not be entitled to any compensation for interruption or failure of the electric power supply system. 3.13 Loss Of Work Orders: 3.13.1 If the original work order issued to the contractor is lost by him for any reason whatsoever

and the Contractor demands for supply of a duplicate of the same, a penal levy of `100/- (One Hundred only) for each work order shall be imposed on him for the issue of a duplicate copy.

3.14 Income Tax Deduction : 3.14.1 In respect of works, the contract value of, which is more than `10, 000/- each, a deduction of

2% on the gross payment from each of the Contractor’s bills shall be made in terms of section 194(e) of the Income Tax Act of 1961 & 1991. From time to time surcharge will also be deducted along with I.T.

Page 23: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

23

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

3.15 Employment of Graduate Engineers/Diploma Holders Engineer by Contractor: 3.15.1 In terms of Modified of Clause 26 and introduction of New Clause 26A to GCC

Tenderer(s)/Contractors after award of the contract shall be required to employ unemployed electrical Diploma Holders Engineer/Graduate Engineer as per the norms specified below.

Contract Value.

No. Of Eng./ Diploma Holders Engineer and

Graduate Engineer

Default on account of non-deployment of Qualified Diploma Holders Engineer/Graduate Engineer

More than ̀ 25 Lakhs,but less than

`200 lakh.

Engineers Diploma holder Engineer

– 1No ` 25,000/- for each month or part thereof for the default period to be recovered from the contractor.

` 200 Lakh and above.

Engineers Graduate Engineer – 1No ` 40,000/- for each month or part thereof for

the default period to be recovered from the contractor.

3.16 Procurement of Machinery by Contractor: 3.16.1 It should be clearly understood that it is entirely Contractor’s responsibility and liability to

find and procure all the machinery, tools and plant and their spare parts that are required for the efficient and methodical execution of the work. Delay in procurement of such items due to their non-availability or import difficulties or any other causes, whatsoever, shall not be taken as an excuse for slow progress or non-performance of the work.

3.17 Hire of Railway’s Plant & Machinery: 3.17.1 The Railway may at their discretion give on hire to the Contractor such plant as

compressors, Pneumatic equipment, concrete mixers and light equipment, as considered necessary by the engineer. However it does not guarantee hiring any such machinery and it shall not entertain any claim or compensation due to Railways inability to supply such plant/machinery or the condition of the railway’s plant/machinery supplied on hire be taken as an excuse for slow progress or for non- performance of the work.

3.18 Hire charges on Plant & Machinery : 3.18.1 The railway administration shall charge the contractor for the hire of machinery and plant

supplied to him. The rate of hire charge for the plant and machinery given by the railway will be calculated on the basis of the S.E Railway General Conditions of Contract and Standard Specifications - 1994 Volume - 2 together with correction slips issued upto date of tender notice.

3.19 Statutory Certificate Etc. : 3.19.1 While the machine(s) is/are in the possession of the contractor(s), he/they shall be

responsible for seeing that any inspection certificate or license required under any Government Act is obtained in due time. The contractor shall also be responsible for seeing that all required precautions are observed in using the plant as well, and he shall be responsible for any accident that may occur from the use of the plant.

3.20 Access to Plant at Hirer’s Premises: 3.20.1 The Railway shall be given reasonable access to the plant and such facilities as may be

necessary to satisfy itself that the plant is being so used as to avoid any unnecessary wear or loss or risk.

Page 24: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

24

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

3.21 Right to Recall : 3.21.1 The Railway shall reserve to itself the right to recall any plant/machinery without assigning

any reasons by giving one month’s notice or at any time without notice in the event of its being required by the Railway for an unforeseen emergency. In either case, the Railway shall not be liable to pay any compensation to hirer for the loss that may be caused by the withdrawal of the plant.

3.22 Storage of Railway Materials : 3.22.1 The Contractor shall make his own arrangements at the site of work for the safe storage and

custody of Railway material issued to him. Such Railway materials issued to the Contractor and stored at the site of work shall be open for inspection by the Engineer-in-charge or his representative at all times.

3.23 Maintenance Period: Not Applicable. 3.24 Employment of Railway surplus labour by contractor : 3.24.1 The Tenderer(s)/Contractor(s) may be required to engage surplus/retrenched casual labour

of the E.Coast Railway if found suitable upto the extent of twenty persons for each Lakh or part of the value of the contract during the currency of the contract. The terms of the employment between such labour and the Tenderer(s) may be on mutually agreed terms subject to the statutory provisions contained in the labour regulations and enactments. The Contractor(s) shall indemnify the Railway against any claim arising out of employment of such labour and the Railway shall not be a party to any disputes etc., arising out of the employment of such labour by the Tenderer(s)/Contractor(s).

3.24.2 The Contractor shall engage local labour for skilled/ unskilled work as far as practicable. 3.25 Antilarval work: 3.25.1 During execution of the works against this contract the Contractor(s) shall be

responsible for antilarval work at his/their own cost. 3.26 Non-itemised works: 3.26.1 Where item not covered by the schedules are to be executed, the rates for such non-

itemised works shall be negotiated before commencement of such work or to be got executed through any other agency by the Railway at the discretion of the Railway Administration.

3.27 Time is the essence of Contract : 3.27.1 Time is the essence of contract. All the works are required to be completed in all respects as

stipulated by the Railway within the completion date. Progress shall be maintained strictly in accordance with the programme given by the Contractor and accepted by the Engineer-in-charge from time to time as per the programme chart as per (BAR/CPM/PERT chart) as will be finalised.

3.28 Lead & Lift on Railways/Contractor’s Materials: 3.28.1 No lead and lift for the Contractors/Railways materials is payable for the works executed

under this contract unless otherwise specified. 3.29 Testing of cement concrete : Not applicable. 3.30 Cutting/uprooting of tress : Not applicable. 3.31 IS Codes/IRS Specifications: 3.31.1 Wherever any reference to Code, specification, Act etc. is made in this document, it

shall be taken as a reference to the latest version thereof, including all amendments and corrections there to or otherwise specified.

3.31.2 The contractor shall not be entitled to any extra payment on any account for compliance with the various provisions of IS specifications/IRS specifications and Special Conditions of contract. The rates indicated in the schedule shall be deemed to include all works required to be done in compliance with the specifications.

3.32 Sales Tax or any other taxes : 3.32.1 The Contractor shall bear in full all taxes and royalties or levied by the State Government

and/or Central Government from time to time. This would be entirely a matter between the

Page 25: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

25

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

contractor and State Government/or Central Government. Railway will recover the taxes and royalties through running account bills if the contractor fails to pay the taxes and royalties to the government.

3.33 Tree Cutting : Not applicable. 3.34 Approval of Samples of Material : All materials to be used in the work by the Contractor shall

be subject to the prior approval of the concerned SSE-Incharge of the work. Contractor shall submit samples of materials to be used to work and arrange for the supplies, only after if concerned SSE-Incharge has approved the samples.

3.35 Blasting: Not applicable. 3.36 Place of issue of Railway materials: 3.36.1 The materials required to be supplied by the Railway for the items where specified will be

issued from the Railway store depot of SSE-Incharge of the work and the transportation of the materials to sites as advised by SSE-Incharge and the transportation of surplus materials from the site of work to the concerned SSE-Incharge Godown will be at contractor’s cost.

3.37 Price variation. i) Price Variation Clause (PVC) shall be applicable for tenders of value more than `50 Lakh irrespective

of the contract completion period and PVC shall not be applicable to tenders of value less than `50 Lakh.

3.38 Disaster/train accident/Natural calamities. 3.38.1 In the event of any disaster/ train accident/ Natural calamities, the contractor(s) shall be asked to

mobilize his/ their manpower/ vehicle/ tools and machineries to the affected locations to meet the situation. In such a case, the contractor(s) shall shift the required material as per the direction of Engineer-in-charge and separate payment for this will be made as per the prevailing SOR and for the activities if any executed beyond the scope of the agreement will be paid separately at the rates finalised by the Railway Administration as per the existing procedure for NS items.

3.38.2 The contractor shall train his/ their staff/ supervisor adequately on First-Aid (shall submit a certificate in support of it) and see that they are capable of encountering any adverse situation at the disastrous spot during execution of the work. In the event of the Engineer being satisfied that the contractor is not employing properly trained staff, the contractor shall at once remove them and engage additional trained staff within seven days and failure on the part of the contractor will entitle the Railway take necessary action, in terms of agreemental condition and which may cause termination of contract in the event of failure of the contractor to engage competent men.

3.39 VARIATION IN CONTRACT QUANTITIES The procedure detailed below shall be adopted for dealing with variations in quantities during

execution of works contracts: 1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment

would be mode as per the agreement rate. For this, no finance concurrence would be required. 2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is

considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions

a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade.

(i) 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 in that particular tender.

(ii) 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 in that particular tender.

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.

Page 26: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

26

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

3. In cases where decrease is involved during execution of contract (a) The contract signing authority can decrease the items upto 25% of individual item without finance

concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an

officer not less than rank of S.A. Grade may be taken, after obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for

other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a

whole and not on individual SQR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8. For tenders accepted by General Manager, variations upto 125% of the original agreement value may be accepted by General Manager.

9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by General Manager.

10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

3.40 First-Aid facilities “There shall be provided and maintained by the contractor so as to be readily accessible during all working hours first-aid box equipped with the prescribed contents at every place where contract labour is employed by him”.

3.41 Mode of Release of Security Deposit and Performance Guarantee:- 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 contract period and after passing the final bill based on ‘No Claim’ from the contractor.

*********

Page 27: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

27

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE H

SPECIAL CONDITIONS OF CONTRACT (PART-II) 4. Conditions of Contract: 4.1This chapter deals with the conditions of contract under which the work coming under the purview of this contract is to be executed by the contractor. 4.2Conditions of Contract: If the tender submitted by tenderer is accepted and the contract awarded to the tenderer, the work coming within the purview of the contract shall be governed by the terms and conditions included in the tender papers as modified or amended by the letter of acceptance of tender and IR's Standard Condition of Contract, 2001 (Vol-II) regulations and instructions for tenderers and standard form of contract (latest) as corrected up to date. 4.3 Termination of contract: Not-withstanding other provisions under other papers the Railway may at any time, by notice in writing, summarily terminate the contract without liability to pay any compensation to the contractor in respect thereof in any of the following events. (i) Insolvency: If the contractor being an individual or if a firm or any partner in the contractor’s firm shall at any time be adjudged insolvent or shall have a receiving order or order for administration of his estate made against him or shall take any proceedings for liquidation or compensation or under any law relating to insolvency being in force for the time being or make any conveyance or assignment of his assets or enter into any arrangement or composition with his creditors or suspend payment or if the firm be dissolved under the partnership act. (ii) Liquidation: If the contractor, being a company passes a resolution or the court(s) make an order for the liquidation of its affairs or a receiver or manager on behalf of the debenture holders be appointed or circumstances have arisen which entitle the court or debenture holders to appoint a receiver or manager. (iii) Breach of contract: If the contractor commits any breach of this contract not herein specifically provided for, provided always that such determination shall not prejudice any right of action or remedy which shall have occurred or shall occur thereafter to the Railway and provided also, that the contractor shall be liable to pay the Railway any extra expenditure which the Railway is thereby put to, but shall not be entitled to any gain or repurchases. In the event of such determination, without prejudice to the other rights of or remedies to the Railway including right of forfeiting the Security Deposit, the Railway shall be entitled to have the work or remainder thereof performed executed and/or carried out by another agency. 4.3.1 EXCEPTIONS: Termination of contract will not arise in case of voluntary liquidation meant for alternation or re-organization provided with the newly formed company takes over the full responsibilities and liabilities of the liquidated firm and it is acceptable to the Railway Administration. Termination of contract under this para will not arise in case of breaches or defects of a minor nature. The CEE/ East Coast Railway or any other appropriate authority of the Railway shall be the sole authority to decide whether breaches and defects are of minor nature or otherwise. 4.4 Agreement: The successful tenderer shall, within 7 days after having been called upon by notice to do so, be bound to execute an agreement based on accepted terms and conditions in such form as the Railway may prescribe and lodge the same with the Railways, together with conditions of contract, specifications and schedules of prices referred to therein duly completed. The successful tenderer(s) will furnish `Power of Attorney’ duly authenticated by the Notary public in favour of the person who will execute the agreement, other legal and financial documents.

Page 28: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

28

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

4.5 Terms of payment: 4.5.1 100% Monthly payment after execution of work shall be claimed on the prescribed bill form of East Coast Railway obtainable from the office of Sr. Divisional Electrical Engineer (G)/ E.Co.Railway/ Khurda Road. Bills in quadruplicate complete in all respect together with one certificate from the contractor duly certified by the concerned supervisor of Railway with other relevant documents shall be submitted to the Sr.Divisional Electrical Engineer (G)/ East Coast Railway/ Khurda Road. Bills, after being passed by Sr. DEE(G)/ East Coast Railway/ Khurda Road will be forwarded to Sr.DFM/East Coast Railway/ Khurda Road for payment to the contractor. 4.5.2 Any additional taxes, surcharges on taxes, duties, levies etc. imposed by Central Government, State Government and/or local bodies or any deduction like work Contract tax etc., during the currency of the Contract shall be borne by the contractor.. 4.6 Inspection and testing: Contractor shall offer all reasonable facilities to the authorized representatives of the Railway for various inspection and testing and submit test report jointly signed by the firm and Electrical Supervisor of Railway. 4.7 Consignee: The consignee will be the concerned Sr.Section Engineer (Elect). 4.8 Disposal of released parts: The released materials if any shall be deposited to the Railway. 4.9 Warrantee clause: Not Applicable. 4.10 Liquidated damages clause: If the contractor fails in due performance of his contract, within the time fixed by the contract or any authorized extension thereof, the Railway Administration shall be entitled to recover from the contractor as liquidated damages a sum of ½% cost of the contracted amount of the work in default per week or part thereof (part of a week being reckoned as a week), total recovery not exceeding 10% of the contract value from the pending dues of contractor. Alternatively, the work shall be got done through the process of re-tendering or through the Railway Administration. This provisions are also applied to completion of warrantee obligation with time specified under warranty clause. The decision of Railways Administration in this respect shall be final and binding. 4.11 Extension Clause: If such failures as aforesaid arises from any cause which Railway Administration may admit as being a reasonable ground for extension of time, competent authority, may allow such additional time as he may consider to be reasonable for completion of work. The contractor will not be entitled for any compensation, however decision of Chief Electrical Engineer/ East Coast Railway in this respect shall be final and binding. 4.12 Arbitration: The clause no. 63 and 64 of General Conditions of Contracts (GCC) have been revised for the purpose of arbitration in view of promulgation of the Arbitration and Conciliation Ordinance, 1996 and shall be applicable as approved by Ministry of Railways under No.96/CE-I/CT/29 dated 6.8.97. 4.13 Force Majeure: The contractor shall be relieved of liability, arising under this contract wherever and to the extent to which the fulfillment of any obligation under this contract is prevented, restricted or impended by reasons of any statute, statutory rules, regulations, order or requisitions issued by any Govt. Department or other competent authority, natural calamities, war, riots and such other unforeseen circumstances beyond the reasonable control of the contractor. The Chief Electrical Engineer/East Coast Railway shall consider the claims of the contractor arising from the foregoing circumstances and may either reject or admit such claims as deemed reasonable and are supported by voucher and or documentary evidence to the entire satisfaction of the Chief Electrical Engineer/East Coast Railway. 4.14. SUBLETTING THE CONTRACT: The contractor shall not assign sublet the contract in the interest therein or the part there of to any

other party or partner(s) without the consent of the Railway.

Page 29: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

29

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

4.15. MINIMUM WAGES ACT, LABOUR LAWS: (i) The contractor shall comply with all the legal provisions pertaining to industrial labour and hours of employment regulations in force. The wages to be paid to the contractor’s staff shall necessarily be in accordance with the provisions of the MINIMUM WAGES ACT as amended from time to time. The risk to the life and limb of the contractor’s staff shall be covered by the contractor by way of an insurance policy. Compensation to the Contractor’s staff in case of accidents or otherwise shall be made by the contractor only. Further it is the responsibility of the contractor to ensure that the provisions of the Contract Labour (Regulation and abolition) Act/rule are not violated. The contractor should also follow all rules & regulations of Child labour act/law and same are not violated. (ii) The employer should ensure payment of minimum wages to the workmen working under the

employer. Even in case the workmen working under any contractor, the employer should also ensure payment of wages under Minimum Wages Act.

(iii)The Unit In-charge/Contractor concerned should maintain single register in connection with attendance of the workmen and also witness the acquittance roll for ensuring payment of wages under Minimum Wages Act.

(iv) Payment to labours by the contractor must be made directly through their Bank Accounts and not by cash. (v) While placing the bill for payment, the contractor has to submit photocopy of the bank statement

showing that payments to labourers have been made directly to bank accounts. 4.16 MEASUREMENT OF WORKS: The measurement of the works shall be done by the concerned SSEE who is the supervisor of the work in accordance with the rules prescribed for the purpose in the General Conditions of the Contract (Vol. II) of South Eastern Railway, and shall be recorded in the official measurement book. 2.17 Calendar of Events: Sl. No. Events Time limit Penalty for delay 1. Commencing of

work Within 15 days from the date of issue of letter of acceptance.

Withdrawal of advance acceptance of the contract, and forfeiture of security unless Railways agree to extend the period.

4.18. Uniform: The contractor’s staff duly uniformed and shall at all times duly sport a badge in Hindi and English as prescribed by Railway made up of a blend fabric and shoes with rubber soles at contractor’s cost. 4.19. RECOVERY CLAUSE: (i) The cost of the damage, if any, caused by the Negligence/fault of the contractor’s staff to the

Railway property shall be recovered from the contractor’s on hand bill. (ii) If the contractor or his staff causes damage to electrical assets due to poor workmanship, the cost of asset would be charged from the contractor’s bill/SD. 4.20. PENALTY CLAUSE: a) Damages on account of delay in periodic attention The time schedules of Maintenance Activities, has been provided: Duration of Trip Maintenance activity for all pantry equipments for a train: 04 hours Any delay by the Contractor in completing the above activities, will affect the running of the Train and/ or cause loss of revenue to the User Railway. Therefore, the User Division/ Railway shall recover from the Contractor as agreed damages and not by way of penalty a token sum of ̀ 400/- for the delay of every One-hour and the part thereof, in attending the above attention/ break down. b) If any of the pantry equipment(s) details of which given in the schedule is not maintained for a train, then double the cost of trip maintenance for that equipment will be deducted from the bill of the contractor. c) Penalty on account of loss of punctuality in enroute. If punctuality loss of train occurs in enroute on account of failure of equipment maintained by the firm/contractor then a penalty ` 1,000/- (One thousand) will be imposed per each case, if it is agreed jointly by the Railway and the Contractor. However, the decision of the Sr. Divisional Electrical Engineer of User Division will be final and binding.

Page 30: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

30

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

d) Penalty on account of failure of Equipment. If electrical equipment(s)/asset(s) maintained by the contractor are not working in enroute on then a penalty

` 300/- (Three hundred) will be imposed per each case, if it is agreed jointly by the Railway and the Contractor. However, the decision of the Sr. Divisional Electrical Engineer of User Division will be final and binding.

e) The contractor’s staff should not carry any unauthorized/dangerous/explosives in the Railway Complex. If any staff engaged by the contractor is found carry any unauthorized/dangerous/explosives in the Railway Complex a penalty of ̀5,000/- (Rupees Five thousand only) shall be recovered from the contractor’s bill in each case & that particular staff will not be allowed to any duty in future in contract period. Also the staff will be dealt accordingly with Railway Laws in force from time to time.

f) Consumption of Alcoholic drinks & Narcotic drugs: Contractor’s staff shall not consume or carry any Alcoholic drinks or narcotic drugs to their person or

personal implements. If any staff is found drunk or carrying narcotic drugs or alcoholic drinks a penalty of `10,000/- (Rupees Ten thousand only) per staff shall be recovered from the contractor’s bill & that particular staff will not be allowed to any duty in future in contract period. Also the staff will be dealt accordingly with Railway Laws in force from time to time.

g) If the contractor’s staff is found without uniform/identity card, a penalty of `200/- for that much number of staff for each case shall be recovered from contractor’s bill/SD.

h) Railway complaints/complaints made by occupants: Any complaint of discourteous behavior with Railway personnel (or) outsiders visiting Railway Officers (or) occupants of quarters (or) labour engaged by contractor doing Railway works in complex premises, a penalty of ̀ 500/- each time will be imposed and the contractor’s staff shall be liable to be debarred. In case the complaint received aggregate to 3(Three) in number on three separate instances, the staff so complained against, shall automatically stand debarred permanently. Besides this, the contractor shall be liable for any unbecoming behavior by the contractor’s staff on duty. The entire loss will be borne by the contractor only.

4.21. IDENTITY CARDS: The contractor’s staff should have identity card at contractor’s cost and made up of durable market material,

laminated with pass port size photograph. 4.22. ADVERTISEMENT: The contractor’s staff shall not carry of display or exhibit any kind of advertisement on his person or in the

Railway premises otherwise a penalty of `5,000/- (Rupees Five thousand only) shall be recovered from the contractor’s bill in each case.

4.23 . HANDING/TAKING OVER OF THE PANTRY EQUIPMENTS The pantry equipments covered under the Maintenance Contract by the respective Depots shall be handed over to the Contractor in the working Condition, after a joint report is prepared by the Railway and the Contractor. The pantry equipment shall, however, be handed over back to the Division in the working Condition at the end of the Maintenance Contract against the joint note signed by the representative of the Railway and the Contractor. The handing over/taking over shall be only for pantry equipments , which are fitted in pantry car and coaches covered within Railways terms & conditions.

*********

Page 31: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

31

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE I SPECIAL CONDITIONS OF CONTRACT (PART-III)

1. The work shall be carried out as per the direction of the Concerned Sr. Section Engineer (Elect) or any authorized representative of Sr. Divisional Electrical Engineer (G) / Khurda Road. 2. The entire work shall be completed in all respect within 365 days from the date of issue of acceptance letter. 3.The rates quoted and accepted are inclusive of all taxes as leviable by Union of India/State Government including Sales tax, Entry tax, service tax etc. 4.The tender document as signed by the contractor shall be taken to mean as part and parcel of the agreement. 5.The work order will be issued pending execution of the agreement. 6. S. E. Railway General Condition of Contract 2001 Vol-II and up to date corrections slips are applicable and binding on the contract. 7.Deduction of Income Tax @ 2% , surcharge @ 10% on Income Tax and 3% Ed Cess on IT, 4%OST, SC and CC as applicable will be made from the bills. 8.The staff deployed at work site should have proper and adequate tools & tackles & M&Ps to execute the work. 9.The contractor has to adopt all required safety measures & IE rule during the execution of the work. 10.The contractor shall attend all the items in mini pantries coaches when incoming trains are coming in platform/reception yard/washing line/coaching maintenance depot. This is to ensure that all the equipments including wiring, safety/protective device shall have been checked for trouble free service and that the necessary spares shall have been replaced. 11. Spares required for replacement will be provided by Railway. However minor spares like screws, washers, nut ,bolts, black tape/pvc tape, wire terminating socket of any type (copper) required for the maintenance work are to be supplied by the contractors. 12. The contractor has to deploy qualified, competent and experienced skilled, Semiskilled and unskilled workers and supervisors. Sufficient contractual supervisor (highly skilled) has to be provided for each train at maintenance for supervision of works along with checking of safety aspects, proper functioning of pantry equipment etc, so that no inconvenience will be faced by the railway on account of that train. The staff deployed should have mobile phones, so as to have communication among the staff as well as the Railways 13. The time period for the maintenance activity shall be four hours from handing over the coach at the Base Coaching Maintenance Depot/Washing line/Pit line/Repair line/IOH shed etc. 14.Immediate after issue of LOA the contractor has to submit planning for availability of the materials and planning for execution of the complete works, in bar chart 15. The Railway is not responsible for providing any site/Offices/stores for the contractor to execute the work. The contractor is fully responsible to build there a office/store at the vicinity of the work and no land/accommodation required for the work will be arranged by Railway. 16. The contractor shall carry his own labour, tools, machinery and instruments to execute the work. 17. Successful Tenderer should have to obtain License under Labour Contract Act 1970, if 20 or more staff to be utilized for this work daily and produce the same before processing for payment 18. The tools required for the maintenance work are to be arranged by the contractor only. 19 . The contractor shall depute sufficient staff to carry out the work within the stipulated time

Page 32: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

32

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE J

Certificate of Familiarization I/We hereby solemnly declare that I/We have visited the site of above work and have familiarized myself/ourselves of the working conditions there in all respects and in particular the following:- · Topography of the area and existing road network (highways & village - Pucca & Katcha) and availability of service roads. · Soil conditions at the site of the work. · Sources and availability of construction materials. · Rates for construction materials. · Availability of construction materials. · Availability of local Labour both skilled and unskilled and the prevailing labour rates. · Availability of water & electricity. · Availability of space for putting up. · Labour camps, offices, store godown. · Engineering yard etc. Signature Of Tenderer(S)/Contractor(S)

Page 33: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

33

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE K Form No. E-5 Appendix-VIII

NATIONAL ELECTRONIC FUND TRANSFER/ ELECTRONIC CLEARANCE SERVICE (CREDIT CLEARING)

MODEL MANDATE FORM ( Investor / Customer’s Opinion to receive payment through Credit Clearing Mechanism)

NAME OF THE SCHEME AND THE PERIODICITY OF PAYMENT No:- 1) Investor / Customer’s Name : 2) Particulars of Bank Account : a) Name of the Bank : b) Name of the Branch : Address : Telephone No. c) 9 Digit Code Number of the bank and branch appearing on the MICR cheque issued by the bank : d) IFSC Code of the branch : f) Type of the Account (Current/Savings/ Cash Credit with code 10/11/13) : g) Ledger and Ledger Folio Number : h) Account Number (appearing on the Cheque book) : (In lieu of the bank certificate to be obtained as under, please attach a bank cancelled cheque or photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the particulars).

3.Date of effect: I hereby decide that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user instruction responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme. Date: Signature of the Investor/Customer Certified that the particulars furnished above are correct as per our records. Bank Stamp Date._______________

Signature of the Authorised Official of the Bank.

Page 34: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

34

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

ANNEXURE L REVISED MODEL FORM OF BANK GUARANTEE BOND

GUARANTEE BOND In consideration of the President of India (hereinafter called the Government) having agreed to exempt

…………………………….. (hereinafter called the said contractor (s) from the demand under the terms and conditions of an agreement dated------------ made between ………………….. and ……………………. for …………………………(hereinafter called “the said agreement”), of security deposit for the due fulfillment by the said contractor(s) of the terms and condition contained in the said agreement, on production of a Bank Guarantee for ̀ …….………………… (Rupees …………………………………………………………… only).

1. We ……………………………………………….(hereinafter referred to as the Bank) ( indicate the name of the Bank) at the request of ………………………… (contractor(s) do hereby undertake to pay to the Government an amount not exceeding `……………………… 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.

2. We ………………………………(indicate the name of the Bank) 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 the 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 `.…………………………..

3. We under take to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor(s) / supplier(s) in any suit or proceeding pending before any court of Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor (s) supplier (s) shall have no claim against us for making such payment.

4. We ………………………………… (indicate the name of the bank) further agree that the guarantee 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 continue 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………………………office/ department) Ministry of ……………………….certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor (s) and according discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ………………….., we shall be discharged from all liability under this guarantee thereafter.

5. We …………………………… (indicate the name of the bank) 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 forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason 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 or any indulgence by the Government to the said contractor(s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor (s)/ supplier (s).

7. We……………………………..(indicate the name of the bank ) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Date the ……Day of…………..……20 For _____________________

(indicate the name of the bank )

Page 35: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

35

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal

END OF TENDER DOCUMENT

Page 36: EAST COAST RAILWAY COAST RAILWAY TENDER DOCUMENT For ... PUI coaching depot, in coaches and pantry car of Train No.22811/22812/ 22823/ 22824 (Rajdhani Exp.),in coaches of Train No.12074/12073

36

Signature of the Tenderer(s) Signature of the Railway Official With their seal with office seal