26
WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 MATERIALS MANAGEMENT DEPARTMENT Fax: 022-22053901 Phone:- 022-22030159 Website: www.wr.indianrailways.gov.in Advertised Tender No: S/522/6/7/2013 Due date: 11/10/2013 Cost of the Tender Form: 2000/-Per bearer & 2500/- By Regd. Post No. of Pages: 25 (Twenty Five only) Tender closing time : 11.00 Hrs Book No. Tender opening Time:11.15 Hrs. Cash Receipt No: Date: Tenderers Name and ______________________________ Address:-______________________________________ Sl PART DESCRIPTION PAGE NO 1 PART-I OFFER LETTER 2 2 PART-II INSTRUCTIONS TO TENDERERS AND TENDER CONDITIONS 3 to 8 3 PART-III SPECIAL CONDITIONS OF TENDER 9 to 20 4 PART-IV PRICES & PAYMENT 21 to 22 5 PART-V SCHEDULE OF WORK / RATES 23 E-PAYMENT Format for furnishing bank account details 24 Annexure-I Format for furnishing details of Clause 22 of PART 2 25 For Controller of Stores 1

WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020

MATERIALS MANAGEMENT DEPARTMENT

Fax: 022-22053901 Phone:- 022-22030159 Website: www.wr.indianrailways.gov.in

Advertised Tender No: S/522/6/7/2013

Due date: 11/10/2013

Cost of the Tender Form: 2000/-Per bearer & 2500/- By Regd. Post

No. of Pages: 25 (Twenty Five only)

Tender closing time : 11.00 Hrs Book No. Tender opening Time:11.15 Hrs.Cash Receipt No: Date:

Tenderers Name and ______________________________

Address:-______________________________________

Sl PART DESCRIPTION PAGE NO1 PART-I OFFER LETTER 22

PART-IIINSTRUCTIONS TO TENDERERS AND TENDER CONDITIONS 3 to 8

3 PART-III SPECIAL CONDITIONS OF TENDER 9 to 204 PART-IV PRICES & PAYMENT 21 to 225 PART-V SCHEDULE OF WORK / RATES 23

E-PAYMENTFormat for furnishing bank account details

24

Annexure-IFormat for furnishing details of Clause 22 of PART 2

25

For Controller of Stores

1

Page 2: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

PART-I

OFFER LETTER

The President of India,Acting Through the Controller of Stores,WESTERN RAILWAY, Chruchgate, Mumbai- 400020.

SUB: Tender No. S/522/6/7/2013 due on 11/10/2013.

Description: Loading and Transportation of scrap rails from various locations of Mumbai Division, W. Railway to Rail Wheel factory, Bangalore.

1. I/We ________________________________________ have read the terms and conditions incorporated in this Tender document and agree to abide by the said terms and conditions. I/We also agree to keep this tender open for acceptance for a period of 90 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 Deposit (EMD)” enclosed hereof.

2. I/We offer to execute the work in accordance with the terms and Conditions incorporated in the tender document at the rates quoted in the ‘Schedule of Work/Rates’ & thereof.

3. I/We offer to complete the work in all respects within the stipulated Period of 6 months from the date of issue of Letter of Acceptance.

4. I/We also hereby agree to abide by the General Conditions of Contract (GCC) of Western Rail-way as amended from time to time and to execute the work in accordance with the Special Condi-tions of Contract embodied in this Tender document.

5. A sum of 1,24,600 /- is submitted herewith as EMD by way of Cash Receipt in original /DD /Banker’s Cheque, Bearing No.______________ dtd:_____________in favour of the Financial Ad-viser & Chief Accounts Officer, Western Railway, drawn on SBI or any Nationalised Bank. I/We are liable for forfeiture of the full amount of the EMD without prejudice to any other right or remedies in case my/our tender is accepted and if I/We do not execute the Contract Agreement within 14 (four-teen) days of the date of intimation that the Agreement is ready for execution.

6. Until the Contract Agreement is executed, the acceptance of this tender by the Railway Adminis-tration shall constitute to be a binding contract between me/us and WESTERN RAILWAY.

(Signature & Seal of Tenderer(s) Address of the Tenderer(s)

Witnesses:1. Signature: _____________________ 2. Signature: _________________ Name : _____________________ Name : _________________ Address : ____________________ Address : __________________

2

Page 3: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

PART-II

INSTRUCTIONS TO TENDERERS & TENDER CONDITIONS

1. Introduction:WESTERN RAILWAY is one of the Zonal Railways of the Indian Railways, Ministry of Railways, Government of India. The Headquarters are at Churchgate, Mumbai -400020.

2. Definitions:

i) The “Railway” shall mean the President of the Republic of India or the Administrative Officers of the Railway or of the Successor Railway authorized to deal with any matters, which these presents are concerned on this behalf; which in turn shall mean the “Western Railway” in these presents.

i) The “Factory” shall mean the “Rail Wheel Factory, Bangalore”. iii) The “Purchaser” shall mean the Railway in these presents.iv) The “General Manager” shall mean the Officer-in-Charge of the General Superintendence and

Control of the Railway or his successor. v) The Controller of Stores shall mean the Officer-in-Charge of the Stores Department of the Rail-

way. vi) The “Financial Adviser and Chief Accounts Officer” shall mean the Officer-in-Charge of the

Accounts Department of the Railway. vii)The “Contractor” shall mean the Person or the Firm or the Cooperative Society or the Company

whether in corporate or not, who enters into the contract with the Railway and shall include their executors, administrators, successors and permitted assignees.

3. Title & Scope of Work:

The Scope of work shall be loading and transportation of steel scrap rails from various locations on Mumbai Division of Western Railway to Rail Wheel Factory, Yelhanka, Bangalore 560 064.

4. Singular & Plural

Words importing the singular number shall also include the plural and vice versa where the context requires.

5. Headings & Marginal Headings:The Headings and the Marginal Headings hereof are solely for the purpose of facilitating reference and, shall not be deemed to be part thereof or be taken into consideration in the interpretation of construction thereof or the contract.

6. The General Conditions of Contract:The terms and conditions embodied in this Tender Paper shall be read together with the latest General Conditions of Contract (GCC) of Western Railway wherever applicable. The GCC is a priced publication and can be purchased from General Branch of Western Railway, Headquarter Office, Churchgate, Mumbai, by paying an amount of Rs. 100/- to the Chief Cashier, Western Railway , CCG, Mumbai- 400020. Should there be any conflict between the terms and conditions incorporated herein and that in the GCC, the import of the former shall prevail over the latter.

All the powers vested with “Engineer” under the aforesaid GCC shall also be exercisable under this contract by COS, CMM, DY. CMM, SMM and AMM/WESTERN RAILWAY, Churchgate, Mumbai –400020.

3

Page 4: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

7. Law Governing the Contract:The law shall govern the contract emerging out of this Tender for the time being in force in the Republic of India.

8. Sale of Tender Papers:Tender Papers can be obtained from the Materials Management Department, WESTERN RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial Advisor & Chief Accounts Officer WESTERN RAILWAY, Churchgate, Mumbai, PIN 400020 and submission of the receipt in original w.e.f. 10/09/2013 during Office hours.

9. Tenders Not Transferable:Tender Papers shall not be transferable. The Tenderer shall submit their offer only in the prescribed Tender Paper purchased by them.

10. Signifying the Tender Paper:The Tenderer shall sign each one of the individual pages of the Tender Paper as an expression of acceptance of the terms and conditions of this Tender.

11. Offer Validity:The Tenders shall keep their offer open for acceptance for a period not less than 90 days (Ninety days) from the date of opening of the tenders.

12. Language for Tendering/Contracting:The Tenders shall be acceptable only in ENGLISH language. Tenders submitted in any other language shall not be acceptable. All the correspondence pertaining to this Tender and the Contract emerging out of it, in case any, shall be in ENGLISH.

13. Expression of Currency:The expression of the currency of transaction shall be in the Indian Rupees.

14. Express of Time:The expression of time shall be in the Indian Standard Time.

15. Earnest Money Deposit:Tenderer shall deposit Earnest Money of Rs.1,24,600/- with the Tender for the due performance of the stipulation to keep the offer open for acceptance till the expiry of the Validity Period specified at Clause (11) above. Accordingly the validity of the instrument of the Earnest Money Deposit (EMD) shall be coextensive/beyond the Offer Validity Period. The EMD shall be submitted by the Tenderer along with their offers in any one of the following valid forms: 15.1 Cash Receipt: Cash Receipt in ORIGINAL received against the requisite deposit made with

the Chief Cashier, WESTERN RAILWAY, Churchgate, Mumbai- 400020.

15.2 Demand Draft/Pay Order: Demand Draft or Pay Order drawn on SBI or any Nationalized Bank or Scheduled Bank approved by RBI in favor of the Financial Adviser & Chief Accounts Officer, Western Railway, Churchgate, Mumbai-400020.

4

Page 5: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

15.3 Banker’s Cheque: Banker’s Cheque drawn on SBI or any Nationalized Bank in favour of the Financial Adviser and Chief Accounts Officer, Western Railway, Churchgate, Mumbai- 400020.

NB:Bank Guarantee Bonds shall not be acceptable as EMD.

Tenders not received with the requisite EMD in the valid form shall be rejected sum-marily. No interest shall be payable on the EMD.The entire amount of the EMD shall be forfeited in case a Tenderer resiles from or withdraws his offer.The EMD of the unsuccessful Tenderer(s) will be returned upon finalization of the Tender and award of the contract to the successful Tenderer or upon discharge of the Tender.

16. Submission of Tenders:

16.1 The Tender shall be closed at 11.00 Hours (IST) on 11/10/2013.Accordingly, Tenderer shall submit their tenders duly sealed and superscribed in the Office of the, Materials Management Department, WESTERN RAILWAY, New Administrative Build-ing, Churchgate, Mumbai, 400020 not later than 11.00 Hours (IST) on 11/10/2013

16.2 Likewise, the Tenders sent by Post shall reach the Office of the Materials Management Depart-ment, WESTERN RAILWAY, New Administrative Building, Churchgate, Mumbai-400020 not later than 11/10/2013.

16.3 Tenders shall be opened at 11.15 Hours on the same day i.e., on 11/10/2013. and at the same venue, i.e., in the office of the, Materials Management Department, Western Railway, New Ad-ministrative Building, Churchgate, Mumbai-20.

16.4 Tenders Delayed/late on any account, Postal or otherwise, are liable to be rejected. Tenders sent by Post shall be under Registered Cover with Acknowledgement Due.

16.5 In case the due date of the Tender Closing/Opening happens to be a Holiday, the tenders shall be Closed and Opened on the next working day at 11.15 Hours at the same venue. No sepa-rate notice shall be issued in this behalf.

16.6 The EMD shall be submitted along with the tender as brought out vide clause (15). The offer of the tender, which are found not accompanied by the required EMD during the tender open-ing, shall stand rejected immediately.

16.7 The tenderer shall submit their offers in one cover duly sealed and super scribed “Tender No.” and “Tender for”. The tenders submitted in any other form shall not be acceptable. Bids in any other form, telegraphic, facsimile, etc. shall not be acceptable.

16.8 If there is any ambiguity in the rates quoted in figures and words, the rates quoted in words or the rate lesser of the two will be taken into consideration. Further, any discrepancy in calcula-tion of rates and taxes, the all-inclusive rate quoted will be considered.

17. Omissions or Discrepancies:Should a Tenderer find discrepancies or omissions in the Tender Papers or should he be in doubt as to their meaning, he shall at once notify the authority inviting the Tenders and obtain a written clarification in that behalf. It shall be understood that the successful Tenderer shall take upon himself and provide for the risk of any error, which may subsequently be discovered and, shall make no subsequent claim on account thereof.

5

Page 6: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

18. Right of the Railway to deal with the Tenders:The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no Tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor does the Railway undertake to assign reasons for declining to consider/ reject any particular tender(s). The Railway reserves the right to accept/reject any/all tenders in whole or in part without assigning reasons therefore.

19. Submission of Wrong Information:If the Tenderer(s) deliberately give(s) wrong information in his/their tender or create(s) circumstances for the acceptance of his/their tender, the Railway/factory reserves right to reject such tender(s) at any stage.

20. Expiry of Tenders:If the Tenderer(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the Railway/Factory shall deem such tender cancelled. If a partner of a firm expires after the submission of its tender or after the acceptance of its tender, the Railway/Factory shall deem such tender as cancelled unless the firm retains its character.

21. Tender Confidential:The Tenderer shall treat the contents of his tender as private and confidential. He shall also treat the prices quoted by him as strictly confidential until the tenders are opened.

22. Tenderers’ Credentials:The Tenderers shall have the following minimum eligibility criteria and submit adequate proof for the same along with the tender.

1 Should have physically completed within the qualifying period i.e. in the last three financial years and current financial year.

At least one *similar single work, for a minimum value of 35% of the advertised tender value of work

2 Total contract amount received during the last three financial years and in the current financial year

Should be a minimum of 150% of advertised tender value of work.

*Similar work is defined as: “Any transportation of goods” by road i.e. through lorries/trucks /trailers/containers etc.

(a) Note:1. The Certificate (attested) from the Employer/Client, Audited Balance Sheet duly certified by

Chartered Accountant etc., is to be produced along with the tender document.

2. Similar nature of works physically completed within the qualifying period, i.e. the last 3 financial years and current financial year shall only be considered in evaluating the eligibility criteria.

3. The total value of similar nature of works completed during the qualifying period and not the payments received within the qualifying period alone shall be considered.

In case, final bill of similar nature of work has not been passed, paid amount including statutory deductions is to be considered if final measurements have not been recorded OR if final measurements have been recorded and work has been completed with negative variation. However, if final measurements have been recorded and work has been completed with positive variation but variation has not been sanctioned, original contractual value of the work shall be considered for judging eligibility.

6

Page 7: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

4. In the case of composite works involving combination of different works, even separate com-

pleted works of required value shall be considered while evaluating the eligibility criteria.

(b) Note: Tenderers are advised to attach documents testifying the credentials submitted by them as shown below: -

1) 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 (as per Annexure-I enclosed).

2) List of works on hand indicating description of works, contract value, approximate value of bal-ance work yet to be done and date of award (as per Annexure-I enclosed).

(c) Note : To support the information furnished, tenderers shall submit the following documents: 1. Attested contract agreement copies/order copies

2. Certificate from the organisations/firms confirming with whom the firm has executed the works/being executed on hand as listed in the statements and amount of payment made to-wards the works executed. Note: Certificates from private individuals for whom such works are executed/being executed shall not be acceptable.

3. Audited balance sheet duly certified by chartered accountant for the period ,2010-2011, 2011-12 ,2012-2013 and current year with another specific certificate from your chartered accoun-tant giving the details of amount received towards transport contract/works during the period 2010-11, 2011-12,2012-2013 and current year. (last 3 years and current year)

4. Submit complete set up of organisation, break-up of type of employees like supervi-sors, helpers etc.

5. Should submit a declaration that, they will arrange for transport (Lorry/Trailer) as and when required at short notice.

6 Should have a office with good communication facilities like telephone/Fax.

23. Signing of Tenders:Any individual(s) signing the tender or other documents connected therewith should specify whether he is signing -

• as sole proprietor of the concern or Attorney of the sole proprietor; • as a partner or partners of the firm;• as a Director, Manager or Secretary in the case of Limited Company duly authorised by a resolution passed by the Board of Directors or in pursuance of the authorised conferred by Memorandum of Association.

In the case of a firm not registered under the Indian Partnership Act in force for the time being, all the Partners or the Attorney duly authorised by all of them should sign the tender and all other connected documents.

Requisite power of attorney or such other documents empowering the individual or individuals to sign should be furnished to the Railways for verification if required.The Railways will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, cognize such power of attorney and changes after obtaining proper legal advise, the cost of which will be chargeable to the contractor.

7

Page 8: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

24. Employment, Partnership etc., of Retired Railway Employees:Should a tenderer be retired Engineer of Gazetted rank or any other Gazetted officer in the executive or administrative capacity or whether holding a pensionable post or not in the Engineering Department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired Engineer or a retired Gazetted Officer as aforesaid, or should a tenderer being in incorporated company have any such retired Engineer or retired officer as one of the/its directors, or should a tenderer have in his employment from any retired Engineer or retired Gazetted officer from the said service and in cases where such Engineer or Officer had not retired from Government Service at least two years prior to the date of the submission of the tender as to whether permission for taking such contract or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take employment under the contractor, has been obtained by the tenderer or the Engineers or the Officers as the case may be from the President of India or any officer duly authorised by him in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be, shall be rejected. Should a tenderer/contractor being an individual on the list of approved contractors, have a relative employed in Gazetted capacity in any department of the Railways or in the case of partnership firm or company incorporated under the Indian Company Law, should a partner or a relation of the partner or a share-holder or a relative of share holder be employed in Gazetted capacity in any department of the Railways, the authority inviting tenders shall be informed of the fact at the time of submission of tenders, failing which the tender may be rejected or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provisions in Clause-61 & 62 of the General Conditions of Contract.

25. Illegal Gratification:Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the Contractor or his partner, agent or servant, or anyone on his behalf, to any officer or employee of the Railway, or to any person on his behalf in relation to obtaining or execution of this or any other contract with the Railway shall, in addition to any criminal liability which he may incur, subject the Contractor to the rescission of the Contract and all other contracts with the Railway and to the payment of any loss or damage resulting from such decision and the Railway shall be entitled to deduct the amounts so payable from any money due to Contractor(s) under this Contract or any other contract with the Railway.The Contractor shall not lend to or borrow from or have or enter into any monetary dealings or transactions either directly or indirectly with any employee of the Railway and if he shall do so, the Railway shall be entitled forthwith to rescind the Contract and all other contracts with the Railway. Any dispute or question as to the commission or any such offence or compensation payable to the Railway under this clause shall be settled by the General Manager of this Railway in such a manner as he shall consider fit and sufficient and his decision shall be final and conclusive. In the event of rescission of the contract under this clause, the Contractor will not be paid any compensation whatsoever except payment for the work done up to the date of rescission.26. Addresses for Correspondence: Controller of Stores, WESTERN RAILWAY, New Administrative Building, Churchgate, Mumbai -400020.

EMD/SD etc., Financial Matters: Financial Adviser & Chief Accounts Officer, WESTERN RAILWAY, Churchgate, Mumbai-400020.

8

Page 9: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

PART-III

WESTERN RAILWAYMATERIALS MANAGEMENT DEPARTMENT

CHURCH GATE , MUMBAI - 400020

Special Conditions of contract for loading and transportation of scrap rails from Mumbai division of WESTERN RAILWAY to RWF, Bangalore.

1. THE SPECIAL CONDITIONS AND GENERAL CONDITIONS OF CONTRACT:

These Special Conditions of Contract (SCC) shall be read together with the terms and conditions incorporated in this tender paper and General Conditions of Contract (GCC). Should there be any conflict between the Provisions of the SCC hereof and that of GCC, the import of the former shall prevail over the latter.2. SCOPE OF WORK

Description of work QTY(MT)Loading and Transportation of steel scrap rails to Rail Wheel Factory, Yelahanka, Bangalore-64.Note:1. The above materials are required to be transported from various locations on Mumbai division of W. Rly. to Dy. Chief Materials Manager, Depot, Rail Wheel Factory, Yelahanka, Bangalore- 560064.2. Tenderers are requested to go through the Special Conditions of contract & General Conditions before furnishing their rates.3. Loading will be done by the contractor at Railway locations and unloading by consignee i.e., Dy.CMM/D at Rail Wheel Factory, Bangalore - 64.

2000(Two Thousand Metric Tonnesonly)

i) The Transporter shall arrange his own labour and equipment, supervise and co-ordinate for proper loading of Scrap and transporting the same to destination.

ii) The Transporter shall provide transport vehicles required for efficiently performing the whole work under this tender. The contractor shall provide adequate and suitable supervision for all labour employed by him.

iii) The Transporter shall arrange to transport the entire quantity offered at a particular location. The quantity offered at a particular location shall however be more than 30 MT(Sectional Weight).

iv) The loading and transportation of scrap rails shall be arranged from the several points / locations of Mumbai Division of Western Railway.

v) Contractor shall cut the rails wherever required for easy loading and transportation at his own cost. No extra payment shall be made for cutting of rails.

vi) The loading point shall have approach for truck and lead for loading shall not be more than 100 mtrs.

vii)Railway reserve the right to place contract on one or more firms.viii) For any left out quantity of lots penalty will be imposed @ Rs.5000/-per MT.

9

Page 10: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

3.0 WEIGHMENT CLAUSES FOR PAYMENT PURPOSES : 1. The Transporter shall arrange & provide suitable Trucks/Trailers & arrange for proper

loading of scrap rails & transporting the same to the RWF. 2. For each truck load of scrap rails, separate documents shall be prepared. These detail shall

also be part of transporter’s invoice/LR

3. In their own interest, before loading the material in their trucks, the transporter shall ensure that he receives the material for which the contract agreement is entered into, in transportable conditions. If otherwise, a remark thereof should be obtained from the representatives of consignee on the Challans at the time of loading the material in their truck.

4. The consignor shall record details of the length of each piece of scrap rails with respective sectional weight and total number of pieces loaded in a truck, jointly with the transporter.

5. Western Railway should forward copy of the Sale Issue Note duly signed by witnessing officials and the officer concerned. Copy of the Sale Issue Note should be forwarded for the quantity of rails dispatch in each individual truck and the contractor should submit the same to General Stores Depot(GSD)/Rail Wheel Factory, Bangalore along with LR.

6. On receipt of the quantity of scrap rails at Rail Wheel Factory, Bangalore, the consignee shall arrange for unloading at the nominated place in the presence of witnessing officials(DMS,SV)and representative of the contractor. The witnessing officials shall measure /count/weigh the quantity received and match with the dispatch document/ Sale Issue Note/LR.

7. The details regarding the scrap rails loaded in each truck shall be separately dispatched by the consignor to the consignee (RWF). The nominated official of RWF shall on receipt of the particular truck verify and ensure that the quantity received matches with the details shown in the “Sale Issue Note” accompanying the dispatch documents.

8. All the scrap rail pieces in a truck shall be counted and measured by the consignee at destination and acknowledgement shall be given for actual length / numbers received and for corresponding sectional weight.

9. The material shall be unloaded at destination by the consignee on receipt of material at RWF Bangalore.

10. Contractor should obtain clear acknowledgement from GSD/RWF for having delivered the quantity of scrap rails for each truck after the completion of weighment / measurement of rails in the presence of witnessing officials.

10

Page 11: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

11. In case of any discrepancy in the number of pieces or the measured total length is less

than the total length indicated in the dispatch document & difference in length (based on measurement) and difference in number of places will be advised to consignor for reconciliation. Acknowledgement by the consignee shall be given for proportional invoiced quantity on pro-rata basis of length actually received i.e. for the proportional sectional weight. The cost of difference in the invoiced sectional weight shall be recovered from transporter based on average cost of scrap rails as indicated in the invoice.

The indicative cost of scrap rails is approximately Rs.30,000/- (Rupees Thirty Thousand only) per MT.

4. HANDLING OF SCRAP RAILS:The scrap rails are to be handled carefully by suitable means without causing any loss or damage to any railway materials around the vicinity. While working in electrified sections all precautions are required to be taken in such sections while handling scrap rails and it should be strictly followed by the transporters. Any loss or liability on account of non observance of such precautions will be on transporters account.

The transporter shall be responsible for the safety of labourers engaged by him while crossing the track/working beside the rail tracks curing the course of execution of work. Railway shall not be responsible for any injury sustained by the labourer or for any fatal accident and the transporter shall bear all the loss and expenditure involved.

5. CURRENCY OF CONTRACT:The currency of the contract shall be 6 months from the date of issue of letter of acceptance.

6. CARRIERS RISK:The material is to be transported on carrier’s risk. To cover the transit risk of items handed over, the transporter shall take all necessary steps as deemed fit by him. (i.e., to cover insurance of the materials etc)

7. QUANTITY: The quantity indicated is only approximate and there is no guarantee for the quantity ten-dered. The successful tenderer shall transport the full quantity assigned irrespective of the station subject to availability within the contract period.WESTERN RAILWAY Administration reserves the right to increase the tendered quantity by up to 25% within the contract period on the same rate, terms and conditions. WESTERN RAILWAY Administration reserves the right to reject/accept any or all or split the tender as deemed fit in the interest of the administration without assigning any reasons whatsoever. WESTERN RAILWAY Administration reserves the right to cancel or reduce the quantity without assigning any reason for such action. Payment shall be made for the actual quantities executed.

11

Page 12: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

8. VARIATION IN QUANTITY:

(a) In case of increase in quantity of an individual item by more than 25% of the agreement quantity is considered as unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

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 asso-ciate 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

8.1.1 In case where decrease is involved during execution of contract:

(a) WESTERN RAILWAY Administration reserves the right to decrease the tendered quantity (individual item) by up to 25% within the contract period.

(b) Decrease beyond 25% for individual items or 25% of contract agreement value may be exer-cised duly obtaining a ‘No Claim Certificate’ from the contractor.

9. VITIATION CLAUSE:

In the event of vitiation occurring due to increase or decrease in quantities, the vitiation shall be to Tenderer’s Account. The total value of the work done shall be calculated at the rate offered by those tenderers who have participated in the tender and the amount payable shall be limited to the lowest aggregate value as worked out.

The clause will be applicable to the agreement as a whole including all variations in quantities.

10. The consignment, on arrival, will be weighed at Rail Wheel Factory, Bangalore.

10.1. A detailed description of the material loaded on the truck with quantity/number of pieces involved should be indicated in the LR.

12

Page 13: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

10.2 If the weight recorded at RWF is higher than the weight recorded in LR, then, the recorded weight in LR will be considered for making payment.

If the weight recorded at RWF is less than the weight recorded in LR, then, the number of pieces of condemned wheel discs as indicated in the LR will be counted and if found equal, then the payment will be arranged as per the weight recorded in LR. In such an event, it is the duty of the transporter to clearly get the description of the item mentioned in the LR loaded into the trucks. If there is a difference in description of the material and the recorded weight at RWF is less, then, payment will be made only as per the recorded weight at RWF and the cost of difference in weight will be recovered from the transporter’s bill.

The recovery will be made @ 1.25 times the RWF purchase order rate for condemned rail or the Book Average Rate whichever is higher at the time of the receipt of the material . Current RWF purchase order rate for condemned rail is Rs.30,000/- (Rupees Thirty thousand only) per MT.

10.3. DELIVERY PERIOD AND PENALTY:

The material should be delivered to the Consignee within 15 (Fifteen) days from the last date of loading, failing which, a Penalty of 1/2% (Half a percent) for each week or part of the week, of total value of the delayed consignment will be levied and recovered from the contractor's bill for the delayed period.

10.4 Computation of delay in delivery of the consignment: If the last date of loading is 01.01.2011, then free time for delivery of the consignment is 1+15 = 16.01.2011. Penalty will accrue for the delay from 17.01.2011 onwards.

10.5 TRUCKS AVAILABILITY AND PENALTY:The trucks which have All India Permit need to be deployed and should be readily available and supplied on demand within 72 hours from the time of intimation for the demanded quantity from Dy.CMM / Mahalaxmi / Western Railway, Mumbai failing which a Penalty of Rs.500/-(Rupees Five hundred only) per day, per truck will be levied and recovered from the Contractor's bill for delay in supply of trucks as demanded.

11. SHORT LIFTING AND PENALTYIn case the entire quantity offered for transportation is not lifted by the transporter a penalty @ Rs. 5000 PMT of the quantity not lifted shall be levied and recovered from the Contractor's bill 12. TRANSHIPMENT:NO TRANSHIPMENT IS PERMITTED. Trucks having All India Permit only should be used for loading and transportation.

The contractor should be prepared to work during night hours and during holidays, if so required.In case of accident/eventuality, which requires transhipment en-route, approval from WESTERN RAILWAY Administration will be obtained before transhipment is carried out.

13

Page 14: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

13. CURRENT PANEL OF IBA:Tenderer should be on the current panel of IBA (Indian Bank’s Association) Approved list and the proof for the same should accompany their offer.

14. INDEMNITY BOND:Successful tenderer is required to execute Indemnity Bond for 10% of the estimated cost of material, which works out to 10% of estimated cost – approx. Rs.7,70,000/- (Rupees Seven lakhs seventy thousand only) maximum, for the quantity of scrap rails tendered, before commencement of work.

15. SECURITY DEPOSIT:The successful tenderer will have to remit 10% of the total value of the contract as Security Deposit for the fulfillment of the contract. The amount to be deposited towards SD will be intimated to the tenderer through letter of acceptance. Failure to deposit SD, will result in forfeiture of Earnest Money Deposit (EMD)

The earnest money deposited by the successful tenderer will be retained towards part payment of security deposit for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit may be deposited by the contractor in cash or may be recovered by percentage deduction from the contractor’s “on account” bills. Provided also that, in case of defaulting contractor, the Railway may retain any amount due for payment to the contractor on the pending “on account bills” so that the amounts so retained may not exceed 10% of the total value of the contract.

Unless otherwise specified in the special conditions, if any, security deposit/rate of recovery/mode of recovery shall be as under:

• Security Deposit for each work should be 10% of the contract value • The rate of recovery should be at the rate of 10% of the bill amount till the full security de-

posit is recovered. • Security Deposit 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 ac-cepted towards Security Deposit.

Security deposit will be returned as per conditions governed by latest GCC. After the work is physically completed, security deposit recovered from the running bills of the contractor shall be returned to contractor if he so desires, in lieu of FDR/irrevocable Bank Guarantee for the equivalent amount to be submitted by him. Before releasing the SD, an unconditional, unequivocal no claim certificate from the contractor concerned should be obtained.

No interest is payable on the security deposit.

14

Page 15: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

16. PERFORMANCE GUARANTEE:(a) The successful bidder shall have to remit 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 (sixty) days from the date of issue of LOA may be considered with levy of penal interest of 15% per annum for the delay beyond 30 (thirty) days .ie. 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 the work.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms amounting to 10% of the contract value:

1. A deposit of cash; 2. Irrevocable Bank Guarantee; 3. Government Securities including State Loan Bonds at 5% below the market value 4. 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 Nationalised Banks;

5. Guarantee Bonds executed or Deposit Receipts tendered by all scheduled banks 6. A deposit in the Post Office Savings Bank; 7. A deposit in the National Savings Certificate 8. Twelve Years National Defense Certificates 9. Ten years Defense Deposits10.National Defense Bonds and 11.Unit Trust Certificates at 5% below market value or at the face value whichever is less.

12. Fixed Deposit Receipts from in favour of FA & CAO (free from any encumbrance) State Bank of India or of any of the Nationalised Banks or scheduled banks.

(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. The PG shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended to cover such extended time for completion of work plus 60 days.

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

(e) The Performance guarantee shall be released after satisfactory physical completion of the work based on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has completed the works in all respects satisfactorily. The security deposit, how-ever, shall be released only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor.

15

Page 16: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

(f) Whenever the contract is rescinded, the security deposit shall be forfeited and PG shall be en-cashed and the balance work shall be got done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

(g) Dy. CMM/Sales shall not make a claim under the PG except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

(i) Failure by the contractor to extend the validity of the PG 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 Dy. CMM/Sales.

The contract being determined or rescinded under provision of the latest GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

17. OPTION CLAUSE:

WESTERN RAILWAY reserves the right to extend the period of Contract by up to 6 Months.

18. The term contractor/transporter are used interchangeably and mean the same.

19. WORKMEN COMPENSATION ACT ETC:

The contractor shall be bound to observe and act up to provisions of the Workmen Compensation Act, the Payment of Wages Act, the Factories Act, or all other enactments like Employment of Children's Act etc., that may be made applicable to the aforesaid contract work from time to time. He shall be liable to pay all such sum or sums that may become payable as compensation, penalty fine or otherwise under the provisions of the said various acts referred above and shall indemnify the Government from and against all payments by way of compensation penalty fine or otherwise which the Railways may be called upon to make under the provisions of the said Acts to or on behalf of any workmen by an authority empowered by the Government in connection with any claims or proceedings and under the said Acts or in respect of any loss/injury or damages whatsoever to any third person arising out of or occasioned by negligent, imperfect or improper performance of this contract by the contractor, his workmen, servants or agents. Any money which may become payable to the Government as aforesaid shall be deemed to be money due under this clause and shall be recovered as such.

16

Page 17: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

20. In the event of Contractor’s labour going on strike or the contractor declaring a lock out or in case of default or neglect on the part of the contractor to perform the whole or any part of this contract and to fulfil and observe all and each of the terms and conditions contained herein and on his part to be fulfilled, the Administration shall be entitled without notice to the contractor to employ persons other than the contractor to perform the same and should the Administration incur any expenses thereby beyond what it would have incurred had the contractor performed the same and should the Administration sustain any loss thereby, the contractor shall be bound and thereby agree on demand forthwith to pay such expenses and loss to the Administration. The decision of the Officer-in-charge as to the amount of such expenses and loss payable by the contractor shall be final, conclusive and binding on the contractor.

21. In the event of stores being lost while in contractor’s custody for whatsoever reasons, the transporter should compensate for the cost of the materials and other expenses involved. The decision on the recovery by the Officer-in-charge is final and binding on the contractor.

22. The transporter shall produce acknowledged copies of the lorry Challans for having delivered the material to RWF. The Challans should indicate the type of material transported, the acknowledgement for the actual number of rails and the length received from the consignee.

23. In their own interest, while loading the material in their trucks, they should ensure that the transporter receives the material as per the work order in transportable condition. The transporter shall sign the sale issue note to acknowledge the sectional weight of the rail, the number of rail pieces, total length of rail and total sectional weight recorded therein. If otherwise, a remark thereof should be obtained from the representatives of the consignors on the Challans at the time of loading the material in their truck.

24. The transporter shall be responsible for any discrepancy found at the destination in respect of the sectional weight of the rail, the number of rail pieces, total length of rail and total sectional weight of the consignment. The transporter will be responsible for any shortage/damage from the time the material handed over to him/his representative till the time the material is handed over by the transporter/his representative to the consignee, the shortage/damage as assessed by the officer-in-charge shall be final and binding on the transporter for the purpose of recovery.

25. In case of any mishap to consignment during his possession the transporter shall inform both the consignee and consigner immediately about the complete details of the mishap and extant of loss/damage.

26. If the transporter fails to deliver/lift the material within the stipulated period, WESTERN RAILWAY reserves the right to take steps as it deems fit for transportation and delivery of the material. The extra cost borne by WESTERN RAILWAY towards this will be recovered from the transporter.

27. Loading at consignor’s place will be done by the contractor using his own labour and equipment and un-loading at RWF premises will be done by RWF. Unloading work (at RWF) will be done using Railway men and material/accessories, free of cost.

17

Page 18: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

28. If the consignment reaches the consignee on Saturday, Sunday and National Holidays, the same shall be delivered on the next working day and the delay caused due to holidays will not be accounted for.

29. ROUTE FOR TRANSPORTATION: All consignments should be transported through the shortest route and freight payment will be made for the distance in Kms as certified by WESTERN RAILWAY/designated consignee or firm’s claim, whichever is less.

The distance between two places (originating station and destination ) for freight payment will be determined by the shortest route arrived at with reference to the Google Maps. The originating station shall be taken as the nearest Railway Station.

All the road permits or any other relevant authorisation from competent authority from different government bodies/private bodies shall be obtained by the transporter at his own cost. Any contingency arising in this respect shall be the responsibility of the contractor.

Also, the transporter shall be responsible for any mishap, accident en-route and consequences thereof including legal complications if any.

30. WESTERN RAILWAY may enter into parallel contract simultaneously with any other transporter as may be deemed fit at any time during the period of contract.

31. If the contractor fails or neglects or refuses to observe/perform any of the terms and conditions/obligations under the contract, WESTERN RAILWAY may without prejudices to any other rights terminate the contract by giving one month notice in writing and recover from the contractor any damages suffered by it on account of violation or breach of contract or any part there of.

32. The transporters are not entitled to any claim or compensation in respect of any detention to their vehicles inside the premises of WESTERN RAILWAY due to any unforeseen circumstances and or causes beyond the control of administration.

33. All disputes, claims or actions arising out of, under or is in connection with this contract shall be subjected to the exclusive jurisdiction of the courts of Mumbai.

34. Except when otherwise provided all notices will be given on behalf of the President of India and all other actions to be taken on his behalf, may be given or taken by Controller of Stores or any other Officer nominated for this work.

35. Any notice to be served on the tenderer shall be deemed to be sufficiently served if delivered at or sent by Regd. Post addressed to the tenderer at his regd. Office or last known place of business.

36. These conditions are without prejudice to the rules and regulations prevalent and issued on the subject by Railways from time to time.

37. All correspondences on the subject, if any, is to be addressed by the contractor to the Controller of Stores, WESTERN RAILWAY, Churchgate, Mumbai-400020.

18

Page 19: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

38. In the event of award of contract, safety of all men and equipment of the contractor shall be his own responsibility and for these purpose he will keep close watch on all movements/operations etc. In case of any loss/damage occurring to the contractor/his men/machinery, the Railway shall not be responsible. All claims placed on this account will be on the contractor’s risk and cost.

39. The contractor shall also take all due care for protecting the consignment from rain, theft etc., and be responsible for their safe and sound condition during his possession. The contractor shall provide packing at his own cost.

40. If there is any qualification with respect to material and packing, the same has to pointed out by the transporter at the time to collection of material. In any case, once the materials are accepted by the contractor, it shall be deemed to have been handed over in good condition.

41. Dy.CMM/SALES shall be the direct demanding officer for the contract, who shall arrange for the transportation of the subject material to Rail Wheel Factory, Bangalore 560 064.

42 All the work orders issued during the currency of contract will have to be executed by the transporter.

43 All transactions shall be done only on contractor’s L.R.

44 The transporter will provide the vehicle having valid certificate under Pollution Control.

45. Any loss/shortage of the materials handed over to the transporter shall be recovered at 1.25 times the rates as applicable from time to time. The prevailing rates are as under:Condemned rails : Rs. 30,000/- PMT; the recovery shall be @Rs30,000/- PMT

46. Work Procedure: The transporter or his representative shall submit appointment letter issued by the contractor to the authorised staff (who is nominated to monitor the transport of Railway material) and his/their Voter’s ID Card etc at the loading/unloading points to facilitate hassle free working.

47. Consideration of Offers: Following facts will be kept in view for consideration of offers:

1) Tenderers have to fulfill the minimum eligibility criteria as mentioned in the tender and they have to submit the requisite supporting documents to prove their credentials. Other-wise, offer will be passed over.

2) If tenderers have fulfilled the minimum eligibility criteria and also have submitted the req-uisite documents, and prima facie WESTERN RAILWAY is satisfied that, firm is capable of executing the subject work. Then, firm will be considered for awarding the contracts.

3) WESTERN RAILWAY reserves the right to split the tender quantity, in order to ensure Timely transportation & receipt of material and also to safeguard failure/delay by sole transporter, due to various reasons. The past performance, reputation of the transport agency with WESTERN RAILWAY will also be kept in view. 19

Page 20: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

4) Railway shall reserve the right to distribute the quantity on one or more of the eligible ten-derers for reasons such as, quantity to be transported, movement requirements, past perfor-mance and capacity of the tenderer etc. Zone of consideration of such eligible tenderers will be the right of Railway. 5) Whenever such distribution/splitting is made, the quantity distribution will depend on out-standing contracts load, adequate capacity cum capability, satisfactory past performance of the ten-derers, outstanding contract load for Railway transportation, quoted schedules vis-à-vis schedule in-corporated in the tender enquiry etc., being same/similar in the manner detailed below:

Price differentialbetween L1 and L2 Quantity distribution ratio between L1 and L2Upto 3% 60:40More than 3% and upto 5% 65:35

More than 5%

At least 65% on the L1 tenderer. For the quantity to be orderedon the L2 tenderer, TC/TAA will decide keeping in viewconditions as to requirement in the tender and conditions laid down in the paras below:

a) If splitting of quantity is required to be done by concluding contracts on tenderers higher than the acceptable L2 tenderer, then the quantity distribution proportion amongst the tender-ers will be decided by transparent/logical/equity based extrapolation of the model as indi-cated in the table in the above para.

b) Railway reserves the right to counter offer the lowest acceptable rate for bulk quantity to the higher tenderer(s). In the event of rejection of such counter offer(s), Railway reserves the right to decide on the quantity distribution ration/proportion.

c) WESTERN RAILWAY will distribute the tendered quantity with due consideration to the constraints and in such a manner as would ensure timely transportation and receipt of mate-rial in requisite quantity to meet the needs of the Railways, regardless of the inter-se ranking of the tenderers and in a fair and transparent manner with due conformity to the principle of natural justice and equity.

48. Cartel formation: a) In case all or most of the firms quote equal rates and cartel formation is suspected, WEST-

ERN RAILWAY reserves the right to conclude contract on one or more firms with exclu-sion of the rest without assigning any reasons thereof.

b) Wherever cartel formation is suspected, WESTERN RAILWAY reserves the right to award contract to any firm/firms for any quantity without assigning any reasons thereof.

c) The firms, who quote in cartel, should note that their names are likely to be deleted from the regular transporters’ list.

49. Negotiation:1) Selection of contractors by negotiation would continue to be an exception rather thana rule and may be resorted to only when the quoted rate is considered to be unreasonably high and also in situation of cartel formation with unreasonable rates, and re-tendering would not secure better advantage to the Railways2) In case it is decided to call for negotiations, negotiation will be held only with the lowest acceptable tenderer (L-1) whose offer is found suitable and on whom the contract would have been placed but for the decision to negotiate.

50. Fall Clause: In the event of contract getting finalised (against forthcoming tender) at lower rates during the currency of the contract, the same lower rates shall be applicable in the present case also.

20

Page 21: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

PART-IV

PRICES AND PAYMENTS

1. Tenderers are required to quote their rates duly giving the break up of taxes and duties. WEST-ERN RAILWAY will not pay any charges other than the Rate, Taxes & Duties quoted by the transporter in their offer. Tenderers are required to quote Rate per MT per KM only and no maximum/minimum rates will be considered. The rates quoted in the schedule of work should include all the expenses such as loading charges, fuel, lubricants, salary and other benefits payable to the driver(s) and other staff accompanying the vehicle, statutory taxes as applicable to the truck enroute, repair and maintenance charges etc., Railway shall not be liable to pay any other charges except the rates approved as per schedule of rates.

2. Tenderers are required to avoid overwriting and erasures. If there be any alterations/ corrections, the same should be attested under clear signature duly affixing the firm’s seal.

3. PAYMENT: 100% payment will be made on monthly basis for the material transported during that period against acknowledgement from the consignee of the sectional weight of the material delivered to the consignee. The transporter shall submit pre-receipted bills in standard format together with acknowledgement, copies of LRs from consignee in original for having received the consignment to the Dy. Chief Materials Manager, Depot, RWF, Bangalore.

4. OCTROI: is not applicable since the material is government property being transported from one Railway to another Railway and for the bonafide use of the Govt. of India. WESTERN RAILWAY Administration will issue necessary declaration to this effect. If the same is payable on any State Government's enactment, it shall be borne by the contractor as stipulated in clause No. 1 above.

5. INCOME TAX: In terms of section 194-C of the Income Tax Act 1961 the Income Tax @ 2% and Surcharge @ 15% on Income Tax and 3% Educational Cess thereon or as applicable from time to time will be deducted AT SOURCE from the amounts payable to the contractor from running bills. The PAN number issued by IT Department should be necessarily indicated in the offer for arranging payment of bills.

6. In case any recoveries to be made from the contractor under the terms and conditions of this TENDER or under law, the Administration shall always have the right to make such recoveries.

(i) VAT: VAT, if applicable, shall be regulated as per the Act and deduction will be made at source at the rates as applicable from time to time from the bills. Contractor shall quote the percentage of tax as applicable in their offer.

(ii) SERVICE TAX : Service Tax if applicable shall be recovered at the rates as applicable from time to time from the bills and will be remitted to the concerned tax authorities directly by WESTERN RAILWAY. The prevailing percentage of service tax may please be quoted in the Schedule. The tenderer is required to quote the Service tax/other taxes if any, sepa-rately in the schedule. In case the tenderer does not quote any taxes separately, it shall be assumed that the rate quoted is inclusive of all taxes.

21

Page 22: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

7. PRICE VARIATION CLAUSE: Price variation in freight rates will be allowed during the tenure of the contract due to the HSD price increase/decrease.

For PV calculation, the ruling HSD price in Mumbai city on the date of tender opening will be considered. Following formula will be used for the calculation of freight increase/decrease.

Basic Rate + Basic Rate x {0.30(revised price of Diesel – Price of Diesel as on date of tender opening)/Price of Diesel as on date of tender opening}

The tenderer will be required to furnish the existing HSD price at Mumbai declared by any Nationalised Oil Companies for the purpose of application of the PVC Formula. Any increase/decrease on above shall be applicable for loading done on or after the price escalation.

8. All Statutory deductions as required in any Central or State Act and Rules shall be deducted/paid from/to the transporter.

22

Page 23: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

PART-V

SCHEDULE OF WORK/RATESTENDER NO: S/522/6/7/2013 due on 11/10/2013

Item Approx. Quantity (MT)

Rate per Tonne per KM in Rs.

Service Tax / Other Taxes (%) applicable, if any

All Inclusive Rate per Ton per KM

in Rs.Loading and Transportation of steel scrap rails to Rail Wheel Factory, Yelahanka, Bangalore-64.

2000(Two thousand metric tones only)

Note:

1. The above materials are required to be transported from various locations of Mumbai division of Western Railway to Deputy Chief Materials Manager, Depot, Rail Wheel Factory, Bangalore. Quan-tity indicated is approximate.

2. Tenderers are requested to go through the Special conditions of Tender & General conditions before furnishing their rates.

3. Tenderers are required to quote Flat Rate per MT per KM only on full truckload basis irrespective of the capacity of the truck. In other words, transporter is free to use any type of vehicle at the quoted rate.

4. Loading will be done by the contractor at Divisions premises and unloading by consignee, i.e. Dy.CMM / D at Rail Wheel Factory, Bangalore.

5. The loading and transportation of scrap rails shall be arranged from the several points /locations of Mumbai Division of Western Railway.

6. Contractor shall cut the rails wherever required for easy loading and transportation at his own cost. No extra payment shall be made for cutting of rails.

7. The quantity indicated is approximate and shall be increased/decreased depending upon the avail-ability of the material.

8. If there is any ambiguity in the rates quoted in figures and words, the rates quoted in words or the rate lesser of the two will be taken into consideration. Further, any discrepancy in calculation of rates and taxes, the all-inclusive rate quoted will be considered.

Sr. Materials Manager (E&S)For Controller of Stores.

23

Page 24: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

Format for furnishing Bank Account Details

E-Payment: Abiding by the changing policies of the Government, WESTERN RAILWAY shall arrange for the payments to the contractors through Electronic Clearing System. The contractors shall necessarily furnish the information as per the prescribed format along with their offers against WESTERN RAILWAY tenders.

Firms seeking registration as Registered Supplier and renewal of registration shall also furnish the following along with other documents.

I/We ------------------------------------------ hereby express our consent for crediting all of the payments that may become due to us towards supply/transportation of Stores to WESTERN RAILWAY, Churchgate, Mumbai- 400020, directly to our following Bank Account through the Electronic Clearing System.

Bank Account No: _________________________

Type of Account: __________________________

MICR No:/IFSC Code________________________

Name of the Bank:_________________________

PAN No: __________________________________

Company’s Seal and Signature ofAuthorized Signatory with date

-----------------------------------------

----------------------------------------

----------------------------------------

24

Page 25: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial

ANNEXURE - I

Sr.No.

Financial Year 35% of the AdvertisementTender Value

Details

1. 2013-14 2. 2012.13 3. 2011-12 4. 2010-11

25

Page 26: WESTERN RAILWAY CHURCHGATE, MUMBAI - 400020 ...wr.indianrailways.gov.in/cris/storenet/tenders/advt/...RAILWAY, CCG, Mumbai- 400020 on payment of the prescribed charges to the Financial