dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible...

83
¦ÉÉ®úiÉ ºÉ®úEòÉ®ú GOVERNMENT OF INDIA ®äú±É ¨ÉÆjÉÉ±ÉªÉ MINISTRY OF RAILWAYS b÷ÒVÉ±É ®äú±É<ÆVÉxÉ +ÉvÉÖÊxÉEòÒEò®úhÉ EòÉ®úJÉÉxÉÉ DIESEL LOCO MODERNISATION WORKS OÉÉ¨É : ±ÉÉäEòÉä{ÉÖVÉÉÇ/±ÉÉäEòÉä º]õÉä®ú Gram : LOCOPURZA/LOCOSTORE ¡èòCºÉ : 91-175-2306413 nÚù®ú¦ÉÉ¹É : 2301214,2301293,2301295 {ÉÊ]õªÉɱÉÉ : 147 003 (¦ÉÉ®úiÉ) PATIALA: 147003 (INDIA) Tender Copy No. Total Pages = 51 ANNUAL MAINTENANCE CONTRACT FOR REPAIR, MAINTENANCE, CHECKING/TESTING, REFILLING, SUPPLY & REPLACEMENT OF DEFECTIVE SPARES AND UPKEEP OF FIRE EXTINGUISHERS IN VARIOUS SHOPS /SECTIONS /OFICES/COLONY OF DMW PATIALA AND DMW CAMP OFFICE NEAR TILAK BRIDGE, NEW DELHI. QUANTITY = 1,316 Nos. APPROXIMATE VALUE = 1,06,596/- DATE OF OPENING = 12.10.2011 COST OF TENDER DOCUMENTS = 1,000/- EARNEST MONEY = 2,140/- COMPLETION PERIOD = ONE YEAR document.doc 1

Transcript of dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible...

Page 1: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

¦ÉÉ®úiÉ ºÉ®úEòÉ®úGOVERNMENT OF INDIA

®äú±É ¨ÉÆjÉɱɪÉMINISTRY OF RAILWAYS

b÷ÒVÉ±É ®äú±É<ÆVÉxÉ +ÉvÉÖÊxÉEòÒEò®úhÉ

EòÉ®úJÉÉxÉÉDIESEL LOCO MODERNISATION

WORKS

OÉÉ¨É : ±ÉÉäEòÉä{ÉÖVÉÉÇ/±ÉÉäEòÉäº]õÉä®úGram : LOCOPURZA/LOCOSTORE¡èòCºÉ : 91-175-2306413nÚù®ú¦ÉÉ¹É : 2301214,2301293,2301295{ÉÊ]õªÉɱÉÉ : 147 003 (¦ÉÉ®úiÉ)

PATIALA: 147003 (INDIA)

Tender Copy No. Total Pages = 51

ANNUAL MAINTENANCE CONTRACT FOR REPAIR, MAINTENANCE, CHECKING/TESTING, REFILLING, SUPPLY & REPLACEMENT OF DEFECTIVE SPARES AND UPKEEP OF FIRE EXTINGUISHERS IN VARIOUS SHOPS /SECTIONS /OFICES/COLONY OF DMW PATIALA AND DMW CAMP OFFICE NEAR TILAK BRIDGE, NEW DELHI.

QUANTITY = 1,316 Nos.

APPROXIMATE VALUE = 1,06,596/-

DATE OF OPENING = 12.10.2011

COST OF TENDER DOCUMENTS = 1,000/-

EARNEST MONEY = 2,140/-

COMPLETION PERIOD = ONE YEAR ________________________________________________________________________

M/s. ____________________________________________________________________________ ________________________________________

document.doc 1

Page 2: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Dy. Chief Mech. Engineer/Plant Diesel Loco Modernization Works

PATIALA

document.doc 2

Page 3: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

INDIAN RAILWAYSMINISTRY OF RAILWAYS

DIESEL LOCO MODERNIZATION WORKSPATIALA

INDEX

document.doc

S. NO. DESCRIPTOPN PAGE NO.1.) DECLARATION AND TENDER NOTICE. 3 - 4

2.) IMPORTANT NOTICE FOR TENDERERS. 5

3.) PREAMBLE AND GENERAL INSTRUCTIONS TO TENDERERS (PART-I).

6 - 16

4.) GENERAL CONDITIONS OF CONTRACT (PART-II). 175.) PRICE AND PAYMENT (PART-III). 186.) SPECIAL CONDITIONS OF CONTRACT (PART-IV). 19 - 207.) SCHEDULE OF RATES (PART-V). 21 - 238.) SPECIAL TECHNICAL SPECIFICATION AND SCOPE

OF WORK (PART-VI).24 - 26

9.) FORMAT FOR CONTRACT AGREEMENT - (ANNEXURES – A)

27

10.) FORMAT FOR DEVIATION STATEMENT – (ANNEXURES – B)

28

11.) FORMAT FOR BANK GUARRANTEE - (ANNEXURES – C)

29 - 31

12.) JONIT PROCEDURE ORDER - (ANNEXURES – D) 32 - 4813.) FORMAT FOR PAYMENT THROUGH N.E.F.T.–

(ANNEXURE – E)49

14.) STATEMENT OF FIRE EXTINGUISHERD FOR A.M.C. - (ANNEXURE-F).

50 - 51

3

Page 4: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

DIESEL LOCO MODERNIZATION WORKS, PATIALA

THE PRESIDENT OF INDIA,ACTING THROUGH DY.CHIEF MECHANICAL ENGINEER(PLANT)DIESEL LOCO MODERNIZATION WORKS,PATIALA(PUNJAB)

I/WE _-----------------------------------------------------------HAVE READ THE VARIOUS CONDITIONS OF THE TENDER ATTACHED HERETO AND HEREBY AGREE TO ABIDE BY THE SAID CONDITIONS. I/WE ALSO AGREE TO KEEP THIS TENDER OPEN FOR ACCEPTANCE FOR A PERIOD OF 120 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 AS ON Ist SHEET AT THE RATES QUOTED IN THE ATTACHED SCHEDULE AND HEREBY 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 HEREBY AGREE TO ABIDE BY THE GENERAL & SPECIAL CONDITIONS OF THE CONTRACT AND TO CARRY OUT THE WORKS ACCORDING TO THE SPECIFICATIONS FOR MATERIALS AND WORKS LAID DOWN BY THE RAILWAY FOR THE PRESENT CONTRACT.

A SUM OF RS. ------------------------- 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 OF MY/ OUR TENDER IS ACCEPTED AND IF.

A. I/WE do not execute the contract documents within 7 days after receipt of notice issued by the Railway that such documents are ready

or

B I/WE do not commence the work within 15 days after receipt of orders to this effect.

The amount of earnest money in the form of pay orders, deposit receipt, demand drafts no. -------------dated----------------is attached.Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us as indicated in the letter of acceptance for this work.

Contractor’s Address

Signature of the Contractor

Date ---------------------------- Signature of Witness

document.doc 4

Page 5: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Hkkjr ljdkjGOVERNMENT OF INDIA

jsy ea=kky;MINISTRY OF RAILWAYS

Mhty yksdks vk/kqfudhj.k dkj[kkuk ifV;kykDIESEL LOCO MODERNISATION WORKS

An ISO 9001:2001 & ISO 14001:2004 Certified Organisation

rkj % yksdks iqt+kZ@yksdksLVksjGram: LOCOPURZA/LOCOSTOREQSDl/Fax No.91-175-2306413bZ esy/E.mail No: caordcw @ nda.vsnl.net.in Qksu/Phone% 2301214, 2301293, 2301295, 2306308, 2306286, 2306186, 2306338ifV;kyk -147 003, HkkjrPATIALA - 147 003, INDIA

NOTICE INVITING TENDER

Dy. Chief Mechanical Engineer/Plant, Diesel Loco Modernization Works, Patiala for and on behalf of the President of India invites sealed tenders on the prescribed form, for the under mentioned work, from the experienced and established contractors for the under mentioned work:-

S.NO. Approx Value ()

Completion Period

Earnest Money ( )

Date & Time of Opening of offer

Cost of Tender Documents ( )

1. 1,06,596/- One Year 2,140/- 12.10.2011 at 15.30 Hours.

1,000/- at Counter.

TENDER NOTICE NO. DMW/CME/10/242 Dated: - 24.07.2011.Annual Maintenance Contract for Repairs, Maintenance Checking /Testing, Refilling, Supply & Replacement of defective spares and Upkeep of Fire Extinguishers in various Shops/Sections /Offices of DMW/ Patiala and DMW Camp Office near Tilak Bridge, New Delhi.Quantity = 1,316 Nos.

TENDER WITHOUT EARNEST MONEY WILL BE SUMMARILY REJECTED The tender documents can be had either from the office of Chief Office Supdt./Mechanical, Room

No.117, Administrative Building, Diesel Loco Modernization Works, Patiala on any working day i.e.

Monday to Friday from 10.00 Hours to 16.00 Hours, Saturday from10.00 Hours to 12.00 Hours and

upto 11.30 Hours on 11.10.2011 or down loaded from the website i.e.

www.dmw.indianrailways.gov.in. Demand Draft for Rs.1000/- drawn in favour of

F.A.&C.A.O./DMW/Patiala, payable at Patiala, must be submitted along with the bid if the tender

documents are downloaded from website. Cost of Tender Document will be Rs.500/-(Five hundred

only) extra if required by Regd. Post. This department does not undertake any responsibility on

account of Postal delay, loss or mis-delivery of tender documents sent by post. Tender forms

complete in all respects should be deposited in the tender box placed in the office of Chief Office

Supdt./Mechanical, Room No.117, Administrative Building, Diesel Loco Modernization Works,

Patiala upto 15.00 Hours on dated 12.10.2011.

Dy. Chief Mech. Engineer /Plant

For & on behalf of the President of India.

document.doc 5

Page 6: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

IMPORTANT NOTICE FOR TENDERERS

I. Tenders from tenderers who have not purchased the tender documents, Tenders from agents without letter of authority from the manufacturers, shall be summarily rejected.

II. Telex and other incomplete offers are liable to be summarily ignored.III. Each page of the Tender documents shall be signed by the tenderers and such signed

documents shall be sent back along with the offer. Signing of the tender documents by the Tenderer would be considered as acceptance of all Tender conditions & Specification by the Tenderers. In case of any deviations offered (to the tender conditions & Specifications), the same should be clearly brought out in the Annexure (Deviations Statement).

IV Clause wise comments against each clause of Part-VI Technical Specifications must be submitted by the Tenderer

V For the Tenderers guidance in submitting complete offers, the following check list must be filled in and furnished with the tender:-

CHECK LIST

1. Have you purchased the Tender Documents? Yes/No

2. Have you submitted a Bid/Earnest Money? Yes/No

3. Have you furnished a letter of authority? (in case the offer is from the agents).

Yes/No

4. Have you furnished a list of previous Contracts? Yes/No5. Have you furnished the credentials as called for? Yes/No

6. Have you furnished the clause wise comments on technical specifications? Yes/No

7. Have you quoted for the prices as per schedule of Rates? Yes/No

8. Have you kept your Offer valid for 120 days? Yes/No

9. Have you submitted a list of deviations for both the commercial as well as

technical clause? Yes/No

10. Have you returned each Tender documents duly signed by the authorized signatory with the offer in token of acceptance of terms and conditions of contract.

Yes/No

11. Have you submitted the cost of tender documents along with the offer in case tender is downloaded from DMW web site?

Signature and Seal of the Manufacturer/Tenderer.

document.doc 6

Page 7: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

PART-I

PREAMBLE AND GENERAL INSTRUCTIONS TO TENDERERS

1.1. Location of works

The Ministry of Railways, Government of India have set up at Patiala in the State of Punjab a New Plant for the manufacture of various components for Diesel Electric Locomotives .The Plant site is connected by a well laid metal led road with Patiala Railway Station.

1.2 Description Diesel Loco Modernization works (DMW) comprises of the following group of Shops.

(i) Manufacturing Group:-Shops under this group are engaged in manufacturing of new components such as Light Machine Shop, Heat Treatment Shop, Carbon Brush Shop and Coil Shop.

(ii) Remanufacturing Group:- These Shops are normally repairing the old engine Parts by welding and re-machining or completely stripping and changing the damaged parts. Traction Machine Shop, Cylinder Liner Shops etc.

(iii) Rebuilding Group :- These Shops are engaged in complete overhauling of the Diesel Locomotive and rebuilding the same as a new Loco. Such shops are Power Pack Shop, Bogie Shop, Stripping Shop, Loco rebuilding Shop etc.

1.3 The Dy. Chief Mechanical Engineer /Plant, Diesel Loco Modernization Works , Patiala invites on behalf of the President of India Tenders for Annual Maintenance Contract for Repairs, Maintenance, Checking/ Testing , Refilling, Supply & Replacement of Defective Spares and Upkeep of Fire Extinguishers in various Shops/Sections /Ofices/Colony of DMW Patiala and DMW Camp Office Near Tilak Bridge, New Delhi.

1.4 The Tenderer shall execute the work as per terms & conditions of contract. 1.5 Tender in

English onlyAll information in the tender must be in English. Information in any other language must be accompanied by its authenticated translation in English. In the event of any discrepancy between a tender in a language other than English and its English translation, the English translation will prevail.

1.6 Tender typewritten or in Indelible Ink.

The Tender shall be either typewritten or written neatly in indelible ink and corrections, if any attested by the individual signing the tender. Corrections and overwriting must strictly avoided, in respect of rates both words and figures.

1.7 Signing of Tenders.

Any individual(s) signing the tender of other documents connected there with should specify whether he is signing: -

(i) As sole proprietor of the concern or as Attorney of the sole proprietor. (ii) As a partner or partners of the firm and (iii) As a Director, Manager or Secretary in the case of Limited Company duly

authorized by a resolution passed by the Board of Directors or in pursuance of the authority conferred by Memorandum of Association.

1.8 In the case of a firm not registered under the Indian Partner ship Act; all the partners or the Attorney duly authorized by all of them should sign the tender and all other connected documents.

1.9 Requisite Power of Attorney or such other documents empowering the individual or the individuals to sign should be furnished to the Railways for verification.

document.doc 7

Page 8: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1 .10. The Railway will not be bound by any power of Attorney granted by the Tenderer or by changes in the compositions of the firm made subsequent to the execution of the contract. If any one, however, recognize such power of Attorney and changes after obtaining proper legal advise the cost of which will chargeable to the Contractor.

1.11 Tender to be addressed to the Dy.C M E (Plant).

The tender shall be addressed to the Dy. Chief Mech. Engineer /Plant,Diesel Loco Modernization Works, Patiala, INDIA and submitted separately in a double envelope. The inner envelope containing the offer (in duplicate) shall be sealed & marked offer for tender No.DMW/ CME/10/242. The inner envelope shall be addressed to the Dy.CME/Plant, Diesel Loco Modernization Works, Patiala.

2 Tender sent by post shall be sent by registered post acknowledgement due. 1.13 Tenderer’s

Address.The tenderers shall state in the tender his postal Address fully and clearly. Any communication sent in time to the tenderer by post at the said address shall be deemed to have reached the tenderer duly in time important documents will be sent by registered post.

1.13.1 Sale of Tenders The sale of tender documents will close on 11.10.2011 at 11.30 hrs.1.13.2 Last date of receipt. The tender, completed in all respect shall reach the Diesel Loco

Modernization Works, Patiala (INDIA) latest by 15.00 Hours. on 12.10.2011.

1.13.3 Telegraphic bids will not be accepted under any circumstances.1.13.4 The contract shall be covered by Indian Railways Standard conditions of Contract.1.13.5 Bids received from those who have not purchased the tender documents will not be accepted.1.13.6 If date of opening is declared at holiday the Offers shall be opened on the next working day at

the same time.1.13.7 Railway will not be responsible for the loss of tender documents & delayed in postal transit. 1.13.8 The tenderers are also required to submit valid Income Tax Clearance certificate along with

their offers. 1.14 Opening of

tenderThe tenders will be opened at 15.30 Hours on 12.10.2011 in the presence of such of the tenderers or their authorized representatives who may like to be present.

1.15 Tenderer’scredentials.

The tender shall be open to all qualified and established contractors carrying out the process specified in the tender and such tenderers shall provide satisfactory evidence acceptable of the Railway to show that :-

(a) He is an experienced and established contractor who regularly undertakes maintenance work of said items and has adequate technical knowledge and practical experience in this particular field. The tenderer has to establish to the full satisfaction of the Railway his credentials and technical competency for executing the works.

(b) He has adequate financial stability and status to meet the obligations under the contract for which he is required to submit the contract for which he is required to submit a report from a recognized Bank or a financial institution.

(c) He has established organization ensure that there is adequate to quality control at all stage of maintenance of Fire Extinguishers.

(d) He has adequate equipment plant and Machinery to complete the work within the time schedule offered by him.

document.doc 8

Page 9: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

(e) He has adequate workshop organization to provide necessary management service required for successfully complete the work as mentioned in para 1.3 above.

1.16 In addition to the above, further information regarding his credentials or the credentials of his associate shall if required by the Railway, be given by the tenderer.

1.17 The Annual Maintenance Contract will be awarded for one year from the receipt of detailed acceptance letter .

1.18 The Railway attaches utmost importance to realistic and timely completion of the work. The basic consideration and the essence of the contract shall be strict adherence to the stipulated time phased and period of completion of work.

1.19 The tenderers shall keep his offer open for acceptance for a minimum period of 120 days from the date of opening of the tender.

1.20 Earnest Money:An earnest money equivalent to 2,140/- (Two thousand one hundred & forty only) shall accompany each tender. Any tender not accompanied by earnest money valid for a period of 120 days from the date of opening of tender from any one of approved firm shall rejected summarily. Earnest money shall be in either of the following alternative forms:-a) Deposit Receipts.b) Pay orders.c) Demand Draft.

i) These forms of earnest money could be either of the State Bank of India or of any of the nationalized banks. no confirmatory advice from the Reserve Bank of India will be necessary.

Deposit receipts executed by the scheduled banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose.

iii) The earnest money shall remain deposited with the Railways for the period of validity of the offer prescribed in this tender viz. 120 (one hundred twenty) days from the date of opening of the tender. If the validity of the offer is extended the earnest money shall also be extended equally, failing which the offer after the expiry of the aforesaid period shall not be considered by the Railways.

iv) No interest will be paid by the Railway on the earnest money. v) The earnest money/bid guarantee is likely to be forfeited if the tenderer withdraws

of remedy impairs or derogates from the tender in any respect within the period of validity of his offer.

vi) The earnest money of the successful tenderers shall be refunded to the successful tender on the after he furnishes the requisite Performance Guarantee in terms of clause 1.34 of the General instructions to tenderers and signs the agreement.

vii) The successful tenderer should furnish the Performance Guarantee specified in clause 1.34 of the General instructions to tenderers and sign the contract agreement normally within 15 days of the issue of the advance letter of acceptance.

document.doc 9

Page 10: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

viii) The earnest money of unsuccessful tenderers will be returned to them by the Railways.

1.21 The previous deposit of earnest money for adjustment against the present tender may be considered, If so desired by the tenders only when the earlier tender has been rejected and the earnest money deposited has actually become refundable and available without any attachment on the date of opening of tender and there is no change in the constitution of the parties seeking adjustment. However, any request for recovery from outstanding bills for earnest money against present tender will not under any circumstances to entertained. Tender submitted with earnest money in cheque Government Securities or in any form other then these specified above, shall be summarily rejected.

1.22 SECURITY DEPOSIT:

On receipt of the order from the Railway Administration, the Contractor shall deposit with the DMW, Patiala a Security Deposit towards maintenance period of the work contract by him as follows:-

(a) Security deposit for each work shall be 5% of the contract value.

(b) The rate of recovery should be @ 10% of the bill amount till the full security deposit is recovered.

(c) Security Deposit will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall not be accepted towards Security Deposit.

The Earnest Money may, at the discretion of the contractor, be adjusted towards security deposit.

No interest will be allowed or paid for the amount deposited, which will be refunded dully discharged on the completion of the contract, viz. the completion of the guarantee period.

1.23 REFUND OF SECURITY DEPOSIT (SD)

The SD shall be released only after expiry of the maintenance period and after passing the final bill based on ‘No Claim Certificate’ from the contractor and upon completion of the contract in all respects including rectification of all the defects and deficiencies, all replacement of the defective material at the contractor’s expense and, successful completion of the Guarantee period to be certified by the Railways Engineers. The contractor shall submit an unqualified ‘No Claim Certificate’ before seeking release of the SD.

NOTE: Kindly refer GCC for guidelines in respect of the value of the security deposit.

document.doc 10

Page 11: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1.24

1.25

1.26

1.27

1.28

1.29

1.30

1.31

TENDER CONFIDENTIALThe tenderer shall treat the contents of his tender as private and confidential. He shall also treat the prices quoted by him as strictly confidential till the tenders are opened.CONVASSING AND BRIBERYNo tenderer shall convass any Government Official or the Railway Engineers in respect of this or any other tender. Contravention of this condition will involve rejection of the tender.NO OBLIGATION TO ACCEPT LOWEST TENDERIt shall not be obligatory on the part of the Railways to accept the lowest tender and no tenderer shall demand any explanation for the cause of rejection of his tender.WRONG INFORMATIONIf the tenderer deliberately gives wrong information in his tender or wrongfully creates circumstances for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage.EXPIRY OF TENDERERIf a tenderer expires after the submission of his tender or after the acceptance of this tender the Railways shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender the Railways shall deem such tender as cancelled. Unless the firm retains its character. No Claim For rejection of tenderThe tender, when submitted shall be constitute and agreement and the tenderer shall have no case of action or claim against the Railway for rejection of his offer. The railway shall also be liberty to reject or accept the offer at its own discretion. Any such action will not be called into question and the tenderer shall have no claim in that regard, against the RailwayAcceptanceAcceptance of tender will communicated to the tenderer either by cables, telex, fax Telegram or express letters and a formal letter of acceptance, of tender. When acceptance is communicated by telex, fax, telegram, cable or express letters, the formal letter of acceptance will be sent to the tenderer as soon as possible, But the cable, telex, fax, telegram or express letter should be deemed to conclude the contract.Execution of AgreementThe successful tender shall be required to execute one or more agreement as may be considered necessary by the railway carrying out the work according to the condition of tender contract, accepted rate specification schedule of prices and time schedules. Such agreement shall be executed with the President of India, acting through the Deputy Chief Mech. Engineers/Plant, Diesel Loco Modernization Works Patiala.

document.doc 11

Page 12: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1.32 Address Railways relevant address for various purposes connected with tender are given below:-

i. GENERAL CORRESPONDENCE & SUBMISSION OF TENDERDY.CHIEF MECH ENGINEER (PLANT), DIESEL LOCO MODERNISATION WORKS PATIALA 147003.

ii. EARNEST MONEY/SECURITY DEPOSIT:THE FINANCIAL ADVISER & CHIEF ACCOUNTS OFFICER, DIESEL LOCO MODERNIZATION WORKS, PATIALA.

1.32.1 DEVIATIONS A statement of deviations from the commercial and the technical clause must be submitted in the preformed at Annexure-III. In the absence of this statement it shall be assumed that there are not deviations.

1.33 conservancy cess charges will be recovered from the contractor for carry out the work at site as per rates given below :-

Railway Contractors Average No. of labourers /workman

employed per day

Conservancy cess charges to

be recovered (Per month

a Engg. Works contractors 1 to 5 Rs. 64/-b ( Engg. Elect. Mech.Signal etc. ) c Genl. Goods handling contractors

including contractors awarded by Stores Deptt

6to 1011 to 2526 to 50

51 to 100

Rs. 126/- Rs. 317/-.Rs. 462/-Rs. 620/-

d Coal-handling Ashpit cleaning contractors

101 to200201 to 300

Rs.779/-Rs. 937/-

e Railways siding use by the contractors

301 to 750751 to 1500

Rs. 1082/-Rs. 2176/-

f Contractor supplying water to Engineer

1501 to 30003001 to over

Rs. 4553/-Rs. 8694/-

1.34 Peformance Guarantee (P.G)

On receipt of the order from the Railway Administration, the Contractor shall deposit with the DMW, Patiala a Performance Guarantee (PG) for the due and faithful fulfillment of the contract by him as follows:-

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 (L.O.A.). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of L.O.A. 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 L.O.A. In case the Contractor fails to submit the requisite PG even after 60 days from the date of issue of L.O.A., 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.

document.doc 12

Page 13: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

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) Irrecoverable 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.

Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.

NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.

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

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

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

f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk 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

document.doc 13

Page 14: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

member/partner or such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or a partner of any other JV/partnership firm.

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

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

ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clause/Conditions of the Agreement, within 30 days of 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 din full and shall be absolutely at the disposal of the President of India.

1.34.1 The original contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a joint venture (JV) or a partnership firm, then every member/partner of such a firm should 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. The guarantee bond shall remain in full force and effect for at least six months from the date of signing of contract agreement provided that before the expiry of the date of the validity of the guarantee bond, the contractor on being called upon by the Railway, from time to time, obtain from the guaranteeing bank, extension of time for validity there to, for a period of six months on each occasion. The extensions aforesaid, executed on a on-judicial stamped paper of appropriate value, must reach the Railways at least fifteen days before the date of expiry of the existing guarantee bond, on each occasion.

1.34.2 As and when an amendment to the contract is issued the contractor shall within fifteen days of the receipt of letter of amendment furnish to the railway an amendment to the guarantee bond tendering the same valid for the contract as amended.

1.34.3 The guarantee bond and/or any amendment there to shall be executed on a stamp paper of requisite money value in accordance with the laws of the country in which the same is/are executed by the party competent to do so.

1.34.4 Bank Guarantees (BGs) to be submitted by suppliers/contractors should be sent directly to the DMW authority by the issuing Bank under registered Post A.D.

1.35 P-VAT and TDS will be deducted from the bills as per prevailing rates.

1.36 Telegraphic Bids / Faxed Bids will not be acceptable.

document.doc 14

Page 15: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1.37 Tenderer should invariably furnish the following information along with the tender -

Sl.No. Type of Bank Account

(Current Account / Saving Account )

1 Bank Account No.

2 Name of Bank.

3 Specific Code No. of Bank.

4 Place of Bank.

1.38 If the date of opening is declared a holiday, the offer shall be opened on the next working day at the same time.

1.39 JVs/ Consortiums/ MOUs shall not be considered for the works having advertised cost less than Rs five Crores.

1.40 All these tender documents must be submitted in a sealed cover and should be deposited in the Tender Box in the office of the Chief Office Supdt./Mechanical, Diesel Loco Modernization Works, Patiala, upto 15.00 Hours sharp on 12.10.2011. The tender will be opened at 15.30 Hours and the rates read out in the presence of such tenderers as are present. Tenders which are received after the due time and date specified above will not be considered. In case the intended date for opening of tender is declared a holiday, the tenders will be opened on the next working day at the same time.

1.41.JVs/ Consortiums/ MOUs shall not be considered for the works having advertised cost less than Rs five Crores.

1.42 This office does not undertake any responsibility on account of postal delay loss or mis-delivery of Tender Documents sent by post. Bids of Tenderers, who have not purchased Tender documents, shall be summarily rejected. Incomplete offers and offers not accompanied with Earnest Money shall be liable to be rejected without any correspondence.

1.43 Tenders sealed and superscribed as aforesaid can also be sent by registered post addressed to the Dy. Chief Mechanical Engineer/Plant, Diesel Loco Modernization Works, Patiala, but

tender received after the time and date specified in tender notice shall not be considered. Tender documents delivered or sent otherwise will be at the risk of the tenderer(s).

1.44 The rate should be quoted in figures as well as in words. If there is a contradictory between the rates quoted in figures and words, the rates quoted in words shall be taken as correct. If more than one or improper rate is quoted for same items, the tender is liable to be rejected.

1.45 Each page of the tender papers is required to be signed by the tenderer(s) or such persons(s) on his/their behalf who, is/are legally authorized to sign for him/them.

1.46 Tenders containing erasures, correction, fluid and alterations are liable to be rejected, if not authenticated (if any corrections become necessary). These must be made in ink and all such alterations must be attested by the full signature of the tenderer.

1.47 Additional conditions or stipulation if any must be mentioned by the Tenderer (s) in covering letter with the tender. It should however, be noted that the Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those additional conditions which are explicitly accepted by the Railway shall form part of the contract.

document.doc 15

Page 16: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1.48 CONSTITUTION OF FIRM ETC.:a) “The tenderer/s who are the constituent of a firms, company association or society must forward copies of the constitution of their concern, power of attorney & partnership deed with their tender duly attested by Notary Public or Executive Magistrate, if not already furnished. The tender documents in such cases are to be signed by such persons as may be legally competent to sign on behalf of the firm company, association or society as the case may be. The tenderer will have to produce original copy of the documents as mentioned herein to the Railway as desired by Railway Administration. If a tenderer does not produce these documents in time, his tender may be rejected.

b) Tenders, which are not accompanied by the above document, are liable to be rejected. The Railway will be bound by any power of attorney granted by the tender/s or by changes of the composition of the firm made subsequent to execution of the contract. The Railway may, however, recognize such power of attorney any changes after obtaining proper legal advice, cost of which will be chargeable to the contractor.

1.49 If a Tenderer (s) expire after the submission of his tender or after the acceptance of his tender. The Railway shall deem such tender contract as cancelled. If the contractor’s firm is dissolved on account of death or requirement of any partner for any reasons what-so-ever before fully completing the whole work or any part of it, the partners shall remain jointly severely and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for less sustained, If any, by the Railway due to such dissolution. The amount of such compensation shall be decided by the Chief Mechanical Engineer, Diesel Loco Modernization Works, Patiala & his decision in the matter shall be final and binding on the contractors.

1.50 The cancellation of any documents such as Power of Attorney, Partnership deed etc. shall forthwith be communicated to the Railway in writing failing which the Railway shall have no

responsibility or liability for any action taken on the strength of the said documents.

1.51 Should a tender or contractor being an individual on the list of approved contractor have a relative employed in any capacity in the Diesel Loco Modernization Works, Patiala, or in the case of a partnership firm or company incorporated under the Indian Company Law should a partner or a share holder have a relative employed in any capacity in the DMW, Patiala, the authority, inviting tender shall be informed of the fact at the time of submission of tender, if such fact consequently comes to light the contract may be rescinded in accordance with the provision of the Clause-62 of the General Conditions of Contract-1999.

1.52 GENERAL: If the Tenderer(s) deliberately gives/give wrong information in his/their tender & thereby create circumstances for acceptance of his/their, the Railway reserves the right to reject such tender at any stage.

The authority for acceptance of the tenders/ will rest with the Dy. Chief Mech. Engineer/Plant , Diesel Loco Modernization Works, Patiala, who do not bind him to accept the lowest or any other tender, nor does he undertakes to assign reasons for declining to consider any particular tender or tenders.

document.doc 16

Page 17: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1.53 The successful tenderer/s shall be required to execute an agreement with the President of India acting through the Diesel Loco Modernization Works, Patiala, for carrying out the work according to the tender conditions.

1.54 EXECUTION OF CONTRACT AGREEMENT:

The tenderer whose tender is accepted, shall be required to appear at the office of the Dy. Chief Mech. Engineer/Plant, in person or if a firm or corporation a duly authorized representative shall so appear to execute the Contract Agreement documents within seven days after notice that the contract has been awarded to him.

Failure to do shall constitute a breach of the agreement effected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted refuses to execute the contract documents as herein before provided the Railway may determinate that such, tenderer has abandoned the contract and there after his tender and the acceptance there of shall be treated as “Cancelled”. The Railway shall be entitled to forfeit the full amount of the earnest money and to recover the liquidated damages for such default. In case the Railway Administration negotiates for reduction of rates, such negotiations shall not amount to cancellations or withdrawal of the original offer and rates originally quoted will be binding on the tenderer/s till the completion of work.

1.55 No claim of any kind what-so-ever will be entertained if the execution for the work is held up or delay for want of approved plans & drawings or changes in the same or delay in supply of raw materials to be arranged by the Railway. The contractor should plan the execution of the various works in close co-ordination with the Engineer or his authorized representative

document.doc 17

Page 18: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Hkkx – 2

Bsds dh lkekU; 'krsaZ

tc rd Bsds dh fo'ks"k 'krksaZ] fo'ks"k MkVk rFkk rduhdh LiSlhfQds'ku] lkFk esa layXu vU;Fkk fofuZfn"V u gks] bl Bsds ds rgr fd;k x;k dk;Z mRRkj jsyos bathfu;jh foHkkx dh dk;Z iqfLrdk( Hkkx 1 vkSj Hkkx 2 Bsds dh lkekU; 'krsZa fufonk vkSj lafonkvksa ds fy, fofue; esa fn;k x;k gS] ds }kjk 'kkfey gksxk A ;fn pkgs rks bl dk;Z iqfLrdk dks mi eq[; ;kaf+=d vfHk;Urk@vkj ,e] Mhty jsybatu vk/kqfudhdj.k dkj[kkuk ifV;kyk ds dk;kZy; esa ns[kk tk ldrk gS ;k lkS :Ik, Hkqxrku dj [kjhnk tk ldrk gS A mijksDr dk;Z iqfLrdk djkj dh vfHkUu vax gksxhA

mRrj jsyos baftfu;jh foHkkx dh Bsds dh lkekU; 'krksZa rFkk fofue; vkSj fufonk drkZ dks lkekU; funsZ'k esa tgka egkizcU/kd fy[kk x;k gS ls eq[; iz'kklfud vf/kdkjh jsyos] Mhty jsybatu vk/kqfudhdj.k dkj[kkuk ifV;kyk vkSj mi eq[; ;kaf+=d vfHk;Urk / vkj ,e] dkj[kkuk izoU/kd] lgk;d dkj[kkuk izoU/kd Mhty jsybatu vk/kqfudhdj.k dkj[kkuk ifV;kyk vfHkizsr gksaxs rFk tgka mRrj jsyos fy[kk x;k gS ls Mhty jsybatu vk/kqfudhdj.k dkj[kkuk ifV;kyk vfHkizsr gksxk A jsyos cksMZ }kjk tkjh i= la 2003@lh bZ&1@lh Vh@4 Hkkx 1 fnukad 16.5.2006] 2007@lh bZ&1@lh Vh@18 fnukad 28.9.2007 vkSj 2007@lh bZ&1@lh Vh@18 ikVZ-XII fnukad 31.12.2010 esa la'kks/ku vkSj jsyos oksMZ }kjk le; - le; ij tkjh funsZ'kkas@ la'kks?ku@fn'kk funsZ'kkas dks Bsds dh lkekU; 'krksZa dk iw.kZ Hkkx ekuk tk;sA

PART-II

GENERAL CONDITIONS OF CONTRACT

Except where specifically stated, in “Special Conditions of Contracts, Special Data and Specifications” (attached along with) the work done under this contract shall be governed in accordance with the General Conditions of Contract and Regulation for tenders & contract as contained in the Northern Railway Engineering Department’s Works Hand Book (Part-I & Part-II ) if required the same can be seen in the Office of Dy.Chief Mech. Engineer/(Plant) Diesel Loco Modernization Works Patiala or purchased separately on payment of 100/- These conditions shall form an integral part of the Contract Agreement .

The General Manager appearing in the Northern Railway Engineering Department. General Conditions of Contract & Regulations & Instructions to tenderers shall mean Chief Administrative Officer (R), Diesel Loco Modernization Works Patiala and shall mean and include Dy. Chief Mech. Engineer (Plant)/ Works Manager (Plant)/ Asstt Works Manager (Plant), Diesel Loco Modernization Works Patiala. And N. Railway appearing in the said hand book shall mean as DMW/Patiala. The amendment by the Railway Board vide letters No. 2003/CE-1/CT/4/Pt.I Dated: 16.5.2006, 2007/CE-

document.doc 18

Page 19: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1/CT/18 Dated 28.09.2007, 2007/CE.I/CT/18 Pt.-XII dated 31.12.2010 and instructions/amendments/guidelines issued by Railway Board time to time, shall form an integral part of G.C.C.

PART-IIIPRICE AND PAYMENT

1 The terms & Conditions of payment for the various items of work to be executed under this contract shall be as follows :-

2 No Extra/Separate Sale Tax, excise duty, octroi , Service Tax, VAT etc. shall be payable by the Railway. The prices should be all inclusive.

3 The prices shall remain firm without any variation during the currency & extended currency of the contract.

4 Payment Schedule : Monthly Payments to the contractor shall be made by the Railway as under:-

5 100% payment of contract will be made to the contractor after completion and acceptance of work satisfactorily by the Dy. Chief Mech .Engineer/Plant/DMW/PATIALA or his authorised Officer/Official.Firm’s/Contractor may note and confirm the following options :-

a Tenderer may open their account in the State Bank of Patiala DMW, Branch Patiala so that amount may be credited in their account directly.

b In absence of (a) all cheque /Demand Draft will be sent at firm’s address by registered post.

c Tenderer may request specially to send their Cheques/demand draft by speed post. However the firms will have to bear the cost of speed post to be deducted from their bills.

d The cheques/demand drafts for payment can be handed over to their authorized representatives at DMW if the Following conditions are fulfilled: -

i) Firm/contractors are required to indicate in their offers/tenders itself at the time of submitting original offer, the account number and bank details of the bank in which payment is desired, so that same can be indicated on the cheque /demand drafts.

ii) Cheques /DDs will be handed over to authorized representative of the firm. The authorization letter should be on the firm’s letter head and bear the attested signature of the representative collecting the cheques/DDs.

iii) The cheques/DDs will be handed over, on the next day of preparation of the cheques/DDs on the counter in Room No 90 of Administrative Building DMW/Patiala from 12.00 hrs to 13.00 hrs only. Cheques/DDs not collected from the counter within one day will be dispatched by registered/speed post.

document.doc 19

Page 20: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

iv) Mandate is also required to be given by the Contractor desirous of receiving their payment through Electronic system in their bank account (as per Format enclosed at Annexure - E )

PART – IVSPECIAL CONDITIONS OF CONTRACT

1 The Tenderer must

a) be well conversant with the instructions in use and maintenance of Fire Extinguishers and be able to carry out standard periodical test of Fire Extinguishers normally being used over the Railways.

b) be able to clean overhaul (including pressure test) and recharge of Fire Extinguishers.

c) be having certified arrangements for the Hydraulic Test of inner and outer container of the Fire Extinguishers.

d) be able to repair/replace all defective parts of the Fire Extinguishers.e) be able to maintain/repair Fire Extinguishers at site i.e. shop/Section/Office

concerned of DMW/Patiala. f) be able to impart training to the DMW staff and supervisors.g) have completed atleast two similar type of work in last three years and should

enclosed documentary evidence in support of its experience. 2 Maintenance/replacements of Fire Extinguishers shall be witnessed by SSE concerned

and Chief Safety officer or RPF authorities so nominated for the purpose .3. The date of testing, charging & charging due date of all extinguishers shall be displayed

on Fire Extinguishers. The records of maintenance, inspection and testing of all Fire Extinguishers including replacement of spares etc. shall be maintained by the Contractor in the format/manner as per Annexure-F of IS: 2190:1992 in the registers with SSE/ incharge concerned,

4. The recharging of Fire Extinguishers shall be done within 24 hours after intimation by the concerned SSE/RPF authorities.

5. In case of failure of working of Fire Extinguishers during fire incident or otherwise, the penalty as decided by the Railway Administration (DMW) will be imposed on the contractor.

6. All the Fire Extinguishers are to be refilled in DMW premises only. If any Fire Extinguisher is required to be taken out of DMW/Patiala, the Contractor shall have to deposit an amount equivalent to the cost of such Fire Extinguishers. The amount so deposited will be released on receipt back of such Fire Extinguishers at DMW/Patiala after refilling. In such cases the condition in Para-IV above will prevail.

7 OTHER TERMS AND CONDITIONS

I) Training to staff/supervisors will be given by the Contractor without any charges.

document.doc 20

Page 21: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ii) The rates quoted by the Contractor will remain unaltered during the currency of the A.M.C. The revision of rates on any reason what so ever will not be entertained.

iii) Contractor will station their representative at Patiala for easy approach by DMW/Patiala whenever required.

iv) Whenever repair/replacement of any part/parts is/are necessary and for which additional payment i.e. other than as mentioned in para ‘A’ of Schedule of rates, is to be made by the DMW, prior estimate duly verified by the respective SSE/Incharge of the Shop/Office/Sections shall be submitted to this office by the Contractor through Chief Safety Officer /DMW/PTA indicating the cost of replacement. The repair/replacement work shall be completed within three days after issue of formal order from this office.

v) DMW reserves rights to vary in to the Scheduled quantity.

8. ENTRY OF CONTRACTOR’S LABOUR IN WORKSHOP AREA;

No contractor’s labours is allowed to stay in the workshop area beyond the time authorized in the monthly pass. All contractor’s labours must carry a valid monthly pass issued to them through the concerned contractor for entering working in and going out of DMW workshop area. The procedure for issue of these passes is laid down in the following paragraphs:-By 25th every month the contractor must applied in writing to his controlling officers for issue of monthly passes to the labours who/he will be deputing to work, inside the workshop area during the next month, giving the following particulars of each labourers:-

a.) Name of labourers.b.) Name of father of laborer.c.) Laborer’s address at his native place.d.) Laborer’s trade.e.) Visible identification marks of laborer.

The controlling officer will forward the same if approved by him indicating the name of the working hours of the laborer to Dy.CME /Plant by 26th of the month who will co-ordinate the issue of the passes with A.S.C.’s signature.

9. Scrap:

The scrap generated ( for defective spares ) during execution of work by contractor , shall be returned to SSE / In-charge concerned for taking into books of DMW.

document.doc 21

Page 22: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

PART-V

SCHEDULE OF RATES

The Contractor will quote the rates for under mentioned work/items separately and clearly on the performa given below. The rates shall be indicated in words also-A) MAINTENANCE/INSPECTON/TESTING:

i) Charges for inspection/maintenance/testing of various types/sizes of “Fire Extinguishers” (which will not include fire buckets as per the schedule of work and tender conditions).

Rate Per Month Per Fire Extr.

ii) Discount if any B) SUPPLY/REPLACEMENT CHARGES (IF REQUIRED) :

i) New Gas Cartridge ._____________ Each

ii) Fire Extinguishers cap ._____________ Each

iii) Discharge Horn ._____________ Each

iv) Discharge pipe with end fitting ._____________ Each

v) Discharge pipe without end fitting ._____________ Each

vi) Squeeze Grip ._____________ Each

vii) Washer and safety pin ._____________ Each

viii) Pressure Gauge for ABC Type F.E. ._____________ Each

ix) Safety Pin & lock pin for ABC Type Fire Ext. ._____________ Each

x) Squeez grip lever for ABC Type F.E. ._____________ Each

document.doc 22

Page 23: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

xi) Discharge pipe with end fitting for ABC Type F.E. ._____________ Each

xii) Cap for ABC Type F.E. ._____________ Each

xiii) Discharge Valve of CO2 type Fire Extinguishers : ._____________ Each

document.doc 23

Page 24: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

xiv) Inner Shell for the DCP type Fire Extinguishers :-

xv) Spares for Trolley for Trolley Mounted type Fire Extinguishers of 6.5,9 & 22.5

Kgs.

a. Wheel Set ._____________ Each

b. Handle ._____________ Each

c. Wheel Spindle ._____________ Each

C) CHARGES FOR REFILLING OF FIRE EXTINGUISHERS (IF REQUIRED), Refill shall be done with ISI marked material wherever applicable.i) Foam Type Fire Extinguisher ._____________ Each

a. 5 ltrs. Cap. ._____________ Each

b. 9 ltrs. Cap. ._____________ Each

ii) DCP Type Fire Extinguishers.

a. 01 Kg Cap.. ._____________ Each

b. 05 Kg Cap. ._____________ Each

c. 10 Kg. Cap.. ._____________ Each

iii) CO2 type Fire Extinguishers

a. 2 Kgs. Cap. ._____________ Each

b. 4.5 Kgs. Cap. ._____________ Each

c. 6.5 Kgs. Cap. ._____________ Each

d. 9.5 Kgs. Cap. ._____________ Each

e. 22.5 Kgs. Cap. ._____________ Each

iv) ABC Stored Pressure Type Fire Extinguishersa. 5 Kgs. Cap. ._____________ Each

b. 10 Kgs. Cap. ._____________ Each

v)AFFF Type Fire Extinguishers

._____________ Each

D) CHARGES FOR PAINTING (IF REQUIRED)

i. Fire Extinguishers ._____________ Each

ii. Fire Bucket ._____________ Each

iii. Fire Bucket stands ._____________ Each

document.doc 24

Page 25: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

E) Charges for performance for Pressure Hydraulic Testing ( If required) for all type of Fire Extinguishers .

._____________ Each

F) Installation Charges for New Fire Extinguishers. ._____________ Each

PAYMENT SCHEDULE:

Payment to the Contractor shall be made by the railway as under: -

The payment shall be made every month on satisfactory completion of Service/Work as per the terms and conditions of the Contract. The Contractor is required to submit bills through Chief Safety Officer/DMW/Patiala for releasing of payment.

NOTE: The quantity /cost as shown is approximate and given only as a guidelines and is subject to variation according to the needs of the Railway. The Railway accepts no responsibility for its accuracy.The rate quoted above should be all inclusive of Sales Tax/VAT/Service Tax/Excise Duty/Octroi etc.No Extra/separate Sale Tax/VAT/Service Tax/Excise Duty/Octroi or any other statutory levy will be paid by DMW/PTA.The rates should be quoted in figure as well as in words. If there is a complication between the rates quoted in figure and word, the rates quoted in words shall be taken as correct.Declaration:I/We clearly understand that I/We are not entitled to any other payment on any account what-so-ever except at the tendered rates for fully completed works as per tender conditions of the contract.

Signature of the Tenderer(s)

document.doc 25

Page 26: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

PART-V1

SPECIAL TECHNICAL SPECIFICATIIONS AND SCHEDULE OF WORK

1. The maintenance, inspection and testing of all Extinguishers as per Annexure-I in respect

of mechanical parts. Extinguishing media and expelling means should be carried out by

trained and competent personnel at frequent intervals, but at least once a month, to ensure

that these are in their proper condition and have not been accidentally discharged or lost

pressure of suffered damage.

2. The following procedure shall be followed for monthly maintenance: -

a. Clean the exterior of the extinguisher, polish the painted portion with wax polish,

the brass/gun metal arts with metal parts with metal polish. Chromium plated parts

with silver polish and plastic components to be thoroughly washed with soap

solution and sun dried.

b. Check the nozzle outlet and vent holes as well as the threaded portion of the cap for

clogging and check that plunger is cleaned moving freely.

c. Ensure that the cap washer is intact and also grease the threads of the cap, plunger

etc. and wipe clean.

d. Make sure that the extinguisher is in proper condition and is not accidentally

discharged. In case of stored pressure extinguisher, pressure gauge is to be checked

for correct pressure.

e. In addition to above, routine check and monthly maintenance shall be done as per

the maintenance check list given for each type of extinguisher under Annexure ‘C’

of IS 2190 – 1992.

3. Over and above the monthly inspection, all the extinguishers shall be subjected to a more

thorough inspection at least once in a year. Advantage should be taken of this annual

inspection to train personnel in the operation of extinguishers. The annual inspection

should consist of the following procedure :-

a) In the first instance, by rotation if the extinguisher is due for discharge test, after

ensuring that the cap and components are fully tightened nozzles and vent holes are

free of any dust or dirt, operate the extinguisher for testing the performance.

document.doc 26

Page 27: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

b) In case the extinguisher is not falling due for discharge test as per the schedule of

records, empty the contents of the extinguishers in clean buckets and remove all the

components. In case the extinguisher is operated, after operation clean the

extinguisher and remove all components. In case it is falling in discharge test,

procedure given in this standard is to be followed.

c) Examine the inside surface of the cylinder as well as the surface of the containers

for the condition of plating, for any rust formation etc.

d) If there are visible rust marks, wash the cylinder thoroughly with clean water, sun

dry it and fill it with water for 24 hrs. and observe the surface again. If there are

still signs of rust formation and plating thickness is not adequate, the surface should

be freshly plated or phosphated as the case may be.

e) The above procedures are for Soda Acid Water type Gas Pressure, Foam and Dry

Powder type Fire Extinguishers. In case of CO2 and Halon Extinguishers if the

Cylinders are not due for recharging then check the weight of the contents and the

pressure of the container with its contents. If the same is in order as per monthly

check list, than the contents need not be discharged. If, however, these

extinguishers are due for an operational test, then after operational test the cylinders

be pressure tested and recharged after checking up the exterior and other

components.

f) Examine the external surface of the Fire Extinguishers in respect of painting and if

there is damage to the painting of the surface should be repainted with one coat of

primer and at least one coat of fire red paints as per the requirements of Indian

Standard Specification.

g) Check up the condition of the label and if it is not in order ensure to replace with

correct label.

h) Examine the cylinder and its components in detail apart for functional point of view

for any physical damage cracks indents etc. In case of any doubt, such component,

if these are pressure parts should be subjected to hydraulic pressure test. If the

damage is beyond repair, the part should be replaced by correct component.

document.doc 27

Page 28: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

i) The annual inspection should be combined with –

i) Training to the DMW personnel.

ii) The testing requirements for operational/ performance test and hydraulic

pressure test.

j) Testing of Fire Extinguishers (hydraulic pressure test and performance test),shall be

carried out as per norms and frequency under clause 12 of the IS 2190:1992.

k) The extinguishers, after inspection, and refilling should be indelibly marked on the

extinguishers and recorded in the register of Fire Extinguishers of SSE/In charge

of Shop/Office/Section concerned.

l) Maintenance of Fire Buckets & Buckets stands shall be limited to painting only if

required.

document.doc 28

Page 29: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Annexure-A

GOVERNMENT OF INDIAINDIAN RAIWAYS

DIESEL LOCO MODERNIZATION WORKS PATIALA

CONTRACT AGREEMENT NO. Date:

I) ARTICLES OF AGREEMENT made this day of ______________________________ 2010 between the President of India acting through the Diesel Loco Modernization Works, Patiala herein after called the Railway of the one part and ___________________________________ herein after called the Contractor of the other part .

II) WHEREAS THE Contractor has agreed with the Railway for performance of the work ______________________________ set forth in the schedule here to annexed upon as -i. Preamble and General Instructions to Tenderer

ii. Special conditions of the Tender/Contract.

iii. Price and Payment

III) AND WDHEREAS THE CONTRACTOR has furnished/agreed to furnish within fifteen days of the signing of the agreement a guarantee bond from an approved bank or cash for prescribed value of the contract towards security deposit for faithful fulfillment of the contract.

IV) Now this INDENTURE witness that in consideration of the payments to be made by the Railways, the contractor will duly perform the said work in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and the said conditions of the contract on or before the _______________________ and will further operate and maintain the said works for a period _______________ and will further undertake to fulfill all warranty obligations in respect of the said work for the period stipulated din the contract and would observe fulfill and keep all the conditions herein mentioned (which shall be deemed and taken to the part of this contract as if the same had been fully set forth herein), And the Railway both hereby agree that if the Contractor shall fully perform the said work in the manner aforesaid and observe and keep the terms and conditions, the Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof the amount due in the respect there of at the rates specified in the schedule here to annexed.

V) It is hereby agreed and declared that all the provisions and conditions of contract in the schedule annexed which have been carefully read and understood by the contractor shall be as binding upon the contractor and upon the Railway as if the same had been repeated herein and shall be read as part of these presents.

VI) The cost of stamp duty on the agreement shall be borne by the Railway.

Dy.Chief Mech. Engineer/_________ Contractor _____________________________

Diesel Loco Modernization Works Patiala Address_________________________________

For and behalf of the ________________________________________

President of India Dated ____________________

Witness Signature of Witness with address to Signature of Contractor.

document.doc 29

Page 30: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE-B

PROFORMA FOR STATEMENT OF DEVIATIONS

The following are the particulars of the deviations from the requirements of the Technical Specifications:-

Clause Deviations Remarks(Including justification)

Signature & Seal of the Tenderer

Note :- Where there is not deviation, the statements should be returned duly signed with an endorsement indicating “No Deviations”

document.doc 30

Page 31: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Annexure-C

PROFORMA

Bank Guarantee for Performance Guarantee/Security for raw materialTo, B.G. No. Dated :FA & CAO , Amount :Rs.DMW/Patiala. Valid Up to :

1. In consideration of the President of India (herein after called the Govt.) having agreed to

accept ________________________________________________ (hereinafter called the said

contractor ) from the demand, under the terms and conditions of an AGREEMENT NO.

_______________________________ made between Deputy Chief Mechanical Engineer/ Plant

------/ Diesel Loco Modernization Works, Ministry of Railway, Patiala and

_______________________________________for the ________________________

_____________________________________________ as per Tender Specification (herein after

called the said Agreement) of Security for Performance Guarantee for the due fulfillment by the

said contractor(s) of the terms and conditions contained in the said Agreement on production of

Bank Guarantee for Rs.__________________________________

We _________________________________________(hereinafter referred to as the Bank ) do

hereby undertake to pay to the Government an amount not exceeding Rs. _________________

Rs. __________ Only) against any loss or damage 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 _________________________________Bank ______________________________

do hereby undertake to pay the amounts due amount payable under this guarantee without any demur

merely on a demand from the Govt. station that the amount claimed is due by way of loss or damage

cause to or would be caused to or suffered by the Govt. by reason of any breach by the said

contractor(s) of any of the terms for conditions sustained in the said Agreement or by reason of the

contractors failure to perform the said Agreement. Any such demand ma de 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 ._____________ .

document.doc 31

Page 32: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

3. We further agree that the guarantee herein contained shall remain in full force and affect

during the period that would be taken for the performance of the said agreement and it shall

continue to be enforceable till all the dues of the Govt. “Under or by virtue of said agreement have

been fully paid and

it claim satisfied for discharged or till Deputy Chief Mechanical Engineer (____) Diesel Loco

Modernization Works, Patiala certified that the terms and conditions of the said agreement have

been fully and properly carried out by the said contractor(s) and accordingly” discharges the

guarantee. Unless a demand or claim under this guarantee is made on us in writing on or

before________(Validity date) the we shall be discharged from all liability under the Guarantee

thereafter.

3A. Not withstanding anything to the contrary contained herein the liability of the Bank under

this guarantee will remain in force and effect until such time as the guarantee is discharged in writing

by the Government or until ___________ whichever is earlier and no claim shall be valid under this

guarantee unless notice in writing thereof is given by the Government with in 2 months from the date

of aforesaid.

3B. Provided always that We _____________________________________________ Bank

unconditionally undertakes to renew this guarantee or to extend the period of guarantee from year to

year within two months before the expiry of the period of the extended period of the guarantee, as

the case may be, on being called upon to do so by the Government. If the guarantee is not renewed or

the period extended on demand, we ________________________________ Bank shall pay the

Government the full amount of the guarantees on demand and without demur.

4. We ____________________________________ 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 of 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 for bear of 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 or by any , such matter or thing whatsoever

which under the law relating to sureties would but this provisions have affect if so relieving from our

liability.

document.doc 32

Page 33: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

5. We _____________________________________________ Bank lastly undertake not to

revoke this guarantee during its currency except with the previous consent of the payment in writing.

This guarantee will not be revoked by any change of the constitution of the Bank or of the surety.

6. Not withstanding anything contained herein before this guarantee is restricted to

Rs. ________________________________________ our guarantee shall remain in force till

__________________________________________ unless claim is made on us on or before that

date, all your rights under the said guarantee shall be forfeited and we shall be released and

discharged from all liability there under.

Date_____________________________

Attested by Notary Public with his Seal

Seal of Bank Manager with Signature of the

Agent Manager.

document.doc 33

Page 34: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Annexure-DINDIAN RAILWAYS

DIESEL LOCOMODERNISATION WORKS:PATIALA

JOINT PROCEDURE ORDER

NO: DMW/M/PL/26Dated: 25.04.1990

Sub: Entry and Exist of Personnel and Vehicles to/from DMW/Premises.-oOo-

EFFECTIVE DATE

1. This procedure order takes effect from 1.5.90 and supersedes all the procedure orders issued so far in this regard.

2. For the entry and exit of all materials, equipment, machinery etc. the existing procedures shall continue.

3. Entry and exist to/from DMW Workshop Premises.

3.1 For the purpose of easy identification the various workshop gates are designated in this procedure order as follows:-

Time Office Gate GATE-AGate near the Administrative Building GATE-BScrap Yard Gate GATE-CGate on the Railway Line Side GATE-DRailway Shunting Gate GATE-E

GATE-A 3.2 GATE-A: This is the main workshop gate. All DMW Supervisors and staff are allowed to use only this gate for their passage to and from DMW workshop. Similarly vehicles to DMW workshop are allowed to enter only through this gate.

GATE-A TIMINGS

3.2.1 The Gate-A is opened as per the timings given below for the convenience of DMW supervisors and staff at shift changing periods. Only bona fide DMW staff carrying their identity cards are allowed to pass through this gate during these timings. The RPF staff on duty at the gate must check and ensure that only staff carrying valid identity badges are allowed to pass through the gate. The DMW staffs are allowed to gate in and out their personal vehicles through this gate, but must step at the gate for check by RPF staff over time they pass through. The three sections of the gate are designated for use by different groups of staff to ensure orderly passage through the gate.

document.doc 34

Page 35: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

3.2.2. GATE-A TIMINGS:

SHIFT SHIFT TIMINGS GATE TIMINGS HRS.OPENING CLOSING

1. For 2 Shift Shops

FIRST SHIFTa) First Period 07.00 - 11.30 06.30 07.30b) Second Period 12.30 - 16.00 11.30 12.30

SECOND SHIFTa) First Period 16.00 - 20.00 15.30 16.30b) Second Period 12.30 - 00.30 20.00 20.30

24.00 00.302. FOR 3 SHIFT SHOPS:

FIRST SHIFTa) First Period 06.00 - 10.30 05.30 06.30b) Second Period 11.00 - 14.00 10.30 11.00

SECOND SHIFTa) First Period 14.00 - 19.00 13.30 14.30b) Second Period 19.30 - 22.00 19.00 19.30

THIRD SHIFTa) First Period 22.20 - 02.00 21.30 22.30b) Second Period 02.30 - 06.00 02.00 02.30

3. FOR STORES DEPOT CIVIL & ELECTRICAL

MAINTENANCE STAFFa) First Period 07.00 - 12.00 06.30 07.30b) Second Period 13.00 - 17.00 12.00 02.30

MONDAY13.00 - 16.30 17.00 17.30

TUESDAY TO FRIDAY

MOND

AY

07.00 - 12.00 16.30 17.00Saturday Tuesday to

Friday

document.doc 35

Page 36: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

RESTRICTIONS:AT OTHER TIMES

3.2.3 During the periods when Gate-A is closed passage through this gate is restricted to the following persons/vehicles.

document.doc

PERSONEL3.2.3.1 DMW Officers.

3.2.3.2 DMW staff with identity badges have red bands and green bands with ‘W’.

3.2.3.3 DMW staff with other identity badges must have a specific authority (gate pass) issued as per paragraph 2.10 of this procedure order to enter or leave.

3.2.3.4 Contractor’s labor having monthly entry pass valid for the current month. Procedure for issue of this monthly pass is laid down in paragraph 3.9 of this procedure order.

3.2.3.5 All other visitors must have a gate pass issued by the receptionist as per paragraph 4.4 of this procedure order.

VEHICLES: 3.2.3.6 All DMW Vehicles.3.2.3.7 All private vehicles of DMW staff, if carrying the

concerned staff, during the gate open times and at other times if the person has a valid authorization as paragraphs 3.2.3.1.

3.2.3.8 Out side vehicles will be allowed to go inside the workshop only for delivering the materials such vehicles will be allowed to go inside with a gate pass issued as per paragraph 3.8 of the procedure order. RPF staff on duty will enter all relevant details in this register before allowing him to go inside. These vehicles must clear the workshop area before 16.00 hrs. Vehicles will be allowed to remain beyond this time only in special cases permitted in writing by Dy. CME/IE/DCOS (Now Dy.CME/Plant/SMM) or higher authorities.

VEHICLES CARRYING MATERIALS

3.2.3.9 Vehicles carrying materials are allowed to enter or leave the workshop only during 07.00 hrs. to 16.00 hrs. unless allowed by authorities mentioned in para No.3.2.3.8.

36

Page 37: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

a. DMW Officers.

b. DMW staff issued with identity badges with red bands & others having the special marking A or W on them, issued to those who have to visit Workshop & Administrative Building frequently during the course of their duty.

c. Gate pass issued by the receptionist at the Administrative building as per paragraph 4.8 of this procedure order.

d. Gate pass issued by the S.S. concerned as mentioned in paragraph 3.11 of this procedure order.

In case of (C) & (D) details of the gate pass shall be entered in the gate pass register maintained at the gate by the RPF Sainik on duty.

document.doc

GATE – B 3.3 GATE – B:

This gate is closed for all vehicles including bicycles. The road gates are kept locked with the keys under the custody of the RPF staff at this gate, to be opened only for the visit of VIPs with the authorization issued Secy. To CAO(R). The wicket gate here is kept open and only persons with the authorization as indicated below are allowed to pass through this wicket gate, which must be ensured by RPF Sainik on duty at this gate.

37

Page 38: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

GATE – C 3.4 GATE – C:

This gate is kept locked and sealed the keys being with the RPF Staff and is opened only to pass the vehicles taking out scrap from the scrap yard, with all the relevant documents.

GATE – D 3.5 GATE – D:

This gate is kept permanently closed, to be opened only in case of grave emergencies with the authorization of Dy. CME/IE. (Now Dy.CME/Plant)

GATE – E 3.6 GATE – E:

This gate is normally kept locked and is opened only to allow locomotives and other rolling stock to enter or to be taken out.

VISITORS 3.7 Anyone, not having the authorization laid down in paragraphs 3.2 to 3.2.3 and wishing to visit the workshop, can contact the receptionist of the Administrative building and make his request. The receptionist then shall contract by telephone the DCOS (Now SMM) or the shop superintendent concerned with whom the visitor has business and on getting their approval shall issue an early pass after registering the name in the visitors register maintained by him. The visitor must get his/her pass signed by DCOS(Now SMM) or WM/AWM concerned and deposit it back at the GATE-A or B as the case may be with the RPF Sainik on duty at the time of going out through the gate.

3.7.1 No visitor is allowed to take his vehicle inside the Workshop.

document.doc 38

Page 39: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

FOR RAILWAY STAFF.

3.7.2 However, no other Railway Staff, visiting DMW to escort spares and other materials issued to them, shall be directed by the receptionist to AWM/Liaison who will then issue necessary gate pass to them.

3.7.3 Similarly, the representatives of M&P Suppliers who come to install, commission or repair the machines shall be directed to WM/Plants who will then issue the gate passes to them.

VEHICLES PASS 3.8 In the case vehicles not having the authorization prescribed in paragraphs 3.2.3.6 & 3.2.3.7 the same procedure as laid down under paragraphs 3.7 to 3.7.3 must be followed.

CONTRACTOR’S 3.9 No contractor’s labour is allowed it stay in the workshop area beyond the time authorized in the monthly pass. All contractor’s labour must carry a valid monthly pass issued to them through the concerned contractor for entering working in and going out of DMW workshop area. The procedure for issue of these passes is laid down in the following paragraphs:-

3.9.1 By 25th every month the contractor must applied in writing to his controlling officers for issue of monthly passes to the labours who/he will be deputing to work, inside the workshop area during the next month, giving the following particulars of each labourer:-

a. Name of labourer.

b. Name of father of labourer.

document.doc 39

Page 40: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

c. Labourer’s address at his native place.

d. Labourer’s trade.

e. Visible identification marks of labourer.

3.9.2 The controlling officer will forward the same if approved by him indicating the name of the working hours of the labourer to Dy. CME/IE (Now Dy.CME/Plant) by 26th of the month who will/co-ordinate the issue of the passes with ASC’s signature.

GATE PASS FOR GATE - A

3.10 During the period when the Gate –A is normally closed, entry/exist through this gate of DMW.

STAFF not having the identity badges with a red band, is controlled WM\AWM to the staff controlled by them under the following circumstances;

a. When staff are deputed on duty out side DMW premises.

b. When staff are sent for medical attention.

c. When leave is granted to staff .

document.doc 40

Page 41: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

d. Other emergencies such as when staff have been asked to stay back for some urgent work after completion of shift etc.

3.10.1. When allowing such staff holding a valid gate pass to pass through the Gate-A RPF Sainik on duty must registered the same in Gate Pass Register and retain the gate pass, in case it does not contain are –entry permit for the same shift.

3.10.2 In case of re-entry permit is issued along with the gate pass the staff nothing the same is allowed to re-enter the workshop on surrender of the same to the RPF Sainik on duty at the Gate A.

3.10.3 Staff are allowed to take their personal vehicles through the Gate-B when they hold the valid gate pass or re-entry permit as laid down in paragraphs 3.10 to 3.10.2

GATE-B 3.11 When workshop staff are required to visit the DMW Administrative office during shift hours, they are issued with a pass for the Gate-B of the workshop by the DY.COS/DCOS (Now Dy.CMM/SMM) WM/AWM concerned. The RPF Sainik on duty at this gate must register these in the gate pass register kept at the gate and allow the staff to pass.

3.11.1 The gate pass so issued can be retained by the staff concerned to be used a re-entry pass when he has to return to the workshop, at which time it has to be surrender to the RPF Sainik on duty at the gate.

document.doc 41

Page 42: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

3.11.2 If any DMW staff working in the Administrative Building out having an identity badge as per paragraph 3.1.(e)has to be sent to workshop area, he must be issued with a gate pass by his/her controlling supervisor not below the rank of an OS or DY.SS (Now SSE) which may be surrendered at the gate on his/her return from the workshop.

VALID IDENTITY CARDS

3.12 IDENTITY CARDS;

Identity Cards are issued to all DMW employees. The categories of valid identity cards are indicated below:-

COLOUR CODE GREEN BLUE RED

LETTER INSCRIBED PLAIN ‘W’ PLAIN ‘A’ PLAIN ‘O’

TO WHOM ISSUED

Office Staff only

Office Staff authorized to visit W/shop

Workshop Staff only

Workshop Staff authorized to visit Admn. Building.

All SS’s & Equivalent Ranks

All Officers.

AUTHORISED TO PASS THROUGH WHICH WORKSHOP GATE

None Gate-A&B Gate-A Gate-A&B Gate-

A&BGate-A&B

NOTES: 1. Inspiration’s ‘W’ or ‘A’ is provided only the approval of the controlling Dy. HOD

2. Casual Khalasis & trainees are issued with authority slips by the concerned Shop Supdts (Now SSE). To pass through the Workshop Gate-A.

document.doc 42

Page 43: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ADMINISTRATIVE BUILDING DMW STAFF;

Entry & Exit to from DMW Administrative Building.

4.1 DMW staff holding valid identity badges are allowed to enter & go out the Administrative Building either through the main entrance or through the side entrance Near the cycle/scooter stand.

VISITORS: 4.2 Visitors to the building are permitted to enter & go out only through the main entrance.

MAIN ENTRANCE 4.3 The following persons are allowed to pass through the main entrance of the Administrative Building.

a. DMW staff with valid identity badges.

b. Other Railway Officers having Railway metal passes.

c. Visitors holding a visitor’s.

VISITORS PASS 4.4. Any visitor to the DMW Administrative building can approach the receptionist at the main entrance for the issue of a visitor pass. The receptionist then contact through telephone the officer concerned whom the visitor wants to meet and on obtaining his/her permission issues the visitor’s pass after registering the same in the visitor’s register.

4.5 In case of other Railway Staff and M&P suppliers representatives the receptionist shall direct them to AWM/Liaison and WM (P) respectfully as laid down in paragraph 3.7.3.

SECURITY CHECK

4.6 The RPF Sainik on duty at the entrance shall allow the visitor to enter after security check and verification of the visitor’s pass. All hand baggage shall be checked by the RPF staff at the designated counter of the main entrance.

4.7 The visitor must get his/her visitor’s pass signed by the concerned officer whom he has met and surrender the same at the main entrance when he/she leaves.

document.doc 43

Page 44: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

VISITOR TO WORKSHOP:

4.8 Visitors to the Workshop area shall be issued with the visitor’s pass for the Workshop gates by the receptionist following the procedure as in paragraph 4.4. of this procedure order.

4.9 Those visitors to the Admn. Building holding a visitor’s pass are allowed to visit the Workshop through the Workshop gate near the building if accompanied by a DMW employee authorized to pass through the gate.

5.0 This procedure order is issued with the approval of CAO(R).

C.M.E. C.O.S. FA & CAO

ANNEXURES:1. Staff gate pass specimen.2. Visitor’s gates pass for Workshop specimen.3. Visitor’s pass to Admn. Building specimen.4. Visitors register specimen.5. Gate pass register specimen.6. Monthly pass for contractor’s labour specimen.

document.doc 44

Page 45: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE -1

DIESEL LOCMODERNISATION WORKS: PATIALA

Staff Gate Passes

No. ___________________ Date ________________

Time ________________

For Gate :

Name of Staff :

Identity Card No.

Shop where working:

Purpose:

Re-entry permit (only if Expected to return during the same shift).

EXPECTED TIME OF RE-ENTRY

Issuing Authority

Signature

Name

Designation

Shop Seal

document.doc 45

Page 46: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE-2

DIESEL LOCMODERNISATION WORKS : PATIALA

VISITORS GATE PASS

No. ___________________ Date ________________

Time ________________

Time of exist ________________

Name of Visitor:

To whom meet:(Designation Of Officer)

Purpose (Official/Private)

Vehicle Type & Regn. No.

Issuing Authority

Signature

Name

Designation

Signature of Officer met by Visitor.

document.doc 46

Page 47: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE-3

DIESEL LOCMODERNISATION WORKS: PATIALA

VISITOR’S PASS FOR ADMINISTRATIVE BUILDING

No. ___________________ Date ________________

Time of issue ________________

Time of exist ________________

Name of Visitor:

To whom meet:(Name / Designation Of Officer)

Signature of Receptionist

Signature of Officer met by Visitor.

document.doc 47

Page 48: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE-4

DIESEL LOCMODERNISATION WORKS: PATIALA

GATE PASS REGISTER

NAME OF GATE: _________________

S.N Gate Pass No.

Date Time of issue

Name of staff

Shop Purpose Time of exist

Time of entry

Signature of staff.

document.doc 48

Page 49: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE-5

DIESEL LOCMODERNISATION WORKS : PATIALA

VISITOR’S REGISTER

NAME OF GATE : _________________

S.N Pass No.

Date Time of issue

Name of Visitor

Vehicle No.

Purpose Time of entry

Time of exist

Signature of visitor

document.doc 49

Page 50: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

ANNEXURE-6

DIESEL LOCMODERNISATION WORKS: PATIALA

IDENTITY SLIP FOR CONTRACTOR’S LABOUR

Valid Up to _______________ Date of issue: _______________

Working hours from _______________ to _______________

Name of work :

Name & Address of Contractor :

Name of Labourer :

Father’s/Husband’s Name :

Trade (Designation) :

Permanent Address :

Local Address :

Visible marks of identification(1)

(2)

Age : _________________ Height (Approx.) ____________________

Signature Left thumb impression.

I certify that Sh/Smt. _____________________________ the labourer employed by me is personally known to me and bears a good moral character to the best of my knowledge.

___________________ _____________________Signature of the official Signature of the contractor

_______________Signature of R.P.F.

document.doc 50

Page 51: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Annexure - E

( To be given in duplicate )

Mandate to be given by the Contractor (of DMW Patiala) desirous of receiving their payment through Electronic credit in their Bank Account.

1. Name of the Firm/Contractor ___________________________________

2. Address of the Firm ___________________________________

3. Account Number __________________________________

4. Type of Account (Current/Saving) ______________________________

5. Bank Name __________________________________

6. Address of Bank Branch __________________________________

7. MICR Code __________________________________

8. IFS Code __________________________________

Above particulars are certified I/We_____ hereby authoriseFA&CAO/DMW/Patiala to credit out all payments through Electronic transfer in our Bank Account as per mandate given above.

(Signature & Name of Bank Branch Manager along with Stamp). (Signature and Name of person authorised)

M/s. _____________________________________________________________

( Stamp of the firm)

Note: Please enclose one cancelled MICR cheque of beneficiary (Contractor).

document.doc 51

Page 52: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

Annexure –F

SUMMARY OF FIRE EXTINGUISHERS

S.No. Description Total Qty. (In Nos.)

1 DCP Type Fire Extinguishers (Capacity 01 Kgs.) 3

2 DCP Type Fire Extinguishers (Capacity 05 Kgs.) 446

3 DCP Type Fire Extinguishers (Capacity 10 Kgs.) 80

4 Foam Type Fire Extinguishers (Capacity 05 Ltrs.) 5

5 Foam Type Fire Extinguishers (Capacity 09 Ltrs.) 53

6 CO2 Type Fire Extinguishers (Capacity 02 Kgs.) 6

7 CO2 Type Fire Extinguishers (Capacity 4.5 Kgs.) 15

8 CO2 Type Fire Extinguishers (Capacity 6.5 Kgs.) 14

9 CO2 Type Fire Extinguishers (Capacity 9.5 Kgs.) 20

10 CO2 Type Fire Extinguishers (Capacity 22.5 Kgs.) 2

11 ABC Stored Pressure Type Fire Extinguishers (Capacity 05 Kgs.)

628

12 ABC Stored Pressure Type Fire Extinguishers (Capacity 10 Kgs.)

24

13 AFFF Type Fire Extinguishers 20

Total = 1316

14 Fire Buckets 52

15 Fire Buckets Stands 2

document.doc 52

Page 53: dmw.indianrailways.gov.indmw.indianrailways.gov.in/dmw/award/1324965668247... · Web viewVisible identification marks of laborer. The controlling officer will forward the same if

1 2 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19STATEMENT SHOWING THE FIRE EXTINGUISHERS REQUIRED TO BE PUT INTO AMC IN DMW COMPLEX PATIALA AND DMW CAMP OFFICE TILAK BRIDGE NEW DELHI FOR THE PERIOD OF 20.09.2011 TO 19.09.2012.

Sl.No LOCATION REQUIRED TO BE PUT UP INTO AMCDCP Type Fire Extinguishers

Foam Type Fire Extinguishers

CO2 Type Fire Extinguishers ABC Stored Pressure type Fire Extinguishers

AFFF Type Fire

Extingu-ishers

.

Total Fire Extinguish-ers

Fire Bucket-s

Fire Bucket Stands

1 Kg. 5 Kgs. 10 Kgs

5 Ltrs 9 Ltrs.

2 Kg. 4.5 Kgs. 6.5 Kgs.

9.5 Kgs.

22.5 Kgs.

5 Kgs.

10 Kgs.

1 RPF Post 0 0 7 0 0 0 0 0 0 2 7 0 0 16 0 0

2 CMS 0 9 0 0 0 0 0 0 0 0 20 0 2 31 0 0

3 TRS 0 3 6 0 0 0 0 0 0 0 18 0 0 27 0 0

4 CBS 0 15 0 0 0 0 0 0 0 0 15 0 0 30 0 0

5 HTS 0 4 27 0 4 0 0 0 2 0 35 0 4 76 27 2

6 Gas Agency 0 5 0 0 0 0 0 0 0 0 5 0 0 10 0 0

7 PPS 0 36 4 0 0 0 0 0 0 0 40 0 0 80 0 0

8 ERS 0 10 0 0 0 2 0 2 0 0 10 0 2 26 0 0

9 TTC 0 0 0 0 0 0 0 0 0 0 10 0 0 10 6 0

10 TR 0 14 0 0 0 0 1 0 0 0 15 0 0 30 8 0

11 LMS 0 27 4 0 0 0 2 0 5 0 38 0 0 76 0 0

12 PMS 0 15 0 0 0 0 0 0 3 0 15 0 2 35 0 0

13 Crane Section

0 2 4 0 0 0 0 0 0 0 4 0 0 10 0 0

14 S&T 0 12 0 0 0 0 0 0 0 0 12 0 0 24 0 0

15 RAC 0 19 0 0 0 0 0 0 0 0 19 0 0 38 0 0

16 SMM/PH-II 0 0 0 0 0 0 0 0 0 0 54 0 0 54 0 0

17 MRS 0 30 2 0 0 0 9 10 4 0 29 0 0 84 11 0

18 BS 0 5 11 0 0 0 0 0 0 0 20 5 0 41 0 0

19 TMS/Coil Shop

0 58 0 0 0 0 0 0 0 0 20 0 0 78 0 0

20 CLS 0 6 12 0 0 0 0 2 0 0 27 0 0 47 0 0

21 Elect. Col. 0 14 3 0 0 0 0 0 0 0 17 0 0 34 0 0

22 ABS 0 0 0 0 0 0 0 0 0 0 5 0 0 5 0 0

23 HMS 0 46 0 0 0 0 0 0 0 0 30 0 4 80 0 0

24 EDP Centre 0 2 0 0 0 0 0 0 5 0 5 0 0 12 0 0

25 SMM/PH-I 0 60 0 0 8 0 0 0 0 0 0 14 6 88 0 0

26 CAO’s Office

0 2 0 0 0 0 0 0 0 0 4 0 0 6 0 0

27 Admn.Buildg

0 0 0 0 31 0 0 0 0 0 55 0 0 86 0 0

28 LRS 0 0 0 0 0 0 0 0 0 0 33 0 0 33 0 0

29 LAB 0 11 0 0 0 0 0 0 0 0 11 0 0 22 0 0

30 SSS 0 6 0 0 0 0 0 0 1 0 6 0 0 13 0 0

31 Staff Canteen

0 4 0 0 0 0 0 0 0 0 4 0 0 8 0 0

32 SSE(W)/Col-I

0 6 0 0 4 0 0 0 0 0 10 5 0 25 0 0

33 SSE(W)/Col-II

0 0 0 0 6 0 0 0 0 0 6 0 0 12 0 0

34 SSE(W)/W.Shop

0 0 0 5 0 0 0 0 0 0 5 0 0 10 0 0

35 Hospital 0 13 0 0 0 0 0 0 0 0 13 0 0 26 0 0

36 Camp Office 0 12 0 0 0 0 0 0 0 0 6 0 0 18 0 0

37 ELS Lab 0 0 0 0 0 4 0 0 0 0 0 0 0 4 0 0

38 K.V.No.2 0 0 0 0 0 0 3 0 0 0 3 0 0 6 0 0

39 DMW RA-1 3 0 0 0 0 0 0 0 0 0 2 0 0 5 0 0

Total = 3 446 80 5 53 6 15 14 20 2 628 24 20 1316 52 2

document.doc 53