OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING...

43
Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 1 OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM DUM CAR DEPOT COMPLEX METRO RAILWAY, KOLKATA-700090 TENDER DOCUMENTS PART II & III OPEN TENDER NO: MR/POH/74/94 DATED : 16.06.2015 TENDER FOR SAFETY CERTIFICATION FROM COMPETENT AUTHORITY UNDER RULE 2A OF THE FACTORY ACT 1958 FOR THREE YEARS OF DIFFERENT ITEMS OF NOA & TOL CAR SHED. APPROXIMATE VALUE : Rs. 2,21,361/- EARNEST MONEY : Rs. 4,430/- DATE OF OPENING : 21.07.2015 ISSUED TO / Downloaded from website by : - M/s ___________________________________________ _______________________________________________ _______________________________________________ NOT TRANSFERABLE Note a) : If the document is downloaded from website, the interested bidder should write their name & address in the space provided above. b) : Tenderer are requested to see for any correction slips issued to this tender up to the date of opening and to use updated tender form only failing which tender is likely to be rejected. Authority : Price of the tender document paid for the above tender vide D.D./ Money receipt No. .......................................... Dt. ........................................ COST OF TENDER BOOK RS.- 1,000/- (Part II & III)

Transcript of OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING...

Page 1: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 1

OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK

DUM DUM CAR DEPOT COMPLEX

METRO RAILWAY, KOLKATA-700090

TENDER DOCUMENTS

PART – II & III

OPEN TENDER NO: MR/POH/74/94 DATED : 16.06.2015

TENDER FOR SAFETY CERTIFICATION FROM COMPETENT AUTHORITY UNDER

RULE 2A OF THE FACTORY ACT 1958 FOR THREE YEARS OF DIFFERENT ITEMS

OF NOA & TOL CAR SHED.

APPROXIMATE VALUE : Rs. 2,21,361/-

EARNEST MONEY : Rs. 4,430/-

DATE OF OPENING : 21.07.2015

ISSUED TO / Downloaded from website by : -

M/s ___________________________________________

_______________________________________________

_______________________________________________

NOT TRANSFERABLE

Note a) : If the document is downloaded from website, the interested bidder should write

their name & address in the space provided above.

b) : Tenderer are requested to see for any correction slips issued to this tender up to

the date of opening and to use updated tender form only failing which tender is

likely to be rejected.

Authority : Price of the tender document paid for the above tender vide D.D./ Money receipt

No. .......................................... Dt. ........................................

COST OF TENDER BOOK RS.- 1,000/-

(Part – II & III)

Page 2: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 2

TENDER NO: MR/POH/74/94 DATED : 16.06.2015

PART – II

TECHINICAL INFORMATION

SPECIFICATION

INSPECTION AND TESTING

WARRANTY

Page 3: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 3

PART-II

2.0 TECHNICAL SPECIFICATION/INFORMATION :

2.1 Scope of work: Safety Certification from competent authority under rule 2A of the

Factory Act 1958 for three years of different items of Noapara POH Shop.

2.2 Scope of Work:

2.2.1 The scope of work covers Safety Certification from competent authority under rule

2A of the Factory Act 1958 for three years of different items such as Safety

Certification for EOT Cranes, Slings, Coach lifting tackles, Wheel Press Machine,

Air reservoir of Compressor and hoist of Road mobile crane & Fork lift of TOL

&NOAPARA POH SHOP.

2.2.2 GENERAL PARTICULARS:

The safety Certification shall be done for three years and certificate should be

issued for one-year validity. Therefore three certificates shall be issued in three

years. The following certifications are needed:-

(i) Checking & Safety Certification of All wire ropes, Rope drum, Snatch

block, Hook Block, End Carriage, LT & CT wheels shaft Gear Box, and all

fittings of all EOT Cranes.

(ii) Checking & safety certification of slings.

(iii) Checking and Safety Certification of Fixing arrangement of tackles in lifting Pad

of coaches and load capacity of coach lifting tackles.

(iv) Checking and Safety Certification of Hoisting arrangement.

(v) Checking and Safety Certification of Hoisting arrangements including all LT &

CT wheels, End Carriage, Gear box, girder, shaft of all hoisting arrangement.

(vi) Checking & safety Certification of Air Reservoir after pressure test.

(vii) Checking and Safety Certification of Hoist arrangement of Road mobile crane.

(viii) Checking and safety certification of Electric Hoist hoisting arrangement.

(ix) Checking and safety certification of hand chain pulley.

The Firm participating this Tender should have the Competent Person having the

valid competency certificate issued by Chief Inspector of Factories, under

Directorate of Factories, Govt. of West Bengal in pursuance of Rule 2A of West

Bengal Factories Rules, 1958 made under section 2(Ca) read with section 112 of

the factories Act,1948.

The copy of the above have to produced with the Tender.

The above machines and tackles are situated at Noapara POH shop TOL, Metro

Railway, Noapara.

Page 4: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 4

The certifying Agency have to visit all place with their own arrangement and no

transportation allowance will be paid to them.

The Certifying Agency have to bring their own checking instruments , Meters &

other accessories required for checking purposes before issuing the Certificate.

2.3 TESTING& CERTIFICATION:

Statutory testing, inspection & certification of different lifting tools, tackles, cranes,

hoists and pressure vessels and plants should be done as per Factories rules 55 & 56

of 1958 and section 29 & 31 of 1948.

2.4 GUARANTEE :

All the works as per Schedule should be guaranteed against performance for a

period of 12 months from the date of issue of Certificate.

Any defects that may be cropped up during the Guarantee period should be

rectified by the Firm at free of cost.

Page 5: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 5

TENDER NO : MR/POH/74/94 DATED : 16.06.2015.

PART-III

Chapter

reference

Reference no. Subject

I 3.1 Tender Notice

II 3.2 Tender Forms

Form – 1 (Offer letter)

Form – 2 (Schedule of Price)

Form – 4 (Tender Scheme of Work and

time schedule)

Form – 5 Tenderer‟s credential

Form – 6 NEFT Mandate

Form – 7 Contractor‟s declaration

Form – 8 Proforma Indemnity Bond

Form – 9 Proforma Bank Gurantee Bond

(Performance Guarantee)

Format for Company / Firm‟s Profile

Check list – Annexure-I

III 3.3 Preamble to Tender

IV 3.4 Special condition of Tendering and

contract

V 3.5 Explanatory notes to the schedule of

works

Page 6: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 6

PART – III

Chapter – I

3.1 TENDER NOTICE

3.1.1 The president of India, acting through the Dy. Chief Mechanical

Engineer/POH/NOA, Metro Railway, Kolkata invites sealed Tenders for the

following work from bonafide and reliable firms of repute having adequate

experience, expertise, financial capacity in the field of “Safety Certification from

competent authority under rule 2A of the Factory Act 1958 of different items”.

The Firm participating this Tender should have the Competent Person having the

valid competency certificate issued by Chief Inspector of Factories, under

Directorate of Factories, Govt. of West Bengal in pursuance of Rule 2A of West

Bengal Factories Rules, 1958 made under section 2(Ca) read with section 112 of

the factories Act,1948. The copy of the above have to be enclosed with the offer.

Credential:-

3.1.2 Minimum Eligibility Criteria:

The Tenderers should fulfill the eligibility criteria mentioned below: -

a) The tenderer(s) shall be eligible only if he / they fulfill Minimum Eligibility

Criteria of having received total contract amount during the last 3 financial

years and in the current financial year with a minimum of 150% of

advertised tender value.

b) Authentic Certificate shall be produce by the tenderer(s) to this effect

which may be an attested certificate from the employer/client, audited

balance sheet duly certified by Chartered Accountant, etc.

c) Three years period mentioned above shall be reckoned from the date of

opening of tender in question as originally advertised. The extended date

of opening, if any, shall not be taken into account for the purpose of

counting the above period of three years. Tenderer must enclose relevant

certificates in support of above eligibility criteria in absence of which, their

tender may be liable to be rejected.

3.1.3 Issue of Tender document will not however, automatically mean that Tender is

fully qualified and Metro Railway reserve the right of assessing the capacity and

the capability of the Tenderer to execute the contemplated contract, should the

circumstances so warrant.

3.1.3.1 Normally Late / Delayed tendered shall not be considered and shall be dealt as per

guidelines of Rly. Board on this issue.

3.1.4

Tender No. MR/POH/74/94 Dated : 16.06.2015

Name of Work Safety Certification from competent authority

Page 7: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 7

under rule 2A of the Factory Act 1958 for three

years of different items of NOA & TOL Car

shed.

Location of work Dum Dum Car Depot Complex, Noapara,

Kolkata –700090 and Tollygunge carshed.

Period of contract 36 (Thirty Six) months from the date of

commencement of work.

Tender Value Rs. 2,21,361/- (Rupees Two Lakh Twenty one

Thousand Three Hundred Sixty One) only.

Earnest Money Rs. 4,430/- (Rupees Four Thousand Four

Hundred Thirty) only.

Cost of Tender Documents

(Non-refundable)

Rs. 1,000/- (Rs. One Thousand) Only.

Address of the office from

where the tender documents

purchased

Office of the Chief Electrical Engineer/RS,

Dum Dum Car Depot Complex, Metro Railway,

Kolkata-700090

Issue of Tender Documents From 19.06.2015 to 20.07.2015 by 17.00 hrs.

(IST)

Date and Time of Submission 21.07.2015 by 13.00 hours (IST).

Date and Time of Opening 21.07.2015 at 16.00 hours (IST).

Website particulars www.mtp.indianrailways.gov.in

3.1.5 The Tender Document (NOT TRANSFERABLE) is to be obtained in person from

the office of the Chief Electrical Engineer/RS, Dum Dum Car Depot Complex,

Metro Railway, Kolkata-700090 on any working day (Monday to Friday from

10.00 hrs. to 17.30 hrs and Saturday from 10.00 hrs to 15.00 hrs) on the production

of cash receipt for the sum as stated above, towards the cost of the Tender

document, after depositing the amount with FA & CAO/ Cash & Pay, Metro

Railway, Metro Bhavan (1st floor), 33/1, J.L. Nehru Road, Kolkata – 700071

against the Head of Allocation 9365299 on any working day (Monday to Friday)

with the Divisional Cashier, Metro Railway, Kolkata. The Tender Notice & Tender

Documents can be viewed and downloaded from Metro Railway website

www.mtp.indianrailways.gov.in

3.1.6 Tender Document is not transferable. 3.1.7 The Tender shall be accompanied by Earnest Money of Rs. 4,430/- (Rupees Four

Thousand Four Hundred Thirty) only, failing which the Tender shall be summarily

rejected. The Tenderer shall keep the offer open for a period of 120 (One hundred

twenty) days from the date fixed for opening the Tender, it being understood that

the Tender Documents have been issued to the Tenderer and the Tenderer is being

permitted to Tender in consideration of the stipulation on his part that after

submitting his Tender, he will not resile from his offer or modify the terms and

conditions thereof in a manner not acceptable to Metro Railway, Kolkata.

Should the Tenderer fail to observe or comply with the foregoing stipulations; the

total amount of the Earnest Money shall be liable to be forfeited.

3.1.8 The above amount of Earnest Money shall be furnished in any of the following

forms.

Page 8: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 8

(i) In cash, to be deposited with the Divisional Cashier, Metro Railway, Kolkata, 1st

floor, 33/1, J.L. Nehru Road, Kolkata-700071, Creditable to Allocation – 000845-

07 (O&M) and the receipt submitted along with the Tender document.

(ii) Banker’s Cheque and Demand Draft of the State Bank of India or any of the

Nationalized/Scheduled Banks.

(iii) Govt. Securities, Postal Order etc, and Bank Guarantee Bonds are NOT

ACCEPTABLE.

3.1.8.1 The Banker‟s Cheque and Demand Drafts referred to in para 3.1.8(ii) shall be

made in favour of the “ Financial Advisor and Chief Accounts Officer, Metro

Railway, Kolkata”. Earnest Money in any form, other than that mentioned in terms

3.1.8 (i) & (ii) above will be treated as having been received without Earnest

Money

3.1.8.2 Cheque, even if Guaranteed by Bank, will not be acceptable towards the Earnest

Money and therefore, the offer shall be summarily rejected.

3.1.8.3 (a) Neither previous Earnest Money or Security Deposit etc. submitted earlier in

connection with any tender(s) whatsoever floated by this Administration will be

adjusted towards the present Tender, nor any such request/correspondence shall be

entertained. (b) Tender, if received with less than 120 (One hundred twenty) days

validity time shall be treated as invalid.

3.1.9 The Tender No. MR/POH/74/94 dated 16.06.2015 is an Open Tender comprising

of:

Part-I General Condition of Tendering and Condition of Contract (Electrical) –

One Copy. ---------------

Part- II Technical Information, conditions and specification- One Copy.

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

Part- III Special conditions of Tendering and Contract, Scope of Work and

Schedule of Work – One Copy.

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

Shall constitute a full set of the Tender Documents and all the governing

conditions as set forth therein shall be binding on the contract, in all matters, unless

otherwise stated to the contrary. Part – I of the Tender Documents, containing the

general condition of tendering and condition of contract is however not being

issued with Part- II & III and is available in the office of the Chief Electrical

Engineer, Metro Railway, Kolkata for consultation. The intending Tenderer may

purchase a copy at an additional cost of Rs. 100/- (Rupees One hundred only), if

they so require. The Tender Documents are NOT TRANSFERABLE.

3.1.10 The Tender Notice may be viewed and downloaded from Metro Railway website

www.mtp.indianrailways.gov.in.Tender documents such as forms, terms and

conditions is also available on above-mentioned website for the purpose of down

loading. The application made in such form shall be considered valid only when

the bidder submits a Banker‟s Cheque / Demand Draft of a sum as mentioned

above (which is not refundable) drawn on any nationalized Bank in favour of

“Financial Advisor and Chief Accounts Officer, Metro Railway, Kolkata” as cost

of tender document along with their offer failing which the tender will not be

considered.

3.1.11 Metro Railway reserves the right to cancel the tender without assigning any reason

there of.

3.1.12 Tender, complete with all documents, duly signed and stamped by the Tenderer

Page 9: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 9

shall be submitted in person in the enclosed prescribed forms in a sealed envelope

super scribed “Tender No. MR/POH/74/94 dated : 16.06.2015 for “Safety

Certification from competent authority under rule 2A of the Factory Act 1958 for

three years of different items of NOA & TOL Car shed” and be dropped in the

Tender Box placed for this purpose as mentioned in para 3.1.13.

3.1.13 The Sealed Tender box will be made available at following two addresses for

dropping the Tender Document. The Tender Document should be dropped in

person in any of the two locations.

(i) Office of Chief Electrical Engineer/RS, Dum Dum Car Depot Complex, Metro

Railway, Kolkata-700090.

(ii) Office of Chief Electrical Engineer, 6th

floor, 33/1, J.L. Nehru Road, Kolkata-

700071.

3.1.14 Both the Tender Boxes shall be sealed exactly at 13.00 hrs. (IST) on

21.07.2015. Both the Tender Boxes shall be opened on 21.07.2015 at 16.00 hrs.

(IST) in presence of the Tenderers or their authorized representative as may

present in the Office of Chief Electrical Engineer/RS, Dum Dum Car Depot

Complex, Metro Railway, Kolkata-700090.

3.1.15 The closing time and date is fixed. In case, the tender is not opened due to any

unforeseen reason, the same will be opened in the next working day at the same

time as mentioned above.

3.1.16 Tender, if received with less than 120 (One hundred twenty) days validity time

shall be treated as invalid.

3.1.17 Railway Administration will not be responsible for any

delay/difficulty/inaccessibility of the downloading facility for any reason

whatsoever. In case of any discrepancy between the tender documents downloaded

from internet and the master copies available in this office, the later shall prevail

upon and will be binding to the tenderer(s). No claim on this account will be

entertained.

3.1.18 Tenderer(s) may carefully note that their contract agreement for this works is liable

to be terminated at any time later, in case any of the information furnished by them

is found to be untrue or any adverse point comes to light subsequently. The

decision of Metro Railway in this regard shall be final and binding. Tenderer(s)

may carefully note that their contract agreement for this works is liable to be

terminated at any time later, in case any of the information furnished by them is

found to be untrue or any adverse point comes to light subsequently. The decision

of Metro Railway in this regard shall be final and binding.

Dy. Chief Mechanical Engineer/POH Dum Dum Car Depot Complex

Metro Railway

For and on behalf of the

PRESIDENT OF INDIA

Page 10: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 10

PART-III

Chapter – II

3.2 TENDER FORMS

3.2.1 One copy of the following prescribed forms are enclosed and tenderer shall

submit their offer in single copy in respective forms as enclosed in terms of para

1.1.28.1 of this tender document Part – I

Offer letter : Form – 1

Schedule – 1 : Form – 2

(Schedule of Price)

Tender Scheme of Work : Form – 4

and time schedule)

Tenderer‟s credential : Form – 5

NEFT Mandate : Form – 6

Contractor‟s Declaration : Form – 7

Indemnity Bond for materials : Form – 8

supplied by the Railway to

the contractor

Proforma Bank Guarantee Bond: Form-9

(Performance Guarantee)

Format for Company /

Firm‟s Profile :

Check list : Annexure-I

Page 11: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 11

FORM – I

From

M/s (*) ……………………………………..

………………………………………………

……………………………………………..

To

The President of India,

Acting through the,

Dy. Chief Mechanical Engineer/POH

Metro Railway,

Dum Dum Car Depot Complex,

Metro Railway, Kolkata – 90.

Dear Sir,

Sub: Open Tender No: MR/POH/74/94 dated : 16.06.2015 for Safety

Certification from competent authority under rule 2A of the Factory

Act 1958 for three years of different items of NOA & TOL Car shed.

(i) I/We the undersigned hereby offer to execute the work relating to work mentioned

above within the time specified below and in strict compliance with the provisions

detailed in the tender papers as mentioned in Para 1.1.1.5 of the instructions to tenders

and conditions of tendering as per general conditions of Tendering and Conditions of

contract (Electrical) contained in part-1 of Tender Document 3rd

edition 1988 reprint

1991 except Clause Nos. 1.1.35, 1.3.12 & 1.3.8 and thereof and its sub-sequent

correction slip, if any, issued from time to time and the special conditions appearing

in Tender Document (Part II & III) of the Tender No. MR/POH/74/94 dated :

16.06.2015 as modified by this tender at such rates as specified in schedules appended

hereto:

Period of Completion

Description Time Period

(i) Date of issue of Letter of Acceptance D

(ii) Date of completion of entire work D + 36 month

(*) Fill in Tenderers‟ Full name and address.

(ii) I/We agree that this tender shall not be restricted of amended or impaired or

derogated from or withdrawn and shall remain open for acceptance for a period of

120 days (One hundred twenty days) from the date of fixed for opening of same

for a further period as may be mutually agreed upon and I/We shall be bound by a

communication of acceptance. In default I / We shall be liable for forfeiture of

my/our Earnest Money deposit of Rs. 4,430/- (Rupees Four Thousand Four

Page 12: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 12

Hundred Thirty) only submitted along with this offer.

(iii) I/we fully read and understand the terms, conditions and other provisions as

continued in the Tender papers and I/we agree that same shall apply to my/own

tender as modified by my/our tender and I/we shall be bound by them.

(iv) I/We have deposited with FA & CAO/ Cash & Pay, Metro Railway, Kolkata- 71 a

sum of Rs. ………………………..(Rupees ……………………………..) for

which receipt No. ………………… dated…………………. Has been granted (in

compliance of Clause 3.1.8 of the Tender documents).

OR

I/we enclosed the Bank Draft / Banker‟s Cheque in favour of Financial Advisers

and Chief Acounts Officer, Metro Railway, Kolkata vide no. …………….. dt.

……….. drawn on …………….. (name of the Bank) ……………………..

Branch …………………..towards Earnest Money in respect of this tender.

(v) I/we enclosed the Bank Draft / Banker‟s Cheque in favour of Financial Advisor &

Chief Accounts Officer, Metro Railway, Kolkata of Rs. …………….. (Rupees

……………………………..) vide no. …………….. dt. ……….. drawn on

…………….. (Name of the Bank) …………………….. Branch

…………………..towards Cost of tender Document in respect of this tender as

the tender document has been down loaded from Metro Railway website.

(vi) I/We have no Retired Engineer/s / Retired Gazetted Officer/s of any Department

of any of the Railway owned and Administered by the PRESIDENT OF INDIA.

OR

The list of Retired / Engineer/s or Retired Gazetted Offier/s who is / are associated

with me/us is enclosed as an enclosure to this Officer letter.

(vii) The conditions as stipulated in the General Conditions of Tendering Conditions of

contract (Electrical) part-I are read by me/us. I/We understand that all prices to be

quoted by me/us are firm the price variation clause 1.3.12 and advance clause

1.1.35 and Statuary Variation of Tax and Duties clause 1.3.8 as appearing in the

General Conditions of Tendering and conditions of contract (Electrical) part-I are

not applicable to this Tender and it is further understand that no escalation in price

is payable. I/We shall abide by the all said conditions stipulated in the tender

documents.

(viii) If we do not start the work within 30 days from the date of issue of Letter of

Acceptance which is a re-requisite conditions for commencing of work.

(a) The full amount of Earnest Money of Rs. 4,430/- (Rupees Four Thousand Four

Hundred Thirty) only shall stand forfeited and

(b) Besides, forfeiture of Earnest Money as in (a) above I/we shall be deemed to have

committed breach of contract and thus I/we shall be liable for such breach of

contract. In other works the Railway shall be entitled to take action against me/us

as per Clause 1.2.48 of the General Condition of Tendering and conditions of

Page 13: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 13

Contract (Electrical) Part-I treating that I/we have abandoned the contract.

(c) If I/we do not execute the agreement within 7 days after receipt of the notice

issued by the Railway to the effect that such documents are ready for execution

the Railway shall be entitled to take action against me/us as per clause 1.2.48 of

the said conditions of contract (Electrical) treating that I/we have abandoned the

contract.

(ix) Until a formal agreement is proposed and executed Letter of Acceptance shall

constitute a binding contract between us subject to modifications as may be

mutually agreed to between us and indicated in this Letter of Acceptance for

my/our offer for the work.

(x) A complete set of Tender Document (Part- II & III) along with its correction slip

(if any) is enclosed herewith duly stamped and signed at each page.

Signature of the Tenderer / s

Seal of the Tenerer / s

Address:

Place :

Date:

Witnessed by:

1. Signature :

Name in Block Letters:

Address :

2. Signature :

Name in Block Letters:

Address:

Page 14: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 14

ENCLOSURE TO FORM – I

QUOTED TENDER RATE (PERCENTAGE ABOVE/ AT PER // BELOW)

Open Tender No. : MR/POH/74/94 dated : 16.06.2015.

Name of Work : Safety Certification from competent authority under rule 2A of the Factory

Act 1958 for three years of different items of NOA & TOL Car shed.

Sl.

No.

Description of Work Schedule

ref.

Metro Railway‟s

Cost [in Rs.]

Quoted Tender Rate (in %

in fig and words)

1. Safety Certification

from competent

authority under rule 2A

of the Factory Act 1958

for three years of

different items of NOA

& TOL Car shed.

Schedule – I 2,21,361/-

PERCENTAGE ABOVE/

AT PAR // BELOW

[IN FIGURES]

PERCENTAGE ABOVE/

AT PAR // BELOW

[IN WORDS]

NET TOTAL VALUE

2,21,361/-

Metro Railway‟s Total Estimate Cost in words : Rupees ( Two Lakh Twenty one Thousand

Three Hundred Sixty One) only.

NOTE :

1. The tenderer should quote the percentage (%) above / at par / below on the total cost

indicated by Metro Railway for above work for individual schedule only.

2. Tenderer should not quote any percentage (%) ABOVE/ AT PAR // BELOW in the

schedule of price.

3. No correction is allowed in the rate quoted and such tenders received having any

corrections/ over writing / duality between the rates quoted in figures and words, will be

summarily rejected. 4. No released material will be generated in this tender.

Page 15: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 15

Form – 2 Schedule – I

Open Tender No. : MR/POH/74/94 dated : 16.06.2015

Name of Work: Safety Certification from competent authority under rule 2A of the Factory

Act 1958 for three years of different items of NOA & TOL Car shed.

(This Schedule shall be read in conjunction with Explanatory on Part – III for detail

description of work for various items included herewith)

Sl.

No.

Description of Work Qty. Unit Rate

[in Rs.]

Per

unit/year

Total /

year

[in Rs.]

Grand total

for 3 years

[in Rs.]

[1] [2] [3] [4] [5] [6]

1. Checking & Safety Certification of All

wire ropes, Rope drum, Snatch block,

Hook Block, End Carriage, LT & CT

wheels shaft Gear Box, and all fittings of

following EOT Cranes.

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

a. Capacity – 35/10 Ton 10 No. 2703 27030 81090

b. Capacity – 15/03 Ton 04 No. 1966 7864 23592

c. Capacity – 03 Ton 04 No. 1474 5896 17688

d. Capacity – 30/06 Ton 02 No. 2703 5406 16218

2. Checking and giving Safety Certification

of Fixing arrangement of tackles in lifting

Pad of coaches and load capacity testing of

lifting tackles of capacity – 35 ton

10 No. 614 6140 18420

3. Checking and giving Safety Certification

of Fixing arrangement of tackles in lifting

Pad of coaches and load capacity testing of

lifting tackles of capacity – 30 ton

02 No. 614 1228 3684

4. Checking & safety certification of

following slings:

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

a. 4 legged chain sling – 20 ton 03 No 147 441 1323

b. 4 legged chain sling – 10 ton 04 No. 147 588 1764

c 2 legged wire rope sling – 03 ton 10 No 147 1470 4410

d. 2 legged wire rope sling – 02 ton 06 No. 147 882 2646

e. 2 legged wire rope sling – 05 ton 05 No. 147 735 2205

f. 2 legged polyester sling – 02 ton 04 No. 147 588 1764

g. 2 legged polyester sling – 03 ton 04 No. 147 588 1764

5. Checking and giving Safety

Certification of Hoisting arrangement

of capacity of 03 ton of 500 Ton wheel

press Machine.

02 No. 553 1106 3318

Subtotal = 1,79,886/-

Page 16: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 16

[2] [3] [4] [5] [6]

B.F. 1,79,886/-

6. Checking and giving Safety

Certification of Hoist arrangement

including all LT and CT wheels, and

Carriage Gear box, girder, shaft having

capacity of 1.5 ton of 500 Ton wheel

press Machine

02 No. 553 1106 3318

7. Checking and giving Safety

Certification of Hoisting arrangement

of capacity of 02 ton of 500 Ton wheel

press Machine & Bearing Cleaing Plant

.

04 No. 553 2212 6636

8. Checking and giving Safety

Certification of Hoisting arrangement

of capacity of 0.5 ton of Axle Box

Cleaing Plant

03 No. 553 1659 4977

9. Checking and giving Safety Certification

of Hoisting arrangement of capacity of 05

ton of AJTB Lathe m/c.

01 No. 553 553 1659

10. Checking & giving safety Certification

of Air Reservoir after pressure test –

WP– 7 Kg/cm2.

07 No. 553 3871 11613

Checking and giving Safety

Certification of Hoist arrangement of

Road mobile crane 05 ton-01no. & 03

ton-01no..

02 No. 553 1106 3318

12. Checking and giving Safety

Certification of Hoist arrangement of

Fork lift

Diesel Forklift (03 ton) – 03 nos.(RS-

02, POH-01)

Battery Forklift (03 ton) – 01 no.

Battery Forklift (02 ton) – 02 nos

06

No.

553 3318 9954

Total = 2,21,361/-

Total (In words): Rupees (Two Lakh Twenty one Thousand Three Hundred Sixty One) only.

Page 17: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 17

Form – 4

Tenderer’s Scheme of work and Time Schedule:

Open Tender No.: MR/POH/74/94 dated : 16.06.2015.

Name of Work: Safety Certification from competent authority under rule 2A of the Factory

Act 1958 for three years of different items of NOA & TOL Car shed.

All works relating to this contract are to be completed in respect as per the following time

schedule, time being the essence of contract:

Period of Completion:

Description Time Period

(i) Date of issue of Letter of Acceptance D

(ii) Date of completion of entire work D + 36 month

Page 18: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 18

Form – 5

Tenderer’s credential :

Please fill in the questionnaires below: -

1. Give details of list of works completed in last three financial year giving details as

per Performa below: -

Sl.

No.

Description

of Work

Org. for

whom

executed

Apprx.

Value

of

contract

at the

time of

awarded

Date

of

award

Date of

schedule

completion

of work

Date

of

actual

start

Actual

completion

Final

value

of

contract

2. List of Work on hand to be submitted as per Performa below:

No. Description

of Work

Org. for

whom

executed

Approx. value of

contract at the time

of awarded

Approx. value of

balance work yet to

be done.

Date

of

award

3. Have you entered in to technical collaboration with any consultants to assist you in

this work? If so give details.

4. Give details of list of personnel with their qualification and experience,

Organization available on hand and proposed to be engaged for the subject work.

5. Give detail list of machineries on hand (own) and proposed to be inducted (own

and hired to be given separately) for the subject work.

6. Give your Permanent Account No. (PAN No.).

Page 19: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 19

7. Give the name of your bankers and their address.

8. Have you undertaken the similar type of work of any Rly in the past /if so give

details

9. Give list of Arbitration cases of the tenderer during last five years as per Performa

below:

Sl.

No.

Description

of Work

Value

of work

Name of the

client /

deptt.

Amount of

claim

preferred

with date

Claim

of

Deptt.,

if any

Brief

reason

of

dispute

Present

position

of case

10. Give of list Court cases of the tenderer during last five years as per Performa

below:

Sl.

No.

Description

of Work

Value

of

work

Name of

the client

/ deptt.

Name

of the

court

Reference

and date

of filing

the case

Relief

sought

Brief

reason of

dispute

Present

position

of case

Note:-

i. In case of item 1&2 supportive documents/certificates. From the organizations with

whom the tender worked /are working should be enclosed.

ii. Certificate from private individuals for whom such works are executed /being

executed should not be accepted.

iii. This form shall be filled precisely and with full details.

iv. Separate Page may be attached for full details, if required.

Page 20: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 20

Form – 6

NEFT MANDATE FORM

FROM: Date:

To,

The FA & CAO,

METRO RAILWAY,

KOLKATA

Sub: - Willingness to Receive Payment through RBI’s NEFT System.

We refer to the National Electronic Fund Transfer (NEFT) system being set up by

Metro Railway, Kolkata for our payment using STEP/NEFT/RTGS scheme and confirm that

we are agreeable to our payment being made through the above scheme to our under noted

Account:

NAME OF ORGANISATION AND ADDRESS :

IFSC CODE :

MICR CODE :

BANK NAME:

BRANCH NAME:

BANK ADDRESS:

BRANCH TELE/FAX NO. :

ACCOUNT (CORE BANKING SYSTEM) NO.:

TYPE OF ACCOUNT

We have agreed to accept all the terms and conditions of Electronic Fund Transfer

System, as enclosed herewith. A Xerox copy of the cheque leaf is attached herewith for

necessary action at your end.

Enclo: As stated above.

Signature & stamp

Confirmed by Bank:

Page 21: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 21

Form – 7

CONTRACTOR’S DECLARATION:

A) I/We do hereby declare that My/Our firm is registered under one of the

following: -

1. Sole proprietorship or individual. (Copy enclosed).

2. Partnership firm Regd. Under Indian Partnership Act. (Copy enclosed).

3. Public Limited Company. (Article of Association & Memorandum of

Association enclosed.)

4. Private Limited Company. (Article of Association enclosed).

5.

Co-operative, Trust bodies or Association. (Bye laws and trust bye-laws

enclosed.)

(Tick out which one is applicable)

B) I/We do hereby furnish My/Our Current Bank Account details as under: -

1. Current Bank Account No. __________________

2. Name of the Bank. ____________________________

3.

PAN No. ______________________________

Page 22: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 22

Form- 8

TO BE EXECUTED ON A NON-JUDICIAL STAMP PAPER OF RS. 50/-

PROFORMA FOR INDEMNITY BOND FOR MATERIALS SUPPLIED BY THE

RAILWAY TO THE CONTRACTORS.

1. We, M/s __________________________________________ hereby

undertake that we hold for at

______________________________________________ ___________for and

on behalf of the PRESIDENT OF INDIA acting in the premises through the

DEPUTY CHIEF MECHANICAL ENGINEER/POH/NOA, METRO

RAILWAY, KOLKATA ( herein after referred to as the purchaser ) and as his

property in trust for him imported / & indigenous materials, equipment etc.

which have been handed over to me/us as detailed in the enclosed Annexure

against in contract for __________________________________________ vide

Letter of Acceptance No.________________________________________

dated _____________ of Tender No. _______________________________by

the purchaser for the purpose of execution of the said contracts until such time

the materials equipment etc. are duly erected or otherwise handed over to him.

2. We shall be entirely responsible for the safe custody and protection of the said

materials /equipments etc. against all risks till they are delivered as erected

equipment to the purchaser or as he may direct otherwise and shall indemnify

the purchaser against any loss, damage or deterioration whatsoever in respect of

the said disposal of surplus materials/equipment s etc. The said materials/

equipments etc. shall at all tune be open for inspection by any officer

22uthorized by the purchaser.

3. Should any loss, damage or deterioration of materials/equipments etc. occur

surplus or materials/equipments etc. disposed off and a refund becomes due, the

purchaser shall be entitled to recover from us the full cost of

materials/equipment etc. as per the price included in the above contract and also

compensation for such loss or damage, if any , along with the amount to be

refunded without prejudice to any other remedies available to him by deduction

from any sum due or any sum which at any time hereafter become due to us

under the said contract at any other contract.

4. Further, we shall take out and keep in force a policy/s of insurance for all

materials /equipments etc. handed over to us by the Metro Railway as per

clause no. 1.2.60 of part-I General Conditions of Tendering and conditions of

contract (Electrical).

5. Detail of materials/equipments taken over from Metro Railway:

Sl. Description Make Quantity Cost

Page 23: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 23

No.

1 2 3 4 5

Dated this ………………….day of …………………

for and on behalf of

(Contractors) Signature

M/s _______________________________

Signature of witness _______________________________

Name of witness in Block Letter _________________________________

Address ________________________________________

________________________________________

Page 24: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 24

Form – 9

TO BE EXECUTED ON A NON-JUDICIAL STAMP PAPER OF RS.100/-

PROFORMA FOR GUARANTEE BOND FOR PERFORMANC GUARANTEE:

1. In consideration of the President of India acting through the Financial Adviser &

Chief Accounts officer, Metro Railway, Kolkata (hereinafter called “the

Government”) having agreed to exempt _________ ______________________

__ ____________________ (hereinafter called “the Contractor (s)” from the

demand under the terms and conditions of an Agreement dated

__________________ ____ __________________ made between ____

_______________ ______ ______ ___ _______ and ____________________

for (hereinafter called “the said Agreement”) of Performance Guarantee for the

due-fulfillment by the said Contractor (s), of the terms and conditions contained

in the said Agreement on production of Bank Guarantee for Rs.

__________________ (Rupees _______________ only), we _______

_____________________________________ Bank Ltd., (hereinafter referred to

as „the Bank‟) at the request of _______________ Contractor(s), do hereby

undertake to pay to the Government an amount not exceeding Rs. ______

________________ against any loss or damage caused to or suffered or would

be caused to or suffered by the Government by reason of any breach by the said

Contractor (s) of any of the terms and conditions contained in the said

Agreement.

2. We _______________________________________________________ Bank

Ltd., do herby undertake to pay the amount due and payable under this Guarantee

without any demur merely on a demand from the Government stating that the

amount claimed is due by way of loss or damage caused to or would be caused to

or suffered by the Government by reason of-breach by the said Contractor(s) or

any of the terms and conditions contained in the said Agreement or by reason of

the Contractor(s)‟s failure to perform the said Agreement. Any such demand

made on the Bank shall be conclusive as regards the amount due and payable by

the bank under this Guarantee. However, our liability under this Guarantee shall

be restricted to an amount not exceeding Rs.

____________________________________ .

3. We undertake to pay the Government any money so demanded not withstanding

any dispute or dispute(s) raised by the contractor(s) /Supplier(s) in any suit or

proceeding pending before any court or tribunal relating thereto our liability

under this present being absolute and unequivocal.

The payment so made by us under this bond shall be valid discharge of our

liability for-payment thereunder and the contractor(s)/Supplier(s) shall have no

claim against us for making such payment.

Page 25: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 25

4. We, _____________________________________________________ Bank

Ltd., further agreed that the Guarantee herein contained shall remain in full force

and effect during the period that would be taken for the performance of the said

Agreement and that it shall continue to be enforceable till all the dues of the

Government under or by virtue of the said Agreement have been fully paid and its

claim satisfied or till

__________________________________________________ (office /

department) Ministry of _________________________ certified that the terms

and conditions of the said Agreement have been fully and properly carried out by

the said Contactors(s) and accordingly discharges the Guarantee. Unless a

demand or claim under this Guarantee is made on us in writing on or before the

______________________________ we shall be discharge from all liabilities

under this Guarantee thereafter.

5. We, _____________________________________________________ Bank

Ltd., further agree with the Government that the Government shall have the

fullest liberty without our consent and without affecting in any manner our

obligations hereunder to vary any of the terms and conditions of the said

Agreement or to extend time of Performance by the said contractor(s) from time

to time or to postpone for any time or from time to time any of the powers

exercisable by the government against the said contractor(s) and to forbear or

enforce and of their terms and conditions relating to the said Agreement and we

shall not be relieved from our liability by reason of any such variation, or

extension being granted to the said contractor(s) or for any forbearance act or

omission on the part of the Government or any indulgence by the Government to

the said contractor(s) or by any such matter or thing whatsoever which under the

law relating to sureties would but for this provision have effect of so relieving us.

6. This Guarantee will not be discharged due to the change in the constitution of the

Bank or the contractor(s) / “Supplier(s)”.

7. The Bank hereby also declare that it has the power to issue this Guarantee in

favour of the Government under the constitution of the Bank as provided in the

Banking Companies (Acquisition and transfer of undertaking) Act. 1970, and the

undersigned has full power to do so under the Power of Attorney dated

____________ granted to him by the Bank.

8. We, ____________________________________ ___________________ Bank

Ltd. lastly undertake not to revoke this Guarantee during its currency except with

the previous consent of the Government in writing.

Dated, the ________________________ day of _______________________

for _______________ Bank Ltd.

Page 26: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 26

FORMAT FOR COMPANY/FIRM‟S PROFILE

(To be filled by firm‟s partners/proprietor/manager while participating

the works contract in Metro Railway of Rolling Stock Organization.)

1.

(a) Name of Firm ::

(b) Telegraphic Address ::

(c) Address of Head Office ::

(d) Telephone No: Fax No

(e) e- mail address ::

(f) Address of Branches

(i) ::

(ii) ::

2. (a) Is your firm incorporated under the

Companies‟ law, or any other law of India?

::

(b) Who are the partners/proprietors/

Directors. Please give their names and

address(s).

::

(c) Is your factory registered under the

Indian Factories Act? If yes, please

furnish details.

::

3. Does your firm comes under the Scope

of the industries (development and

regulation) Act? If so, the number and

date of registration, or license held

under the act. If yes, please give

details.

::

4. (a) Do you pay income tax? If so, Income Tax

Clearance Certificate to be enclosed. ::

(b) Sales Tax Registration No./VAT No. ::

(c) Central Sales Tax Registration No. ::

5. If you are a manufacturer/ fabricator,

please furnish the following details.

(a) (i) Whether proprietorship or

private Limited or public

limited company.

::

(ii) Name and address of the

Partners/Directors. ::

Page 27: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 27

(iii) Name board and size of the board ::

(iv) Location of administrative office

(if any landmark available, to be

mentioned)

::

(v) Location of Factory and complete

address. ::

(vi) Working hours. ::

(b) Brief description of the factory

(i) Area.

(ii) Covered Area.

(iii) Accommodation.

(iv) Departments into which it divided

(All departments are to be

mentioned)

(v) Laboratory facilities – give the

details of facilities available and

laboratory equipments,

instruments, gadgets, standard,

calibration equipment etc.

(a) Chemical & Metallurgical.

(b) Electrical.

I Electronics.

(vi) Number of qualified Engineers

Employed

(vii) Designation of head of production

and his qualification.

(viii) Designation of head of quality

assurance and his qualification.

(c) Date on which production was

started in the case of new

Industries.

(d) (i) Details Factory layout details such

as machinery – area, inspection

room, Design section, Laboratory,

etc.

(ii) Details of area.

(iii) Covered area.

(iv) Open area.

(e) Details of material handling Equipment

etc.

(i) EOT Crane

(ii) Gantry Crane No. and Capacity.

(iii) Mobile Crane No. and Capacity.

Page 28: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 28

(f) List out complete plant & machinery

installed and their type, description, model,

year of manufacturing, year of

procurement and installation (List to be

enclosed and following format)

::

Sl.

No.

Description Make Capacity Year of

commissioni

ng

Whether

Machine is in

working order

or out of order.

If out of order

then mention

the date and

year.

Remarks

[1] [2] [3] [4] [5] [6] [7]

(g) Details of stores or class of Stores, which

the factory, as equipped, is capable of

production.

::

(h) (a) Details of arrangement for the

factory, but utilize the factory of

some other firm for the

manufacture/fabrication of stores.

::

(b) In case of bought out item of inward

stores, what is the quality check

brochure apart from inspection report of

suppliers.

(i) In case you do not own the factory but

utilize the factory of some other firm

for the manufacture/fabrication of

specific stores, furnish legal

agreement.

::

(j) Organisation Chart ::

Page 29: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 29

(i) This will cover the organization details

with the chart of hierarchy from top to

bottom. Functions of each

department/section may also be spelt out

such as design department,

manufacturing division quality control

design, marketing division, accounts and

administrative departments, etc.

6.

Classes of articles imported by the firm

:

7. Staff strength

technical

:

Sl. No. Particulars Qualification Experience Remarks

1. Managers

2 Engineer

Degree

Diploma

3 Supervisors

4 Artisans

5 Labourers Qualification

may be ignored.

8.

Do you have an ISO 9001 Certificate or

equivalent.

::

9.

Performance status:

Details of works contract executed in

the Metro Rly, Railways, Govt.

Organisation, Private Organisation.

(Details to be furnished separately)

::

10.

Whether you have any sister/allied

concern? (say „yes‟ or „no‟)

:

(a) If yes, give details of sister/allied concern. :

(b) Name and address of sister/allied concern.

I/We ……………………………………………………… do hereby declare that the entries

made in this application form are true to the best of my/our knowledge and also that we shall

be bound by the acts of my/our duly constituted attorney.

Shri………………………………………………….. who has signed this application and of

other person, who in future may be appointed by me/us in this need to carry on the business

of the concern whether an intimation of such change is given to the railway or not.

I/We do hereby confirm that I/We have read the condition governing Railway contract, as

from amended from time-to –time and would abide by these conditions in all respect.

Page 30: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 30

PART – III

CHAPTER-III

3.3 PREAMBLE TO OPEN TENDER NO: MR/POH/74/94 DATED: 16.06.2015

3.3.1 Name of Work : Safety Certification from competent authority under rule 2A of the

Factory Act 1958 for three years of different items of NOA& TOL car shed.

3.3.2 Approx Estimated Cost: Rs. 2,21,361/-

3.3.3 Period of Completion: All work relating to this contract are to be completed in respect as per the following

time schedule, time being the essence of contract:

Description Time Period

(i) Date of issue of Letter of Acceptance D

(ii) Date of completion of entire work D + 36 month

3.3.4 Tender if received with less than 120 days validity time shall be treated as invalid.

3.3.5 Tender document should be signed, in all pages and submitted along with Earnest

Money. Without Earnest Money tender will be summarily rejected.

3.3.6 Variation of Work:

3.3.6.1 Individual NS items in contracts shall be operated with variation of plus or minus

25% and payment would be made as per the agreement rate. For this, no finance

concurrence would be required.

3.3.6.2 In case of increase in quantity of an individual item by more than 25% of the

agreement quantity is considered unavoidable, the same shall be got executed by

floating a fresh tender. If floating a fresh tender for operating that item is considered

not practicable, quantity of that item may be operated in excess of 125% of

agreement quantity subject to the following conditions:

(a) Operation of an item by more than 125% of agreement quantity needs the approval

of an officer not less than S. A. Grade;

(i) Quantities operated in excess of 125% but up to 140% of the agreement

quantity of the concerned item, shall be paid at 98% of the rate awarded for

that item in that particular tender;

(ii) Quantities operated in excess of 140% but up to 150% of the agreement

quantity of the concerned item shall be paid at 96% of the rate awarded for

that item in that particular tender;

(iii) Variation in quantities of individual items beyond 150% will be prohibited

and would be permitted only in exceptional unavoidable circumstances with

the concurrence of associate finance and shall be paid at 96% of the rate

awarded for that item in that particular tender.

(b) The Variation in quantities as per above formula will apply only to the Individual

items of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreement value should not be

permitted and, if found necessary, should be only through fresh tenders or by

negotiating with existing contractor, with prior personal concurrence of FA & CAO

/ FA & CAO(C) and approval of General Manager.

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

(a) The contract signing authority can decrease the item up to 25% of individual

item without finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement

Page 31: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 31

value, the approval of an officer not less than rank of S. A. Grade may be

taken after obtaining „No claim Certificate‟ from the contractor and with

finance concurrence, giving detail reason for each such decrease in the

quantities.

(c) It should be certified that the work proposed to be reduced will not be

required in the same work.

3.3.6.4 The limit for varying quantities for minor value items shall be 100% (as against

25% prescribed for other items). A minor value item for this purpose is defined as

an item whose original agreement value is less than 1% of the total original

agreement value.

3.3.6.5 No such quantity variation limit shall apply for foundation items.

3.3.6.6 As far as SOR items are concerned, the limit of 25% would apply to the value of

SOR schedule as a whole and not on individual SOR items. However, in case of NS

items, the limit of 25% would apply on individual items irrespective of the manner

of quoting the rate (single percentage rate or individual item rate)

3.3.6.7 For tenders accepted at Zonal Railway level, variation in quantities will be approved

by the authority in whose powers revised value of the agreement lies.

3.3.6.8 For tenders accepted by General Manager, variations up to 125% of the original

agreement value may be accepted by General Manager.

3.3.6.9 For tenders accepted by Board Members and Railway Ministers, variations up to

110% of the original agreement value may be accepted by General Manager.

3.3.6.10 The aspect of vitiation of tender with respect to variation in quantities should be

checked and avoided. In case of vitiation of the tender (both for increase as well as

decrease of value of contract agreement), sanction of the competent authority as per

single tender should be obtained.

3.3.7 Tender paper is not TRANSFERABLE.

3.3.8

Earnest Money: The tenderer shall deposit Rs. 4,430/- (Rupees Four Thousand Four Hundred

Thirty) only only as per clause 3.1.8 of Tender Notice. No interest will be paid

for the Earnest Money.

3.3.9

Security Deposit

3.3.9.1 The Earnest money deposited by the contractor with his tender will be retained by

the railways as part of security for the due and faithful fulfillment of the contract

by the contractor. The balance to make up the security deposit, the rates for which

are given below, may be deposited by the Contractor in cash or may be recovered

by percentage deduction from the contractor‟s “on account” bills. Provided also

that in case of defaulting contractor the Railway may retain any amount due for

payment to the Contractor on the pending “on account bills” so that the amount so

retained may not exceed 10% of the total value of the contract.

3.3.9.2 The Security Deposit/ rate of recovery/ mode of recovery shall be as under: -

3.3.9.3 Security Deposit for each work should be 5% of the contract value.

3.3.9.4

The rate of recovery should be at the rate of 10% of the bill amount till the full

security deposit is recovered.

3.3.9.5 Security Deposit shall be recovered only from the running bills of the contract and

no other mode of collecting SD such as SD in the form of instrument like BG, FD

etc. shall be accepted towards Security Deposit.

3.3.9.6 After the work is physically completed, security deposit recovered from the

running bills of a contractor can be returned to the firm if they so desires, in lieu of

Page 32: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 32

FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by the

firm.

3.3.9.7

No interest will be paid for the Security Deposit.

3.3.10 Performance Guarantee & Security Deposit money will be released as guide in

para 3.3.11.5.

3.3.11

Performance Guarantee:

The successful contractors have to submit / deposit the performance guarantee,

which is outlined below:

3.3.11.1 The successful bidder shall have to submit a Performance Guarantee (PG) within

30 (thirty) days from the date of issue of Letter Of Acceptance (LOA). Extension

of time for submission of P.G. beyond 30 days and up to 60 days from the date of

issue of LOA may be given by the Authority who is competent to sign the

contract agreement. However, a panel interest of 15% per annum shall be

charged for the delay beyond 30 days, i.e. from 31st day after the date of issue of

LOA. In case the contractor fails to submit the requisite PG even after 60 days

from the date of issue of LOA, the contract shall be terminated duly forfeiting

EMD and other dues, if any payable against that contract. The failed contractor

shall be debarred from participating in re-tender for that work.

3.3.11.2 The successful bidder shall submit a Performance Guarantee (PG) in any of the

following forms, amounting to 5% of the contract value:

(i) A deposit of cash;

(ii) Irrevocable bank guarantee

(iii) Government Securities including State Loan Bonds at 5% below the

market value;

(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds.

These forms of Performance Guarantee could be either of the State Bank

Of India or of any of the Nationalized Bank;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all

Scheduled Bank;

(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 Certificate at 5% below market value or at the face value which

is less.

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

accepted.

3.3.11.3

The Performance Guarantee shall be submitted by the successful bidder after the

Letter Of Acceptance (LOA) has been issued, but before signing of the

agreement. This P.G. shall be initially valid up to the stipulated date of

completion plus 60 days beyond that. In case, the time for completion of work

gets extended, the contractor shall get the validity of P.G. extended to cover such

extended time for completion of work plus 60days.

3.3.11.4 The value of P.G. to be submitted by the contractor will not change for variation

up to 25% (either increase or decrease). In case during the course of execution,

the value of contract increases by more than 25% of the original contract value,

an additional Performance Guarantee amounting to 5% (five percent) for the

Page 33: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 33

excess value over the original contract value shall be deposited by the contractor.

3.3.11.5 The Performance Guarantee (PG) shall be released after the 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 the expiry of the

maintenance period and after passing the final bill based on “No Claim

Certificate” from the contractor.

3.3.11.6 Wherever the contracts are 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

member/ partner of such a firm shall be debarred from participating in the

tender for the balance work either in his/her individual capacity or as a partner of

any other JV / partnership firm.

3.3.11.7 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 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

describe herein above, in which event the Engineer may claim the full amount of

the Performance Guarantee.

ii. Failure by the contractor to pay President of India any amount due, either as

agreed by the contractor or determined under any of the Clauses/Conditions of

the agreement, within 30 days of the service of notice to this effect by Engineer.

iii. The contract being determined or rescinded under provision of the GCC, the

Performance Guarantee shall be forfeited in full and shall be absolutely at the

disposal of President of India.

3.3.11.8 Mode of Deposition of Performance Guarantee Bond:

The Performance Bank Guarantee should be as per Proforma given in Form-9

The original Bank Guarantee to be submitted by the firm should be sent to the

concerned authority (Dy. Chief Electrical Engineer/POH/NOA) directly by the

issuing bank under Registered Post (A.D.).

3.3.12

Indeminity Bond:-

Firm shall be required to furnish on Indemnity Bond in prescribed Format before

taking out any Railway material from Metro Railway‟s premises. The value of the

item should be communicated by Railway.

3.3.13 Last date for submission of Tender:

The tender shall be submitted in the manner prescribed in para 3.1.13 of Tender

Notice not letter than 13.00 hrs (IST) on 21.07.2015.

3.3.14

Date of opening of Tender:

The Tender Box shall be sealed exactly at 13.00 hrs. (IST) on 21.07.2015 and

shall be opened at 16.00 hrs. (IST) on the same day in presence of the Tenderers

or their authorized representative as may present in on the aforesaid date and

time.

3.3.15 Method of Evaluation of tender:

3.3.15.1 Offer will be checked for ensuring that all the pages of tender document duly

signed by authorized signatory have been submitted with offer or not. Unsigned

Page 34: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 34

pages shall not be considered.

3.3.15.2 Requisite Tender cost and requisite Earnest money in acceptable form have been

submitted with offer or not shall be checked. If not submitted along with the

offer, the offer shall be summarily rejected.

3.3.15.3 It shall be checked whether all the forms in tender documents has been properly

filled up or not.

3.3.15.4 Reasonability of rate shall be judged of technical suitable offers. If the rates are

found reasonable then the economics of the rate shall be considered amongst the

otherwise acceptable offers. As far as possible lowest offer among the otherwise

acceptable offer shall be considered. The tenderer shall note that as per para-

1.1.6 of part-I of tender document, the purchaser shall not be bound to accept

the lowest offer or any other tender or to assign any reason for not acceptance or

rejected of a particular tender or tenders. The Purchaser reserves the right to

accept any tender in respect of the whole or any portion of the work specified

in the tender papers or to sub-divide the work among different tenderers or to

reduce the work or to accept any tender for less than the tendered quantities

without assigning any reason whatsoever.

3.3.15.5 Tender if received with less than 120 days validity time shall be treated as

invalid tender and shall be summarily rejected.

3.3.15.6 Normally Late / Delayed tendered shall not be considered and shall be dealt as

per guidelines of Rly. Board on this issue.

3.3.15.7 The offer shall be summarily rejected if the instrument / documents mentioned

at 3.3.16.1, 3.3.16.2 & 3.3.16.3 are not submitted with the offer. If it is seen that

the offer is otherwise acceptable but firm did not submit the documents

mentioned other than 3.3.16.1, 3.3.16.2 & 3.3.16.3 then firm may be given an

opportunity to submit the same within specified time by Metro Railway. Failure

to submit the documents within the specified time shall call for rejection of the

offer irrespective of the rate.

3.3.15.8 Metro Railway reserve the right to call any additional documents at any stage of

evaluation of tender. Tenderer has to submit the same within specified time.

Failing of which offer shall be liable for rejection.

3.3.16

Essential features:

3.3.16.1 Earnest money as per Para 3.1.8 and cost of tender documents as per Para 3.1.5

in acceptable form shall be submitted with offer of this tender.

3.3.16.2 All the pages of tender document duly signed by authorized signatory shall to be

submitted with the offer.

3.3.16.3 The Firm participating this Tender should have the Competent Person having

the valid competency certificate issued by Chief Inspector of Factories, under

Directorate of Factories, Govt. of West Bengal in pursuance of Rule 2A of West

Bengal Factories Rules, 1958 made under section 2(Ca) read with section 112 of

the factories Act,1948.

The copy of the above have to be produced with the Tender.

3.3.17 Desirable features:

3.3.17.1 All the forms in tender documents shall be properly filled up and as per

requirement relevant papers have to be submitted along with the offer.

3.3.18 Liquidated Damage:

All the works relating to this contract are to be completed in respect as per the

time schedule at clause 3.3.3 of tender document. The existing clause 17B of

Page 35: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 35

GCC provides for recovery of liquidated damage from contractor for delay in

completion of works. Any delay in execution of work the competent authority

while granting extension to the currency of contract under clause 17(B) of GCC

may also consider levy of token penalty as deemed fit based on the merit of the

case.

3.3.19 Address : -

The relevant address for various purposes, in connection with the Tender are given below: -

i) General Correspondence: Dy. Chief Mechanical Engineer/POH/NOA

Office of the Chief Electrical Engineer/RS,

Dum Dum Car Depot Complex,

Metro Railway, Kolkata-700090.

ii) Earnest money and

Security Deposit:

FA & CAO/ Cash & Pay,

Metro Railway, Kolkata, 1st floor,

33/1, J.L. Nehru Road, Kolkata-700071

iii) Place of Submission of

tender:

i) Office of the Chief Electrical Engineer/RS,

Dum Dum Car Depot Complex,

Metro Railway, Kolkata-700090.

ii) Office of Chief Electrical Engineer,

6th

floor, 33/1, J.L. Nehru Road, Kolkata-700071

iv) Place of opening of

tender:

Office of the Chief Electrical Engineer/RS,

Dum Dum Car Depot Complex,

Metro Railway, Kolkata-700090.

Page 36: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 36

PART – III

CHAPTER- IV

3.4 Special condition of the contract :

3.4.1 The special conditions set hereunder refer specifically to the work stated in

Tender notice.

3.4.2 Work to be executed under this contract is to be carried out as per direction of

the Dy. CME/POH or his authorized representative.

3.4.3 The General Conditions of Tendering And Condition of Contract (Electrical) 3rd

editions 1988 (Reprint 19991), issued by Chief Electrical Engineer, Metro

Railway, Kolkata as amended up to date and designated as part- I of this Tender

Document, shall be binding in this contract, in all maters unless otherwise

specified herein or elsewhere in the Tender Documents. The same is available in

the office of the Chief Electrical Engineer, Metro Railway, Kolkata, 6th

floor,

33/1, J.L. Nehru Road, Kolkata-700071 and can be studied before quoting the

offer. The intending Tenderer who is willing to collect the copy of the same on

production of Cash receipt for Rs 100/- towards the cost of the Tender Document

Part –I, after depositing the amount with Divisional Cashier, Metro Railway,

Kolkata, 1st floor, 33/1, J.L. Nehru Road, Kolkata-700071, on any working days

Creditable to Allocation – 93-652-99 (O&M) if they.

3.4.4 The Tender Document shall be filled in accordance with regulation set in part –I

and herein.

3.4.5 The Tenderer shall quote his rate with reference to the whole work and not for a

portion of the work. Tender received only for a portion of the work are liable to

be disqualified.

3.4.6 It shall be noted by the tenderer that the standard price variation clause 1.3.12

and Statutory variation of Taxes and Duties clause 1.3.8 of Part-I (General

Conditions of Tendering and Conditions of contract ) will not be applicable for

this instant tender, as such the same clause shall be treated as deleted . As such

price escalation is not admissible and rate shall be firm.

3.4.7 It shall be noted by the tenderer that the Advance Clause 1.1.35 of part-I

(General Condition of tendering and Conditions of Contract ) will not be

applicable for this instant tender as such the same clause shall be treated as

deleted.

3.4.8 The value of the stamp paper appearing in 30/- in pages 77, 79 & 93 of the

General Conditions of Tendering and conditions of contract ( Electrical ) Part-I

shall be read as Rs. 50/- N.J. Stamp.

3.4.9 The entries under sub para 1.2.49.2 of General conditions of the Tendering and

conditions of contract ( Electrical ) Part –I shall be substituted by the following :

“The Arbitration and conciliation Act, 1996 and the Rules there under and

any statutory modification thereof shall apply to the Arbitration Proceedings,

under this clause. Accordingly, the procedure outlined in para 1.2.49.4 to

1.2.49.8 stands modified in the line with the above Act.

3.4.9.1 Demand for Arbitration: -

(i) In the event of any dispute or difference between the parties here to as to the

construction or operation of this contract, or the respective rights and liabilities of

the parties on any matter in question, dispute or difference on any account or as to

the withholding by the Railway of any certificate to which the Contractor may

claim to be entitled to, or if the Railway fails to make a decision within 120 days,

then and in any such case, but except in any of the „excepted matters‟. Contractor,

Page 37: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 37

after 120 days but within 180 days of his presenting his final claim on disputed

matters, shall demand in writing that then dispute or difference be referred to

arbitration.

(ii) The demand for arbitration shall specify the matters which are in question, or

subject of the dispute or difference as also the amount of claim item wise. Only

such dispute(s) or difference (s) in respect of which the demand has been made,

together with counter claims or set- off, given bv the Railway, shall be referred to

arbitration and other matters shall not be included in the reference.

(a) The arbitration proceedings shall be assumed to have commenced from the

day a written and valid demand for arbitration is received by the Railway.

(b) The claimant shall submit his claim stating that the facts supporting the

claims alongwith all relevant documents and the relief or remedy sought

against each claim within a period of 30 days from the date of appointment

of the Arbitral Tribunal.

(c) The Railway shall submit its defence statement and counter claim(s), if

any, within a period of 60 days of receipt, of copy of claims from Tribunal

thereafter, unless otherwise extension has been granted by Tribunal.

(d) “Place of arbitration:- The place of – arbitration would be within the

geographical limits of the Division of the Railway where the cause of

action arose or the Headquarters of the concerned Railway or any other

place with the written consent of both the parties.”

(iii) No new claim shall be added during proceedings by either party. However, a party

may amend or supplement the original claim or defence thereof during the course

of arbitration proceedings subject to acceptance by Tribunal; having due regard to

the delay in making it.

(iv) If the Contractors) does / do not prefer his/their specific and final claims in

writing, within a period of 90 days of receiving the intimation from the Railways

that the final bill is ready for payment, he/they will be deemed to have waived

his/their claim(s) and the Railway shall be discharged and released of all liabilities

under the contract in respect of these claims.

3.4.9.2 Obligation during tendency of arbitration: -

Work under the contract shall unless otherwise directed by the Engineer, continue

during the arbitration proceedings and no payment due or payable by the Railway

shall be withheld on account of such proceedings, provided, however, it shall be

open for Arbitral Tribunal to consider and decide whether or not such work should

continue during arbitration proceedings.

3.4.9.3

(a) (i) In cases where the total value of all claims in question added together does

not exceed Rs. 10,00,000/- (Rupees ten lakhs only), the Arbitral tribunal

shall consist of a sole arbitrator who shall be a gazetted officer of Railway

not below JA grade, nominated by the General Manager. The sole arbitrator

shall be appointed within 60 days from the day when a written and valid

demand for arbitration is received by GM.

(ii) In cases not covered by clause‟ „ 3.3.19.3 (a)(i), the Arbitral

Tribunal shall 1 consist of a panel of three Gazetted Rly. Officers not

below JA grade or 2 Railway Gazetted Officers not below JA Grade and a

retired Railway Officer, retired not below the rank of SAG Officer, as the

arbitrators. For this purpose, the Railway will send a panel of more than 3

names of Gazetted Rly. Officers of one or more departments of the Rly.

Which may also include the name(s) of retired Railway Officer(s)

empanelled to work as Railway Arbitrator to „the contractor within 60 days

Page 38: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 38

from the day when a written and valid demand for arbitration is

received by the GM. Contractor will be asked to suggest to General

Manager at least 2 names out of the panel for appointment as contractor‟s

nominee within.30 days From the date of dispatch of the request bv

Railway. The General Manager shall appoint at least one out of them as the

contractor‟s nominee and will, also simultaneously appoint the balance

number of arbitrators either from the panel or from outside the panel, duly

indicating the „presiding arbitrator‟ from amongst the 3 arbitrators so

appointed. GM shall complete this exercise of appointing the Arbitral

Tribunal within 30 davs from the receipt of the names of contractor‟s

nominees. While nominating the arbitrators it will be necessary to ensure „

that one of them is from the Accounts department. An officer of Selection1

Grade of the Accounts Department shall be considered of equal status to the

officers in SA grade of other departments of the Railway for the purpose of

appointment of arbitrators.

(iii) In one or more of the Arbitrators appointed as above refuses to act as

Arbitrator, withdraws from his office as Arbitrator, or vacates his/their

office/offices or is/are unable or unwilling to perform his functions as

Arbitrator for any reason whatsoever or dies or in the opinion of the General

Manager fails to act without undue delay, the General Manager shall appoint

new Arbitrator/Arbitrators to act in his/their place in the same manner in

which the earlier Arbitrator/Arbitrators had been appointed. Such

reconstituted Tribunal may, at its discretion, proceed with the reference from

the stage at which it was left by the previous Arbitrator (s).

(iv) The Arbitral Tribunal shall have power to call for such evidence by way of

affidavits or otherwise, as the Arbitral Tribunal shall think proper shall be

the duty of the parties hereto- to- do or cause” to be done all such things as

may be necessary to enable the Arbitral Tribunal to make the award without

any delay. The Arbitral Tribunal should record day-to-day proceedings. The

proceedings shall normally be conducted on the basis of documents and

written statements.”

The Arbitral Tribunal shall have power to call for such evidence by way of

affidavits or otherwise as the Arbitral Tribunal shall trunk proper, and it

shall be the duty of the parties hereto to do or cause to be done all such

things as may be necessary to enable the Arbitral Tribunal to make the

award without any delay.

(v) While appointing arbitrators) under sub-clause (i), (ii) & (iii) above, due

care shall be taken that he/they is/are not the one/those who had an

opportunity to deal with the matters to which the contract relates or to who

in the course of his/their duties as Railway servant(s) expressed views on all

or any of the matters under dispute or differences. The proceedings of the

Arbitral Tribunal or the award made by such Tribunal will however, not be

invalid merely for the reason that one more Arbitrator had in the course of

his service, opportunity to deal with the matters to which the contract

relates or who in the course of his/their duties expressed views on all or any

of the matters under dispute.

(b) (i) The Arbitral award shall state item-wise, the sum and reasons upon which it

is based. The analysis and reasons shall be detailed enough so that the

Page 39: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 39

award could be inferred there from.”

(ii) A party may apply for corrections of any computational errors, any

typographical or clerical errors or any other error of similar nature

occurring in the award and the interpretation of a specific point of award to

Tribunal within 60 days of receipt of the award.

(iii) A party may apply to tribunal within 60 days of receipt of award to make an

additional award as to claims presented in the arbitral proceedings but

omitted from the arbitral award.

3.4.9.4 In case of the Tribunal consisting of three members, any ruling or award shall be

made by a majority of Members of Tribunal. In the absence of such a majority, the

views of the Presiding Arbitrator shall prevail.

3.4.9.5 Where the arbitral award is for the payment of money, no interest shall be payable

on whole or any part of the money for any period till the date on which the award

is made.

3.4.9.6 The cost of arbitration shall be borne by the respective parties. The cost shall

inter-alia include fee of the arbitrator(s) as per the rates fixed by the Railway

Board from time to time and the fee shall be borne equally by both the parties.

Further, the fee payable‟ to the arbitrator(s) would be governed by the instructions

issued on the subject by Railway Board from time to time irrespective of the fact

whether the arbitrator(s) is/are appointed by the Railway Administration or by the

court of Law unless specifically directed by Hon‟ble court otherwise on the

matter”

3.4.9.7 Subject to the provisions of the aforesaid Arbitration and Conciliation Act‟1996

and the rules there under and any statutory modifications thereof shall apply to the

arbitration proceedings under this clause.

3.4.10 Withholding and lien in respect of sums claimed :

3.4.10.1 Whenever any claim or claims for payment of a sum of money arises out of or

under the contract against the contractor, the Railway shall be entitled to withhold

and also have a lien to retain such sum or sums in whole or in part from the

security, if any, deposited by the contractor and for the purpose aforesaid, the

Railway shall be entitled to withhold the said cash security deposit or the security,

if any, furnished as the case may be and also have a lien over the same pending

finalisation or adjudication of any such claim. In the event of the security being

insufficient to cover the claimed amount or amounts or if no security has been

taken from the Contractor, the Railway shall be entitled to withhold and have a

lien to the extent of the such claimed amount or amounts referred to supra, from

any sum or sums found payable or which at any time thereafter may become

payable to the Contractor under the same contract or any other contract with this or

any other Railway or any other department of the Central Government pending

finalisation or adjudication of any such claim.

3.4.10.2 It is an agreed terms of the contract that the sum of money or moneys so withold or

retained under the lien referred to above, by the Railway will be kept withheld or

retained as such by the Railway till the claim arising out of or under the contract is

Page 40: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 40

determined by the arbitrator ( if the contract is governed by the arbitration clause)

or by the competent court as the case may be and that the Contractor will have no

claim for interest or damages whatsoever on any account in respect of such

withholding or retention under the lien referred to supra and duly notified as such

to the Contractor. For the purpose of this clause where the contractor is a

partnership firm or a limited company, the Railway shall be entitled to withhold

and also has a lien to retain towards such claimed amount or amounts in whole or

in part from any sum found payable to any partner / limited company, as the case

may be whether in his individual capacity or otherwise.

3.4.10.3 Lien in respect of claims in other Contracts:

Any sum of money due and payable to the Contractor (including the Security

deposit returnable to him) under the contract may be withheld or retained by way

of lien by the Railway against any claim of this or any other Railway or any other

department of Central Government in respect of payment of a sum of money

arising out or under any other contract made by the contractor with this or any

other department of Central Government.

3.4.10.4 However, recovery of claims of Railway in regard to terminated contracts may be

made from the Final Bills, Security Deposits and Performance Guarantees of other

contract or contracts executed by the contractor. The Performance Guarantee

submitted by the Contractor against other Contracts, if required, may be withheld

and encashed. In addition, 10% of each subsequent „On-account bill‟ may be

withheld, if required, for recovery of Railways dues against the terminated

contract.

3.4.10.5 It is an agreed term of the contract that the sum of money so withheld or retained

under this clause by the Railway will be kept withheld or retained as such by the

Railway till the claim arising out of or under other contract is either mutually

settled or determined by the arbitration, if the other contract is governed by the

arbitration clause or by the competent court as the case may be and Contractor

shall have no claims for interest or damages whatsoever on this account or any

other ground in respect of any sum of money withhold or retained under this clause

and duly notified as such to the contractor.

3.4.11 The tenderer may be noted that as per para-1.1.6 of part-I of tender document, the

purchaser shall not be bound to accept the lowest or any other tender or to

assign any reason for not acceptance or rejected of a particular tender or tenders.

The Purchaser reserves the right to accept any tender in respect of the whole or

any portion of the work specified in the tender papers or to sub-divide the work

among different tenderers or to reduce the work or to accept any tender for less

than the tendered quantities without assigning any reason whatsoever

3.4.12 TESTING & CERTIFICATION:

Statutory testing, inspection & certification of different lifting tools, tackles,

cranes, hoists and pressure vessels and plants should be done as per Factories rules

55 & 56 of 1958 and section 29 &31 of 1948.

3.4.13 Guarantee Period :

All the works as per Schedule should be guaranteed against performance for a

Page 41: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 41

period of 12 months from the date of issue of Certificate.

Any defects that may be cropped up during the Guarantee period should be

rectified by the Firm at free of cost.

3.4.14 Schedule of Price:

3.4.14.1 The unit rate is included with men and materials and Taxes and duties with all

other charges i.e. Transportation charges. No price escalation is applicable as such,

rate shall be firm and shall hold good till completion of work even up to extended

period .

3.4.14.2 Tenderer has to quote the Percentage (%) above/below/at par on the total cost

indicated by Metro Railway for the work schedule shown in Schedule-1 only.

Rates of individual item should not be altered.

3.4.14.3 No Release materials will be generated in this work.

3.4.14.4 Item wise Explanatory note to Schedule-I in Chapter V of Part-III.

3.4.15 Payment and Recovery term:

3.4.15.1 Subject to any deduction or recoveries which the Purchaser may be entitled to

make under the contract, the contract shall, unless otherwise agreed to, be entitled

to get the payments subject to conditions stipulated in the subsequent clauses:

100% payment will be made after successful Certification of each lot in every

year on submission of bill & supporting documents duly signed and approved by

consignee or his authorized representative.

3.4.15.2 No advance payment will be given by Metro Railway.

3.4.15.3 Income Tax as applicable rate of the gross amount of bills and surcharges & Cess

thereof, as applicable, will be deducted at source from the bills preferred by the

contractor in accordance with the relevant provision of the Income Tax act, subject

to any other amendment from time to time, unless an exemption certificate from

the appropriate authority against such deduction is submitted. Necessary Tax

deduction Certificate will, however, be issued by Metro Railway.

3.4.15.4 Works Contract Tax 3% (three percent), subject to any other amendments from

time to time, will be deducted from the gross amount of bills, unless an exemption

certificate to this effect is produced by the contractor from the competent authority.

The contractor has to submit valid STCC/VAT clearance certificate without which

works contract tax 5%(five percent), subject to any other amendments from time to

time, will be deducted from the gross amount of bills.

.

3.4.15.5 Electronic Fund Transfer (NEFT) Mandate Form: The tenderer‟s are required to

fill up the National Electronic Fund Transfer (NEFT) Mandate Form enclosed with

tender document.

Page 42: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 42

PART – III

Chapter - V

3.5 Explanatory notes to the schedule of works:

This chapter deals with the scope of work covered under each item of the schedule –

IA for the purpose of payment. This chapter should be carefully read in conjunction

with Technical specification in part – II, Special condition and other relevant clause of

the Tender Document before quoting the rate.

Schedule – I A: Safety Certification from competent authority under rule 2A of the Factory

Act 1958 for three years of different items of Noapara POH shop.

Item – 1 to 11: The rate for Safety Certification from competent authority under rule 2A of

the Factory Act 1958 for three years of different items of Noapara POH Shop

shall also be inclusive of men and material and all taxes and duties and all

other incidental charges such as transportation charges from and to Noapara

POH Complex etc.

SPECIAL NOTE:

The laminated Sheet with Tag should be affix in each machines/ tools and equipments

indicating date of Testing and date of Expiry of Safety Certification.

Page 43: OFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING …mtp.indianrailways.gov.in/mtp/notice/1434613883053_94_Tender_Document.pdfOFFICE OF THE CHIEF ELECTRICAL ENGINEER/ROLLING STOCK DUM

Signature of tenderer(s) as per Para 1.1.28.2 Note(i) of GCC. Reprint 1991 Page 43

ANNEXURE-I

CHECKLISTS FORMAT

CHECK LIST FOR INFORMATION TO BE FURNISHED WITH THE OFFER

Tenderer shall write “Yes” if the information is enclosed with the offer, write “No” if the

information is not enclosed and return this checklist as part of the OFFER duly signed by

authorized representative of the tenderer.

The offer may not be considered if the following information and this checklist are not

enclosed with the Offer.

Tender No. MR/POH/74/94 dated : 16.06.2015

Sl.

No

Activity Description Yes No Remarks

1 Whether full tender documents with all corrigendum slip

(if any) studied and each page duly signed by authorized

signatory and enclosed with offer.

2 Whether the entire corrigendum has been seen, studied,

understand and signed and enclosed with the offer.

3 Whether all the forms in tender documents properly filled

up and as per requirement relevant papers enclosed with

the offer.

(i) Form – 1 (Offer letter)

(ii) ENCLOSURE TO FORM – I

(iii) Form – 5

(iv) Form – 6

(v) Form – 7

(vi) FORMAT FOR COMPANY/FIRM‟S PROFILE

4 Whether full Earnest Money in acceptable form enclosed

with offer.

5 Any Deviation notified separately and reason for doing So

attached with the offer giving details.

6 Whether relevant document for compliance of para 3.1.1

enclosed with the offer?

7 Complete address of factory where work shall be executed

mentioned in para 5(a)(v) under “FORMAT FOR

COMPANY/FIRM‟S PROFILE”.

8 Have you signed the duly filled in check list at annexure-I

----- END OF TENDER DOCUMENT-----