Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is...

34
INTEGRAL COACH FACTORY, CHENNAI-600038 MECHANICAL DEPARTMENT TeleFax: 044 26288812 ---------------------------------------------------------------------------------------------------------------- No.M/ CPM/LHB/HK/BAY II & III /14-15 Office of the Chief Project Manager Date : 15.12.2014 TENDER INTRODUCTION Sub: Cleaning and housekeeping activities in LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, Shop 19Ref: Open Tender No.: M/CPM/LHB/HK/ BAY II & III /14-15 1.0 It is proposed to carry-out “Cleaning and housekeeping activities in LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, Shop 19” through outside agencies. 2.0 Dy.CME/LHB/ICF for and on behalf of President of India invites sealed tenders from eligible tenderers for the said work up to 14.30 hours on 19.01.2015 which will be opened at 15.00 hours on the same day ie 19.01.2015. 3.0 A sum of Rs 16,680/- (Rupees Sixteen Thousand Six Hundred and Eighty Only) towards EMD to be deposited in cash with Assistant Chief Cashier of ICF or in the form of Demand Draft or Fixed Deposit Receipts or pay orders drawn in favour of Financial Adviser and Chief Accounts Officer, ICF. This EMD, which is to be submitted along with the bid, shall be given by the Tenderer against any loss in the event of the tenderer failing to undertake the contract or to furnish the required Security Deposit within the appropriate time after the acceptance of the tender. In case, the tenderer is submitting FDR towards EMD, then the FDR shall be submitted with Auto Renewal Facility. Any other form of EMD viz., Cheques or Bank Guarantees will be summarily rejected along with the tender 4.0 List of documents Enclosed: 4.1 Special conditions of contract– Annexure A 4.2 Schedule of rates – Annexure B 4.3 Regulation for Tenders/Contracts and conditions of Tender – Annexure C 4.4 Check list – Annexure D 4.5 NEFT Form – Annexure E 4.6 Safety, Health and Environmental instructions – Annexure F 4.7 Contract Agreement form- Annexure –G 4.8 Instructions for Tender Form downloading Annexure H 4.9 Certification of site familarisation Annexure I 4.10 Statement of deviation from tendercondition & Tech spec Annex J & K 5.0 The Tenderer may send the quotation to reach the undersigned on or before 14.30 Hrs on 19.01.2015 . or deposit the quotation on or before 14.30 hrs on same day in the Tender box provided in the office of the Deputy Chief Mechanical Engineer/LHB/ICF. The Tender will be opened on the same day at 15.00 Hrs. Late quotations will not be accepted. The quotations should be sealed and the cover to be super scribed as Quotation for “Cleaning and Housekeeping of LHB Shed (Bay II & III), Shop 19” duly specifying the Tender Number“M/CPM/LHB/HK/ BAY II & III /14- 15 WORKS MANAGER/LHB/SHELL ASSEMBLY SIGNED FOR AND ON BEHALF OF PRESIDNET OF INDIA

Transcript of Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is...

Page 1: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

INTEGRAL COACH FACTORY, CHENNAI-600038 MECHANICAL DEPARTMENT

TeleFax: 044 26288812

---------------------------------------------------------------------------------------------------------------- No.M/ CPM/LHB/HK/BAY II & III /14-15 Office of the Chief Project Manager Date : 15.12.2014

TENDER INTRODUCTION Sub: Cleaning and housekeeping activities in LHB Shell manufacturing

bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, Shop 19”

Ref: Open Tender No.: M/CPM/LHB/HK/ BAY II & III /14-15 1.0 It is proposed to carry-out “Cleaning and housekeeping activities in LHB Shell

manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, Shop 19” through outside agencies.

2.0 Dy.CME/LHB/ICF for and on behalf of President of India invites sealed tenders from eligible tenderers for the said work up to 14.30 hours on 19.01.2015 which will be opened at 15.00 hours on the same day ie 19.01.2015.

3.0 A sum of Rs 16,680/- (Rupees Sixteen Thousand Six Hundred and Eighty Only)

towards EMD to be deposited in cash with Assistant Chief Cashier of ICF or in the form of Demand Draft or Fixed Deposit Receipts or pay orders drawn in favour of Financial Adviser and Chief Accounts Officer, ICF. This EMD, which is to be submitted along with the bid, shall be given by the Tenderer against any loss in the event of the tenderer failing to undertake the contract or to furnish the required Security Deposit within the appropriate time after the acceptance of the tender. In case, the tenderer is submitting FDR towards EMD, then the FDR shall be submitted with Auto Renewal Facility. Any other form of EMD viz., Cheques or Bank Guarantees will be summarily rejected along with the tender

4.0 List of documents Enclosed:

4.1 Special conditions of contract– Annexure A 4.2 Schedule of rates – Annexure B 4.3 Regulation for Tenders/Contracts and conditions of Tender – Annexure C 4.4 Check list – Annexure D 4.5 NEFT Form – Annexure E 4.6 Safety, Health and Environmental instructions – Annexure F 4.7 Contract Agreement form- Annexure –G 4.8 Instructions for Tender Form downloading Annexure H 4.9 Certification of site familarisation Annexure I 4.10 Statement of deviation from tendercondition & Tech spec Annex J & K

5.0 The Tenderer may send the quotation to reach the undersigned on or before 14.30 Hrs on 19.01.2015. or deposit the quotation on or before 14.30 hrs on same day in the Tender box provided in the office of the Deputy Chief Mechanical Engineer/LHB/ICF. The Tender will be opened on the same day at 15.00 Hrs. Late quotations will not be accepted. The quotations should be sealed and the cover to be super scribed as Quotation for “Cleaning and Housekeeping of LHB Shed (Bay II & III), Shop 19” duly specifying the Tender Number“M/CPM/LHB/HK/ BAY II & III /14-15

WORKS MANAGER/LHB/SHELL ASSEMBLY SIGNED FOR AND ON BEHALF OF PRESIDNET OF INDIA

Page 2: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 2 of 34 Signature of the Tenderer

Annexure A

SPECIAL CONDITIONS OF CONTRACT 1. TENDER NO: No. M/CPM/LHB/HK/ BAY II & III /14-15 2. NAME OF THE WORK:

Cleaning and housekeeping activities in LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, shop 19.

3. BRIEF DESCRIPTION OF WORK: 3.1 Housekeeping is an essential activity for factory and clean shop

floors free from oil and dirt makes work environment safe. Hence cleaning and housekeeping activities in the bay II & III (ie) shell assembly bay & shell manufacturing bay of LHB shed, shop 19 including the area between LHB shed and traverser in LHB shed for a period of one year. The detailed works to be carried out in the shop in the shop mentioned above is given in the scope of work.

4. LIST OF DOCUMENTS ENCLOSED:

4.1. Special conditions of contract- Annexure A 4.2. Schedule of Rates - Annexure B 4.3. Regulation for Tenders/Contracts and conditions of Tender –

Annexure C 4.4. Check list – Annexure D 4.5. NEFT Form – Annexure E 4.6. Safety, Health and Environmental instructions – Annexure F

4.7. Contract Agreement form- Annexure –G 4.8. Instructions for Tender Form downloading Annexure H 4.9. Certification of site familarisation Annexure I 4.10. Statement of deviation from tender condition & Tech spec Annex J & K

5. Validity of offer shall be minimum for 90 days (Ninety days)

from the date of opening of the Tender.

6. IT IS EMPHASIZED THAT THE TENDERER SHALL GIVE PARA-WISE COMMENTS FOR ALL THE FOLLOWING PARAS, IN THE SAME SEQUENCE TO FACILITATE EARLY FINALISATION OF TENDER.

7. The checklist at Annexure – D shall be ticked and submitted along with the quotation as a proof of coverage of all aspects in the quotation.

8. For quoting the rates the prescribed Estimate format “Schedule of Rates” at Annexure–B shall only be used by the tenderer without fail.

Page 3: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 3 of 34 Signature of the Tenderer

9. SCOPE OF WORK FOR CONTRACTOR

9.1. The scope of the work is as below.

Location and area of cleaning: LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, shop 19.

Area: 17500 sq.m The area shall cover entire area inside the shop floor, i.e. in and around all machineries (as per enclosed list), plants, CO2 welding sets, compressors, DG set shed pressure vessels, jigs, welding fixtures, path ways, the free area (includes the storage area of the material used for shell production and area between traverser and shop), S.No Activity Periodicity

a

Sweeping the entire shop floor areas and collection of mucks, scales, sand particles, unwanted plastics, waste papers, packing wood (broken pieces, decoloured and highly deteriorated wood), CO2 welding wire bits (corroded / fresh less than 500mm length), plasma cuttings, welding slags and fabricated scraps, old hand gloves, discarded uniforms, worn out shoes, waste papers etc. through bins and keeping them in the earmarked places.

Daily

b Wipe up the jigs, machineries, plants, welding sets, compressors and pressure vessels with wet cloth and followed by dry cloth. Daily

c Stacking the details and sub assembly items at the earmarked places while cleaning. Daily

d Collection of chips, scraps from the machines and disposing them to the earmarked location. Daily

e Removal of paint flakes deposited on floor at painting area and disposing them to the earmarked container. Daily

f Removal of cobwebs from all the columns and all the walls at a height of 15m of the shed. Monthly

g Cleaning of the spilled oil using cloth. Whenever required

9.1.1 The materials used for production work kept in the shop floor should not be disturbed

while carrying out the cleaning activity.

9.1.2 Cleaning activity should not affect the regular production work.

9.1.3 All the materials required for cleaning activity ie broom-stick, brushes, baskets and bins should be arranged and maintained by the firm and list of materials which are

Page 4: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 4 of 34 Signature of the Tenderer

required to carry out the subject work are to be furnished in the offer, including Personal Protection Equipments.

9.1.4 Assistance in respect of provision of Mechanised Scrubber Machine for cleaning the flooring of flat surface in nature and industrial heavy duty vacuum cleaners shall be provided wherever considered necessary/ feasible to undertake the cleaning work, subject to availability. However, maintenance of cleaning work should be done independently without depending upon the above machine/ equipment to ensure proper cleaning of work place.

9.1.5 The subject work has to be carried out in the shop from 8.00 hrs to 17.00 hrs daily

and the total number of working days for the subject work will be 300 days per year.

LIST OF MACHINERIES-II BAY 1. Laser cutting and welding machine - 1 no. 2. Sidewall tack welding fixture -1no. 3. 500 ton Hydraulic press - 1 no. (Expected to be installed by Feb 2015) 4. Sidewall joining station - 1 no. 5. Robotic spot welding machine - 1no. 6. Roof tack welding fixture -2 nos 7. Roof acceptance stand - 1 no. 8. Sidewall acceptance stand - 2 no. 9. Roof beam assembly fixture - 1 no. 10. Sidewall and roof beam assembly fixture – 1no. 11. Pallet for storing 18 m length sidewalls - 2 nos 12. Pallet for storing 9 m length sidewalls – 4 nos LIST OF MACHINERIES-III BAY

1. Under frame jig -3 nos 2. Under frame trustle -3 Nos 3. Under frame stacking stand -1 Nos 4. Body jig - 3Nos 5. Skin tensioning plant -5 sets 6. Coach lifting Jack -8 Nos 7. Winch -2 no. 8. Co2 Buffer stand -1 no 9. Cryogenic Liquid storage tank-3 nos 10. Acetylene manifold & storage

area for DA cylinders -1 set 11. Roof leak test rig - 1 no. 12. Pit line - 2 nos. 13. Windows & Wind screen -All 14. Belt sander -5 nos 15. Air Reservoir -2 nos

Page 5: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 5 of 34 Signature of the Tenderer

16. Welding sets -60 nos 17. Portable Plasma Cutting machine -4 nos 18. Roof stacking stand -1 no. 19. Side wall storage stand -4 nos 20. Transfer bay trolly -1 no.

9.2 The contractor shall engage necessary labourers as given below for the house keeping work mentioned in Para 9.1, above. It is the duty of the contractor to make their labourers to be present in all working days without fail to carry out the work.

10. SCOPE OF ICF:

10.1. Electrical Energy and water required for the above purpose of work will be provided by ICF as available at free of cost.

10.2. Space for keeping the tools and other equipments will be provided by ICF at free of cost.

10.3. Necessary material handling equipments required to execute the work will be provided by ICF at free of cost.

10.4. The barrels for loading the paint flakes will be provided by ICF at free of cost.

11. OTHER IMPORTANT CONDITIONS:

11.1. The tenderer shall quote his rates duly anticipating the revisions either upward or downward that may arise in minimum wages act enforced by the Ministry of Labour and Employment, during the currency of the contract period. It may be noted that as per past experience, the minimum wages are revised upward twice in a year by the Ministry of Labour and Employment.

11.2. Stipulated minimum wages enforced by Labour Enforcement Officer,

applicable for the sweeping and cleaning should be ensured by contractor. Any hike in the minimum wages during the currency of contract should be followed by the contractor.

11.3. The quoted/negotiated and accepted rates are final and will not be revised against any upward or downward revision in minimum wages act enforced by the Ministry of Labour and Employment, during the currency of the contract. If there is any upward or downward revision in minimum wages during the currency of the contract, the contractor shall bear such revisions from his side only.

11.4. For the labour engaged, the contractor is required to provide a photo identity

card and also shall provide all the requisite Personal Protective Equipments.

Sl. No. Item No. of labourers required to be

allotted by the Contractor 1 Total No. of contract Labourers 06 2 Contractor’s Supervisor 01 3 Total No. of labourers and supervisor 07

Page 6: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 6 of 34 Signature of the Tenderer

11.5. The successful tenderer shall see that no unauthorised person works for him inside ICF premises.

11.6. The successful tenderer shall be responsible for the discipline of the men &

women engaged by him/her inside the ICF area and ensure that the labourers employed by him are confined to their places of working and shall not go around the workshop.

11.7. The successful tenderer shall ensure that the labour employed by him/her

inside the factory comply with all instructions given by the security staff on duty.

11.8. The successful tenderer shall maintain close co-ordination with the engineer in-charge of the work so as to ensure the work is in progress according to the contract schedule, failing which the administration shall take necessary action as per general conditions of contract.

11.9. Labour engaged under this contract should wear distinct uniforms. The uniform shall be a. cotton saree or cotton salwar set for female employee and b. cotton T-shirt and cotton trackpant/cotton trouser with contractor’s name and logo printed on it. The color of the uniform shall be different from what is used in Railways. The contract workers shall also wear appropriate personal protective equipments.

11.10. The house keeping activity should not affect the regular production work in the above said shops.

11.11. All the materials required for the above cleaning work (para 9.1 tabulated above) i.e PPE’s, broom-stick, brushes, baskets and bins should be arranged and maintained by the firm and list of materials which are required to carry out the subject work are to be furnished in the offer. Cloth for wiping welding sets, jigs etc and cotton waste or saw dust to clear the oil spilled on floors, shall be provided by ICF.

11.12. The Tenderer/contractor shall be responsible to take necessary precautionary measures in order to ensure the safety against injury, etc., of his personnel when working at the Railway premises and should confirm to the rules and regulations of the Railway. Tenderer/contractors must provide adequate insurance coverage ( ie. workman compensation insurance) to their labours.

11.13. TENDERER MUST VISIT THE SITE, TAKE NOTE OF THE SITE

CONDITIONS AND ANALYSE THE CONSTRAINTS BEFORE SUBMITTING THE TENDER. THE WORK SHOULD BE CARRIED OUT IN STRICT ADHERANCE TO THE SHEDULE AND SHOULD NOT IN ANY WAY DISTURB THE NORMAL PRODUCTION PROCESS OF THE FACTORY.

12. Following details shall be furnished (IRRESPECTIVE OF THE MONETARY

VALUE): 12.1. List of Personal, available on hand and proposed to be engaged for the

subject work.

12.2. List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work.

Page 7: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 7 of 34 Signature of the Tenderer

12.3. List of works completed in the last three financial years giving description of

work, organization for whom executed, approximate values of contract at the time of award, date of award, and date of scheduled completion of work, Date of actual start, actual completion and final value of contract etc., should also be given in a separate sheet as per the performa given below.

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

12.5. Final accounts of last 3 financial years as certified by auditors.

Note: In case of items (c) and (d) above, separate documents / certificates from the

Organizations with whom they worked / are working should be enclosed. All the certificates, agreements etc. should be got attested

Certificates from private individuals for whom such works are executed / being executed shall not be accepted.

13. WORKING HOURS:

13.1. The shop-wise housekeeping work tabulated above shall be carried out

during the period from 08.00 Hours to 17.00 Hours on Week days including Saturdays. However the total number of working days shall be accounted to 300 days, which also includes working in Unpaid Holidays, Paid Holidays and Christmas holidays.

13.2. If required, the above work shall also be carried out on the Holidays of ICF. (i.e. Unpaid Holidays, Paid Holidays and Christmas holidays).

13.3. On special occasions as decided by the Railway Administration, the

contractor should arrange to clean those specific areas covered under this contract, within 24 Hours of notice. The work of this nature shall be carried out between 8.00 Hours to 17.00 Hours even on Sundays and Factory Holidays excluding National Holidays.

14. CONTRACT PERIOD:

Validity of Contract : 300 working days from the date of issue of LOA

Sl No

Description of the work & contract no.

Contract Awarded by

Contract Value

Date of Contract Awarded

Date of completion

as per agreement

Date of commence

ment of work

Actual completion date

Final value of contract

Sl. No

Description of the work & contract no.

Contract Value

Date of Contract Awarded

Approximate value of balance work yet to be done

Page 8: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 8 of 34 Signature of the Tenderer

15. MAINTAINING OF LOG BOOK:

15.1. The Engineer in-charge nominated by Dy. CME/LHB shall maintain logbook

on day–to–day basis to record the number of labours engaged in shop-wise for the work.

15.2. The above details written in the log books shall be attested daily by the successful tenderer or his representative. These registers shall be presented for verification whenever the same are called for verification by Labour Enforcement officer.

16. MEASUREMENT, INSPECTION AND CERTIFICATION OF WORK: 16.1. The engineer in-charge will record the number of labours engaged in shop-

wise for the subject work in the Measurement book based on the log books maintained vide Clause 15.1 and 15.2.

16.2. At the end of every month, the contractor shall submit the bill for the work

done during that month. The engineer in-charge shall scrutinize the bills based on the measurement recorded in this Measurement book and certify the same for payment.

16.3. It shall be the duty of the successful tenderer to get the bills certified by the

engineer in-charge for the work.

16.4. Monthly Payment for the work shall be made based on this certification issued by Engineer in charge and the measurements recorded in the measurement book vide clause 15.1, 15.2, 16.1, & 16.2 above.

17. FINANCIAL TERMS AND CONDITIONS

17.1. No advance payment shall be paid to the successful tenderer.

17.2. Payment will be made on monthly basis against the total number of labourer

actually engaged for that month as per measurement recorded in “M” book, by the engineer in-charge vide clause 15 mentioned above.

17.3. The Security Deposit shall, however be released only after expiry of the

maintenance period and after passing the final bill based on “No Claim Certificate” from the contractor. Performance Guarantee shall be released after physical completion of the work based on completion certificate issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily.

18. TAXES DUTIES AND SURCHARGES

18.1. All taxes and duties and surcharges will be applicable for this contract as per the

applicable rules and regulations at the time of making the payment.

18.2. Income tax will be deducted at source at appropriate rates.

Page 9: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 9 of 34 Signature of the Tenderer

18.3. Service tax is applicable as per extent rules. The firm shall produce current valid registration certificate of the said firm in proof for claiming such service tax.

19. EARNEST MONEY DEPOSIT (EMD):

19.1. A sum of `Rs. 16,680/- (Rupees Sixteen Thousand Six Hundred and Eighty Only)

towards EMD to be deposited in cash with Assistant Chief Cashier of ICF or in the form of Demand Draft or Fixed Deposit Receipts or pay orders drawn in favour of Financial Adviser and Chief Accounts Officer, ICF. In case, the tenderer is submitting FDR towards EMD, then the FDR shall be submitted with Auto Renewal Facility.

19.2. The above forms of EMD could be either of the State Bank of India or any of

the nationalized banks. Deposit receipts executed by the Scheduled Banks (other than the state Bank of India and the nationalized banks) approved by the Reserve Bank of India shall also be accepted.

19.3. Any other form of EMD viz., Cheques or Bank Guarantees will be summarily rejected along with the tender. Tender without requisite EMD will be summarily rejected. No interest will be payable upon EMD, SD or on any amount payable to the successful tenderer under the contract.

20. SECURITY DEPOSIT:

20.1. The Security Deposit amount will be 5% of the total contract value. The rate

of recovery shall be at the rate of 10% of the bill amount till the full security deposit is recovered. Security deposit will be recovered only from the running bills of the contract and no other mode of collecting SD such as BG, FD etc shall be accepted towards SD.

20.2. The Security Deposit shall, however be released only after completion of the contract and after passing the final bill based on “No Claim Certificate” from the contractor.

21. PERFORMANCE GUARANTEE:

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

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

a. A deposit or cash; b. Irrevocable bank guarantee;

Page 10: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 10 of 34 Signature of the Tenderer

c. Government securities including State Loan Bonds at 5% below the market value;

d. Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalised Banks;

e. Guarantee Bonds executed or deposit receipts tendered by all scheduled banks;

f. A Deposit in the Post Office Savings Bank; g. A Deposit in the National Savings Certificates; h. Twelve year National Defence Certificates; i. Ten Year Defence Deposits; j. National Defence Bonds; and k. Unit Trust Certificates at 5 percent below market value or at the face

value whichever is less. L Also, FDR in favour of FA&CAO/ICF (free from any encumbrance) may be

accepted. In case, the tenderer is submitting FDR towards PG, then the FDR shall

be submitted with Auto Renewal Facility. 21.3. Performance Guarantee should be submitted by the successful bidder after

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

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

21.5. Performance Guarantee shall be released after physical completion of the

work based on completion certificate issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily.

21.6. Whenever the contracts are rescinded, the security deposit will be forfeited

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

21.7. The engineer shall not make a claim under the Performance Guarantee

except for amounts to which the President of India is entitled under the

Page 11: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 11 of 34 Signature of the Tenderer

contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of :

21.7.1. Failure by the contractor to extend the validity of the Performance

Guarantee as described herein above, in which event the engineer may claim the full amount of the Performance Guarantee.

21.7.2. 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 notice to this effect by Engineer.

21.7.3. 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.

22. PENALTY CLAUSE:

22.1. Payment to the contractor will be based on the number of staff working only.

22.2. No penalty will be charged by the administration from the contractor if the

minimum staff strength is not less than 6 workers and one supervisor (i.e. 7 in all).

22.3. For cases of contractor’s workers:

22.3.1. If the contractor brings less than the staff strength of 6 workers, a sum of Rs. 300/- for every worker in shortage of 6 workers will be levied for that particular day subject to maximum penalty of Rs 900/- per working day.

22.4. For cases of contractor’s Supervisor:

22.4.1. If the contractor failed to bring his supervisor to duty on any working day, a sum of Rs 500/- will be levied as penalty per day by this administration.

22.5. Maximum Penalty does not exceed Rs 1,400/- for any working day (i.e. if the contractor brings less than 6 workers and also fails to bring his supervisor on any working day).

22.6. In case of report of poor performance in quality of workmanship will also attract a penalty of Rs.500/- in each occasion.

22.7. Exemption of penalty clause can be considered on special cases such as natural calamity, bad weather or any valid grounds, etc. In this case the decision at the discretion to the Dy. CME/LHB is final.

23. VARIATION IN QUANTITIES:

23.1. The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts:

Page 12: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 12 of 34 Signature of the Tenderer

23.2. Individual NS items in contract 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.

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

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

23.4. Operation of an item by more than 125 % of the agreement quantity

needs the approval of an officer of rank not less than S.A. Grade.

23.4.1. 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.

23.4.2. 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.

23.4.3. 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.

23.5. The variation in quantities as per the above formula will apply only to

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

23.6. 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 the prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.

23.7. In cases where decrease is involved during execution of contract:

23.7.1. The contract signing authority can decrease the items up to

25 % of individual item without finance concurrence.

23.7.2. For decrease beyond 25 % for individual items or 25 % of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining “No Claim Certificate” from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

23.7.3. It should be certified that the work proposed to be reduced

will not be required in the same work.

23.8. 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.

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

Page 13: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 13 of 34 Signature of the Tenderer

23.10. As for as Schedule Of Rate items are concerned, the limit of 25 % would apply to the values 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 the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

23.11. For the tenders accepted at Zonal Railways level, variations in the quantities will

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

23.12. For tenders accepted by General Manager, variations up to 125 % of the original agreement value may be accepted by General Manager.

23.13. For tenders accepted by Board Members and Railway Ministers, variation up to

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

23.14. 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.

24. VITIATION CLAUSE

24.1. In case of vitiation arising due to variation up to 25% in quantities with respect to

the rates of the first three valid contractors, the same will be to the tenderer’s account.

25. WORK PERMIT & SAFETY:

25.1. Once the Letter of Acceptance is issued to the successful tenderer, the tenderer

shall apply in a prescribed format to obtain proper work permit for the period of contract for their labourers from CSC/ICF.

25.2. Following conditions are to be complied by the successful tenderer to obtain the

work permit.

25.2.1. The display board containing the details of nature of work, maximum number of staff working per shift, period of work, site in charge name and phone number and main office phone numbers is to be placed at prominent place near the area of work.

25.2.2. If total staff engaged on any day of the contract period is 20 or more, tenderer has to register with Central Labour Commissioner Chennai and obtain license from them.

25.2.3. Staff working under the control of tenderer and employed in ICF are

to be insured during the work period as per Workmen Compensation Act.

25.2.4. The hand operated electrical tools are to be properly earthed and

should not have any livewire.

25.2.5. Only three way plug supply shall be used for connecting the electrical appliances.

25.2.6. Suitable platform ladders are to be used while performing work at

height.

Page 14: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 14 of 34 Signature of the Tenderer

25.2.7. All instrument used for the work is to be complied with IE rules.

25.2.8. The instruments are used to be conformed to IS standard.

25.2.9. Staff deputed for work by tenderer should wear the personal protective equipment as per working condition to avoid accident.

25.2.10. The Factories Act – 1948 and Tamil Nadu Factories Rules - 1950 &

Contract Labour (Regulation & Abolition) Act, 1970, Minimum wages Act and other acts and legal requirements prevailing are to be followed.

25.2.11. The terms and conditions as laid down by the Tamil Nadu Pollution

Control Board are to be strictly followed.

25.2.12. Suitable ladder/scaffolding is to be used for climb up.

25.2.13. Adequate lighting at work place.

25.2.14. Successful tenderer should follow the terms and

conditions/instructions of ICF. 25.2.15. Workman Compensation Insurance is to be taken for the Staff

deputed by the tenderer for the subject work.

25.2.16. Only 24 Volt supply equipments are recommended to use wherever necessary.

25.2.17. Activities other than the specified activities as per the contract

clauses, which are assigned to you, are not permitted at our premises.

25.2.18. Ensure that the Suitable guards are provided to the hand operating

machine.

25.2.19. First aid box with adequate medicine are to be provided in the work area.

25.2.20. Adequate first aid trained persons are to be available at work place.

25.2.21. Protection of staff to be ensured from dust which is being generated

by your activities.

25.2.22. In case of any accident to the contract staff the successful tenderer should inform to the Chief Safety Officer/Furnishing in form-18 (Factory Act) within one hour.

25.2.23. Suitable lifting machineries and tackles are to be used to handle the

materials.

25.2.24. Any loss incurred to ICF because of your activities shall be charged on tenderers account.

25.2.25. ICF owes no responsibility to the equipments & materials of tenderers

stored at ICF premises.

25.2.26. Disobeying and not following of the conditions / precautions / procedures shall be penalized or stopping of the work are empowered by the Factory manager and Occupier.

Page 15: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 15 of 34 Signature of the Tenderer

25.2.27. For fatal accidents occurred to your staff inside factory, necessary

compensation to the relatives of the staff and legal expenditure cost shall be borne on respective successful tenderer alone.

25.2.28. Before start of work, proper shut down (if necessary) is to be undertaken for safety of staff from electrical department of ICF.

25.2.29. On every day during the currency of contract the successful tenderer

/ or his supervisor shall report to engineer in charge of the work and also shall obtain clearance from Electrical & Engineering Department (if necessary). At the end of the day, the successful tenderer or his supervisor shall submit a brief report on the day’s work to the respective engineer in charge and other SSE’s in charge of the Electrical & Engineering Department.

25.2.30. Off cuts and wastes scrap generated during the course of your work

must be suitably disposed to the designated dumpsites as directed by the engineer in charge.

25.2.31. The renewal of permit will be issued only on the basis of performance

of compliance of the said rules, regulations, conditions and safety norms.

25.2.32. Further the tenderer is requested to give an undertaking that all the

safety norms mentioned above will be followed by the supervisors and staff of their firm while working inside ICF.

25.3. The tenderer shall be responsible to take necessary

precautionary measures in order to ensure the safety against injury etc., of his personal when working at the railway premises and should confirm to the rules and regulations of the railway.

26. INDEMNITY:

26.1. The tenderer should ensure that, there is no unauthorised, careless or

inadvertent operation of the vehicle and equipments, which may result in accident to his staff or ICF personnel. The tenderer shall indemnify and keep ICF administration indemnified and harmless against all actions, suits, claims, demands, charges or expenses arising in connection with any accident, death or injury sustained by any person/ persons within the Railway premises due to the act or omissions of contract irrespective of whether such liability arises under the workmen's compensation act or the fatal accident act or any other statue in force from time to time. If any compensation is paid by the ICF Administration towards injury sustained or death caused, the equivalent amount will be adjusted against the pending bills of the contractor

27. ARBITRATION:

In the event of any difference or dispute arising between the contractor or his Agents or other servants on the one hand and the Administration or other officer or servants of the Administration on the other hand as to the amount of damages, costs charges or expenses which may be suffered paid or incurred by the Administration consequence of the non-fulfillment, non-observance or non-performance by the contractor of any of the terms and conditions of this agreement and the General and Special conditions of the contract or to any other matter connected with the contract as to the true intent and meaning of these conditions, the same shall be referred to in writing either by the officer concerned or by the contractor to the sole arbitration of the of the General Manager of the Integral Coach Factory or any person

Page 16: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 16 of 34 Signature of the Tenderer

nominated to be sole arbitrator by the General Manager. The award of the arbitrator so nominated shall be final and binding on the parties of the contract. The place of arbitration will be in Chennai. The courts in Chennai alone shall exclusive jurisdiction on any matters arising out of this agreement. The Administration reserves the option to give purchase/price preference to the offers from public sector units, over those from other firms, in accordance with the policies of the Government from time to time. The price preference above cannot however be taken for granted and every endeavor need be made by them to bring down cost and achieve competitiveness.

28. GENERAL TERMS & CONDITIONS:

28.1. This special condition of contract shall be read in conjunction with General Conditions of Contract and specifications of Indian Railways as amended from time to time.

28.2. The successful Tenderer shall be required to execute an agreement with the

President of India acting through the Works Manager / LHB/ Shell Assembly for carrying out the work according to General Conditions of Contract and specifications of Indian Railways.

28.3. If there is any variation between description in the tender schedules and actual

site work, Dy.CME/LHB will review and authorize correct description in writing and his decision is final and binding on the successful Tenderer.

28.4. The unit rates quoted in item wise break-up estimate shall be unaltered

and there shall not be any variation of the rates during the currency of the contract.

28.5. The Tenderer may inspect the site on any working day between 8.00 Hrs. to 16.30

Hrs. from Monday to Friday before submission of quotation and contact the undersigned for any technical clarifications.

28.6. No freight charge is admissible.

29. LAST DATE FOR SUBMISSION OF TENDER:

The Tenderer may send the quotation to reach the undersigned on or before 14.30 Hrs on 19.01.2015 or deposit the quotation on or before 14.30 Hrs on the same day in the Tender box provided in the office of the Deputy Chief Mechanical Engineer/LHB/Shell/ICF. The Tender will be opened on the same day at 15.00 Hrs. Late quotations will not be accepted. The quotations should be sealed and the cover to be super scribed as" Cleaning and Housekeeping of LHB Shell manufacturing & assembly area in LHB Shed” duly specifying the Tender Number. “M/CPM/LHB/HK/BAY II & III /14-15” to be opened on 19.01.2015

WORKS MANAGER /LHB/ SHELL ASSEMBLY SIGNED FOR AND ON BEHALF OF PRESIDNET OF INDIA

Page 17: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 17 of 34 Signature of the Tenderer

Annexure-B Schedule of Rates

SUB : Cleaning and housekeeping activities in LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay (Bay III of LHB shed), including the area between LHB shed and traverser in LHB Shed, shop 19.

Open Tender NO. M/CPM/LHB/HK/BAY II & III /14-15”

Sl Cleaning area and location (shop no)

As per the scope of work tabulated in

shop wise

Total no. of labourers

required per day (A)

Unit rate per

day* ( in Rs`)

(B)

Total no. of days

per year (C)

Total labour charges for 300 days

* (in Rs`)

(D)= (A)x(B)x (C)

1

LHB Shell manufacturing bay (Bay-II of LHB shed)

and LHB Shell assembly bay (Bay III of LHB shed),

including the area between LHB shed and traverser in

LHB Shed, shop 19

As per the scope of work

mentioned in para 9.1, Tender

schedule

6 300

2 Total labour charges for the labourers (excluding supervisor charges)

3 Supervisor engaged and charges for supervisor 1 300

4 Total labour charges for the subject work including supervisor (6 labourers and one supervisor)

Rs .

5 Other taxes and duties if any Rs.

6

Total labour charges for the subject work including supervisor (6 labourers and one supervisor) inclusive of taxes and duties

Rs.

*-Unit Rate per day and Total labour charges for 300 days should include the charges for cleaning materials & Personal Protective Equipments for the labour, Insurance coverage expenses and other overheads

Total charges quoted for the subject work (including one supervisor ) in words

Rupees_______________________________________________________________________________________________

_________________________________________________________

Page 18: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 18 of 34 Signature of the Tenderer

ANNEXURE - C

REGULATIONS FOR TENDERS AND CONTRACTS AND CONDITIONS OF

TENDER (For the guidance of successful tenderers for Mechanical Engineering

Works.)

MEANING OF TERMS. 1. DEFINITIONS

1.1. In these Regulations for Tenders and Contracts and conditions of Tender

the following terms shall have the meanings assigned hereunder except where the context otherwise requires:-

1.1.1. "Railway” shall mean the President of the Republic of India or the

administrative Officers of the Integral Coach Factory or of the Successor Railway authorized to deal with any matters, which these presents are concerned on his behalf.

1.1.2. "General Manager" shall mean the officer in administrative charge of

the whole of the Integral Coach Factory and shall mean and include the General Manager of the successor Railway.

1.1.3. "Chief Mechanical Engineer" shall mean the Officer in charge of the Mechanical Engineering Department of the Integral Coach Factory.

1.1.4. "Engineer” shall mean Senior Mechanical Engineer, Works Manager, Assistant Mechanical Engineer, Assistant Works Manager in executive charge of the works and shall include the superior officers of the Mechanical Engineering Department of the Integral Coach Factory, (i.e.) Deputy Chief Mechanical Engineer/Chief Workshop Engineer/ Chief Mechanical Engineer and shall mean and include the Engineers of the successor Railway.

1.1.5. "Successor Railway" shall mean and include such other Railway to which for Administrative or other reasons this contract may during its pendency be transferred.

1.1.6. "Tenderer" shall mean the person, the firm or company who tenders for the works with a view to execute the works on the contract with the Railway and shall include their personal representatives, successors and permitted assigns.

1.1.7. "Limited Tenders" shall mean Tenders invited from all or some successful tenderers on the approved list of successful tenderers with Railway.

1.1.8. "Open Tenders" shall mean Tenders invited in open and public manner and with adequate notice.

1.1.9. "Works" shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to specifications.

Page 19: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 19 of 34 Signature of the Tenderer

1.1.10. "Specifications" shall mean specifications for materials and works, current on the Integral Coach Factory or as amplified, added to or superseded by special specifications if any appended to the Tender forms.

1.1.11. "Drawings" shall mean the drawings, plans and tracing or prints there of annexed to the Tender Forms.

1.1.12. "General Conditions of Contract" shall mean the General Conditions of contract for works in the Integral Coach Factory Mechanical Engineering Department issued under the authority of the Chief Mechanical Engineer.

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

2. REGULATIONS FOR TENDERS AND CONTRACTS

2.1. Regulations for Tenders and Contracts subject to Modifications: These

regulations for tenders and contracts shall be read in conjunction with General Conditions of the Contract and shall be subject to modifications, additions or super session by special conditions of contract and/ or special specifications, if any, annexed to the Tender forms.

2.2. Issue of Tender Forms: Tender forms shall be issued to the tenderers on payment of the prescribed fees. At the time of submission of Tender, the Tenderer shall submit evidence regarding their financial status, previous experience and ability to execute the works and authorized copy of the Income Tax Clearance Certificate without which their Tenders shall not be considered.

2.3. Tender forms not transferable: The transfer of Tender forms purchased by one Tenderer to another Tenderer is not permissible.

2.4. Use of official Tender Form: No Tender shall be considered which is not submitted in the official tender form attached here to along with the tender documents issued to the tenderer.

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

2.6. Prohibition of separate communication: No separate communication bearing on the tender shall be addressed by the tenderer to the General Manager, Integral Coach Factory, Madras 600 038 or any other persons, but all explanatory qualifying remarks which the tenderer may desire to make must be recorded on page and hereof or submitted in a covering letter along with the tender.

2.7. Signature of Tenderers on Tender: The tenderer should sign on each and every page of the tender documents and at the end of each specification and schedule at places provided for the purpose.

Page 20: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 20 of 34 Signature of the Tenderer

2.8. Amount and Method of deposit of Earnest Money: The tender should be

accompanied by a cash receipt for a sum as mentioned in Special Conditions of Contract as Earnest Money deposited in cash with Assistant Chief Cashier of the Integral Coach Factory or in the form of Deposit receipts, Pay order, Demand Drafts, in favour of Financial Advisor and Chief Accounts Officer, Integral Coach Factory, provided-The tenderer shall hold the offer open for a period of 120 days from the date of fixed for opening the same, it being understood that the Tender documents have been sold/issued to the Tenderer and the tenderer is been permitted to tender in consideration of stipulation on his part that after submission his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the ENGINEER of the Integral Coach factory. Should the tenderer withdraw his offer within validity date of the offer or fails to undertake the contract after acceptance of his tender the full earnest money should be forfeited.

2.9. The Earnest Money of the unsuccessful tenderers shall, save as, herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

2.10. Tender unaccompanied by the requisite Earnest Money in the prescribed

form under no circumstances will be entertained and will be summarily rejected.

2.11. Security Deposit and Performance Guarantee bond: Please refer relevant para

of the special condition of contract.

3. CARE IN SUBMISSION OF TENDERS:

3.1. Before submitting a tender, The Tenderer will be deemed to have satisfied himself by actual inspection of the site and locality of the works that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he enters in the tender forms are adequate for the completion of works to the entire satisfaction of the Engineer.

3.2. When work is tendered for by a firm or Company of Successful tenderers, the tender shall be signed by the individual legally authorised to enter into commitments on their behalf. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the successful tenderer.

3.3. Opening of Tenders: At the advertised time and place, tenders received for a contract shall be opened by the Tender Committee and where practicable, the names of tenders and the rates tendered by them read out in the presence of such of the intending successful tenderers or their agents as may attend.

4. RIGHT OF RAILWAY TO DEAL WITH TENDERS:

4.1. The Railway reserves the right of not to invite tenders for any work or

works or invite open or limited tenders and when tenders are called to accept a tender in whole or in part or reject any tender or all tenders without assigning reasons for any such action.

Page 21: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 21 of 34 Signature of the Tenderer

4.2. Ordinarily the lowest tender may be accepted by ICF/ Railway unless such acceptance would not be to the public interest. The acceptance or rejection of any tender is left entirely to the discretion of the authority empowered to deal with the matter and no explanation can be demanded of the cause of rejection of his tender by any tenderer.

5. EXECUTION OF CONTRACT DOCUMENTS:

5.1. Execution of contract Documents: The tenderer whose tender is accepted shall

be required to appeared at the Office of the General Manager, Chief Mechanical Engineer, Chief Workshop Engineer, Deputy Chief Mechanical Engineer, Senior Mechanical Engineer, Works Manager as the case may be in person or if a firm or a corporation, a duly authorised representative shall so appear and to execute the contract documents within prescribed time after notice that the contract has been awarded to him. Failure to do so shall constitute a breach of the agreement effected by the acceptance of the tender in which case the full value of the Earnest Money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies In the event of any tenderer whose tender is accepted shall refuse to execute the contract documents as herein before provided, the ICF/Railway may determine that such tenderer has abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the ICF/ Railway shall be entitled to forfeit the full amount of Earnest Money and to recover the liquidated damages for such default.

6. CONDITIONS OF TENDER

6.1. Tender / Drawings: The drawings for the works and relevant specifications can be seen in the Office of Deputy Chief Mechanical Engineer/LHB, Integral Coach Factory, Chennai 600 038 at any time during office hours.

6.2. Filling up of Schedule of Rates: The tenderer/tenderers shall quote his/their rates with reference to each item and must tender for all the items shown in attached schedule. Both rate and amount columns of the schedule should be filled in by the tenderer/tenderers both in figures and words. The quantities shown in the attached schedule are given as a guide and are approximate only and are subject to variation according to the needs of the Railway. The Railway accepts no responsibility for their accuracy. The Railway does not guarantee work under each item of the schedule.

6.3. Erasure and alterations: Tenders containing erasures and alterations of the tender documents are liable to be rejected any corrections made by the tenderers in his/ her entries must be attested him/them.

6.4. Completion Time: The works are required to be completed within a period as mentioned in the Special Conditions of Contract from the date of award of contract.

6.5. Right of Railway to reject tender: It shall not be obligatory on the Railway to

accept the lowest tender and no tender/ tenderers shall demand any explanation for the cause of rejection of his/their tender.

6.6. Furnishing wrong information: If the tenderer/tenderers deliberately gives/ give wrong information in his/their tender or creates/create circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

Page 22: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 22 of 34 Signature of the Tenderer

If a tenderer expires after submission of his tender or the acceptance of his tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires after submission of their tender or after the acceptance of their tender,

6.7. the Railway shall deem such tender as cancelled unless the firm retains its character.

6.8. Income Tax Clearance Certificate: The tenderer/tenderers is /are required to produce along with his/their tender an authorised copy the Income Tax Clearance Certificate or a sworn affidavit duly countersigned by the Income Tax Officer to the effect that he/ they has/have no taxable income. Documents testifying to the tenderer’s previous experience and financial status should be produced when desired by the Railway.

6.9. List of Credentials in support of the tenderer’s successful and timely completion of similar works shall be submitted without fail.

6.10. The tenderer/successful tenderer shall ensure all safety measures.

6.11. No freight is admissible.

6.12. The successful tenderer/ successful tenderer shall be responsible to take necessary precautionary measures in order to ensure the safety against injury etc. of his personnel when working in the Railway premises and should confirm to the Rules and Regulations of the Railway.

6.13. If there is any variation between description in the Tender Schedules and actual site work, Engineer will review and authorise correct description in working and his decision is final and binding on the successful tenderer.

6.14. The successful tenderer should ensure that no unauthorised careless or inadvertent operation shall be carried out in Railway premises when which may result in damage of Railway property.

6.15. The successful Tenderer/Successful tenderer shall indemnify ICF against accidents, suits, claims, demands, cost charges, expenses arising in connection with any accidents causing injury or death to person/persons within ICF premises or damage sustained due to act of omissions of the contract and this is liable under Workmen Compensation Act or any other statute in force from time to time.

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

6.17. The authority for the acceptance of this tender will rest with the Engineer, Integral Coach Factory, Chennai 600038, who does not bind himself to accept the lowest or any other tender nor does he undertaken to assign reasons for declining to consider any particular tender or tenders.

6.18. The successful tenderer/tenderers shall be required to execute an Agreement in the form duly stamped with the President of India acting through the Engineer, Integral Coach Factory, Chennai 600 038 of the Railway for carrying out the work according to the General Conditions of Contract and Specifications. The cost of the stamps will be borne by the Successful tenderer.

6.19. The tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of the tender, within which period the tenderer cannot withdraw his offer, subject to the period being extended further if required, by mutual agreement from time to time. Any contravention of the above

Page 23: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 23 of 34 Signature of the Tenderer

condition will make the tenderer liable for forfeiture of his "Earnest Money".

6.20. Should a tenderer be a retired engineer or the gazetted rank or any other gazetted officer working before his retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in the Mechanical Department of any of the Railways owned and administered by the President of India for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or a retired gazetted office as aforesaid, or should a tenderer being an incorporated company have any such retired engineer or retired officer as one of its directors, or should a tenderer have in his employment any retired engineer or retired gazetted officer as aforesaid the full information as to the date of retirement of such engineer or retired gazetted officer from the said service and in cases where such engineer or officer had not retired from government service at least two years prior to the date of submission of the tender as to whether permission for taking such contract or if the contract be a partnership firm or an incorporated company to become a partner or director as the case may be or to take employment under the successful tenderer has been obtained by the tenderer or the engineer or the officer as the case may be from the President of India or any officer duly authorised by him, in this behalf, shall be clearly stated in writing at the time of submitting the tender. Tenders without the information above referred to or a statement to the effect that no such retired engineer or retired gazetted officer is so associated with the tenderer, as the case may be shall be rejected.

6.21. Should a tenderer or successful tenderer being an individual on the list of approved Successful tenderers, have a relative employed in gazetted capacity in the Integral Coach Factory Chennai 600 038, or in the case of a Partnership firm or Company incorporated under the Indian Company Law should a Partner or a relative of the Partner or a Shareholder or relative of a Shareholder be employed in gazetted capacity in the Integral Coach Factory, Chennai 600 038, the authority inviting tenders shall be informed of the fact at the time of submission of tenders, failing which the tender may be rejected or if such subsequently comes to light, the contract may be rescinded in accordance with the provisions in Clause 62 of the General Conditions of Contract.

6.22. In the event of any dispute or difference arising in connection with contract after finalization the same shall be referred to the sole arbitration of any arbitrator to be appointed by the General Manager/ Integral Coach Factory, the award of the arbitrator shall be final and binding on the parties to the contract.

6.23. Tenders must be enclosed in sealed covers, must be sent by registered post to address of Deputy Chief Mechanical Engineer/ LHB, Integral Coach Factory, Chennai 600 038, so as to reach this office, or drop in a Special Box exclusively kept for the said purpose in Deputy Chief Mechanical Engineer /LHB office as mentioned in the Special Conditions of Contract.

6.24. The successful tenderer shall comply with the provisions of the Factories Act, 1948 or the modifications thereof or any other laws relating thereto and rules made there under from time to time.

Page 24: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 24 of 34 Signature of the Tenderer

ANNEXURE –D

CHECK LIST FOR SUBMITTING QUOTATION Please check whether all of the following aspects are covered in your quotation. 1. Your offer in line with Para-wise Special Conditions of Contract. 2. Submission of Offer (Annexure –A). 3. Submission of EMD. 4. Submission of List of credentials. 5. Acceptance for Payment Terms and Income Tax

deduction as applicable. 6. Completion period of work as per Tender. 7. Signature of Tenderer in all pages in tender documents

i.e special condition of the contract, Offer format –Annexure A, Regulation for tenders/contracts and conditions of Tender, check list, Safety, Health and Environmental instructions and submission of the same.

8. Furnishing of Service Tax number, Area Code, and Assessing Office

address.

9. Validity of offer for 90 days from the date of opening of the tender. 10. This check list with tick mark ( √ ) as a proof of coverage of all aspects in the

quotation shall be submitted.

Page 25: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 25 of 34 Signature of the Tenderer

ANNEXURE –E

INTEGRAL COACH FACTORY, CHENNAI – 600 038. Form for receiving payment through NEFT

1. Name of the firm :

2. Vendor Codes allotted by ICF :

(if more than one vendor code , furnish all)

3. Address :

4. Name of the Bank :

5. Branch :

6. Address of the Bank :

7. Account No. :

8. Type of account :

9. IFSC Code of the branch :

10. MICR Code of the branch :

Signature of the authorised person of the firm with stamp and date.

Certified that the information furnished above are correct. Our branch is participating in the NEFT System. Signature of the Banker with Stamp

1. Account number and IFSC code may be furnished exactly as appearing in the cheque book and the same may be verified with the bank.

2. A cancelled cheque may be enclosed for verification.

Forwarded to: Accounts Officer / Cheques / Shell/Fur., Office of the FA & CAO, Integral Coach Factory, Chennai – 600038.

Note: If Vendor Code is already allotted by ICF, then the Vendor Code alone may be

furnished in this form and other details may be ignored.

Page 26: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 26 of 34 Signature of the Tenderer

ANNEXURE –F

SAFETY, HEALTH AND ENVIRONMENTAL INSTRUCTIONS

1. SAFETY & HEALTH 1.1 The Factories Act – 1948 and Tamil Nadu Factories Rules - 1950 & Contract

Labour (Regulation & Abolition) Act, 1970 are to be followed.

1.2 Adequate and appropriate tools shall be issued.

1.3 All instrument used for the work is to be complied with Indian Electricity rules.

1.4 The instruments are used to be conformed to Indian Standards.

1.5 Staffs under your control should wear the personal protective equipments as per working condition to prevent injuries.

1.6 Suitable ladders/scaffoldings are to be used for climb up and working at height.

1.7 Ensure adequate lighting at work place.

1.8 Successful tenderer should follow the terms and conditions/instructions of ICF from time to time.

1.9 Activities other than the specified activities as per the contract clauses, which are assigned to you, are not permitted at our premises.

1.10 Ensure the Suitable guards are provided to the hand operating machine.

1.11 Suitable lifting machineries and tackles are to be used to handle the materials.

1.12 Any loss incurred to ICF because of your activities shall be charged on your account.

1.13 The equipments & materials stored at our premises are on your own risk.

1.14 Before start of work, proper shut down (if necessary) is to be undertaken for safety.

1.15 Before start of any work, appropriate Work Permits shall be obtained.

1.16 Off cuts and wastes generated during the course of your work, must be suitably disposed identified areas.

1.17 The renewal of permit will be issued only on the basis of performance of compliance of the said rules, regulations, conditions and safety norms.

1.18 The successful tenderer shall engage qualified supervisors at the work site whenever men are engaged for work.

1.19 First aid box with adequate medicine are to be provided in the work area.

Page 27: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 27 of 34 Signature of the Tenderer

1.20 In case of any accident to the contract staff, the successful tenderer should inform to the CSO/Shell & CSO/Fur., through department concerned within one hour.

1.21 Disobeying or not following the conditions / precautions / procedures shall result in penalty. In serious cases, stoppage of work or cancellation of permits may be done. Stopping of the work are empowered by the Safety Officer, Chief Safety Officer, Factory manager and Occupier.

1.22 For accidents involving to your staff inside Shell factory, necessary compensation to the dependents of the staff and legal expenditure cost shall be borne on your account.

1.23 The display board containing the details of nature of work, maximum number of staff working per shift, period of work, site in charge name and phone number and main office phone numbers is to be placed at prominent place.

1.24 If total staff engaged by you on any day of the contract period is 20 or more, you have to register with Central Labour Commissioner at Shastri Bhavan and obtain license.

1.25 Staffs under your control are to be insured during the work period.

1.26 Registers in Form XIII, XVI, XIX, and XVII as per contract labour act shall be maintained.

1.27 Employment card in Form XIV should be issued to all work men by the successful tenderer.

1.28 The payment of wages shall be made as per Minimum wages Act, and shall be witnessed by ICF nominated Supervisors.

1.29 Usage of LPG cylinder in the factories (both Shell & Fur) is prohibited for industrial activities. Industrial LPG cylinders shall only be allowed if accompanied by a certificate from gas companies about the end use for which it is issued.

2 ENVIRONMENT

2.1 ICF is an ISO 14001/2004 certified Factory. All activities shall be carried out

as per the Environment Protection Act & Rules.

2.2 Handling, storage & use of any chemicals and Hazardous waste shall be carried out as per conditions laid down by TNPCB (Tamil Nadu Pollution control Board). Any clarification shall be made with contract executing officer & Safety Cell.

2.3 Spillage of Hazardous materials, chemicals and oil shall be strictly avoided; incase of any leakage /spillage, it should be cleaned immediately.

2.4 Any waste materials should not be burnt inside the Factory.

Page 28: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 28 of 34 Signature of the Tenderer

2.5 Any open fire or smoke noticed by the successful tenderer or his men, should be informed immediately to the Fire Fighting crew through telephone numbers. FIRE Fighting CREW: 46565 (Railway phone) FIRE Station Incharge No: 90032 65107,

3 PENALTY

3.1 In case any unsafe conditions noticed that could have led to grievous injury to the contract labour, a minimum penalty of Rs 5,000/- per person shall be imposed by ICF administration to the successful tenderer. However if multiple violation of Safety instructions are noticed, the amount could be higher.

3.2 Recurrence on third occasion for the same contract would result in penalty of Rs 50,000/-(Rupees Fifty thousand only) and termination of contract.

4 DECLARATION BY TENDERER:

4.1 I undertake that all above conditions related with safety, Health and

Environment will be followed by our supervisors & staff while working inside ICF factory (LHB unit of Furnishing Division).

Signature of Tenderer/Contractor:

Office Seal:

Page 29: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 29 of 34 Signature of the Tenderer

ANNEXURE -G

AGREEMENT FOR WORKS

Contract Agreement No. M/CPM/LHB/HK/BAY II & III/14-15

to the Value of Rs.

ARTICLES OF AGREEMENT made this …..day of ....2014 between the

President of India acting through the Works Manager /LHB/Shell Assembly,

Integral Coach Factory, Chennai-38 (hereinafter called the Railway on the one part

and M/s

..............................................................................................................(herein

after called the contractor) on the other part.

WHEREAS the contractor has agreed with the Railway for the

performance of the Works Contract for “Cleaning and housekeeping activities in

LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay

(Bay III of LHB shed), including the area between LHB shed and traverser in LHB

Shed, Shop 19” as set-forth in the specification hereto and in accordance with the

conditions of contract and WHEREAS, in the performance of the said work in an

act in which the public are interested.

Now this indenture witness-eth that in consideration of the payments to be made

by the Railway, the Contractor will duly perform the said work, in the said

schedule set-forth and shall execute the same with great promptness, care and

accuracy in a workmanlike manner to the satisfaction of the Railway in all respects

and will complete the same in accordance with the said specifications and said

conditions of contract, which shall all be deemed to form part of this contract

within 300 working days from the date of actual commencement and

will observe, fulfill and keep all the conditions therein mentioned (which shall be

deemed and taken to be part of this contract as if the same had been fully set-forth

herein.)

We shall commence the work on the date specified in the letter of acceptance

of the tender and will carry out the Work for Cleaning and housekeeping activities

in LHB Shell manufacturing bay (Bay-II of LHB shed) and LHB Shell assembly bay

(Bay III of LHB shed), including the area between LHB shed and traverser in LHB

Page 30: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 30 of 34 Signature of the Tenderer

Shed, Shop 19 And the Railway doth hereby agree that if the contractor shall duly

perform and comply

with the said terms and conditions of this contract in all respects the Railway will

pay or cause to be paid to the contractor for the said work on the final completion

thereof the amount due in respect thereof at the rates specified in the schedule

hereto annexed.

It is hereby agreed and declared that all the provisions of the said

specifications schedule of rates and Special and General Conditions of contract

shall be binding upon the contractor and upon the Railway as if the same has been

repeated herein and shall be read as part of these presents.

In the event of any Dispute between the two parties the matters may be

referred to arbitration and GM/ICF is the competent authority to nominate the

arbitrator and the decision of the arbitrator is final and binding on both parties to

the contract. Only the courts in Chennai shall have exclusive Jurisdiction in all

the matters arising out of the Agreement.

In witness where of the parties to these presents have hereunder set their

hands the day and year first above written.

Dated this ….. day of July 2014

Signature for and on behalf .....................................

of the President of India Integral Coach Factory

Integral Coach Factory, Chennai-38.

Chennai-600038. (for & on behalf of the President of India)

In the presence of ................................................

(Signature of witness)

and by......................................

the duly constituted attorney

of and for and on behalf of

................................................ ..................................................

(Signature of contractor)

Who has signed these presents in the presence of :

1.________________________________ 2._________________________________

(Signature & details of witness) (Signature & details of witness)

Page 31: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 31 of 34 Signature of the Tenderer

CERTIFICATION OF SITE FAMILARISATION

A. I/We hereby solemnly declare that I/We have visited the site of work as stated in scope of work and have familiarized myself/ourselves of the working conditions, existing roads / bridge / access roads etc.

(i) Topography of the Area.

(ii) The existing roads and access to the site of work. B. I/We have kept myself/ourselves fully informed of the provisions of this tender

Document comprising Instructions to the Tenderers, General Conditions of the Contract, Special Conditions, Specifications apart from information conveyed to me/us through various other provisions in this tender document. C. I/We have quoted my / our rates as in the prescribed format by taking into account all the factors and conditions.

Signature of Tenderer/s

Page 32: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 32 of 34 Signature of the Tenderer

Annexure-H INSTRUCTIONS TO TENDERERS REGARDING

TENDER FORMS DOWNLOADED FROM INTERNET

1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through high quality printers only. Submission of Xerox or photocopy of tender document is prohibited.

2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the office of the Chief Workshop Engineer/ Shell. Division / ICF before the date and time stipulated in the tender document.

3. The cost of tender document as indicated in the tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of FINANCIAL ADVISOR AND CHIEF ACCOUNTS OFFICER/ INTEGRAL COACH FACTORY along with the tender document. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected.

4.

The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenders are advised to download tender documents well in advance and submit the tender before the stipulated time.

It is the responsibility of the Tender to check any correction or any modifications published subsequently in Web site and the same shall be taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print out, sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays/ delay in downloading of tender document from the internet.

6. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ball point pen only. Each page of tender document should be signed by the tenderer.

7. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the Office of CHIEF PROJECT MANAGER/SHELL DIVISION. After award of work agreement will be prepared based on the master copy of tender document available in the above mentioned office. In case, any discrepancy between the tender document downloaded from the internet and the master copy, latter shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained.

8. If any change/ addition/ deletion is made by the Tenderer/ Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/ their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/ or prosecuted.

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

Declaration: (a) I/ We have downloaded the tender form from the internet site www.icf.gov.in

And I/ We have not tampered/ modified the tender forms in any manner. In case, if the same is found to be tampered/ modified I/ We understand that my/ our tender will be summarily rejected and full earnest money deposit will be forfeited and I/ We am/ are liable to be banned from doing business with Railways and/ or prosecuted.

(b) I/ We submitting a demand draft no. _____________________ dated _________ issued by_________________________ for ` towards the cost of tender form. Date: Signature Tenderer/s Address:

Page 33: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 33 of 34 Signature of the Tenderer

ANNEXURE - I CERTIFICATION OF SITE FAMILARISATION A. I/We hereby solemnly declare that I/We have visited the site of work as stated in

scope of work and have familiarized myself/ourselves of the working conditions,

existing roads / bridge / access roads etc.

(i) Topography of the Area.

(ii) The existing roads and access to the site of work.

B. I/We have kept myself/ourselves fully informed of the provisions of this tender

Document comprising Instructions to the Tenderers, General Conditions of the

Contract, Special Conditions, Specifications apart from information conveyed to

me/us through various other provisions in this tender document.

C. I/We have quoted my / our rates as in the prescribed format by taking into account

all the factors and conditions.

Signature of Tenderer/s

Page 34: Ref: .: M/CPM LHB/HK/ BAY II & III /14-15 1 · M/CPM / LHB/HK/ BAY II & III /14-15 1.0. It is proposed to carry-out “Cleaning and housekeeping . activities in LHB Shell manufacturing

Integral Coach Factory, Chennai – 600 038. M/CPM/LHB/HK/ BAY II & III /14-15 ----------------------------------------------------------------------------------------------------------------

Page 34 of 34 Signature of the Tenderer

ANNEXURE – J

PROFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS

The following are the particulars of deviations from the requirements of the Instructions to Tenderers and Special and General Conditions of Contract: CLAUSE DEVIATION REMARKS (Including Justification) ...................................... Signature and seal of the Tenderer. NOTE:Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No Deviations”. ANNEXURE-K PROFORMA FOR STATEMENT OF DEVIATIONS FROM TECHNICAL SPECIFICATIONS

The following are the particulars of deviations from the requirements stated in the ‘Schedule of Work’ of tender documents: CLAUSE DEVIATION REMARKS (Including Justification) ...................................... Signature and seal of the Tenderer. NOTE:Where there is no deviation, the statement should be returned duly signed with an endorsement indicating “No Deviations”.