WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual...

30
The enclosed booklet contains Bulletin tenders of field units (Depots & Divisions) of East Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders please visit www.ireps.gov.in and bid online. No manual offer will be accepted for Head quarters Bulletin/Limited tender. BT No. 47 Date of Issue: 19- 02-2014 EAST COAST RAILWAY WEEKLY STORES BULLETIN ( of Depots & Divisions of Stores Deptt. ) 2013-14 Controller of Stores, East Coast Railway Sadan/ Bhubaneswar-751017 Website: www.eastcoastrail.indianrailways.gov.in BSNL Fax : 0674-2300497 Railway Fax No.54556 Note Tenderers are instructed to submit their offer in the Bulletin Tender Form with all columns duly filled in and send the same in duly sealed envelope indicating the Bulletin No. with date of issue and also the Tender No with opening date on top of the envelope.

Transcript of WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual...

Page 1: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

The enclosed booklet contains Bulletin tenders of field units (Depots & Divisions) of East Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders please visit www.ireps.gov.in and bid online. No manual offer will be accepted for Head quarters Bulletin/Limited tender.

BT No. 47 Date of Issue: 19- 02-2014

EAST COAST RAILWAY

WEEKLY STORES BULLETIN

( of Depots & Divisions of Stores Deptt. )

2013-14

Controller of Stores, East Coast Railway

Sadan/ Bhubaneswar-751017

Website: www.eastcoastrail.indianrailways.gov.in

BSNL Fax : 0674-2300497

Railway Fax No.54556

Note

Tenderers are instructed to submit their offer in the Bulletin Tender Form with all columns duly filled in and send the same in duly sealed envelope indicating the Bulletin No. with date of issue and also the Tender No with opening date on top of the envelope.

Page 2: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

2

East Coast Railway

WEEKLY STORES BULLETIN

Bulletin No.47 Date of Issue: 19-02-2014

CONTENTS

Section Description Page

1. Office Addresses of RDSO & RITES 3

2. Groups and Purchase Officers. 4-5

3. Notice 6

4. Instruction to Tenderers 7

5. Code Names of Consignees 11

6. Attention to Tenderers 11

7. Notice Regarding Subscription for Monthly

Store Bulletin 12

8. Depot Code Number, Controlling Officer

and Postal Address of all depots in E.Co.Rly. 13

9. List of Bulletin tenders 14

10. Bulletin Tender Form 28

11. EFT Mandate form 29

Page 3: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

3

SECTION-1

Office Addresses of RDSO & RITES

RITES

1) Corporate Office : The Executive Directors, RITES Ltd., Quality Assurance Division, Corporate Office, New Delhi, 27, Barakhamba Road, NewDelhi-110001, Phone No. : 011-23354800, Fax : 23315286 E-mail : [email protected]

2) Western Region : General Manager ((Inspen.) RITES Ltd., Western Region, (2nd floor), Churchgate Station Bldg. Annexe, Maharshi Karve Road, Mumbai-400020, Tele No. 022-22012523,22015573, Fax No.22084155, E-mail : [email protected]

3) Northern Region : General Manager ((Inspen.) RITES Ltd., Northern Region, C-1, Commercial Centre, Safdarjung Development Area, New Delhi-110016, E-mail : [email protected]

4) Southern Region: General Manager ((Inspen.) RITES Ltd., Southern Region, Mount Chambers, (4th floor), 758, Anna Salai, Chenaai-600002, Tele No.044-28523364, Fax : 033-2234 8704 E-mail : [email protected]

5) Eastern Region : General Manager ((Inspen.) RITES Ltd., Eastern Region, 56, C.R.Avenue, (3rd floor), Central Station Bldg., Kolkata-700012, Tele No.033-2234 8665, 22348729,22348730, Fax : 033-2234 8704 E-mail : [email protected]

RDSO

1) RDSO/MUMBAI: Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, New Annex B Building. (1st floor) W.Railway, Church Gate, Mumbai-20.

2) RDSO/DLI Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, Room No.501A,Rail Bhawan, New Delhi.

3) RDSO/MAS Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, New Jt. Office, Ayanavaram, S.Railway, Chennai-600023.

4) RDSO/LKO Director General (M&L), Research Design and Standards Organizations, Manak Nagar, Lucknow-226011, Phone No.05522-458500.

5) RDSO/KOL Jt. Director (Wagon)/ (I & L). Research Design and Standards Organizations, 3 Koilaghat Street, Kolkata-700001.

6) DOI/KOL Director of Inspection, Director General of Supplies & Disposals, 1, Ganesh Chandra Avenue, Kolkata-700013.

Page 4: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

4

SECTION-2

Groups and Purchase Officers . Purchase /Non-purchase

Sections AMM SMM Dy.CMM CMM Name Railway

K.Krishna Murthy COS 50090

R. K. Dash CMM-I 50190

Milind Deouskar CMM-II 50290

P. K. Chaudhary Dy.CMM-Sys 50292

A. K. Singh Dy. CMM-I 50192

M.L. Singh Dy.CMM-II 50194

S.K.Mishra Dy.CMM-III 50196

R. K. Sethi Dy.CMM-IV 50198

G.S.Mohanty SMM-II 50296

D.Sethi SMM-III 50298

T. Mahapatra SMM-IV 50392

M.K.Mohanty SMM- V

50394

S. K. Panda Secy. To COS 50092

U. K. Mishra AMM-I

50396

S. C. Satpathy AMM/ II 50492

M.K.Ray AMM-III

50494

J.Hasda AMM- IV 50496

DIVISION S.K.Patnaik Sr. DMM/KUR

72204

A. Muthusamy Sr.DMM/WAT 82204

S.Hansdah Sr.DMM-SBP

62486

DEPOTS S.K.Biswal SMM/CRW/MCS

58460

B .K. Barik SMM/DLS/VSKP

82375

P.K.Pradhan SMM/ELS/VSKP

83064 84015

G.K.Gupta SMM/WSD/VSKP 84348

P-01 (10-19) Diesel Loco Components. S-10 ( Firm Enlistment), M& P, Transport Contracts)

AMM-I SMM-IV

Dy. CMM-I CMM-I

P-02 (20-29) Electric Loco components

AMM-II SMM-I Dy. CMM-II CMM-II

P-03 ( 30-39) Carriage & Wagon Components S- 6 ( Sales)

AMM-III SMM-III Dy. CMM-III

CMM-I

P-04 ( 40-49), ( With 52 Gr) General Electric Items, Computers and Communication items, Accessories, etc.

AMM-II SMM-I Dy. CMM-II CMM-II

P-05 ( 50-59) ( Except 52 Gr) Signal & Telecom Components

AMM-IV

SMM-II Dy. CMM-IV

CMM-II

P-06 (60-69) Engg. Track Fittings

AMM-I SMM-IV

Dy. CMM-I CMM-I

P-07 (70-79) Hardware, Furniture, Clothing items etc

AMM-IV

SMM-II Dy. CMM-IV

CMM-II

P-08 (80-89) Fuels, Lubricants, drugs, Medical equipments etc

AMM-IV

SMM-II Dy. CMM-IV

CMM-II

P-09 (90-99) Steel, Plywood, Non-Ferrous items etc.

AMM-I SMM-IV

Dy. CMM-I CMM-I

S-1 ( Secret Cell) Secy. to COS

CMM-I

S-2 & S-3 ( Gen. Administration & Establishment), S-4 ( Receipt & Despatch), S-14 ( Progress Cell), Local Purchase

Secy. to COS

Dy. CMM-Sys

CMM-I

S-7 & S-8 , (Tender Section)

AMM-IV

Dy. CMM- III CMM-I

S-5 ( Policy ), S-9( Requisition Registration), S-11 ( Budget), S-12 ( Inventory Control),

AMM-Sys.

Dy. CMM-Sys

CMM-I

Page 5: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

5

S-13 ( MMIS & e- Procurement)

AMM-Sys.

SMM-I Dy.CMM-II CMM-I J. N.Pattnaik SMM/CRW/MCS

58468

S.C Hansdah AMM (D) CRW/MCS

58462

S .K. Behera AMM/GSD/MCS 58462

I. Tirkey AMM/ELS/ANGL 75273

J.S. K. Das AMM/WSD/VSKP 82507

1. JAG/SAG level officers looking after depots and divisions.

Depot/ Division Nodal Officers Territorial HOD

CRW/MCS Dy.CMM/III CMM-I

WSD/VSKP Dy.CMM/III CMM-I

DLS/VSKP Dy.CMM/I CMM-I

ELS/ANGL, ELS/VSKP Dy.CMM/II CMM-II

GSD/KUR Dy.CMM/IV CMM-II

KUR Division Dy.CMM/II CMM-II

SBP Division Dy.CMM/III CMM-I

VSKP Division Dy.CMM/I CMM-I

Page 6: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

6

SECTION – 3

NOTICE

∗ All the Registered firms with E.Co. Rly. whose registration are going to expire, are hereby requested to renew their registration with this Railway. Otherwise, despatch of Bulletin will be stopped from the date of expiry of registration.

* Offers.Bids not accompained by signed tender documents/forms/ Proforma Issued by E.Co. Railway authority will be SUMMARILY REJECTED.

∗ Quotations / Offers received by FAX will not be entertained.

BY ORDER

All Regd. Firms are hereby advised to apply for renewal of their regn. along with the following documents before three months of expiry of their regn., failing which their name will be automatically de-listed from the approved list without any further notification.

1. Current and valid STCC.

2. Performance statement of this Railway and other Railways with complete despatch details.

3. Current and valid Dealership certificate for the stores they are regd. with this Rly. along with the NSIC/RDSO/DGS & D regn. certificate (notarized).

4. NSIC's initial and amendment & permanent Regn. Certificate (duly notorised)/DGS & D/RDSO/ISO-9000/other Rly's regn. certificate (notarized).

5. NSIC's review certificate (duly notarized).

6. Banker's certificate.

7. Profit and loss A/c. balance sheet for last two years.

8. Affidavit for the ownership of Plant and Machinery with quality control arrangement.

BY ORDER

Page 7: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

7

SECTION – 4

Instructions to Tenderers

Abbreviations

(a) Ex-stock offers required for delivery within 21 days. Preference will be given to early delivery.

(b) Specification / Drawing to be seen in the respective office, whenever aplicable.

(c) Samples to be seen in the respective office, whenever applicable.

(d) Samples to be submitted failng which offer is liable to be ignored.

(e) Only RDSO approved sources should quote indicating the RDSO reference.

(f) Only ICF approved sources should quote indicating ICF reference.

(g) Only DLW approved sources should quote indicating DLW reference.

(h) Only CLW approved sources should quote indicating CLW reference.

(i) This is exclusively reserved for NSIC units. Tenderers should quote NSIC Registration on thier offer and the validity of such registration. Failure to comply with this will result the firm being deemed as unregistered with NSIC and offers ignored.

(j) Past performance particulars for similar items supplied to railways and other public sector institutions must be submitted.

(k) Only BIS marked product will be procured.

(l) Tenderers to agree to Std. Rly. warranty terms of 30 months from the date of supply or 24 months from the date of placement in service, whichever is earlier.

(m) Warranty Bank Guarantee @ 10% of store to be furnished in prescribed form to cover warranty period. (n) Firms are requested to quote the item for which they are registered otherwise offer will be rejected. (o) Firms are required to furnish their cell phone number in the quotation.

Clearly indicate deviations from tender specificati ons, especially when the item is of M. & P in natur e.

Instructions 1. Sealed tenders are invited from the supplier registered with this department for the relevant trade group only. The offers received from

non-registered suppliers will be ignored. The tenderers are therefore advised to indicate the registration number, the trade groups for which registered and the validity of their registration clearly in their offers.

2. The Opening schedule of the tenders included in this bulletin will be as per annexure enclosed. 3. The tenders must be submitted in covers duly marked with the tender, number and opening date on the face of the cover. The sealed

tenders must be deposited in tender box placed in the respective office of Depot/Divisions on the specified date or if posted must reach the office by that time. Railway is not responsible for postal delays. In case, due date of opening of tender happens to be a holiday, the date of opening of such tender will be next working day.

4. No erasures, alternations, or overwriting are permitted on the tender form. The tender with erasures, alteratins, or over wiriting is liable to be invalidated.

5. The rate quoted should be stated both in words and figures. The units of rate shall be in metric system an as per tender specification. 6. The tenderers are requested to clearly indicate the name of manufacturers, country of origin and brand if any of the stores tendered for. 7. Where specified, the tenderers may see the sample/drg. in the office of the concern tender of Depot/Divisions upto 14.00 hrs. on working

days. 8. Where stipulated, Samples are required to be submitted duly sealed and labelled in the office of the concern tender of Depot/Divisions by

12.00 hrs. on the date of tender opening. 9. The tenderes who deposit samples with their offers are requested to collect the samples so offered with 6 months from the date of

opening of tenders. If the samples are not collected within six months, they will be disposed off and no claims whatsoever will be entertained thereafter.

10. Exact rate of ED. and S.T. as applicable should be stated indicating the S. T. registration number. The MODVAT benefits where applicable shall be passed on to the Railways.

11. 100% payment shall be admissible on consignee's receipt and acceptance. 12. Firm should quote on FOR or free to destination price. In case they quote ex. works godown price, they should invariably indicate the

total charges ex. their Work Godown to destination. Offers should be made on free delivery at destination basis as far as possible. In the event any offers do not specifically record anything about the FOR condition in their offer it will be assumed that their offer is FOR destination. This assumption will be final and binding on the offerer and will not be subject to any legal dispute or arbitration in future.

13. Unless otherwise stated for tenders over Rs. 1 lakh inspection shall be entrusted to RITES. Railway however reserves the right to

arrange inspection by its own representative. 14. IRS conditions of contract shall be applicable. 15. The tenders should be valid for acceptance for a period 90 days minimum from the date of opening of tender.

Page 8: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

8

16. The purchaser reserves the option to give a purchase / price preference to the offers from public sector Untis and / or from small scale/cottage industries. Unit registered with the prescribed authorities, over those from other firms in accordance with the policies of the Govt. from time to time. The price preference above cannot, however, be taken for granted and every endeavour need be made by them to bring down cost and achieve competitiveness.

17. Material should be despatched by Road Transport / Personal Courier service (wherever feasible), offers of firms quoting movement of materials by Rail in Wagon as Small as Goods Traffic Rates their offers are liable to be ignored.

18. Offer not accompained by signed tender documents/ form/proforma issued by East Coast Railway authority will be summararily rejected without assigning any reason.

19. All the firms doing business from / in Orissa are advised that they should submit. Current and valid O.S.T. Clearance certificate in form alongwith their bill to admit payment.

20. Vital components used in Elec. Iocomotives like Gears, Pinions, Bearings, Brake items, Rubber items, Spring items, D J & Tap Charger spares, VCB, Rubber bellows, Compressure spares, Exhauster spares, Pantograph & their spares should be embossed with name of the manufacturer and year of manufacture.

21. The delivery stipulations in the tenderers offer should be clearly defined as to commence within ............... days/ months and completion in ...........days/months of regular monthly/quarterly intervals.

22. "The Railways reserve the right to order entire or bulk quantity from approved firm, the status of the firm should be erckoned as on the date of opening of thetender and not thereafter unless a case of down grading/removal/suspension/banning.

23. The Controller of Stores or any other Officer authorised on behalf of General Manager does not bind himself to accept the lowest or any tender and reserves the right to cancel, reduce or divide the contract without assigning any reason for such action."

24. i. Offer received through FAX may be considered in case of procurement of items through proprietary article certificate & single tender only subject to the firm submitting post confirmation copy on their letter head duly singed by the authorized person as per the tender conditions within ten working days from the date of opening.

ii. However, for other type of tenders i.e. for Bulletin, Limited and Advertised/Open Tenders etc., offers received through FAX and found in the tender box at the time of opening of Tenders and complete in all respects and duly signed by the authorized signatory should be treated as in time offer subject to the firm/firms submitting post confirmation copy duly signed by the authorized person as per the tender conditions within ten working days from the date of opening.

iii. All other offers received by FAX not covered in Para (i) & (ii) above shall be treated as invalid. The offers received by FAX as covered in Para (ii) above shall be deemed as unresponsive in case the confirmation copy is not received within the time stipulated in Para (i) above.

iv. No purchase order shall be issued against the FAX offers without receipt of the confirmation copy of the same. v. It shall be the sole responsibility of tenderers to ensure that the offers submitted by FAX are dropped in appropriate tender box in sealed

cover/covers and within the prescribed time and date. The Railways shall not be responsible in any way for any delay in dropping the FAX offers in the appropriate tender box.

25. The payment shall be made through electronic clearing service (Credit clearing) where such facilities exist. The mandate form is enclose at Annexure-B. The firm should fill the same and send to FA&CAO/E. Co. Rly/Bhubaneswar along with the bill for payment.

ADDITIONAL SPECIAL CONDITIONS

1. In case of item is procurable from sources approved by RDSO/CLW/ICF etc. Tenderers must submit the valid and current approval certificate for the particular item alongwith their offer failing which their offer is liable to be ignored. Exception can, however, be made only in case the tenderer's name appears in the approval list etc. If and as available with the purchaser. Tenderers may, however note that :-

a) In case all or most of the approved firms quote equal rates and cartel formation is suspected. Railways reserve the right to place order on one or more firms with exclusion of the restwithout assigning any reasons thereof.

b) Wherever cartel formation is suspected, Railway reserves the right to place orders on any firms for any quantity without assigning any reason thereof.

c) Firms are expected to quote for a quantity not less than 50% of tendered quantity. Offers for quantity less than 50% to tendered quantity will be considered unresponsive and liable to be rejected in case cartel formation is suspected. Railways, however, reserves the right to place order on one or more firms any quantity.

d) The firms who quote in cartel should note that their names are likely to be deleted from the list of approved source.

WARRANTY

1. Seller / Contractors shall warrant that everythig to be furnished hereunder shall be from all defects and faults in material workmanship and manufacture and shall be of the highest grade and consistent with the established and generally accepted standard for materials of the type ordered and in full conformity with the contact specification, drawings or samples if any and shall if operable, operate properly.

2. This warranty shall service Inspection or payment for and acceptance of the goods, but shall expire 30 months after their delivery at ultimate destination in India, or 24 months from the date of placing in service at ultimate destination in India, whichever shall be earlier except in respect of complaints defects and or claims notified to the Seller/Contractor within 2/4 months of such date. Any approval of acceptance by the Buyer of the stores or of the materials, incorporated herein shall not if any way limit the Sellers/ Contractors' liability.

Page 9: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

9

3. The sellers / Contractors' liabilityt in this respect of any complain defect and or claim shall be limited to the furnish in and installaton of the replacement parts free of any charge or the repair are attributable to or arise from faulty workmanship or material or design in the manufacture of the stores provided defects are brought to the notice of Sellers/ Contractors with 2/3 months of their being date of expiry of warranty period or at the option of the buyer to the payment of the value expenditure and damage as hereafter mentioned.

4. The Sellers/Contractores shall if required replace or repair of the goods or such portion theereof as is rejected by the buyer free of cost at the ultimate destination or at the option of the buyer to the Sellers/ Contractors shall pay to the buyer value thereof at the contract price and such other expenditure and damages as may arise reason of the breach of the condition herein specified.

5. All replacement and repairs that the buyer shall call upon the Sellers/Contractors to delivery of perform under this warranty shall be delivered and performed by the Sellers/Contractors as desire/desires the required parts can be taken over by them/him or their this representative in India for disposal as they be do so fit within a period of three months from the date of placement of good parts. At the expiry of this period no claim whatsoever shall lie on the Buyer.

6. The warranty herein contained shall not apply to any material which shall have been repair or alter by the buyer or on his behalf if any without the consent of the Sellers/Contractors so as to affect its strength, performance or reliability or to any part due to misure negligence or evident.

7. The decision of the Controller of Stores in regard to dealers/Contractors liability and the amount if any payable under this warranty by final conclusive.

Special Terms & Condition for M&P Items

1. Tenderers not registered with this railway shall submit earnest money as specified along with the tender. Successful tenderer shall security deposit @ 5% before placement of order also have to deposit and @ 10% for general items and @ 10% for safety items.

2. Name of manufacturer and their Brand to be indicated supported with the original leaflets. Xerox copies will not to be accepted.

3. The tenderers should clearly confirm that their offer confirm to the tender specificatin fully in case of any deviations, the same should be brought out under heading deviation from tender specification.

4. If the product offered is other than own make, copy of Agency certificate or authorisation from the manufacturer/Principal to be furnished.

5. For imported equipments the offerer must submit their offer both on FOB basis and or FOR destination basis and must be accompained by the quotation from the Principals including the amount of Agency Commission included therein. For the offer on FOR basis, price break up should be furnished indicating the FOB/CIF value (supported by Principal's proforma invoice), custom duty and other charges clearly.

6. For imported equipment, the tenderer must submit the following documents : a) Country of origin certificate. b) Airway Bill/Bill of entry & Bill of lading. c) OEMs test certificate & guarantee certificate. d) Export/Import code no. issued by competent authority.

7. Excise duty, sales tax, packing & forwarding charge if applicable should be claimed extra clearly specifying the rates applicable for each item.

8. Where E.D. is claimed, the MODVAT benefits should be passed on to the Railway.

9. Erections / commissioning should be free and if quoted lumpsum amount to be specified separately.

10. In all cases when the contract, provided for test on site, the purchaser except where otherwise specified, shall provide free of charges such labour, materials, fuel stores apparatus and instruments as may be required at site from time to time adn as any reasonably by demand, efficiently to carry out such test of the plants and machinery or workmanship etc. in accordance with the contract.

11. Direct delivery to consignee should be quoted and in case the price is offered on FOR destination basis, the break up of price like basis ED. S.T., packing & forwarding and freight charges included in the said price to be furnished.

12. Any fittings or accessories which may not be specifically mentioned in the specifications but which are usually necessary for satisfactory performance of the equipment are to be provided by the contractor without extra charges and the plant must be completed in all details.

13. The stores offered should be guaranted as per Rly.standard warranty clause for a period of 24 months from the date of commissioning or 30 months from the date of despatch which ever is earlier. To cover the gurantee period, bank gurantee to the extent of 10% of the value of the order shall be furnished along with their 1st bill for payment. The Railways standard warranty proforma is enclosed herewith which may be returned duly signed with the official seal along with the quotation as a token of acceptance.

14. Stores to be inspected at manufacturer's works before despatch by RITES unless otherwise specified. Inspection shall include performance test, load test and other tests as required as per the specification to the satisfaction of the inspecting agency to confirm the material to the tender specification.

15. Details of orders executed for same or identical stores from this Railway, other Railways or Govt. Institutions should be furnished along with performance report, failure to do so will render the offer liable to be ignored.

16. Printed terms and conditions on your quotation not in line with the above requirements should be invariably deleted.

17. Successful tenderer shall submit foundation drawing where applicable to the consignee within 45 days of the receipt of purchase order so that the same is available well in advance of the receipt of the machine by the consignee and the foundation is kept ready.

Page 10: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

10

NOTES 1. Please note that General & Special conditions of Bulletin Tender of E.Co. Rly. for supply contract have been revised.

2. All tenderers are advised to read the tender conditions (Revised) carefully before filling in the Tender Form.

3. Evaluation criterion has been specified in the Tender Form Itself.

4. Offers should be submitted for delivery to direct consignee only, otherwise they are likely to be rejected.

5. This office undertakes no responsibility for any postal dalays.

6. Samples where called for, should be sent duly sealed, separately to the Reception Counter or Sample Section of concerned tender of Depot/Divisions office before the date and time of opening of Tender. These should not be enclosed with Tender Quotation.

7. Offers not accompanied by signed tender documents/forms issued by E.Co. Rly authority will be summarily rejected without assigning any reason.

8. Current and valid O.S.T. clearance certificate inform to be submitted by the firms alongwith their tender/bill to admit payment.

9. The Controller of Stores or any other officer authorised on behalf of General Manager does not bind himself to accept the lowest or any tender and reserves the right to cancel, reduce of divide the contract without assigning any reason for such action.

10. Tender documents can be downloaded from E.Co. Rly. Website www.eastcoastrailway.gov.in

11. If the tenders can not be opened on due date of opening due to some unavoidable circumstances beyond the control of Rly. or being declared as closed holiday, the same will be opened on the next working day at same time.

Controller of Stores East Coast Railway

Page 11: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

11

SECTION-5

CODE NAME OF CONSIGNEES Code Name Full Name Code Name Full Name 1. KUR 2. MCS 3. BBS 4. SBP 5. VSKP 6. WAT 7. JJKR

KURDA ROAD MANCHESWAR Bhubaneswar Sambalpur Visakhapatna Waltair Jajpur Keonjhar Road

8. TLHR 9. PRDP 10. PUI 11. BAM 12. PSA 13. CTC 14. BHC 15. CSPur

Talcher Paradeep PURI Berhampur Palasa Cuttack Bhadrak Chandrasekharpur

SECTION-6

ATTENTION TO TENDERERS 1. Separate quotation for each tender 2. Separate envelope for each quotation. 3. Rates must be quoted both in figures & words. 4. Correct tender No. and date of opening must be written on the top of envelop containing tender form. 5. Firms quoting in BT/LT should give their FAX No. Tele No. & contact person for chasing of supplies. 6. The tender form enclosed in this booklet to be used for giving the offer. In case more forms are

required they are to be copied.

Page 12: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

12

SECTION-7

SUBSCRIPTION RATES Subscription of Bulletin for one year or any part thereof is Rs 1000/- by e-mail. The Subscription amount should be deposited with the Chief Cashier E.Co.Rly. CS Pur, Bhubaneswar under allocation No.Z-652/COS/E.Co.Rly. The original money receipt should be produced to the Enlistment section/ COS office for enlistment as subscriber. NOTE : Please note that from 16.12.09, we are uploading the field units Weekly Stores Bulletins on website and are sending the same to registered firms by e-mail. But some firms are yet to furnish their E-Mail Addresses or they have furnished incorrect/invalid addresses. They are requested to please furnish the current/valid E-Mail Addresses without any further delay.

Page 13: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

13

SECTION-8

Depot Code Number, Controlling Officer

And Postal Address of all Depots in East Coast Rail way Sl. No.

Depot Code

Controlling Officer Postal Address BSNL Fax No.

1. 41 SMM/ELS/VSKP Sr.Materials Manager (ELS) Electric Loco Shed, P.O.-N.A.D. VSKP-530009

(0891)-2727490

2. 48 SMM/DLS/VSKP Sr. Material Manager (Diesel) Diesel Loco Shed, P.O.-Kancharapalam, Dist- VSKP-530008

(0891)-2727916

3. 92 Dy.CMM/CRW/MCS Dy. Chief Materials Manager, Carriage Repair Workshop East Coast Railway, Mancheswar-751017

(0674)2743205 (0674)2743205

4. 90 GSD/MCS AMM/GSD/ MCS

5. 42 WAGON DEPOT/VSKP

AMM/WSD/VSKP PO: Kancharapalam Dist: Visakhapatnam Pin:530 008.

Rly:82507 9490186108

6 93 AMM/ELS/ANGL Asst. Materials Manager, Electric Loco Shed, Near Angul Railway Station, Ranigoda, PO:-Turang, Dist-Angul (Orissa) 759123.

Rly:75277 06764-211327 09437584411

06764-230544 06764-230544

Page 14: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

14

SECTION-9

LIST OF BULLETIN TENDERS

Limited/Bulletin Tenders of Depot / Divisions only. BULLETIN BOOK NO. 47 Dated .19 -02-2014

CRW/MCS/DEPOT

The under-mentioned tenders are SMM./CRW/MCS ’s Tenders. The Tenderers are to drop their quotation in the Office of the SMM/CRW/MCS ’s Tender Box . Closing of tender Box at 15-00 Hrs. and Opening of tender at 15 -30 Hrs

Sl Case No.

& Date Complete Description of Item P.L. No & Trade Group

Qty. Unit Consignee Opening Date

01. 92135651 18-FEB-2014

Carbon brush holder for 110 V DC Carriage fan 400mm sweep of IS 6680-1992 with annexure-H (Revised) in December 2005, 15mm long PVC Sleeve to be provided on the brush holder box (Part-2) for 110V DC Fan. Trade Group – 4712 PL NO –NON STOCK Note:

1. Please see Annexure-A for General condition of tender.

2. Inspection by Consignee. 3. Vendor to indicate the make/ brand of the item.

2000 NO SSE/TL/MCS

06.03.2014

02. 92135668 19-FEB-2014

Set of Chemicals (As per Annexure) Trade Group – 8108 PL NO –NON STOCK Note: 1. Please see Annexure-A for General condition of tender. 2. Inspection by Consignee after receipt of material.

01 SET CMS-I/MCS

06.03.2014

List of Chemicals to Tender No. 92135668 Sl.N o.

Description of Chemicals Grade Quantity

1. Conc. Hydrochloric Acid - 2.5 ltrs. pack AR 02 2. Nitric Acid- 2.5 ltrs. pack AR 02 3. Sodium Nitrite – 500gms pack ---- 01 4. Ammonium Nitrate - 500gms pack ----- 01 5. Ammonium Moybdate – 100 gms pack AR 01 6. Sodium Hydroxide Pellets – 500 gms. pack AR 02 7. Potassium Nitrate – 500gms pack AR 01 8. Potassium Ferro cyanide – 500gms pack AR 01

Page 15: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

15

9. Methyl Alcohol- 2.5 ltrs pack AR 01 10. Stannous Chloride – 10gm pack AR 01 11 Stannic Chloride – 500gms pack ---- 01 12 Mercurous Chloride- 100gms pack ----- 01 13 Mercuric Chloride – 100gms pack ----- 01 14. Dimethyl Glyoxime – 100gms pack AR 01 15. Ferrous Sulphide stick – 1kg ----- 01 16. Potassium Thiocynate – 500gms pack AR 01 17. Magnesium Sulphate – 500gms pack AR 01 18. N- Butyl Acetate – 500ml pack AR 01 19. Ferrous Ammonium Sulphate- 500gmspack AR 01 20. Sodium Bismuthate – 100gm pack AR 01 21. Sodium Nitrite – 500gms pack AR 01 22. SodiumArsenate-100gm Pack AR 01 23. Orthoposphoric Acid (Ex) – 500ml Pack AR 01 24. Sulphuric Acid (Ex) – 2.5 ltr Pack AR 02 25. Ammonium Persulphate (Ex) – 500gm Pack AR 01 26. Potassium Hydroxide Pell ets (Ex)-500ml Pack AR 02 27. Tartaric Acid (Ex) – 500gm Pack AR 01 28. Iodine (Ex) – 100gm Pack AR 01 29. Potassium Iodate (Ex) – 100gm Pack AR 01 30. Ammonium Thiocyanate (Ex) – 500gm Pack AR 01 31. Oxalic Acid (Ex) – 500gm Pack AR 01 32. Zinc Oxide (SQ) – 500gm Pack AR 01 33. Silver Nitrate (Ex) – 25gm Pack AR 02 34. Barium Diphenylamine Sulphonate - 25gm Pack AR 01 35. Glycerol (Ex) – 500 ml Pack AR 02 36. Tin Metal Granulated (SQ) – 500gm Pack AR 01 37. Cupric Sulphate Pentahydrate (Ex) – 500gm Pack AR 01 38. Lead Acetate (SQ) – 500gm Pack AR 01 39. Manganous Sulphate (SQ) – 500gm Pack AR 01 40. Acetone (Ex) – 2.5 ltr Pack AR 02 41. Glass Wool – 250gm Pack AR 02

03 92135762 19-FEB-2014

Adaptor for Drilling and Tapping Machine, Drg. No. MW/M-62F Trade Group – 4115 PL NO –NON STOCK Note: 1. Please see Annexure-A for General condition of tender. 2. Inspection by Consignee after receipt of material.

05 NOS SSE/WHEEL/MCS

06.03.2014

04 92135767 19-FEB-2014

Set of M.S Hexagonal Nipples of different sizes to IS: 2062, Grade Fe- 410W, Quality-B, Consisting of 03 items, (1). Hex Nipple half inch thread at both side and length 1 and half inch 500 Nos. (2). Hex Nipple 1 inch thread at both side and length 2

01 SET SSE/POH/MCS

06.03.2014

Page 16: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

16

inch = 500 Nos. (3). Hex Nipple 1 and half inch thread at both side and length 2 and half inch = 500 Nos. Trade Group – 9011 PL NO –NON STOCK Note: 1. Please see Annexure-A for General condition of tender. 2. Inspection by Consignee after receipt of material.

5 92135765 19-FEB-2014

Light Weight Heavy Duty Electric operated portable hand drill specification- Dill Dia steel- 10mm, Drill Dia in Wood-25mm, RPM/Speed- 2800-3200, Weight-1.1Kg to 1.3Kg, Power-450-550W, Make-HITACH/ DEWALTY/BLACK and DECKER Trade Group – 7224 PL NO –NON STOCK Note: 1. Please see Annexure-A for General condition of tender. 2. Inspection by Consignee after receipt of material.

30 NOS SSE/CBR/MCS

06.03.2014

6 92135764 18-FEB-2014

Window Catch Bar for BEML coaches (LH and RH) as per Drg No. MW/M-5-011, (LH-50 Nos. & RH-50 Nos.) Trade Group – 3036 PL NO –NON STOCK Note: 1. Please see Annexure-A for General condition of tender. 2. Inspection by Consignee after receipt of material.

100 NOS SSE/CBR/MCS

06.03.2014

General Conditions of Tender

1 Tender document (consisting of tender form, general conditions and special conditions, if any) should be duly signed on all pages by tenderer

and submitted in all cases – even when they are using their own letter-head to submit the offer.

2 Tender form should be carefully filled in - whether typewritten or in ink. Ambiguity must be avoided in filling tenders. The rate, rate unit etc must not be altered.

3 Tender must be submitted in sealed envelope with tender number and date due of opening invariably indicated on top of the envelope.

4 In case if firm is not able to quote, tender document must be returned with “No Quotation” written across the face of it.

5 Tender must be dropped in the tender box before the closing time indicated in Tender Form. Purchaser will not be responsible for postal delays, if any. Late or delayed tenders will not be accepted.

6 Price components like packing, forwarding, freight, VAT/ST, ED etc., if claimed by tenderer are to be mentioned clearly to arrive at the F.O.R. Destination price (which should also be clearly mentioned in tenderer’s offer). In case if the same are not quoted specifically, it will be construed that the same are included in price quoted in the offer. If mentioned as extra as applicable or such intention is conveyed without indicating exact rate/amount, purchaser reserves the right to load the offer with such rate/amount as known to the purchaser or as considered appropriate by him in order to assess inter se ranking of the offers received. Sales Tax/VAT Registration Number should be mentioned to

Page 17: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

17

admit claim for Sales Tax/VAT.

7 In case of offers from firms outside the local area, the offers will be loaded with maximum/applicable entry tax for arriving at the FOR Destination price for inter se ranking, even if they do not quote or specifically ask for the same or for the way bill/road permit/ocroi exemption certificate etc in their offer. However, the Railway will reimburse entry tax against documentary evidence or issue way bill, but only if the tenderer has specifically quoted for the same or asked for way bill/road permit/octori exemption certificate etc in their offer.

8 Tenderer shall furnish IFSC (Code) (Specially allotted to NEFT enabled branch) for receipt of payment through NEFT/RTGS mode of fund transfer as per guide line of RBI. Tenderer are required provide the details of Bank A/c such as Bank Name, Branch name and address, Account type, Bank A/c number and Bank & Branch code. Tenderer should attach certificate from their bank certifying the correctness of the details or copies of front page(s) of passbook/blank cheque or a cancelled cheque. Firm if have account in bank without e-payment enables, they should open account in bank with e-payment facility.

9 In case of counter-offer as regards the tendered description/drawing/specification, the tenderer should furnish complete details of quoted description/drawing/specification for proper assessment of the offer.

10 Price quoted should be firm. Price variation linked with raw material is not generally acceptable.

11 Whenever samples are called for, 4 (four) samples must accompany quotations duly sealed and stamped failing which offers are liable to be overlooked.

12 100% payment will be made by Sr. AFA (W/S)/MCS against R/Note or receipt and acceptance.

13 The purchase will be governed by IRS Conditions of Contract which are available at this Railway’s website www.eastcoastrailway.gov.in.

14 If tenderers are not in a position to deliver material as per tendered delivery schedule (as indicated in tender form/special conditions), they may quote their best possible alternative delivery period(s) for consideration. But purchaser shall reserve the right to pass over offers quoted with long deliver periods.

15 Materials should be delivered directly to the consignee on door delivery basis or by road on door delivery basis. Offers not confirming to this tender condition shall be considered unresponsive and will be passed over.

16 The tenderer should submit their performance statement for supply or details of capacity-cum-capability (M&P, testing facility etc) of manufacturing or supplying the tendered item or similar items as also the particulars of registration/approval with/by ECoRly./NSIC/RDSO/ICF etc failing which offer is liable to be passed over or the same may be considered as per information available with the purchaser, as the case may be.

17 Materials manufactured and supplied by successful tenderers must bear their trade mark or identification stamp.

18 Receiving Depots/consignees will entertain supplies against orders upto 3 p.m. or any working day and 11 a.m. on Saturdays. Only in special circumstances, supplies will be accepted beyond such hours.

19 The purchaser does not bind itself to accept the lowest offer and any offer or offers whatsoever. Further the purchaser reserves the right to cancel, or reduce the contract without assigning any reason therefor. The purchaser also reserves the right to distribute the procurable quantity on one or more of the eligible tenderers in which case the quantity distribution will depend (in an inverse manner) upon the differential of rates quoted by the tenderers (other aspects i.e. capacity-cum-capability, past performance, outstanding orders, quoted vis-à-vis the tendered delivery schedule being same/similar). In such case, distribution/splitting will be in ratio of 60:40 or 65:35 if the price differential between L1 and L2 is upto 3% or above 3% but upto 5% respectively. In case it is above 5%, atleast 65% will be on the L1 tenderer. The distribution among more than two firms, if required for ensuring supply of critical/urgent items, will be decided by transparent/logical/equity based extrapolation of the model as above. The rate of the highest eligible tenderer within the zone of consideration has to be per-se reasonable. In cases of inadequate capacity-cum-capability, dissatisfactory past performance, large quantity of outstanding orders, long delivery schedule quoted etc., the purchaser shall have the right to distribute the procurable quantity amongst tenderers with due consideration to these constraints and in such a manner as would ensure timely supply of materials in requisite quantity to meet the needs of operation, maintenance, safety etc. of the Railways, regardless of inter-se ranking of the tenderers and in a fair and transparent manner with due conformity to the Principle of Natural Justice and Equity.

20 Unregistered tenderers should apply for registration with the railway simultaneously.

21 Drawing or specification if not attached with tender document may be obtained from RDSO/ICF/RCF/BIS etc. In case of RDSO/ICF/RCF/BIS drawing/specification or from office of CWM, Mancheswar in case of other drawing/specifications.

22 FAX offer if submitted in sealed cover may be considered for acceptance, but PO will be placed only if original is submitted in 10 days of tender opening.

Signature of Tenderer with Office Seal

Page 18: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

18

BULLETIN BOOK NO. 47 Dated. 19 -02- 2014

AMM/ ELS/ ANGL The under mentioned tenders are AMM/ELS/ANGL Tenders. The Tenderers are to drop their quotation in the office of the AMM/ELS/ANGL Tender Box. Closing of tender box at 11-30 Hrs. and Opening of tender at 12.00 Hrs.

Sl. No

Tender No

Description of Stores and Drg. Total Qty.

Uni t Place of delivery

Opening date

01 93125149 DT:19-02-14

Floating spindle Assembly as per Drg. No. SKG-489 of M/s HYT suitable for Commutator Turning & Polishing lathe, Make-M/s HYT Engg, Model No:CTPL.

01 No. SSE/TRS/ANGL

07-March-2014

02 93135098 DT:19-02-14

Silicon oil(Base-silicon fluid & composition-Polydimethyl siloxane) in Aerosol from as per RDSO SMI No-RDSO/2012/EL/SMI/00274 Rev O DT: 29-03-2012) of following makes 1) M/s AVI Oil India Pvt(AVI LUBE S-40) OR 2) M/s 3M(Silicone lubricant 1609) OR 3) M/s Dow Corning(Xiameter PMX-200 Silicon fluid 350cst) OR 4) M/s Matrix specialty lubricants(Silicon 20-300.000,350cst.

32 Ltrs. SSE/TRS/ANGL

07-March-2014

Note: 1) Tenderers are required to drop their quotation in the tender box kept at the office of AMM/ELS/ANGL(Send by courier because Post service is too poor here) before 11:30 hrs of 07-March-2014. 2) Railway reserves right to procure full bulk qty from CLW approved sources only OR Railway reserves right to procure from CLW approved sources or from their authorized firm having credential of suppling same/similar item and same should be enclosed with their offer. 3) These items are urgently required. Offers with ex-stock delivery / earlier delivery will be considered favorably. 4) Free delivery at our Angul Depot is required. Offers having other delivery conditions are likely to be passed over. 5) Firm shall indicate all price components of their quoted price clearly and specifically work out and indicate the FOR destination price.Failing this their offer may be evaluated in such manner as deemed fit by the purchaser for inter- se ranking. 6) All taxes and duties like ED,St/VAT,Entry Tax,octori etc,if claimed by firm are to be mentioned clearly in %age and amount.In case not quoted specifically, it will be construed that the same is include in the offered rate. 7) Inspection will be by Consignee after receipt of materials. 8) With own railway/other railway/production unit.They should also enclose registration certificate with NSIC/SSI. 9) 100% payment will be made after receipt and acceptance of materials. 10) SD @ 10% of the final value will be deducted from the first payment bill and will be refunded after the satisfactory fulfillment of all contractual obligation including guarantee/warantey period. The guarantee/warantey period should be clearly specified in the offer. 11) Firm must quote along with latest registration certificate. 12) Tenderers may attach last PO of ECoR or any other railway of item with their quotations. 13) Manufacturer’s Guarantee & Test (SWL) Certificate to be submitted along with the material wherever applicable. 14) Quotations for Tender no: 15) Other terms and condition as per weekly Stores Bulletin. 16) Indian Railway standard conditions of Contract; latest edition will be applicable. 17) (i) Tenderer to give consent in a mandate form for receipt of payment through ECS/EFT. (ii) Tenderer to provide the details of Bank A/c in line with RBI guidelines for the same. These details will include Bank Name, Branch Name & address, Account type, Bank A/c No. and Bank & Branch Code as appearing on MICR Cheque issued by Bank. (iii)Tenderer to attach certificate from their Bank certifying the correctness of all above mentioned information (as mentioned in Para (ii) above.

Page 19: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

19

Dwawing of Tender NO:-93125149:

(iv) In case of non- payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through Cheque. 18) Address for communication shall be: Assistant Material Manager, Electric Loco Shed. Near Railway station, At: - Raniguda, PO: - Turanga. Dist: - Angul (Orissa)-759123. Phone No:- (06764)211327 Mobile No:- 09437584411 Fax No: - (06764) 230544 & 231364.

Email: [email protected]

Page 20: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

20

AMM/ELS/ANGL

Page 21: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

21

BULLETIN BOOK NO. 47 Dated. 19 -02- 2014

SMM/ ELS/ WAT

The under-mentioned tenders are SMM/ELS/WAT’s Tenders. The Tenderers are to drop their quotation in the Office of the SMM/ELS/WAT Tender Box . Closing of tender Box at 15-00 Hrs. and Opening of tender at 15-30 Hrs

Sl. No

Tender No

Description of Stores and Drg. Total Qty.

Unit Place of delivery

Opening date

1. 41135132 Lead seal square type as per the Drg.No. ELS/VSKP/2008/61.

200 Kgs.

Kgs. DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

2. 41135133 High speed double stage hand operated Hydraulic pump mounting on ‘U’ frame working pressure 10000 Psi Max. capable to crimp up to 400 sq.mm sockets along with 04 meter long high pressure hose with compact jack with two set each die inter changeable Hex dies sizes 120 sq.mm, 150 sq.mm, 240 sq.mm, 270 sq.mm, 300 sq.mm, 400 sq.mm.

01 Set. Sets. DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

3. 41135134 Light weight cable cutter with 04 meter long hose along with suitable Hand operated Hydraulic pump capacity to cut up to 400 sq.mm Aluminum and copper cable.

01 No. Numbers.

DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

4. 41135135 M.S.Hex head screw of size M8x25mm long (full thread) with flat and spring washer. Hex head bolt confirming to IS:1364, flat washer to IS:2016, spring washer to IS:3063.

10000 Nos.

Numbers.

DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

5. 41135136 Diffuse reflection sensor Efectron 200 to IFM electronic India Private Limited, Kolhapur part No. OJ5053 or similar.(Details: OJHLFNKG/FO/AS Diffuse reflection sensor Rectangular plastic electronic lock visible laser light, laser class 1 + EVC 154 connector with cable 05 Meters). N.B:- Rly reserves the right to procure only from firms having credential of supplying same or similar item. Technical literature of the quoted product must be enclosed along with offer failing which the

02 Nos.

Numbers.

DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

Page 22: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

22

***********.

offer will be passed over.

6. 41135137 Resilient mounting pad assembly for ARNO to CLW Drg.No. 05/3/32/31, Alt-5 or latest for electric locos.

140 Nos.

Numbers.

DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

7. 41135138 Set of gaskets for TFP tank as per Drg.No. ELS/VSKP/2014/03.

40 Sets.

Sets. DMS/Receipt Under SMM/ ELS/WAT

11.03.2014

Special conditions for tenders of SMM/ELS/WAT:- 1) Tenderers are required to drop their quotations in the tender box kept at the office of SMM/ELS/WAT before 15:00 hrs Of 11.03.2014. 2) These items are urgently required. Offers with ex-stock delivery / earlier delivery will be considered favorably. 3) Free delivery at our WAT Depot is required. Offers having other delivery conditions are likely to be passed over. 4) Firm shall indicate all price components of their quoted price clearly and specifically work out and indicate The FOR

destination price. Failing this their offer may be evaluated in such manner as deemed fit by the purchaser for inter-se ranking.

5) All taxes & duties like ED, ST/VAT, Entry Tax, octori etc., if claimed by firm are to be mentioned clearly in %age and amount. In case not quoted specifically, it will be construed that the same is included in the offered rate.

6) Inspection will be done by Consignee after receipt of materials. For tenders over Rs.1.5 lakh inspection shall be entrusted to RITES/RDSO. Railway however reser ves the right to arrange inspection by its own repr esentative . 7) 100% payment will be made after receipt & acceptance of materials. 8) Firm must quote along with latest registration certificate. 9) Sample/drawing can be seen from Vender cell of ELS/WAT. 10) Tenderers may attach last PO of ECoR or any other railway of item with their quotations. 11) Manufacturer’s Guarantee & Test (SWL ) Certificate to be submitted along with the material wherever applicable. 12) Offer of Firms not registered with E.Co.Rly may be considered after approval by competent authority & subject to

submission of SD as applicable. The firms not registered with E.Co.Rly. are advised to apply for registration simultaneously.

13) (i) Tenderer to give consent in a mandate form for receipt of payment through ECS/EFT . (ii) Tenderer to provide the details of Bank A/c in line with RBI guidelines for the same. These details will Include Bank Name,

Branch Name & address, Account type, Bank A/c No. and Bank & Branch Code as appearing on MICR cheque issued by Bank.

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

(iv) In case of non-payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through cheque. Other terms and condition as per weekly Stores Bulletin & Indian Railway standard conditions of Contract; latest edition.

14. vender must enclosed their credential & technical literature of the products for which they quote in the tender.Offers with out valid authorization/past credential is likely to be passed over. The above mentioned tenders are SMM/ELS/ECoR/WAT tender. The tenderers to drop their quotation In the Office of the Senior Materials Manager/ELS/ECoR/Post- NAD. Visakhapatnam- 530009 (FAX No. 0891-2556093) tender BOX. Closing of tender Box at 15.00 Hrs. and Opening of tender at 15.30 Hrs on tender opening date as given above.

SMM/ELS/WAT

Page 23: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

23

BULLETIN BOOK NO. 47. Dated. 19- 02 -2014

Sr.DMM/WAT The under-mentioned tenders are Sr.DMM/WAT’s Tenders. The Tenderers are to drop their quotation in the Office of the Sr. DMM/WAT Tender Box . Closing of tender Box at 15-00 Hrs. and Opening of tender at 15-30 Hrs

Srl

No.

Tender No: Complete Description of Item Qty Unit Place of

delivery/

Consignee

Due date of opening

1 30130869 TG NO:4606 NSR No:0361580459 Dt 03.10.13

Actuator Complete , 25KA/30mm, 80V

DC, suitable for 25KV Single phase

breaker/interrupter of FSK II with

actuator mechanism conforming to RDSO

Spec .no. TI/SPC/PSI/CB/0000 with A &C

Slip no.1 to 5 (ABB Part No.

GCE7004390R0105 or its equal ,

( sample can be seen(Before Quoting) at Office of

the Sr.DEE/TRD/WAT, DRM’s Complex,

Dondaparty , Visakhapatnam -5300 04

Contact Person: SSE/TRD/Store/WAT.8978080368

NB: 1) Delivery period within 30-45 days 2) Tenderer to indicate the make

offered and to enclose the

Catalogue/Pamphlet if any

03Nos Numbers (01)

SSE/RRD/PSI/ JAGDALPUR Chhattisgarh (CG)

18.03.14

2 30131204 TG NO: 6548 NSR NO: 0361460735 Dt : 17.12.13

TG NO :6548 NSR NO:0361460736 Dt : 17.12.13

1) Gearless hand operated pulling and

lifting Machine 0.8T capacity (0.8 t

lifting & 1.2 t pulling) Conforming to

RDSO Spec No.

TI/SPC/OHE/TOOLPL/0990 with A & C

slip No.1 or latest

2) Gearless hand operated pulling and

lifting Machine 1.6T capacity ( 1.6 t

lifting & 2.6 t pulling ) with

15 Nos

15Nos

Numbers

(01)

SSE/RRD/OHE/ Simhachalam North Visakhapatnam

18.03.14

Page 24: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

24

telescopic operating handle and 20m

wire rope fitted with Hook and

machine Confirming to RDSO Spec No.

TI/SPC/OHE/TOOLPL/0990 with A & C

Slip No. 1 or latest

NB: 1) Delivery period within 30-45 days 2) Firm to indicate Make/Model

offered and to enclose Catalogue /Pamphlet if any

3) Inter-se merit position will be decided

Item wise

3 30130969 TG No:4716 NSR No: 3678013006

Indoor current Transformer Epoxy Resin Cast Wound, Primary System Voltage : 11 KV, ILV : 12/28/75 KV, 50 Hz, Ratio : 100/50/5/5 Amps, Core 1 : 15 VA / Cl 1.0, Core 2 : 15 VA/ CI 1.0, SRT : 25 KA/1 Sec, Dimensions : Length : 350 (Excluding P1 & P2 terminal plates), Height : 230, Clearance from base plate to P1 & P2 terminals : 120, Base plate : 150 X 150 with four No. of holes dia 14 at a distance of 120 (All dimensions are in mm, allowed tolerance : + - 10%).

Make: Audivision, Kappa or Similar.

NB:- 1) Delivery :Within 30-45 days 2) Firm to indicate Make, Model, offered and to enclose Technical Catalogue if any.

06 Nos.

01 (Numbers)

SSE/ELG/DLS/ VISAKHA PATNAM

(AP)

18.03.14

4 30131144 TG No: NSR No: 1)0367781016

1)Submersible pump set 3HP/22KW single phase, Head Range : 33Mts 90mtrs, Discharge: 10-4 Mtrs similar to KSB Make Model CORA 7C Model, 15 stage, and outlet 38mm

03 Nos.

(Numbers)

01

SSE/ELG/ KIRANDUL

(CG)

SSE/ELG/

18.03.14

Page 25: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

25

2)0367781017 3)0367781018

delivery, motor model UMA I-100 2.2/22 single phase, 50 Hz. Make: KSB, Kirloskar, calama, pluga. 2) Borewell submersible pump set 7.5KW/10 HP, Head: 90m to 146m.

Discharge: 18 m3 hrs to 6 m3 hrs. similar to KSB make Model No.UQD (S) 182/13 model 13 stage and outlet 2” (50mm) Delivery with SS impeller. Motor model UMA I 150 8/12 series star delta model, three phase 415V, 50 Hz, Make: KSB, Kirloskar, calama, pluga, Texmo. 3) Mono block centrifugal pump set 7.5 K.W / 10 HP SUC/DEL 100/100, head; 12-28 m, discharge flow : 32-18 LPS, similar to kirloskar make model No.KDS 1030++, 3 phase , 440V 50 Hz Make: Kirloskar, CG, KSB.

NB:- 1) Delivery :Within 30-45 days 2) Firm to indicate Make, Model, offered and to enclose Technical Catalogue if any. 3) Inter-se merit position will be decided item wise. 4) Delivery at Kirandul.

01 No. 01 No.

(Numbers)

01 (Numbers)

01

KIRANDUL (CG)

SSE/ELG/ KIRANDUL

(CG)

5 30131120 TG No: NSR No: 0367800046

Twister spiral 65W screw type CFL lamp, 170-250V, 50Hz, Burning Hours: 10, 000 Make: Bajaj, CG, HPL, Suryaroshni, Philips.

NB:- 1) Delivery :Within 30-45 days 2) Firm to indicate Make, Model, offered and to enclose Technical Catalogue if any.

100 Nos.

(Numbers)

01

SSE/ELG/DLS/

VISAKHA PATNAM

(AP)

18.03.14

6 30131142 TG No: NSR No: 1) 0366381018

1) Open well submersible Mono Block Pump set 7.5 HP/5.5 KW, 3-phase 415 Volts, 3000 RPM, Head : 16 to 30 Mtrs, and Discharge : 18.9 to 10.00 LPS (Approximate) similar to kirloskar make model No. KOS 830+ , Suction X Delivery: 80 x 65 with 7.5 HP Star-Delta starter .

02 Nos.

03 Nos.

(Numbers)

01

(Numb

SSE/ELG/ V IZIANAGAR

AM (AP)

c

18.03.14

Page 26: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

26

2)0366381019

Make: Kirloskar, KSB, Calama, Pluga. 2) Bore well submersible pump set 5.0 HP/3.70KW, 3 phase 415 volts, 3000 RPM, Head: 41-67 meters and Dischare: 3000-1000 LPM (Approximate) similar to KSB make model No. UQD182/6, model 6 stage and outlet 2” 50M (delivery with SS Impellor) motor model no. UMA I 150-3/22 series, starter DOL model 3 phase, 415V, 50Hz. Make: Kirloskar, KSB, calama, pluga, Texmo.

NB:- 1) Delivery :Within 30-45 days 2) Firm to indicate Make, Model, offered and to enclose Technical Catalogue if any. 3) Inter-se merit position will be decided item wise.

ers) 01

7 30131126 TG No: NSR No: 1)3672913004 2)3672913006 3)3672913005

1) Manual Motor starter for current range 9.00-12.5 A, 3 phase, 400 V 50 Hz, (690V, 75KV) similar to ABB, Model No. MS325-12.5. Make: ABB, BCH, Moeller, Legrand. 2) Manual motor starter for current range: 1.60-2.50A, 3 phase, 400V, 50Hz, ( 690V, 75KV) similar to ABB make Model No. MS116-2.5A Make: ABB, BCH, Moeller, Legrand. 3) Manual motor starter for current range: 2.5-4.0A, 3 phase, 400V, 50Hz, ( 690V, 75KV) similar to ABB make Model No. MS116-4.00 Make: ABB, BCH, Moeller, Legrand.

NB:- 1) Delivery :Within 30-45 days 2) Firm to indicate Make, Model, offered and to enclose Technical Catalogue if any. 3) Inter-se merit position will be decided item wise.

10 Nos. 10 Nos. 10 Nos.

(Numbers)

01

(Numbers)

01 (Numbers)

01

SSE/AC/RRD/ VSKP

18.03.14

8 30130350 T.G.No.4216 NSR.No. 1)36626130

DATA ENEBLER FOR LED FACADE LIGHTING SIMILAR TO PHILIPS MODEL NO. ZC X 400, 100-240V DATA ENABLER PRO EU – 12 NC-910503701211

02 Nos

(Numbers)

01

SSE/ELG/SOUTH/VISKHAPA

TNAM

18.03.14

Page 27: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

27

13

NB:1) Delivery :Within 30-45 days 2) Firm to indicate Make Offered and to enclose Catalogue if any.

9 30130169 T.G.No.4216 NSR.No. 0346420123

Battery 12Volts 25 plates 180 Amps. NB:1) Delivery :Within 30-45 days 2) Firm to indicate Make Offered and to enclose Catalogue if any. 3) Delivery at Kirandul.

02 Nos

(Numbers)

01

SSE/WORKS/ ARAKU

(AP)

18.03.14

Suppliers to Note :- 1) 100% payment after receipt & acceptance of the material by consignee. 2) FOR: Destination Basis. 3) Make/Brand name of the product to be quoted/mentioned & also to enclose catalogue/pamphlet along with offer if any. 4) One envelope should contain one quotation only. The Envelop should be superscripted with Tender No. & Due Date of Opening etc. 5) Manufacturers guarantee & warranty certificate to be specified along with the material where ever is, applicable. If Warranty/guarantee not applicable the same has to be mentioned in their offer clearly. The warranty as per IRS terms is 24 months from Date of Usage /30 Months from Date of Supply. 6) Mode of payment: - By NEFT/RTGS. 7) Evaluation criteria will be on the basis of Item wise/consignee wise. 8) The firm to enclose copy of Valid Authorised Dealer Certificate issued by OEM, if any, for the offered make. 9) The firms on their own interest are requested to get vender registration with COS/ECOR/BBS. For further details please visit ECoR Website: www.eastcoastrail.indianrailways.gov.in 10) Tenderer to submit the offer with Minimum validity period of 60 days. 11) Tenderer has to specifically confirm the acceptance of tender and IRS terms & conditions. 12) Tenderer to confirm specifically whether the offer is exactly as per tender description/specification only. If not, they must Clearly indicate cogent reasons for deviations.

ONLY THOSE FIRMS WHO COMPLY / ACCEPT THESE CONDITIONS ARE REQUESTED TO SUBMIT THEIR OFFER WITH ALL RELEVANT DOCUMENTS TO AVOID UNNECESSARY CORRESPONDENCE/ BACK REFERENCE, PASSING OVER OF THEIR OFFER ETC.,

Sr.DMM/WAT

Page 28: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

28

SECTION 10

Bulletin No.

East Coast Railway

BULLETIN TENDER FORM Month.

To The President of India M/s. (Acting through) ________________________ The Dy. CMM/ SMM /AMM of Depot and Sr.DMM/ DMM of Divisions _________________________ East Coast Railway . _______________________ __________________________ Tender No._________________to be opened on __________Opening Time 15.30/hours (Please refer the attached conditions)

Sl. No. Description of Stores

Sl. No. Consignee and place Delivery

Quantity Unit Factory rate(1) Basic/Ex. In fig. In words

Discount(2)

Sales Tax (3)

Delivery Terms (for etc.)

Freight (4)

Excise Duty (5)

Special Conditions

Total rate (sum of 1 to 5) Delivery Period

In fig. In words

Inspection by Rites/ RDSO Validity Offer is valid for 90 days Note : (1) Consessional Sale tax be quoted as Railway will issue D form. (2) Ranking. Conditional discount (for early payment delivery at other than specified location etc.) will not be considered for determining inter-se- ranking. We/I agree to supply the articles specified above in accordance with the current IRS conditions of contract, instruction to tenderers, general conditions and special conditions of tender.

Name and signature of Tenderer

Address in Full with Phone/ Fax No Cell Phone No…………….

Page 29: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

29

Section 11

EFT Mandate FORM NO.E-5 APPENDIX-VIII

ELECTRONIC CLEARING SERVICE (CREDIT CLEARING)

MODEL MANDATE FORM

(Investor /customer’s option to receive payments through Credit Clearing Mechanism)

Name of the scheme & the periodicity of payment

No: -

1) Investor/customer’s name:- .

2) Particulars of Bank Account

A. Name of the Bank :-

B.Name of the Branch :-

Address :-

Telephone No-

C. 9-digit code number of the bank & branch

Appearing on the MICR cheque issued by the Bank:-

D . Type of the Account (S.B , current or Cash credit)

With code (10/11/13):-

E Ledger & Ledger folio number:-

F. Account number ( as appearing on the cheque book):-

(in lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque or

photocopy of a cheque or front page of your savings bank passbook issued by your bank for

verification of the above particulars)

3. Date of effect:-

I hereby declare that the particulars given above are correct & complete. If the transaction is delayed or

not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution

responsible. I have read the option invitation letter and agree to discharge the responsibility expected of

me as a participant under the scheme.

(……………………………………………………)

Signature of the investor/Customer

Date

Certified that the particulars furnished above are correct as per our records.

Bank’s stamp

Date:

(………………………………)

Signature of the authorized official of the Bank.

Page 30: WEEKLY STORES BULLETIN - East Coast Railway zone Coast Railway. Bidders are advised to send manual bids to respective units. For COS/ECoR’s Head quarters Bulletin/Limited tenders

30

Annexure-IV

NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM

From : M/s. -------------------

To: Date :-------------

FA & CAO

East Coast Railway, Bhubaneswar.

Sub: NEFT payments.

We refer to the NEFT being set up by E. Co. Rly. for remittance of our payments using RBI's NEFT scheme,

Our payments may be made through the above scheme to our under noted account.

NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM

Name of City

Bank Code No.

Branch Code No.

Bank’s Name

Branch Address

Branch Telephone / Fax No.

Supplier’s Account No.

Type of Account

IFSC code for NEFT

IFSC code for RTGS

Supplier’s name as per Account

Telephone no. of supplier

Cell Phone Number of the Supplier to whom

details with regard to the status of bill

submitted to Accounts Office i.e. Co6, Co7 &

Cheque Purchase orders particulars can be

intimated through SMS.

Supplier’s E-mail ID

Confirmed by Bank Signature of supplier with Stamp and address

Enclose a copy of crossed cheque.

******************.