SFS/ AMC/ Lorry Weigh Bridge

Tendering COS/CRJ

Sealed Tenders for and on behalf of the President of India, are invited by the Indian Railways, Chittaranjan Locomotive works/ Dist.. Burdwan, State. West Bengal-713331.INDIA, for the Repairing of Electronic Lorry Weigh Bridge 80 Ton Cap. including Computer and Printer at Steel Foundry/ CLW/Chittaranjan are invited from bonafide contractors.
Sl. No. / Tender No(s) / Tender Opening date / Availability of Tender Doc. till / Earnest Money / Description of Works / Tender Value / Cost of Bid Doc. (in Rs.)
1. / SFS/ AMC/ Lorry Weigh Bridge. / 28/02/2014 / 27/02/14 / Rs.
7910/- / Repairing of ElectronicLorryWeighBridge including Computer & Printer. / Rs.3,95,372/- (approx). / Rs. 1000/-

Non-transferable bid document are obtainable from SMM/SF/ Chittaranjan office at Chittaranjan during office hours between 11:00 to 15:00hrs.on week days except Saturday & holidays. Tender will be received up to 11:00 hrs. on 28/02/14. Tender will be opened on 28/02/2014 at 11.30 Hrs. Sale of Bid document will be closed 07 days before the date of opening of Bids for Bidders demanding Bid documents by post and 01days before same for hand delivery. The Bidders shall remit cost of Bid document by M.O. only additional postage expense at Rs. 500/- (Rupees five hundred) only per tender charged if tender documents is to be send by registered post. They shall indicate their full postal address, Tender No. etc. in the M.O. coupon. Tender will be opened at Chittaranjan. Visit website

SMM/ SF /CLW/CRJ

Indian Railways

Chittaranjan Locomotive Works

Steel Foundry

Chittaranjan:Dist:Burdwan(W.B)

Instruction to Tenderer

TENDER NO. SFS/ AMC/ Lorry Weigh Bridge

  1. This is for Repairing of Electronic Lorry Weigh Bridge 80 Ton Cap. including Computer and Printer at Steel Foundry/ CLW/ Chittaranjan
  2. Tender value is Rs.3,95,372/- (approx).
  3. The Tender document includes :

(a) Tender.

(b) Conditions of Tender.

(c) Special Conditions of Contract.

  1. The documents at (a),(b),(c) as mentioned above must be signed and dated by the Tenderer and these as well as the other documents in Para-3 above, must all be submitted together to form one Tender.
  2. (1) If the Tenderer is a firm of Contractor (Partnership business), name of all Partners along with partnership deed must invariably be submitted with the Tender.

(2) If a Limited concern the name of all Directors should be stated in the Tender.

(3) If the Tenderer carries on business in a name other than his own, he shall also furnish his name in the Tender.

6. The Tender is not transferable.

7. The cost of Tender documents isRs.1000/-. This sum is not refundable. Sale of Tender documents at Chittaranjan will close 07 days before the date of opening of Tender for Tenders demanding Tender documents by Post and 01 day for the same, for hand delivery. The bidders shall remit cost of Tender documents by Money Order only for demanding documents by Post. No Cheque/Postal Order will be accepted. Additional Postage expense at Rs.500/- (Rupees Five hundred) only per Tender will be charged if Tender documents are to be sent by Register Post. They shall indicate their full Postal address and Tender No. in the M.O. Coupon to ensure correct dispatch. Validity of offers should be 120 days. Firms submitting offer by down loading from Website must enclose D.D. towards cost of bid documents drawn in favour of “FA&CAO/CLW” payable at Chittaranjan. Offers received without purchasing Bid documents and offers without enclosing D.D. towards cost of Bid document will not be considered. The offers complete in all respects will be received upto 11.00 Hrs.and will be opened at 11.30 Hrs. on the date specified above.

Terms & Conditions and requirements are given on Tender documents. Chittaranjan Locomotive Works(CLW) reserves the right to accept/reject them without assigning any reason thereof.

  1. Tender documents are available from the Office of the Senior Materials Manager(SF)/Chittaranjan Locomotive Works, P.O.Chittaranjan,Dist: Burdwan: Pin-713331. On and from, on all working days between 11.00 hrs. and 15.00 hrs. except Saturdays and holidays. Tender will be received up to 11.00 hrs. on 28/02/2014 & will be opened at 11.30 hrs. on 28/02/2014.
  2. Tenderers are requested to quote rates against each of the items separately.

Enclosures:

(1) Conditions of Tender.

(2) Special Conditions of Contract.

Signature of the Tenderer.

INDIAN RAILWAYS

Chittaranjan Locomotive works

Chittaranjan:Dist:Burdwan (W.B.)

Condition of Tender

Tender must be submitted in sealed envelopes, marked:-

“TENDER FOR REPAIRING OF ELECTRONIC LORRY WEIGH BRIDGE INCLUDING COMPUTER AND PRINTER AT STEEL FOUNDRY /CLW/CHITTARANJAN” And should be deposited in the Tender Box of the Office of the Senior Materials Manager (SF)/CLW/CHITTARANJAN at or before 11.00 Hrs. on 28/02/2014. The Tender will be opened at 11.30 Hrs. on the same day and rates read out in the presence of such Tenderers who are present.

1.(a) Tenders, sealed and prescribed as above, may be sent by Registered Post addressed to the above mentioned Officer but no Tender which are received after the time and date specified above shall be considered. (b) Any Tender delivered or sent otherwise will be at the risk of the Tenderer.

2. Payment Terms:

(a) Payment will be made through RTGS based on actual work done and verified and stamped by Inspector of

Metrology/ West Bengal, Bill is to be certified and accepted by SMM/ SF/ CLW/ CRJ.

(b) The rates for each work shall be quoted separately.

(c) The firm should submit.

Name Of the Bank:-

Firm’s A/ C No.

I.F.S.C. Code of the Bank.

PAN No.

.

NOTE:-

Tender Forms containing over-written, erased rates and rates not shown in works will be automatically rejected.

Signature of Tenderer

Page – 2

3.(a) Earnest Money of Rs. 7910/- (seven thousand nine hundred ten only) is required to be deposited along with the Offer either in Cash to the Asstt. .Chief Cashier/CLW/Chittaranjan. By Pay Order Demand Draft on State Bank of India or any Nationalized Bank are to be enclosed with the Tender to keep the Offer open for 120 days from the date of opening of the Tender.

It is understood that the Tender documents have been sold/issued to the Tenderer and the Tenderer is being permitted to Tender in consideration of the stipulation in his part that after submitting his Tender he will not resile from his Offer or modify the Terms and Conditions thereof in a manner not acceptable to the Controller of Stores/Chief Material Manager, Chittaranjan Locomotive Works, Chittaranjan. Should the Tenderer fail to observe or comply with the said stipulation, the amount deposited for the due performance of the above stipulation shall be forfeited to the Rlys. If the Tender is accepted, the amount of Earnest money will be hold as part of Security Deposit for the due and faithful fulfilment of the Contract. The Earnest money to be returned to the unsuccessful Tenderer(s). The Railway Administration shall neither be responsible for any loss or depreciation that maybe caused to the Earnest money and money deposited by the Tenderer(s) as long as they are in possession of Guaranteed Bond should not be accepted. The Tenders not accompanied with Earnest money shall be summarily rejected.

4. Security Deposit:-

(i)Security Deposit should be 5% of the Contract Value.

Security: Security Deposit shall be returned to the Contractor after the physical completion of the work as certified by the Competent Authority.

No interest shall be payable on the Security Deposits.

The Earnest money deposited by successful Tenderer will be retained towards the Security Deposit for due and faithful fulfilment of the Contract but shall be forfeited if the Contractor fails to execute the Agreement Bond start the work within a reasonable time (to be determined by the Officer-in-charge) after notification of the acceptance of his/their Tenders).

5. Performance Guarantee:

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the Contract Agreement. However, a 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.

(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the following forms, amounting to 5% of the Contract value:

(i) A deposit of Cash. (ii) Irrevocable Bank Guarantee.

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

(iv)Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks.

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

(vi) A Deposit in the Post Office Saving Bank.

(vii) A Deposit in the National Savings Certificates.

(viii) Twelve years National Defence Certificates. (ix) Ten years Defence Deposits.

(x) National Defence Bonds and

(xi) Unit Trust Certificates at 5% below market value or at the face value whichever is less.

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

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

Signature of the Tenderer.

Cont- 3

Page- 3

(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the Contract Agreement. This P.G. shall be initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the Contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

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

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

(f) Whenever the Contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be en-cashed. The balance work shall be got done independently without risk & cost of the failed Contractor.

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

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

(ii) Failure by the Contractor to pay President of India any amount due, either as agreed by the Contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

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

6. The Controller of Stores/Chief Material Manager, Chittaranjan Locomotive Works however, does not hereby undertake any obligation or awarding any Works under the items of the schedule irrespective of the amount, which maybe obtained from the Tenderer/Contractor as Security Deposit as per clause 3(a) & (b) of the conditions of the Tender.

7. No separate communication bearing on the Tender should be addressed by the Tenderer to the Controller of Stores/Chief Material Manager, Chittaranjan Locomotive Works, Chittaranjan or to any other Official of the Administration, but all explanatory or qualifying remarks which the Tenderer may desire to make shall be furnished in a covering letter to be submitted along with the Tender.

8. Before submitting Tender the Tenderer will be deemed to have satisfied himself by the actual inspection of the site and locality of the work, that all conditions liable to be encountered during the execution of the work are taken in the account and that the rates enters into Tender are adequate.

9. If the Tenderer gives wrong information in his Tender or creates circumstances for the acceptance of this Tender, the Railway reserves the right to reject such Tender at any stage.

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

Signature of the Tenderer.

Cont – 4

Page -4

11. (a) The authority for the acceptance of the Tender rests with the Controller of Stores/Chief Material Manager/Chittaranjan Locomotive Works, Chittaranjan (Place), who reserves the right to divide the work amongst more than one Tenderer, if deemed necessary and does not bind himself to accept lowest or any other Tender nor does he undertake to assign reason for declining to consider any particular Tender. No Tenderer(s) shall demand any explanation for the cause of rejection of his/their Tender.

(b) Tenders which do not comply with the foregoing instructions shall not be considered. The Tenderer should furnish past performance, Lorry ownership, Location of Establishment, Telephone facility (Positively).

(c) The successful Tenderer shall be required to execute an Agreement with the President of India acting through the Controller of Stores/Chief Material Manager, Chittaranjan Locomotive Works for carrying out the work according to the Terms and Conditions of the Tender.

The Agreement evidencing the Contract shall be executed in the Form annexed hereto.

(d) The General Conditions of Contract as laid down in the Hand Book of the Eastern Rly./Engg. Deptt. (1969) as amended up to date can be seen in the Office of the Chief Material Manager/CLW/Chittaranjan. All the powers vested in the “Engineer” under the aforesaid General Conditions of Contract shall also be exercisable under this Contract by the Controller of Stores/Chief Material Manager, Deputy Chief Material Manager, Assistant Material Manager, Sr. Material Manager/Chittaranjan Locomotive Works/Chittaranjan.

Signature of the Tenderer.

SPECIAL CONDITIONS OF CONTRACT

1.(a) One 3/5 Ton Mobile Crane, will be made available for use by the Contractor during Workshop hours (Day shift) for the work to be done by him under this Contract free of charge. The Crane should be spared without notice when required by the Administration for servicing, repairs etc. or for any other work or purpose. If for any reasons, any of the Cranes so out of commission, the Administration will not be liable to compensate Contractor for this. But no compensation will be payable if for any reason, a Driver is not available.

(b) The Tenderer should submit list of Personnel, Organization available on hand and proposed to be engaged for the subject work along with the Tender.

2.All operations against this Repairing Contract should be done in strict accordance with the instructions of the Sr. Material Manager/Chittaranjan Locomotive Works/Chittaranjan or his representative.

3. (a) The Tenderer should also furnish a complete list of such plants and machinery and equipments available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work with the Tender.

4. The Contractor will carry out the work of repairing of electronic lorry way bridge during the Stores working hours of working days as early as possible. Specific permission of the SC/ RPF/CLW/Chittaranjan is required to get entry inside the work shop area.

5. Within 10 days of the issue of letter, intimating acceptance of the Tender the successful Tenderer shall produce before the Sr. Material Manager/Chittaranjan Locomotive Works/Chittaranjan, the following documents:-

(a) If the successful Tenderer is an individual carrying or business in a name other than his own, a duly sworn affidavit declaring that he is the sole proprietor of the business.

(b) If a partnership firm, the original Deed of the partnership together with the attested copy and a Certificate showing that the firm have been registered with the register of firms.

(c) If a limited liability Company, a copy of Memorandum and Articles of Association, showing the names of the Director of the Company who are authorized to sign on behalf of the Company where the proprietors, parties or Director will not themselves attend to the work but some other persons should do so, a proper power of Attorney or withdrawal thereof should be immediately notified to the Sr. Material Manager/ SF/ Chittaranjan Locomotive Works/Chittaranjan.