- N.F.Railway

advertisement
NORTHEAST FRONTIER RAILWAY
PRESS NOTIFICATION
Tender Notice No. C/Misc/Parking/TSK/13
Date: 03.01.2013
Sealed tenders are invited from Indian Nationals of experienced, reputed, capable
organizations/enterprises in connection with awarding Parking right for running Bi-cycle/
Motor Cycle/ Scooter, Rickshaw/Auto-Rickshaw & Car/Taxi (4-wheeler) etc. stand in the
circulating area of the stations mentioned below over Tinsukia Division, N. F. Railway for
a period of 3 (three) years term only. The successful bidders will have to run the Parking
stand at the specific locations as prescribed by the railway keeping in view the safety
measures as well as without hindrance to free movement of the passengers. They will
also be required to maintain the parking plot during the period of the contract. The
interested parties are requested to quote their bids for payment of one year’s licence to
the Railway against the reserved price as indicated against each station. The tender
form along with the terms & conditions, measurement of the parking area can be had
from the office of the Divisional Commercial Manager, N. F. Railway, Tinsukia on all
working days from 10.01.2013 to 10.02.2013 from 10.00 hrs to 17.00 hrs on production
of money receipt or Demand Draft in favour of FA & CAO/ N.F. Railway, Maligaon for Rs
1,000/- (one thousand) only non-transferable/non-refundable - for each of the tender
document, to be deposited with the Chief Coaching Clerk (Booking)/New Tinsukia
station or at any Booking Office of Tinsukia Division over N.F. Railway.
NAME OF WORK- AWARDING PARKING CONTRACT AT RAILWAY STATIONS
OVER TINSUKIA DIVISIONS.
1.
Station
:
2.
Reserved price
Station
:
:
Earnest Money
Tender
paper
sale
Date of dropping
of tender paper
Validity of offer
Nature of tender
:
:
New
Digboi Simaluguri Furkating Golaghat
Tinsukia
47,300/- 1,67,000/- 40,465/- 1,07,850/31,000/31,500/Dikom
New
Digboi Simaluguri Furkating Golaghat
Tinsukia
946/3,340/809/2,157/620/630/10.01.2013 to 10.02.2014 at 10:00 hrs to 17:00 hrs (on working days)
:
10.02.2014 to 12.02.2014 at 10:00 to 17:00 hrs
:
:
90 days
Open tender
3.
4.
5.
6.
7.
Dikom
The sealed tenders will be received/dropped from 10-00 hrs to 17-00 hrs from
10.02.2014 to 12.02.2014 in the tender box provided in the chamber of Assistant
Commercial Manager’s, N. F. Railway, Tinsukia & Dibrugarh. No tender will be accepted
beyond 17:00 hrs. The tender boxes will be opened on 13.02.2014 at 12-00 hrs in
presence of the representative of Finance Deptt, ACM and all the Tenderer’s or
his/her/their representative(s). In case, the date of dropping and opening happens to be
a closed day, Bandh or otherwise, tender opening programme will be carried on as per
schedule on the next working day.
Contd….P/2
(2)
The tender form and terms & conditions of the tender can also be downloaded
through website www.nfrailway.com (earning tender), but the applicant should deposit
bank draft in favour of FA & CAO/ N.F. Railway, Maligaon of Rs. 1000/- (one thousand),
which is not refundable, as the cost of tender form along with duly filled in tender form.
The earnest money as shown above will be paid in the form of Demand Draft
payable to FA & CAO/N.F. Railway, Maligaon along with the tender form, in original. The
tender without proper/requisite documents will summarily be rejected.
The Railway administration reserves the right to reject any or all of the tenders
without assigning any reasons whatsoever or to accept any of the tender.
Divisional Railway Manager (Comml)
N.F. Railway, Tinsukia
For & on behalf of President of India
TENDER FORM
NORTHEAST FRONTIER RAILWAY
To,
The President of India,
Through: - The Divisional Commercial Manager,
N.F. Railway, Tinsukia
Sub :-
Tender for the contract for collection of Parking fees against Bi-Cycle,
Motor-Cycle/Scooter, Rickshaw/Auto-Rickshaw, Car/Taxi Parking Stand
at …………………….Station for the period of 03 (three) years
commencing from …………………………or from any subsequent date.
I/We hereby tender to run the Bi-Cycle, Motor-Cycle/Scooter, Rickshaw/AutoRickshaw and Car/Taxi Parking Stand at ………………………. Station in accordance
with the terms & conditions embodied in the Tenderers’ instruction/ terms & conditions
attached in the form.
I/We have read all the conditions of this contract and agree to abide by them.
I/We shall pay to the Railway Administration the sum @ Rs ______________
(Rupees_______________________________________)only per annum for running
the Parking Stand for 03 (three) years.
I/We
have
drawn
a
Bank
Draft
of
Rs.………………(Rupees
……………………………………..) only in favour of FA & Chief Accounts Officer, N.F.
Railway, Maligaon being the earnest money issued by ____________ Bank
__________________ Branch vide DD No…………….. Date ………………
In case any intending person downloads the tender form through website,
he/she/they will have to deposit the cost of tender form amounting to Rs 1000/- (Rupees
one thousand) only in the form of Demand Draft in favour of FA&CAO N.F. Railway,
Maligaon, Guwahati vide DD No…………….. issued by ……………… Bank
……………………….. Branch, which should accompany with the tender form in original.
I/We hereby submit the cash deposit receipt for Rs. 1,000/- (Rupees one
thousand) only deposited with the Chief Coaching Clerk ………………………… station
vide Money Receipt/Demand Draft No.___________ Dated __________ being the cost
of tender papers.
Signature of Tenderer
Full address –
Telephone No.Encl1.
2.
3.
4.
5.
Receipt of earnest money in Demand Draft.
Tender form duly signed on each and every page by the tenderer.
Copy of Income Tax return, if any.
Permanent Account Number (PAN) of Income Tax, if any.
Solvency certificate issued by Nationalized Bank.
NORTHEAST FRONTIER RAILWAY
TERMS AND CONDITIONS FOR TENDER OF CYCLE, AUTO-RICKSHAW, MOTOR
CYCLE/SCOOTER, CAR/TAXI PARKING STAND
1. Tenders are invited for licensing of parking place to run Bi-Cycle/Motor cycle/Scooter,
Rickshaw/Auto-Rickshaw, Car/Taxi stand at the following stations over Tinsukia
Division within the Railway circulating area for collection of fee for Bi-Cycle, Motor
cycle/Scooter, Rickshaw/Auto-Rickshaw, Car/Taxi stand.
2. (i)
Name of the station
Dikom (DKM)
New Tinsukia (NTSK)
Digboi (DBY)
Simaluguri Jn. (SLGR)
Furkating
Golaghat (GLGT)
Reserved price
in Rs
(per annum)
47,300.00
1,67,000.00
40,465.00
1,07,850.00
31,000.00
31,500.00
Earnest Money
(Rs.)
946.00
3340.00
809.00
2157.00
620.00
630.00
Total area
(sqm)
150
646
814
1572
720
195
Tender paper(s) will be dropped in sealed cover and addressed to the Divisional
Railway Manager (Commercial), N. F. Railway, Tinsukia from 10-00 hours to 17-00
hours from 10.02.2014 to 12.02.2014 in the tender box provided in the chamber of
Assistant Commercial Managers, N.F. Railway, Tinsukia & Dibrugarh. The sealed
cover(s) should be marked as TENDER FOR CONTRACT OF BI-CYCLE/MOTOR
CYCLE/SCOOTER, RICKSHAW/AUTO-RICKSHAW & CAR/TAXI PARKING STAND
AT……………….. RAILWAY STATION and must be dropped in the tender box by
17-00 hrs on 12.02.2014. Separate tender form(s) should be submitted for each
station. The tender paper(s) with Terms & Conditions is/are required to be signed by
the person or persons in each page before submitting the tender. The tender boxes
will be opened on 13.02.2014 at 12-00 hours in the chamber of Assistant
Commercial Manager, NF Railway, Tinsukia, in presence of the tenderers or
his/her/their representative(s). In case 13.02 .2014 happens to be a holiday/bandh or
otherwise, the tender boxes will be opened on the next working day. The tender
paper(s) received after the time and date specified above, will not be accepted. The
amount of tender should legibly be written in INK in FIGURES and in WORDS.
Tenderers have to sign each page of terms & conditions before submission.
(ii) The highest offer received should normally be considered for acceptance by the
approving authority. In case of highest bidder fails to deposit the Earnest Money and
bid amount, the subsequent highest bidder will be called for to deposit the aforesaid
money on the spot on the approval of the competent authority. The earnest money of
the successful tenderer will be adjusted against the security deposit.
Signature of Tenderer
Contd….2
-2(iii) The tendering parties must note the measurement of area to be given for the
purpose of the parking stand before submitting the tender. Request for extension in
the area of the parking stand will not be entertained after the contract has been
awarded.
3. The parking stand shall remain open through the day and night and licensee shall
recover the charges for the safe custody of Bi-Cycle/ Motor cycle/Scooter, Rickshaw/
Auto-Rickshaw, Car/Taxi in the stand with the helmet or without helmet, for which
token/coupon to be issued to the user of parking stand. Railway, Defence, Govt.
vehicles (both Central and State) and press vehicles will be parked without any
charge in the parking space. The licensee will realize fee at the rates as stipulated in
ANNEXURE- I.
4. In case any vehicle owner is not taking the vehicle, after the expiry of 24 hours, the
contractor should deposit the vehicle to the Station Master concerned with intimation
to the local police station.
5. Overcharging/excess collection of parking fee by the contractor will be liable for fine to
be fixed by the competent authority as penalty against each complaint.
6.
An Earnest Money for Rs …………./-(Rupees………………………………..
…………….) only for each station should be drawn in favour of the FA &CAO/
Maligaon, N.F. Railway and the DD/Bank Draft should accompany the tender form.
Earnest Money will be refunded in full without any interest to all unsuccessful
tenderer(s). There will be no liabilities on the part of the railway Administration in case
of any delay in refund.
6.(i) Licence fee (Annually): The initial license fee (annual) will be fixed on the highest
bid of the reserved price (bid) which will be intimated to the successful tenderer and
after depositing the same by the tenderer i.e. full amount of annual licence fee with
other deposit at a time to the administration for use of said premise. Next/subsequent
year’s licence fee will be increased at the rate of 10% (ten percent) on the licence fee
of previous year. The licence fee of 2nd and 3rd year is required to pay in two calendar
months in advance to the Station Master of the station concerned where the parking
contract is awarded and also to submit a photocopy of Money Receipt to DCM Office,
Tinsukia.
(ii) If the licensee fails to commence the work or desire to terminate the work prior to
completion of 12 months, the license fee and security money deposited so far will be
forfeited.
(iii) The successful tenderer have to construct temporary structure for Bi-Cycle, Motor
cycle/Scooter, Rickshaw, Auto Rickshaw, Car/Taxi stand as per plan of Railway
Authority at their own cost as there is no available Railway construction at station
premises.
Signature of Tenderer
Contd….3
-3(iv) No Railway passes will be issued to tenderers by the administration.
(v) The contractor/licensee will have to provide necessary display boards indicating
the rates, type of vehicles for each area/station in bold letters for ready information to
public.
8.The contract will continue for 03 (three) years for the first instance, which will be
modified by the administration as and when necessary by serving one calendar
month’s notice to the licensee in advance. In this matter, the decision of the Divisional
Railway Manager(C), NF Railway, Tinsukia, shall be final and binding on the
contractor.
9. The Divisional Railway Manager (Commercial), Tinsukia, reserves the right to reject
any or all tenders without assigning any reason thereof. In the event of contract being
awarded to the successful tenderer and he/she/they fail(s) to take up the contract
within the time stipulated by the Administration, the earnest money deposited by the
tenderer shall be forfeited.
10. (i) The contractor will have to execute an agreement within a fortnight from the date
of acceptance of his/her/their tender.
(ii) The cost of stamp duty for execution of the Agreement will be borne by the
contractor as per rates fixed by the State Govt.
(iii) Addendum/Corrigendum to the agreement forms may however be issued as and
when necessary and contractor will have no objection to it.
(iv) The successful tenderer must be ready to start the work within one month or from
such date as advised by DRM(C) N.F. Railway, Tinsukia.
11. All corrections and alterations in the tender documents must be attested by the full
signature (s) of the persons (s) submitting the tender. No tender containing
overwriting will be considered.
12.
Tenderer(s) should have sound financial position and shall furnish
particulars/documents, such as Solvency Certificate issued by the Nationalized
Bank to show that he/she/they is/are in a position to manage the parking contract
and he/she/they should clearly state this in the tender paper indicating
“QUALIFICATION FOR PROPERLY AND SATISFACTORY PERFORMANCE OF
THE WORK TENDERED FOR”
13. The contractor must appoint reliable and honest staff in adequate number and only
such staff who are able to control the traffic. Their character must be verified by the
police at his/her/their own cost. They will maintain the hygiene, cleanliness of the
area and will keep the area in a tidy and neat fashion.
Signature of Tenderer
Contd…4
-414. The successful tenderer will also pay the necessary security deposit in the following
manner for the due fulfillment of the contract.
i)
Total contract value upto 1 (one) lakh
ii)
Total contract more than 1(one) lakh &
upto 2 (two) lakh
For total value more than 2(two) lakh and
upto 2(two) Crores
iii)
:
:
:
10% of value of the contract
10% of the first one lakh and 7.5%
of the balance
10% of first one lakh, 7.5% of the
next Rs. One lakh and 5% of the
balance, subject to the minimum
Rs. 3(three) lakhs.
The security deposit should be made in the form of FDR (Auto-renewal system),
payable to FA & CAO, N.F. Railway Maligaon.
15. The contractor shall be subject to all matters relating to the contract to the control of
Divisional Railway Manager (C) N. F. Railway, Tinsukia. Should the contractor fails
at any time to comply with any order, he/she/they will be liable to pay penalty as
imposed by the Railway Administration or any railway authority authorized thereto
for each and every occasion of irregularity which comes to notice and the amount of
penalty, if not paid in cash, will be deducted from the security money. The
contractor must recoup the amount within 15 days time from the date of demand by
the Administration.
16. The contract shall not be sublet or assigned to any other person without the
permission of Divisional Railway Manager (C) N. F. Railway, Tinsukia. Railway
officers/authorized officials hold right to inspect and visit the Parking place. Also
railways hold the right to use the land for making drains, structures etc. as and
when required. The plan/place of the parking area can be changed according to the
needs of the railway.
17. The contract must be terminated by either party giving to the other one month’s
previous notice in writing to determine the same provided that in the event of any
breach of any conditions herein contained by the contractor or in the event of any
misconduct on the part of the contractor or any of his/her/their workmen, it shall be
lawful for the DRM (C) to determine agreement forthwith without giving to the
contractor any notice whatsoever or being liable of any loss or damage whatsoever
and forfeit the whole or any part of the security deposit thereafter referred to as
liquidated damages.
18. The successful tenderers will have to execute a separate agreement in respect of
supply of electrical energy to the parking stand wherever such electrical installation
is provided. Electrical energy charges and other incidental and maintenance dues
that may be advised by the Administration from time to time, as provided for in the
separate agreement, required to be executed.
Signature of Tenderer
Contd….5
-519. The tenderer(s) should submit Income Tax Clearance Certificate with PAN
(Permanent Account Number), if any, in the prescribed form at the time of
submission of the tender form.
20. Tenderers shall hold the offer for a period of 03 (three) years form the date of
acceptance of the tender. After submission of tender form, he/she/they will not
renege from his offer or modify the terms & conditions as stipulated in tender form
or any correction of terms & conditions of tender in any manner will not be
acceptable to the Divisional Railway Manager (C) N. F. Railway, Tinsukia. Should
the tenderer fails to observe or comply with the laid down stipulations, the earnest
money deposited shall be forfeited by the railway.
21. Tenderers are required to sign each and every page of the tender documents (i.e.
tender form/Instructions to tenderers), in absence of which, the tender will be
rejected outright.
22. Save as otherwise provided in this contract, all notices to be given on behalf of the
President of India and all other actions to be taken on his/her/their behalf, may be
given or taken on his/her/their behalf by the Divisional Commercial Manager or
Divisional Railway Manager, N. F. Railway, Tinsukia.
23. The licensee(s) shall pay not less than fair wages to the workers engaged by
him/her/them. The fair wages being the wages paid for a similar work in the
neighborhood and shall otherwise comply with the provisions of the payment under
“Payment of Wages Act 1936” or any statutory modification for re-enactment
thereof or rules framed thereafter. The licensee(s) shall not engage any child to
carry the work and if any violation of the statutory provisions made by the State or
Central Govt, the contractor shall be solely responsible.
24. In case any staff/employee engaged by the contractor to run the contract, suffers
injury/dead or whatsoever arising out of any unforeseen/untoward incident or
misconduct on their part, all the liabilities will rest with the licensee(s).
25. The licensee(s) shall engage only those persons as their employee in the
parking place, who bears good moral character and they should maintain
courteous behave to the users. The licensee should submit copy of the
character certificates of their employees to the Divisional Commercial Manager,
NF Railway, Tinsukia, issued by competent State Govt Authority, failing which,
the contract shall be considered for termination.
26. The Licensee(s) shall keep a proper record of such payments etc. and submit a
certificate duly countersigned by Station Manager to the Railway Administration
of his having done so. The record shall be open for inspection by the Railway
Administration or any person authorized by them.
Signature of Tenderer
Contd…..P/6
-6The licensee should maintain a register showing total number of vehicles
parked in the stand category-wise such as bi-cycle, rickshaw, auto-rickshaw,
motor cycle/scooter, car/taxi etc. The register should also maintain the break-up
of customers’ vehicles, vehicles of railway employees and Govt vehicles.
27. The Administration shall not be responsible for any loss, damage, theft or
whatsoever, which may happen to the vehicles. Cost arising out of any claim will
be the sole liability of the licensee. In case any payment incurred by the railway
on account of the parking contract, such payment is to be paid by the licensee
on demand.
28. The Licensee(s) shall have insurance for bi-cycle, rickshaw, auto-rickshaw,
motor cycle/scooter, car/taxi against loss, theft or damage etc. due to theft, fire
and other accidents. The licensee/licensees shall pay the premium thereon
regularly to the insurance company and submit receipt to the Railway
Administration along with Xerox copy of such Insurance Policy, Premium
Receipts for verification. Licensee/Licensees will make good the losses due to
theft, fire, damage etc. to the owners of the vehicles directly.
29. Any complaint received from the parking users regarding overcharging of parking
fee will attract imposition of fine by the railway administration as deem fit.
30. Under no circumstances, deposit of yearly license fee will not be entertained in
installments.
31. Only the licensee of Dikom Parking Place will be allowed to park 6-wheeler
vehicles.
32. Vehicle should not be parked 2 (two) hrs before and after arrival/departure of
trains during night hours.
33. Area will be given before the awarding contract along with sketch plan.
34. In the event of default of payment of license fee, railway administration reserves
the right to terminate the contract without giving any prior notice and also
Security Money will be forfeited.
Signature of Tenderer
Divisional Railway Manager (Comml)
N. F. Railway, Tinsukia.
For & on behalf of President of India
ANNEXURE- I
Station-wise parking fee fixed to be collected by contractor1. Dikom Railway station
Type of vehicle
Four wheeler
Three wheeler
Two wheeler
Six wheeler(trucks)
Rate (upto four hours)
Rs 5.00
Rs 3.00
Rs 2.00
Rs 10.00
2. Digboi Railway station
Type of vehicle
Four wheeler
Three wheeler
Two wheeler
Rate ( upto four hours)
Rs 5.00
Rs.3.00
Rs 2.00
3. Simaluguri Railway station
Type of vehicle
Four wheeler
Three wheeler
Two wheeler
Rate ( upto four hours)
Rs 5.00
Rs.3.00
Rs 2.00
4. Furkating Railway station
Type of vehicle
Four wheeler
Three wheeler
Two wheeler
Rate ( upto four hours)
Rs 10.00
Rs.7.00
Rs 5.00
Note: - Parking rates of vehicles at Dikom, Digboi, Simaluguri and Furkating Railway
station beyond four hours or part thereof will be collected at the multiple of 4
hours rate unit & beyond 4 (four) hours rate may be double.
5. New Tinsukia Railway station
Type of vehicle
Four wheeler
Two wheeler
Rate (per day)
Rs 8.00
Rs 5.00
6.Golaghat Railway station
Type of vehicle
Four wheeler
Two wheeler
Rate (upto two hours)
Rs. 5.00
Rs. 2.00
Note: - Parking rates of vehicles at Golaghat Railway station beyond two hours or part
thereof will be collected at the multiple of 2- hours rate unit.
Signature of Tenderer
Download