6. Sale of Tender - South Eastern Railway

advertisement
[START OF TENDER DOCUMENT]
TENDER NOTICE
NO. ZRTI/SINI/INFRASTRUCTURE DEV./10/Security dated 19.03.2012
Name of Work
SECURITY SERVICES
AT
The Zonal Railway Training Institute, Sini, S.E.RLY, for (24) months.
PRINCIPAL
ZONAL RAILWAY TRAINING INSTITUTE
SINI, SOUTH EASTERN RAILWAY
1
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
TENDER FORM
ZRTI, Sini is located near SINI Railway Station on TATA-Chakradharpur Section of S.E.Railway,
District- Saraikela-Kharsawan, State-Jharkhand, PIN -833 220,
Tele & Fax No.06597-244311
1. Tender Notice No.
ZRTI/SINI/INFRASTRUCTURE DEV./10/Security dtd: 19 03.2012
2. Name of the Work
For providing Security Services on contract within the premises of the
Zonal Railway Training Institute, Sini, South Eastern Railway, for twenty
four (24) months.
3. Duration of Work
Twenty four (24) months.
4. Approx. Cost
5. Earnest Money
Deposit.
6. Sale of Tender
Form
Rs. 12, 29,901/(Rupees twelve lakh twenty nine thousand nine hundred one) only.
Rs. 24,598/(Rupees twenty four thousand five hundred ninety eight) only.
On any working day between 09-00 hrs to 15-00 hrs from 10.05.12
to 06.06.12 from the Office of the Principal,ZRTI, Sini.
7. Cost of Form
Rs. 2,000/- (Rupees two thousand) only.
8. Date, Time &
Place of Closing
On 07.06.2012 at 15.00 hrs. at ZRTI, Sini
(Tenders can be dropped from 09.00 to 15 hrs on working days from
05.06.2012 to 07.06.12)
9. Date, Time &
Place of Opening
On 07.06.2012 at 15.30 hrs. at ZRTI, Sini.
Form Sr. No………………………………,…………………………….
M.R.No. ___________________Dated________________for Rs. 2,000 /-
Issued to M/S ……………………………………………………………………………………
Dated……………………………………………….. Signature of the issuer…………….
Down Loaded from Website on .................................Enclosed DD
no.......................................................................... date………...................for Rs. 2,000/-.of Bank
...................................Branch, in favour of FA & CAO, S.E.Railway, GRC, payable at Kolkata.
Signature of the Tenderer
2
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
INDEX
Description
Cover Page, TENDER Documents, Form Issued/Downloaded particulars & Index
Page
1-3
Tender Notice, Minimum Eligibility Criteria, NOTE for Tenderers, Tenderers shall submit, 4-7
Area of ZRTI. List of Security Service Contracts Completed during last 3 yrs, On hand
Security works , Security Personnel on hand and to be employed under this contract
Terms & Conditions.
7-8
Scope of Work, Security arrangements, variation in work etc.
8-9
Earnest Money & General Conditions of Contract, Security Deposit, Performance Guarantee, 10-13
Billing etc.
Price variation clause and Laws Governing this Contract, Communications, Representation 14
on Works & Indemnity Bond.
Non-employment of Child, Defaults, Termination of Contract, Disputes, Notice, Arbitration,
Jurisdiction of Courts.
15-17
Special Conditions of the Contract, Periodical Medical Check up, ID Card, Uniform, Personal
Hygiene, Safety, Details & Quality of Work, facilities to be provided by the Railways &
Contractor, theft in Premises. Trainees Feed Back & Attendance Register, Inspection,
Negotiations.
17-21
List of Works & Personnel on Hand, Personnel to be Engaged for this work Annex.-I, II & III
22-24
Measurement of ZRTI, Sini, Holidays, Mandate Form
Annex.-IV,V,VI
25-27
Indemnity Bond
Annex.-VII
28
Tenderers Postal Address, P.Medical Examination of Cleaning Staff
Annex.VIII & IX
29-30
Documents to be submitted by the Tenderer (Check List)
Annex. – X
31
Packet “B” (Financial Bid) Cover Page, Instructions
32-35
Financial BID
36
Declaration by the Tenderer
37
Bank Guarantee Bond Form (Revised)
38-39
Contractor’s Agreement
40
3
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
TENDER NOTICE
No. ZRTI/SINI/INFRASTRUCTURE DEV./10/Security dated – 19.03.2012
The Principal, Zonal Railway Training Institute, Sini, S.E.Railway, for and on behalf of the President
of India, invites Open Tender in sealed cover in this Tender Form from reliable, resourceful and
reputed ISO Certified, Public/Private Ltd. Security Agencies registered under the Companies Act
1956/empanelled security agencies registered with Director General Resettlement, Ministry of
Defence/Security Agencies Registered under the Private Security Agencies (Regulation) Act. 2005
for the works as follows:
Name of the Work: For providing Security Services on contract within the premises of the Zonal
Railway Training Institute, Sini, South Eastern Railway, for twenty four (24) months.
Eligibility: –
(1) The Tenderer should be reliable, resourceful and reputed ISO Certified Public/Private Ltd.
Security Agencies, registered under the Companies Act 1956/ empanelled security agencies
registered with DGR/Security Agencies, registered under the Private Security Agencies
(Regulation) Act. 2005, registered with the Appropriate Authorities established under the
Labour Laws viz., Contract Labour (Regulations and Abolition) Act, Employees Provident Fund
Act, ESI etc.
(2) The tenderer should have minimum three (3) years of experience in the area of Security
Services, with reputed company, preferably with Government/PSU’s, documentary proof of
which should be enclosed.
(3) The Tenderer must have successfully completed/ongoing at least one Single Security Contract
for a minimum value of 35% of advertised annual tender value of work during any of the last
three years (2008-09,2009-10,2010-11) and the financial year (2011-12).
(4) The Tenderer should have received a total amount of minimum 150% of the advertised tender
value of work during the last three years.
(5) The Tenderer should have valid PAN & Service Tax Registration from Income Tax and Service
Tax departments to run the service.
(6)The Tenderer should have their PF & ESI code, and other Statutory Registrations.
Form: Rs. 2000/-, Approx. Cost: Rs. 12, 29,901/-, EMD: Rs. 24,598/-Completion Period:
Twenty four (24) months. Closing & Opening: On 07.06.2012 at 15.00 & 15.30 hrs respectively.
Validity of Offer: 90 days. Sale of Tender Documents: 10.05.12 to 06.06.12 between 09 to 15 hrs on
any working day from the Office of Principal, ZRTI,Sini OR can be downloaded from
www.ckpser.railnet.gov.in OR www.tenders.gov.in. Tender document is Non-Transferable
and cost is Non-Refundable. Tender Documents shall not be sent by Post. Tender documents
downloaded from Website should be submitted along with a Demand Draft of Rs 2000/-for cost of
the Tender Form, from any Nationalised Bank/Scheduled Commercial Banks approved by the
Reserve Bank of India, in favour of “FA & CAO, S.E.Railway, Garden Reach, Kolkata”, payable at
Kolkata (Allocation No.Z-650), failing which the tender form will be summarily rejected. Tenders
without Earnest Money Deposit will also be summarily rejected.
4
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Principal, Zonal Railway Training Institute,Sini
NOTE FOR THE TENDERERS
1. This is an OPEN Tender, in two Packet System. The tenderer are requested to read the Tender
Form carefully, particularly General Conditions & Special Conditions of the Contract before
filling up the form and then fill up with utmost care. In case of any clarification is required, may
contact with the Office of the Principal, ZRTI, Sini, during working hours. If any difference is
found in the tender notice of Hindi & English version, English Version will prevail. The Tender
submitted by the tenderer will consist of Financial Bid (Packet-B) duly sealed in an envelope
superscribed as Tender for Security Services addressed to the Principal, ZRTI, Sini, and further
sealed in a larger envelope superscribing the Name of the work, Technical Bid (Packet–A)
addressed to the Principal, ZRTI,SINI and should be dropped in the Tender Box allotted for the
purpose in the office of the Principal, Zonal Railway Training Institute, Sini, on any day from
09.00 hrs of 05.06.12 to 15.00 hrs of 07.06.12 Filled in Tender documents can be sent by
Registered Post/Speed Post/Courier Services to reach the office of the Principal, ZRTI, Sini on or
before 15.00 hrs on 07.06.12. However, Railways will not be responsible for non receipt/delay
of such tender.
2. Eligibility Criteria: The tenderer should have the following minimum criteria :
(i) The Tenderer should be reliable, resourceful and reputed ISO Certified
Public/Private Ltd. Security Agencies, registered under the Companies Act 1956/
empanelled security agencies registered with DGR /Security Agencies, registered
under the Private Security Agencies (Regulation) Act. 2005. Registered with the
Appropriate Authorities established under the Labour Laws viz.,Contract Labour
(Regulations and Abolition) Act, Employees Provident Fund Act, ESI etc.
(ii) The tenderer should have minimum three (3) years of experience in the area of
Security Services, with reputed company, preferably with Government/PSU’s,
documentary proof of which should be enclosed.
(iii) The Tenderer must have successfully completed/ongoing at least one Single Security
Contract for a minimum value of 35 % of advertised annual tender value of work
during any of the last three years (2008-09,2009-10,2010-11) and financial year
(2011-12).
(iv) The Tenderer should have received a total amount of minimum 150 % of the
advertised tender value of work during the last three years.
(v) The Tenderer should have valid PAN & Service Tax Registration from Income Tax and
Service Tax departments to run the service.
(vi) The Tenderer should have their PF & ESI code, and other Statutory Registrations.
3. It is strongly recommended and expected that the intending Tenderer should visit the ZRTI, Sini,
premises before submission of his bid.
4. Tender Form should be collected from the Office of the Principal, ZRTI, Sini, submitting an
Authority Letter from the Firm in its letter head along with the Money Receipt for Rs. 2000/(Cost of Form). Tenderer while downloading the Tender form from Website should take care
that they have printed the whole document from Start to End. The document should be printed
5
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
on good quality A-4 size paper of 75 GSM/above and the tenderer has to ensure that the prints
are clear, legible, correct and complete in all respect. The documents shall be properly bound in
serial order. The cost of downloading the Form should be borne by the Tenderer.
5. Tenderer shall not make any change/addition/deletion/tampering in the downloaded Form. In
case, if any such modification is noticed, the Tender/Contract shall be rejected/terminated on
Tenderer’s/ Contractor’s fault. The Railway Authority reserves the right to take action against
the Firm as deemed fit under the Law. The Tenderer shall submit:(i) List of Security Service Contracts completed in last 3(three) years, with Performance
CertificatesfromClients.
(Annexure-I)
(ii) List of Security Contracts on hand indicating description of work, contract value & date of
award.
(Annexure-II)
(iii) List of Personnel available on hand and proposed to be engaged for the work. (Annexure-III)
6.
Rates quoted in the Financial Bid Form should be for twenty four (24) months, both in figure and
words and inclusive of all Government levies, taxes, service tax and cost of consumables for
Security, tools & kits, equipments etc. for Security Arrangement at the ZRTI, Sini premises.
Validity of rates offered should be for minimum 90 days from the date of opening of the tender
for acceptance and thereafter the rates will remain firm. No change of rate will be allowed
during the currency of the Contract & till completion of the work and four (4) months beyond
that.
7.
Any alternation of/addition to these conditions of tender will render the offer null and void.
8.
No alteration/eraser/overwriting/use of white ink in rates shall be permitted, unless it has been
initialed by the tenderer.
9.
If a tenderer deliberately gives wrong information in his tender, Principal, ZRTI, SINI, reserves the
right to reject such tender at any stage and the tenderer is liable to be prosecuted as per Law.
10. Tenderer is not allowed to submit Conditional tender.
11. No subletting of Contract is permitted.
12. It is the responsibility of the Tenderer to keep them up dated about any modification in tender
notice and documents, issued through News Paper, electronic media, Website, e-mail, SMS or
through any other means of communication and shall act accordingly.
13. Make sure that tender is complete in all respect & documents viz. Certificates, affidavits,
registration certificates, permissions, Money Receipt/Demand Draft, Annexure etc. as asked for are
enclosed and is dropped at the scheduled place & date before the time of Closing.
14. Tender Form must be Signed with Date and Stamp at all pages and where required.
15. The tenderer should keep all their original documents in readiness as they may be verified and
checked by the Railway Authority before finalization of the Tender.
16. In case of any unusual occurrence, viz., Strike, Bundh, Holidays etc., dropping and Opening of
tender could not be done, then on the next working day this will be arranged at the scheduled time
& venue.
6
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
17. Representatives of the Tenderers may remain present during the time of Opening of the tender on
07.06.12 at 15.30 hrs. They should report well before 15 hrs on 07.06.12 with authorization letter
& ID card.
18. Railway reserves the right to assess the capacity, capability & financial power of the intending
bidders on the overall performance of the work.
19. SCHEDULE OF WORK: The Security Agency will be required to provide Security Services at
Institute and Hostel campus at the ZRTI Sini premises for 24 hrs. all throughout the year.
(i) Duration of the Contract: Initially for a period of two years (24 months) from the date of
commencement of the Contract with the existing terms and conditions based on performance of
the agency. However, Railway Administration reserves the right to terminate the contract by
giving one month’s notice during the currency of the contract without assigning any reason.
(ii) Area of the ZRTI to be covered under this contract:
The Hostel & the Institute shall remain open for 365 & 285 days respectively per year.
a) The Hostel, has 15 Barracks & 4 Buildings with 133 and 80 room respectively and one
Mess Building.
(Details in Annexure-IV)
Hostel Open Area
20060 sq.m.
(Area Under New Construction 5210 sq.m)
Hostel Covered Area
4930 sq.m.
b) The Institute has total 38 Room Area 2833 sqm (With one Garden 509 sq.mts inside)
And Open Area
12577 sqm.
(With one Garden 794 sq.mts in front, Basket Ball Ground, Volley Ball, Lawn Tennis &
Badminton Ground 720 sq.m.)
Total Area of the Institute
15410 sqm.
c) Tot
c) Road Length
1700 mts.
(iii) The agency will be paid per month basis for the Security Services provided. The rate shall be for
all expenses incurred by the Security Agency, including all taxes, levies, minimum wages
declared by the Government from time to time, Contribution to be paid to various Govt.
and/other Organisations under various acts viz. EPF, ESI Act., Service Tax Act etc. and no extra
amount will be paid on this account. Apart from the above, other components, if any, arises in
near future, shall also be inclusive in the above rate. No extra amount will be paid on this
account, except the lump sum rate per month as quoted by the Agency.
TERMS AND CONDITIONS
20.0 MEANING OF TERMS
20.1 ZRTI stands for Zonal Railway Training Institute at Sini, South Eastern Railway, under the
Ministry of Railways, Govt. of India.
20.2 Principal: Means the Principal, Zonal Railway Training Institute, Sini, S.E.Railway, acting for and
on behalf of the President of India.
20.3 Vice Principal: Vice Principal, ZRTI, Sini, shall work as the Principal, under this contract during
the period of his posting at ZRTI, Sini, and in absence of the Principal, ZRTI, Sini.
7
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
20.4 Warden: The In-charge of the Hostel, looking after the accommodation, allotment of rooms,
Cleaning, Sanitation, Housekeeping, Gardening, Landscaping & Security of the ZRTI, Sini,
premises. He also looks after the day to day requirements & needs of the trainees.
20.5 Mess Manager: The Railway Employee who runs the Mess for the Trainees or the man
deputed by the Contractor, in charge of the Mess after the Messing arrangement is on
Contractual basis.
20.6 Treasurer: The Accounts Instructor/any Instructor nominated by the Principal to look after
the accounts for Security Service Contract shall be the Treasurer.
20.7 Trainee: Shall mean the Trainees who are undergoing training at ZRTI, Sini.
20.8 Faculty Members: The Teaching Staff of the Institution who teaches the Trainees.
20.9 Security Instructors: Members, nominated by the Principal, ZRTI, Sini among Instructors to
look after the Security performance of the Security Staff on day to day basis. They will report
directly to the Principal, if any lapse is noticed by them.
20.10
Office Staff: Includes Chief Office Superintendent, the in-charge of the Office of Principal,
ZRTI, Sini. Office Superintendents, Sr.Clerks, Jr.Clerks, Peons, Daftari are all Office Staff
working under the guidance of Ch.OS, ZRTI.
20.11 Tenderer: The Railway Authority invites professional security agencies, hereinafter called “the
Tenderers”, to submit the Tender and shall mean the companies/ agencies / firms/clients/
institutions, who tenders for this work with a view to execute the work on Contract with the
Railway Authority and shall include their representatives, successors and permitted assignees.
The Contractor, means the person, firm or company with whom the order of the above
Contractual works has been awarded.
20.12 Security Staff & Supervisor: shall mean the authorised persons of the Contractor who shall
perform the day to day Security Services ZRTI, Sini, premises. He should be provided with
Mobile phone (the number of which shall be communicated to the Railway Authority)/and
with Walkie-Talkie.
The Supervisor shall represent the Contractor at the site and shall be the overall cocoordinatorof all Security arrangements under the contract. He shall remain responsible for
supply of equipments, materials and manpower as needed on day to day basis. Any
communication with the Supervisor or vice-versa with the administration should be done in
writing. Compliance of Unsatisfactory & Communications to the Contractor shall lie with him.
21.0 SCOPE OF WORK :
21.1 Security Arrangements of both Institute and Hostel, i.e., whole ZRTI, Sini, premises as detailed
by the Railway Administration, for a period of twenty four (24) months. It shall be obligatory on
the part of contractor to provide Security Services of high standard & to continue for/up to four
(4) months beyond twenty four (24) months, if so required, by the Railway Administration and
advised in writing.
8
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
21.2 Scope of Works under this tender :
a) Security Arrangements : The work shall include Security arrangement at Hostel and Institute
premises of ZRTI, Sini and to maintain a secure atmosphere free from any theft, dacoit,
robbery, outsiders’ interference, entry of unauthorised persons and checking of Cleaning Staff
while entering into the premises and going out after their work. The Contractor should take
every endeavour to provide and maintain High Security to the occupants and workers in the
premises & and its Assets, Machines and Instruments.
b) Service Schedule : Security Services should be provided round the clock, on all days of the
week/month/year. During functions/assemblies/emergencies, the contractor may be required
to provide additional Security measures. The Contractor shall undertake to provide personnel
on such occassions as per Railways request at his own cost. No extra charge to be claimed.
Contractor shall undertake to provide security arrangements as required by the Railway
Authority.
c) Entry and Exit of Visitors to the Hostel and Institute to be recorded in Registers.
(i) The Contractor shall engage Competent Supervisor to Supervise the said work under the
Contract. The Contractor’s Supervisor shall be personally present in the ZRTI, Sini,
premises to supervise all activities.
(ii) Holiday List for the Year-2012 is at Annexure –V.
(iii) Any other related jobs assigned by the Principal, ZRTI, Sini or its representatives should be
executed.
(iv) Security Checks and Attendance: Cleaning staff shall have security checks prior to
Commencing work at site. They should sign on and off in a Register, maintained for the
purpose with the Security Personnel.
(v) Loss of Keys: If a cleaner loses his/her keys, the responsibility of replacing keys and/or
re-keying the extent of the site affected lies with the cleaning contractor.
(vi) Securing the Institute: Institute staff must ensure that classroom windows, doors,
lights & fans are closed and locked at the end of each day. The institute should
ensure that good practices and procedures are followed by their staff and confirm
that the institute is secure at the end of the day. However, cleaners are still required
to check windows and doors for security and to take appropriate action when
necessary as they complete their work.
22.0
Variation in Security Area/Work/Frequency:
Normally no variation in Security Service Area is expected as both the Institute & Hostel are
surrounded by Boundary Walls. However, if any variation in Security arrangement is required
afterwards, the Principal, ZRTI, SINI, should inform the Contractor, in writing, detailing the
change in area/service which is required. The exact date of changes should be provided to ensure
that the contract is reconfigured and the contractor is paid accordingly.
22.1
The Contractor shall provide clean and tidy Uniforms to all his employees. The uniform must be
worn by all employees who are engaged to carry out the works under this Contract.
22.2
It is obligatory on the part of the Contractor to carryout Monthly Security Inspection with the
Principal
9
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
/Vice Principal, ZRTI, Sini. The meeting provides an opportunity to discuss any problem and to
ensure that the agreed standard of Security is consistently achieved and to maintain a successful
working relationship between the Railway Administration and Contractor.
23.0 Earnest Money:
The Tenderer shall be required to deposit Earnest Money of Rs.24,598/- (Rupees Twenty four
thousand five hundred ninety eight) only in Cash to the Divisional Cashier, Chakradharpur or in the
form of Demand Draft/Pay Order from SBI/any Nationalised Bank in favour of FA & CAO,
S.E.Railway, GRC, Kolkata, payable at Kolkata. The Money Receipt/Demand Draft/Pay Order must be
enclosed with the tender form for due performance of the stipulations & to keep the offer open till
such date as specified in the tender. It shall be understood that the tender documents have been
sold/issued to the tenderer, who is permitted to tender in consideration of the stipulations on his
part, that after submitting the tender he will not rescind from his offer or modify the terms and
conditions thereof, in a manner not acceptable to the Principal, ZRTI, Sini. In case, the Tenderer
withdraws his offer to undertake the contract after acceptance of his tender, the full earnest money
shall be liable to be forfeited. The EMD should be in favour of “FA & CAO, South Eastern Railway,
Garden Reach”, payable at Kolkata (under Allocation no. K-512-32).
(i) The Earnest Money, deposited by the successful tenderer will be retained towards Security Deposit
for due and faithful fulfillment of the Contract, but, if the Contractor fails to execute the Agreement
Bond or to start the work within 15 days time after notification of the acceptance of his tender or
by the date notified in LOA, the full Earnest Money shall be liable to be forfeited.
(ii) The amount thus deposited will be returned to unsuccessful bidders after finalization of the
contract. Railways will not pay any interest for delay in payment. Tenders without Earnest Money
Deposit proof shall be summarily rejected.
24.0 GENERAL CONDITIONS OF CONTRACT
24.1 Care in submission of tender: Before submitting a tender, the tenderer is deemed to have satisfied
himself by inspection of the ZRTI, Sini, premises about, the nature of works to be performed and
Quality/standard of services expected to be maintained.
24.2
Execution of Contract documents: The Tenderer whose tender is accepted shall be required to
appear in person at ZRTI, SINI or if the tenderer is a firm or companies/agencies/institutions, a
duly authorised representative shall appear in person and execute the Contract within seven
(7) days of issue of notice, that, Contract document is ready. Contract document will be made
ready within a fortnight of award of the Contract. Failure to do so shall constitute a breach of
agreement accepted by the acceptance of the tender, in which case, full value of EMD
accompanying the tender shall stand forfeited without prejudice to any other rights or
remedies. Similarly, the Contractor will have to start work as early as possible but in no case
latter than 15 days from the date of issue of letter of acceptance .In the event of any tenderer
whose tender is accepted, fails/refuses to execute the contract document/ fails to commence
the work, Principal may determine that such tenderer has abandoned the contract and
thereupon his tender & acceptance thereof shall be treated as cancelled and the Principal shall
be entitled to forfeit the full amount of Earnest Money. The Contract documents shall be made
in 4 copies and shall be signed by the authorised representative of the Contractor and one copy
shall be given to the Contractor.
10
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
24.3
Rights of the Tender Accepting Authority to deal with the Tender: The authority for
acceptance/ rejection of the tender will rest with the Tender Accepting Authority. It shall not be
obligatory on the said authority to accept the lowest tender or any other tender and no
tenderer shall demand neither any explanation for the cause of rejection of his tender nor the
Tender Accepting Authority, undertakes to assign reasons for declining to consider or reject
any particular tender or tenderer.
24.4
Partnership Deeds, Power of Attorney etc.: The tenderer shall clearly specify whether the
tender is submitted on his own or on behalf of a Partnership concern. If the tender is submitted
on behalf of a partnership firm, he should submit the certified copy of partnership deed along
with the tender and power of attorney signed by other members of the firm, to sign the tender
documents on behalf of partnership firm. This would also be required for operation of the
contract. Similar action, as required by law, is to be taken in case of Limited or Corporate body.
24.5 Security Deposit: The successful Tenderer shall have to deposit five (5) % of the Contract Value
as Security Deposit. The amount of EMD of the successful tenderer will be retained by the
Railways as part of the Security Deposit for due and faithful completion of the contract by the
Contractor. The Balance amount of Security Deposit will be recovered from Contractor’s running
bills @ 10% till full amount is recovered. No other mode of payment like Bank Guarantee, Fixed
Deposit shall be accepted towards Security Deposit. This Security Deposit will be retained till
contractor completes the work to the full satisfaction of the Principal, ZRTI, Sini. No interest will be
payable on this Security Deposit. In case of failure of the Contractor to execute the work within 15
days period after notification of the acceptance of his tender or by the date notified in the LOA, the
Security deposit shall stand forfeited. Contractor will have no claim of whatsoever in this regard.
Security Deposit shall be returned to the contractor after physical completion of the work and as
certified by the Principal (a JAG officer) should issue the Certificate. The Certificate, inter alia,
should mention that the work has been completed in all respect and that all contractual obligations
have been fulfilled by the Contractor and that there is no due from the contractor to Railways
against the contract concerned. Before releasing the Security Deposit, an unconditional and
unequivocal “No Claim Certificate” from the Contractor concerned to be obtained.
24.6 Performance Guarantee: The procedure for obtaining Performance Guarantee is outlined below:
(a) The successful bidder shall have to submit a Performance Guarantee (PG), amounting to five (5)
% of the Contract Value, within 30 days from the date of issue of the Letter of Acceptance (LOA).
Extension of time for submission of PG beyond 30 (thirty) days and up to 60 (sixty) days from the
date of issue of LOA maybe 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 PG may be submitted in any of the following formsi) A deposit of Cash, ii) Irrevocable Bank Guarantee, iii) Govt. Securities –including State Loan Bonds
at 5 % below the market value, iv) Deposit receipts, Pay Orders, Demand Draft & Guarantee Bonds.
These forms of PG could be either of the SBI or Nationalised Banks. v) Guarantee Bonds
executed/Deposit Receipts tendered by all Scheduled Banks, vi) A Deposit in the Post Office saving
Bank, vii) A Deposit in the National Saving Certificate, viii) Twelve Years National Defence
Certificates, ix) Ten Years Defence Deposit, x) National Defence Bonds, xi) Unit Trust Certificates at 5
11
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
% 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.
(c) The PG shall be submitted by the successful bidder after the LOA has been issued, but before
signing of the Agreement. The PG 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 PG 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 /decrease). In case during the course of execution ,value of the Contract increases by more
than 25 % of the Original Contract Value, an additional PG amounting to 5 % (five percent) for the
excess value over the original contract value shall be deposited by the contractor.
(e) The Performance Guarantee shall be released after physical completion of the work based on the
“Completion Certificate” issued by the Competent Authority stating that the Contractor has
completed the work in all respect satisfactorily. The Security Deposit shall, however, be released only
after the expiry of the maintenance period and after passing the final bill based on “No Claim
Certificate” from the Contractor.
(f) Whenever, the Contractor is rescinded, the Security Deposit shall be forfeited and the Performance
Guarantee shall be en-cashed and the balance work shall be got done independently without risk
and cost of the failed Contractor. The failed Contractor shall be debarred from participating in the
Tender for executing the balance work. If the failed contractor is a Joint Venture or a Partnership
firm, then every member /partner of such a firm shall be debarred from participating in the tender
for the balance work either in his individual capacity or as a partner of any other Joint
Venture/Partnership firm.
(Reference –GCC item no. 3 of Annexure to BD’s letter no. 2007/CE-1/CT/18/PT-XII dtd. 31.12.10)
(g) The Principal, ZRTI, Sini, shall not make a claim under the Performance Guarantee except for
amount 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 PG as described herein above, in which
event, the Principal, ZRTI, Sini, may claim the full amount of the Performance Guarantee.
ii) Failure by the Contractor to pay the 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 the Principal, ZRTI, Sini.
iii) The Contract being determined or rescinded under provision of the GCC, the P G shall be
forfeited in full and shall be absolutely at the disposal of the President of India. The procedure
detailed below shall be adopted for dealing with variation in quantities during execution of
works Contract:
1. Individual Non Stock items in contracts shall be operated with variation of plus or minus 25 %
and payment would be made as per the agreement rate. For this, no Finance Concurrence would
be required.
12
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity
is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a
fresh tender for operating that item is considered not practicable , quantity of that item may be
operated in excess of 125% of the agreement quantity subject to the following conditions:
a) Operation of an item by more than 125% of the agreement quantity needs the approval of an
Officer of the rank not less than S.A. Grade;
i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the
concerned item, shall be paid at 98 % of the rate awarded for that item in that particular tender;
ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the
concerned item shall be paid at the 96% of the rate awarded for that item in that particular
tender;
iii)Variation in quantities of individual items beyond 150% will be prohibited and would be
permitted only in exceptional unavoidable circumstances with the concurrence of Associate
Finance and shall be paid at 96% of the rate awarded for that item in that particular tender.
b) The variation in quantities as per the above formula will apply only to the individual items
of the contract and not on the overall contract value.
c) Execution of quantities beyond 150% of the overall agreemental value should not be
permitted and, if found necessary, should be only through fresh tenders or by negotiating
with existing contractor, with prior personal concurrence of FA & CAO/ FA & CAO(C) &
approval of General Manager.
3. In cases where decrease is involved during execution of contract:
a) The Contract signing authority can decrease the items up to 25% of individual item without
Finance concurrence.
b) For decrease beyond 25% for individual items or 25% of contract agreement value, the
approval of an Officer not less than rank of S.A. Grade may be taken, after obtaining “No
Claim Certificate” from the Contractor and with Finance Concurrence, giving detailed
reasons for each such decrease in the quantities.
c) It should be certified that the works proposed to be reduced will not be required in the
same work.
4. The limit for varying quantities for minor value items shall be 100% (as against 25%
prescribed for other items). A minor value item for this purpose if defined as an item
whose original agreement value is less than 1% of the total original agreement value
5. No such quantity variation limit shall apply for foundation items.
6. As far as Schedule of Rate (SOR) items are concerned, the limit of 25% would apply to the value
of SOR schedule as a whole and not on individual SOR items. However, in case of Non Stock
items, the limit of 25% would apply on the individual items irrespective of the manner of
quoting the rate (single percentage rate or individual item rate).
7. For the Tenders accepted at Zonal Railways level, variations in the quantities will be approved
by the authority in whose powers revised value of the agreement lies.
8. For tenders accepted by the General Manager, variations up to 125% of the original agreement
value may be accepted by the General Manager.
13
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
9. For Tenders accepted by Board Members and Railway Ministers, variations up to 110% of the
original agreement value may be accepted by the General Manager.
10. The aspect of vitiation of tender with respect to variation in quantities should be checked and
avoided. In case of vitiation of the tender (both for increase as well as decrease of value of
contract agreement), sanction of the Competent Authority as per Single Tender should be
obtained.
24.7 Billing: The bills should be submitted on monthly basis, in the first week of next month in
duplicate to the Principal, ZRTI, Sini’s Office, after certification of quality, quantity & standard of
works etc. from the Log Book, by the Security Instructors & the Accounts Instructor, the Bill will be
passed and will be put up to the Divisional Accounts Office/CKP for passing and arranging payment,
which will be made through cheque/ RTGS/NEFT (Mandate Form is at Annexure-VI). Service Taxes
shall be deducted, as notified from time to time in force, from the Bills.
24.8 Price Variation Clause: Validity of Rates offered should be minimum for 90 days from the
date of Opening of the tender for acceptance and thereafter the rates will remain firm. No change of
rates will be allowed during the currency of the contract & till completion of the work and four (4)
months beyond that.
24.9. Laws Governing the Contract: This contract shall be governed by the laws of the Union of
India, being in force. The tenderer shall be solely responsible for compliance to the provisions of
various Labour and Industrial laws, such as, wages, allowance etc. relating to personnel deployed
by the contractor or for any accident caused to them and the Railway Authority shall not be liable to
bear any expense in this regard. The Agency shall make payment of wages to workers engaged by it
by the stipulated date irrespective of any delay in settlement of its bill by the Railway Authority for
whatsoever reason. The contractor shall specifically ensure compliance of various Laws/Acts,
including but not limited to with the following and their re-enactments/amendments/
modifications.
1.
The Payment of Wages Act, 1936
2.
Minimum Wages Act, 1948
3.
The Companies Act, 1956
4.
The Contract Labour (Regulation and Abolition) Act.1970
5.
The Child labour (Prohibition & Regulation) Act, 1986
6.
Private Security Agencies (Regulation) Act, 2005
And any other law applicable for this contract, from time to time, will also be applicable.
25. Communications to be in writing: All notices, communication, references and complaints
made by the Principal/his Representatives or the Contractor interse concerning the Work shall be
in writing. Notices, communications, references and complaints not in writing shall not be given
cognizance. The remarks for actions by the Principal, on the entries in the Feed Back Register (kept
in the Warden’s Office) shall have the same meaning and purpose of a notice/complaint as outlined
above. But there will be routine daily verbal communications.
14
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
26. Representation on Works: The Contractor shall, when he is not personally present at the Site,
depute one responsible Supervisor to supervise all the activities who shall on receiving notice,
present themselves to the Principal or his representative and orders given to the Supervisor shall
be deemed to have the same force as if they had been given to the Contractor.
27. Indemnity Bond (On Judicial Stamp Paper of Rs. 20/-) by the Contractor: The Contractor shall
indemnify and render the Railway Authority harmless from and against all actions, suit,
proceedings, losses, costs, damages, charges, claims and demands of any and every nature and
description brought or recovered against the Railway Authority by reason of any act or omission of
the Contractor, his agents or employees, in the execution of the works or in his guarding of the
same. All sums payable by way of penalty/compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the actual loss or damage sustained.
(Annexure-VII).
28. Preservation of Peace: The Contractor shall take requisite precautions and take his best
endeavours to prevent any unethical or unlawful behaviour by or amongst the workmen.
29. Non-employment of Labourer below the age of 15:
The Contractor shall not employ Children below the age of 15 as labourers for execution
of Work and abide by other provisions of Child Labourer (Prohibition & Regulation) Act,
1986.
30. Determination of Contract owing to default of Contractor: If the Contractor
(i) become Bankrupt or Insolvent, or
(ii) being a Company or Corporation, go into liquidation (other than a voluntary liquidation for
the purposes of amalgamation or reconstruction) or
(iii) Abandon the Contract, or
(iv) Persistently disregard the instructions of the Railway Authority or contravene any
provision of the Contract, or
(v) Fail to take steps to employ competent or additional Staff and labourer as required under
the agreement. The Railway Authority reserves the right to rescind the Contract owing to
default of Contractor.
31. In the event of any or several of the courses, referred to in clause 30 being adopted: –
(i) The Contractor shall have no claim of compensation for any loss sustained by him by reason of
his having purchased or procured any materials or entered into any commitments or made any
advances on account of, or with a view to the execution of the works or the performance of the
contract and Contractor shall not be entitled to recover or be paid any sum for any work
thereto for actually performed under the contract unless and until the Principal shall have
certified the performance of such work and the value payable in respect thereof and the
Contractor shall only be entitled to be paid the value so certified.
(ii) In the present case, ZRTI/SINI’s equipments, materials, furniture etc. would be available in the
premises. In the event of rescission of contract, the Principal will quickly access the cost of any
damage or loss of material due to contractor. The amount as decided by the Principal shall be
deducted from the pending contractor’s dues, if not paid by contractor. Decision of the Principal
in this regard shall be final & binding on contractor.
15
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
32.Termination of Contract :- The contract may be terminated at any time by giving 15 days
advance notice in writing to the contractor of the intension so to do by leaving the same at the last
known address of the contractor or upon the premises, the subject of this agreement at the option
of the Administration and neither the contractor nor any other person shall be entitled to any
damages or compensation on account thereof, not withstanding that the contractor acting upon the
contract may have executed any work of a permanent character and incurred expenses in the
execution thereof and notwithstanding that the contractor is evicted, whether through his own
default or not before having fully enjoyed under this contract, the privileges hereby granted. The
Tenderer are also advised that, in case, there is any default with reference to the stipulations in the
tender documents or they withdraw their offer within the period indicated in the Acceptance letter
issued to them, the amount of EMD deposited along with tender application is liable to be forfeited.
33. Summarily Termination of Contract : Upon breach, by the contractor of all or any terms
hereof and/ or if in the opinion of the Principal, the Contractor or his staff is not discharging his
obligations under the contract in a satisfactory manner and/or if in the opinion of the Principal or
other Officers duly authorized on his behalf, on a complaint made by staff of the Zonal Railway
Training Institute,Sini, including the trainees attending Institute, be substantiate, the Principal at
his discretion may summarily and without notice or compensation at any time during the period of
this agreement and without prejudice to any other rights or remedies to which the Principal may be
entitled under this agreement or by Law, cancel forthwith those presents and forfeit all license fees
and other sums (Security Deposit) that has been paid by the contractor, hereunder. Upon the
cancellation of these presents in the manner aforesaid, the contractor shall forthwith vacate the
premises of the Executor and remove all his property there from.
34. Disputes – All disputes and differences of any kind whatsoever, arising out of or in connection
with the contract, whether during the progress of the work or after its completion and whether
before or after the determination of the contract, shall be referred by the contractor to the
Principal, ZRTI, Sini, through the Vice Principal, after receipt of contractor’s representation, shall
make and notify decisions on all matters referred to by the Contractor in writing, provided for
these matters provision has been made in Conditions of Contract. In the event of, the Contractor not
being satisfied with the disposal of issues raised by him, shall request the Principal for appointment
of Arbitrators. Principal, ZRTI, Sini, may either himself arbitrate the disputes in the capacity of the
sole Arbitrator or will appoint a sole arbitrator from among the faculty members of ZRTI, Sini,
within 90 days of the receipt of the request for appointment of Arbitrator. The Arbitration
proceedings shall be assumed to have commenced from the day, a written and valid demand for
arbitration is received by the Principal, ZRTI, Sini.
(i) The claimant shall submit his claim stating the facts supporting the claims along with all the
relevant documents and the relief or remedy sought for against each claim within a period of 30
days from the date of appointment to the Sole Arbitrator.
(ii) The Principal shall submit its defence statement and counter claim(s), if any, within a period of
60 days of receipt of copy of claims from the contractor/sole Arbitrator thereafter, unless
otherwise extension has been granted by Arbitrator.
35. Notice : Any notice required to be served by the Principal up on the contractor shall be deemed
to be served sufficiently, if signed by the Principal, Zonal Railway Training Institute, South
Eastern Railway, Sini and delivered, left or sent by Registered post addressed to the contractor
at his last known place or business. Any notice to be served by the contractor upon the
16
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
administration shall be deemed to be sufficiently served, if signed by him and delivered, left or
sent by the Registered Post addressed to the Principal,Zonal Railway Training Institute, South
Eastern Railway, Sini.
36.ARBITRATION : Save as otherwise provided, if any question, difference or dispute arises at any
time between the Executor and the Contractor in these presefits or as to any, contract, or
concerning the rights, duties or obligations of any persons under this contract or as to any other
matter in any manner arising out of this contract, the same shall be referred to, settled and
decided by the sole Arbitrator appointed by the General Manager, South Eastern Railway,
Kolkata and his decision shall be final and conclusive and the reference of such questions,
difference or dispute shall be deemed to be a submission under the Indian Arbitration Act 1940
or any statutory modification thereof in force. The Arbitrator/ Arbitrators/ Umpires so
appointed as the case may be, shall give the awards on all matter referred to Arbitrator
indicating therein break-up of the sums awarded separately on each individual items of dispute.
36.1 Obligation during pendency of Arbitration: – Work under the contract shall, unless
otherwise directed by the Principal, continue during the arbitration proceedings, and no
payment due or payable by the Railway Authority shall be withheld on account of such
proceedings, provided, however, it shall be open for Arbitrator to consider and decide
whether or not such work should continue during arbitration proceedings.
36.2 If Arbitrator appointed as above refuses to act as Arbitrator, withdraws from his office as
Arbitrator, or vacates his/their office/offices or is /are unable or unwilling to perform his
functions as Arbitrator for any reason whatsoever or dies or in the opinion of the Principal,
fails to act without undue delay, the Principal shall appoint new Arbitrator/Arbitrators to act in
his/their place.
36.3Where the Arbitral Award is for the payment of money, no interest shall be payable on whole
or part of the money for any period till the date on which the award is made.
37.
JURISDICTION OF COURTS – The Bidding process and contract shall be governed by and
construed in accordance with, the laws of India and the Courts in Kolkata, HQ, of South
Eastern Railway, shall have exclusive jurisdiction over all disputes arising under, pursuant to
and / or in connection with the tender and the contract.
38.
Railway reserves the right to assess the capacity, capability and financial power of indenting
bidders on the overall performance of the work.
39. SPECIAL CONDITIONS OF THE CONTRACT
39.1 (i) Company profile (back ground) including Contact details (address, telephone no.
Mobile no. and Fax No., e-mail, details of branch, if any)
(Annexure-VIII).
(iii) The status of the Firm, Proprietary/Partnership/Registered Company/Co-Operative
Society etc. In case of Firm, registered under the Partnership Act, 1932 –Please enclose
details of Partners along with Certificate of Registration, details of their business and
partnership deed etc. duly attested by the Notary.
39.2 Financial Standing of the bidder- Should have positive Net worth; certificate issued by a
practising Chartered Accountant/reputed Chartered Firm.
17
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
39.3 Copy of the Audited Profit & Loss Account and Balance sheet of last three (3) financial years to
be submitted.
39.4 (i) The tenderer must submit an “Affidavit” stating that no criminal case or conviction is there
against the Firm/ Company or its Proprietor/Partner/Director/ Employees.
(ii) The tenderer must submit an “Undertaking” that there is no outstanding of License Fees or
other dues pending for payment for a period more than 6 (six) months, in any other
contract with the Railways, on the date of dropping this tender.
(iii) The tenderer have to submit a “Certificate of Ethical Practices” as under :
I. I/We assure the Railways that neither I/We nor any of my/our workers will do any
act/acts, which are improper/illegal during the execution of the contract.
II. Neither I/we nor anybody on my/our behalf will indulge in any corrupt activities/practices
in my/our dealing with the Railways.
III. I/We will have no conflict of interest in any of our work/contract at the Railways.
40.0
Contractor’s Employee:
(i) For the purpose of conducting this Security services, the Contractor shall engage sufficient
number of employees and in no case less than the number, as committed by him, who shall be of
good health, good personal hygiene, character, well behaved, obedient and skilful in their work. The
contractor shall ensure that they observe vigilance and are properly dressed in clean uniform with
display of ID Card. For rendering efficient service timely, Contractor shall at all times keep and
make available sufficient number of employees including standby. An Attendance Register to be
maintained for each shift.
(ii) The Employees of contractor shall be approved by the Railway Authority through
nominated officials by personal interview & no unapproved employee shall be allowed to work.
Medical Fitness Certificate should be obtained from recognised and reputed Hospitals, which shall
be a part of the approval process. The contractor shall not change approved staff without approval
of the Principal to ensure consistency in service. The Contractor shall remove any employee who in
the opinion of the Principal is guilty of misconduct, or is in any manner unfit or unsuitable for the
service. The Contractor shall be solely responsible for the remuneration and other dues of his
employees as also for Omissions/Commissions done by them.
(iii) The Contractor shall also notify one of his staff as Supervisor & with whom, all
communications/correspondences on day to day and other issues will be done by the Railway
Authority. The said Supervisor should also hold a Mobile, the number of which shall be advised to
the Principal, ZRTI, Sini.
40.1 Periodical Medical check up of staff at yearly intervals shall be the responsibility of the
Contractor to ensure that they are fit & free from any communicable disease. The tests to be done
are listed in Annexure-IX. These tests should be conducted at a recognized reputed hospital as
approved by the Railway Authority. The cost of the tests should be borne by the contractor and
certificates will be submitted to the Principal, ZRTI, Sini.
18
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
40.2 Identity Card: Proper Identity card will be issued by the contractor to his staff, which should
be displayed prominently over uniform at all time.
40.3 Uniform: Contractor shall supply Uniform to his staff as approved by the Principal. The Staff
shall wear properly cleaned and ironed uniform, Shoes, Hand gloves with display of ID card, which
should be displayed prominently over uniform at all time.
40.4 Personal Hygiene–The Institute is primarily for the Trainees and it is important that the
Security personnel are of good physique, well mannered, courteous, and presentable and with
neat and clean uniform. It should be ensured that all the staff has short nails and short hair
(except ladies). Should have regular bath and wear clean uniform, rubber/leather shoes & Cap.
The uniform should be clean without stains. The socks, which they will be wearing, should be
washed on regular basis. In case of spread of any disease, they should take necessary protection
such as masks, covers or any other protection measures advised by Doctors.
40.5 Safety–The safety of men, material and equipment at all places including the working places
shall be the responsibility of the Contractor. Railway Authority shall not be held responsible for
any claims/compensation due to any accident. No Arms will be allowed inside the ZRTI, Sini
premises.
40.6 Details of Works: The Security Guards will man the Main Entry Gate of the Institute and the
Hostel and make frequent visits of the premises during day time as and when feel required,
During Night hours frequent rounds should be made around the Institute and Hostel premises.
All staff in a shift will keep contact with each other through Whistle blowing and speaking
through Walkie-Talkie.
This is for general guidance of the Contractor, the contractor may be asked to perform as per
the requirement of the ZRTI, Sini, as directed by the Principal. Contractor should employ his
staff capable of doing the works with high quality and standard.
40.7 Quality of Works: Quality of Security is of prime importance. It needs no emphasis that the
contractor shall engage experienced and trained staff for doing the work under the Contract.
The Supervisor and Security Guards should have rich experience of Security for quality
performance. Changes of schedule or location, if required, shall be decided in consultation with
the Principal, ZRTI, Sini.
40.8 Facilities to be provided by the Railway Administration to the Contractor :
(i) Electric Power – The charges for electricity consumed for electrical equipments, if any, for
Security purposes will be free of cost to the contractor, but proper care shall be taken by
Contractor to ensure that the equipments are used with due economy or used only to the
minimum extent necessary and are switched off, whenever not required so as to avoid
wasteful consumption of electricity. Provision of any lighting arrangement at any specific
location/area, if required, shall be provided by the Railway Administration.
(ii) Accommodation: Only Office Room accommodation shall be provided by the Railways.
No residential accommodation for the Security Staff shall be provided.
40.9 Contractor to provide :
(A)
The Contractor is to make his own arrangement for the accommodation of his Staff/Officials
No Contractor’s staff shall be allowed to live in the premises.
(B) Equipments, Manpower & Uniform: - These items are to be provided by the Contractor at
his own cost. No Pay hike, DA hike, payment of Bonus, Leave, and Grant of any sort of Pay/
19
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Allowances etc. shall be entertained/borne by the Railway Administration. All the Staff deployed by
the Contractor should be Employee of the Contractor and their Name should appear in Contractor’s
Pay Roll. Documentation in this regard should be produced and to be certified by the Contractor
and to be enclosed along with the tender Form. All the Staff should be provided with Uniform along
with ID card by the Contractor for easy Identification. No Staff will be allowed without ID Card. The
staff should be disciplined and should not be involved with misconduct, misbehaviour, bad habits,
quarrel or other nuisance activities. The Contractor will be obeyed to replace the Supervisor
/Guard within two (2) days, if so advised by the Railway Administration in writing.
41.0 Theft in the premises & damage to furniture, fittings and fixtures – The contractor shall
be responsible for Safety and Security of different Tools, Plants, Equipments, Computers, Printers,
Models, Books & Forms, Registers, Trees & Plants etc. in the Institution and Personal belongings of
Trainees & Staff & Officials, Gymnasium’s Equipment, Furniture, TV, Game kits, Other Electrical
fittings & equipments etc. in ZRTI, Sini premises during the course of contract. When such damage
is in the opinion of the Principal, caused due to negligence or carelessness or any fault on
contractor’s part or that of his employees, he shall be liable to pay to the Railway Authority such
amount in respect of such damage, as may be assessed by the Principal, ZRTI, Sini and the Principal,
shall have the right to deduct such amounts from the contractor’s bills duly informing the
contractor about it.
41.1 (I) Trainees’ Feed Back Register:
A Register for feedback from Trainees shall be kept in the office of the Warden. Entries made in the
Register shall be noted by the Contractor/Security Supervisor regularly The Contractor shall carry
out such improvements as may be necessary, for ensuring satisfactory services and shall take due
notice of complaints made by the trainees either directly to the Warden or to the Security
Supervisor or to the Contractor.
i) In case the services including the quality of Security are found to be unsatisfactory based on
regular feedback of the Trainees, Principal shall have the right to impose suitable penalty of up
to Rs. 2000/- for each such lapses. The penalty amount will be deducted from the running bills of
the Contractor.
ii) In case of any failure by contractor to do the Security, Principal has full powers to engage
Security Guards from outside & the Contractor will have to pay a penalty up to Rs.2,000/- (Two
thousand) only per day. The penalty will be in addition to deduction of the per day rate of the
Guards so employed.
41.1(II) Attendance Register:-An Attendance Register shall be maintained for the Security staff
working in shifts on each day. The Register should be made available to the Inspecting Officials
when asked for.
41.2 Inspection: The Principal & the Inspecting Officials, nominated by the Principal are authorized to
inspect the Institute, Hostel & Supervisor’s Office Records, Attendance Register, Security Materials
& Equipments, Uniform, and Communication Register at any time. Any irregularity shall be brought
to the notice of the Contractor as well as to the Principal for immediate action.
20
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
41.3 (i) Payment of Wages Act. Workers Compensation Act & EPF etc.are to be complied with. Certified
copy of Pay Bill & PF. deposit proof of Pension need to be submitted along with the bill of next
month by the Contractor.
(ii) Service Tax & Other taxes, as leviable & applicable from time to time, shall be deducted from the
Contractor’s Bill.
41.4 Inspectors, deputed by the Principal, may witness payment of Salary/Wages, EPF, and ESI etc.
to Workers.
42. Negotiations: - In case, the Principal/Contractor decides to negotiate on any issue for any reason,
they may do so on one (1) day notice and can amicably settle the issue, without deviating/modifying
from any rule/rate/terms and condition/liability prescribed in the original offer.
43. Railways reserve the right to inspect the Tenderer’s Office and other Establishments before
finalization of the Contract and during the period of contract.
21
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure-I
List of Security Works (of Comparable Level) completed in last 3 (three) years, with
Performance Certificates from Clients.
SN
Year
Name of
Client
Address
the
&
Value
(in Rs.)
Contract
Period
Area Covered
/day
Performance
Certificate *
*PERFORMANCE CERTIFICATE TO WHOMSOEVER IT MAY CONCERN (On Official Pad)
The performance of M/s………………………………. on the important parameters are furnished below:
SN Parameters
Remarks
1
Total numbers of Security Guard employed/day
2
Average Area in sq.mts Security protection provided/day
3
The Quality of work done in Security
4
Maintenance of hygienic conditions of the Guards
5
Over all behaviour and amenability to discipline of the Guards employed
6
Has the Contractor failed to complete the work as per Schedule/Contract
7
If failed, the reason thereof.
This is to certify that M/s ……………………………………………………....................................
Address………………………………….....................................................................has been operating the Security
Works in this organisation since…………………
The approximate amounts of year wise payments made for the work are given below:
Year
Amount (in Lakhs of Rs. )
Daily Average No. of Guards employed
The above facts are true to the best of my knowledge.
The certificate is issued
………………….............................
without
any
prejudice
Date
Place:
at
the
specific
request
of
M/s
Signature
Stamp
Name of issuing official
Designation
Signature of the Tenderer.
Name of the Organization
Contact No.
22
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure –II
List of works on hand, indicating description of Work, Contract Value,
Period of Contract & date of award.
SN.
Name
of the
Client
Description
Work
of Area to be
Secured/
Day
Contract Value
(Rs. in Lakh )
Period
Contract
of Date
Award
Signature of the Tenderer
Date
23
Tenderer
Principal, ZRTI, SINI
of
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure-III
List of Personnel available on hand and proposed to be engaged for the work
a) PRESENT STRENGTH IN SECURITY WORKS:
b) Name of Work :
c) Location with address :
d) Clients Name :
e) Average number of persons available for Security Works/day
SN
1
2
3
4
5
Type of staff
Highly Skilled Supervisor
Highly Skilled Guard
Skilled Guard
Semi Skilled Guard
Unskilled Guard
Number
* Separate statement should be given for each individual work.
f)
STAFF STRENGTH PROPOSED TO BE EMPLOYED FOR THIS CONTRACT
SN
Category of staff
1
Highly Skilled Supervisor
2
Highly Skilled Guard
3
Skilled Guard
4
Semi Skilled Guard
5
Unskilled Guard
No. of Staff to be employed for the work
Signature of the Tenderer
24
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Measurements of ZRTI Sini
Items
Total Area (18 Acres)
Play Ground Football & Cricket
(170X124)
Area Under New Construction
Area for Hostel & Institute
Institute Area Open 12577 +
Covered 2833
Varandah
Staircase with approach
Class Rooms 15 No. 14,12,16,25,30,31,33-38
Library Room
C &W Model Room
Optg. Model Room
Comml Model Room
UTS,FOIS,COIS & PRS Room
Computer Room
Computer Training Centre
Auditorium
Signal Room
Principal's Chamber
VP's Chamber
ACM/AOM's Chamber
CTI's Chamber
Visitor's Room
Instructors' Room
Office Room
Confidential Room
Steno's Room
SI's Room
Main Entrance Area
Toilets(4),Urinals(2) & Lavoratory
(1)
Annexure-IV
Area
(Sq.m)
17.28
Area (Sq.m)
Items
72844
System Control Room
21080
5210
46554
15410
749.6
30.00
655.4
69.00
55.20
535.84
24.01
31.68
27.93
18.10
189.00
18.02
23.04
23.52
23.52
23.52
14.91
36.33
36.00
35.04
5.40
45.4
27.00
Musical Instrument Room
Sports Rooms (2)
Stores (Class Room No. 13)
Hostel Area Open 20060+
Covered 4930
Barrack 14 nos. 134 Rooms
Buildg-4 nos 80 Rooms
Bath Rooms 48 nos.
Urinal 30,Latrine-80
Basins-32
Varandah
Passage to Urinals
Staircase- 4
Mess Building
Recreation Room
Gymnasium 2 Rooms
Latrine 3
Passage GF +FF
Staircase- 1
Warden's Room
Store Room
Volley Ball,Badminton, Lawn
Tennis ,Basket Ball Ground
Road
Inside Garden
Circular Garden
Drains
11.54
18.02
30.55
30200
1430
816
93
104
1745
43
96
295
9
5
14
30
6
30
720
1700 m
508.56
794.00
1300 mts
48.66
Principal
25
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure – V
LIST OF CLOSED HOLIDAYS AT ZRTI/SINI FOR THE YEAR 2012
NATIONAL HOLIDAYS
1
REPUBLIC DAY
26-01-2012
THURSDAY
2
INDEPENDANCE DAY
15-08-2012
WEDNESDAY
3
MAHATMA GANDHI’S BIRTHDAY
02-10-2012
TUESDAY
GAZETTED HOLIDAYS
1
HOLI
08-03-2012
FRIDAY
2
GOOD FRIDAY
06-04-2012
FRIDAY
3
RATH YATRA
21-06-2012
THURSDAY
4
IDUL FITTAR
20-08-2012
MONDAY
5
ASHTAMI
22-10-2012
MONDAY
6
NAVAMI
23-10-2012
TUESDAY
7
DUSSAHARA
24-10-2012
WEDNESDAY
8
IDUS ZUHA
26-10-2012
FRIDAY
9
DEEPAWALI
13-11-2012
TUESDAY
10
BIRSA JAYANTI
15-11-2012
THURSDAY
11
CHHATH PUJA
19-11-2012
MONDAY
12
GURUNANAK JAYANTI
28-11-2012
WEDNESDAY
13
X-MAS
25-12-2012
TUESDAY
Principal
26
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure – VI
MANDATE FORM
BY
VENDOR/CONTRACTOR/EMPLOYEE FOR
EFT/ECB/RTGS/NEFT PAYMENT
1. NAME OF THE FIRM/PERSON/PARTY:
2. ADDRESS:
………………………………………………………………………………………………………………………
TELEPHONE NO. FAX:……………………………………………………………………………………………………..
CELL PHONE :………………………………………E-mail :…………………………………………………………….
3. P.A.N. No : …………………………………………………………………………………………………………………
4. PARTICULARS OF BANK ACCOUNT :…………………………………………………………………………..
(i) BANK NAME :……………………………………………………………………………………………….………
(ii)
BRANCH NAME & ADDRESS :…………………………………………………………………..…………..
………………………………………………………………………………………………………………………………
(iii)BANK BRANCH TELEPHONE NO :……………………………………………………………………………
(iv)ACCOUNT TYPE (whether SB or Current):…………………………………………………….........
(v)ACCOUNT NO.:………………………………………………………………………………………………………
(vi) BANK’S MICR CODE: …………………………………………………………………………………………….
(i) BANK’S IFS CODE: ………………………………………………………………………………………………
5. DECLARATION OF THE PARTY:
I hereby declare that the particulars given above are correct and complete. If the
transaction is delayed or not affected at all for reasons of incomplete and incorrect
information, the User Institution i.e., S.E.RAILWAY will not be held responsible. I have
understood the scheme and agree to discharge the responsibility for which I am liable as a
participant under the scheme.
Date :
Signature of the Supplier/Party/Employee
N.B. One cancelled Cheque/photocopy of the Cheque is to be enclosed [where the Cheque
does not carry IFB Code, an attestation from Bank, attesting the IFS Code should be given].
-----------------------------------------------SIGNATURE OF BANK OFFICIAL
( where required)
27
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure– VII
INDEMNITY BOND
This deed of Indemnity made this
__________day of ____________year_______by
M/s_________________ a company registered under Indian Companies Act of 1956/Registered with
Directorate of Industries concern/small (Address)_________________________herein after referred to as
the Indemnifiers (which expression shall unless repugnant to the context meaning thereof be
deeded to include their successors/ executors and assigns) in favour of the President of India as
owner of the South Eastern Railway Administration herein after referred to as the Administration
(which expression shall unless repugnant to the context of meaning thereof include his successors
and assigns in office).
Where as the indemnifier have entered into a contract with the President of India
representing the South Eastern Railway Administration ___________according to details given by the
indemnifiers in their offer issued by the South Eastern Railway Administration for and on behalf of
the President of India and which together with the documents mentioned therein constitute and
said contract is that the Administration in the manner and under the circumstances hereinafter
provided.
I. The indemnifiers hereby agree and undertake that they will be indemnify the said messing
arrangement and cleaning of its surroundings on behalf of the administration in trust for the
purpose of undergoing and completing the work and returning the same to the
Administration and strictly according to the terms of the contract in the respect.
II. The indemnifiers hereby agree and undertake that they will be responsible for the safe
custody and protection of the equipments, premises, accessories and also for any loss or
damage to the fittings or other parts of the equipment, premise, accessories while in their
custody arising from whatever cause will they are returned to the Administration after
repairs according to the terms of the contract in that respect.
III. The indemnifiers hereby agree and undertake that they shall indemnify the Administration
against all loss or damage referred to in item No.II above, reimburse to the Administration the
cost of the equipments etc. to the_______and also make good any loss or damage caused as a
result thereof.
IV. The indemnifiers further agree that if any amount become payable by the indemnifiers to the
Administration under this Indemnity Bond then without prejudice to any other remedies
available to the Administration the said Administration shall be entitled to recover the same
by way of deductions from any sum due to or any sum which at any time hereinafter may
become due to referred or any other contract.
V. This indemnity Bond is executed by the undersigned for Rs.______against the articles covered
in agreement.
In witness thereof, we__________there to set our hands and seal today on the ________of
________year_______
For and on behalf of
M/S....................................................
Name & Desgn.
DateName and address of witness
Accepted for and on behalf of The President of India
28
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure-VIII
Tenderer’s Postal address,Telephone Fax, e-mail & Mobile etc.
(To be filled up by the contractor)
This Annexure is to be attached with Company profile
Date…………………………………….................
Place …………………………………………..
Name……………………………………………………………………………………………………………….
Mohalla/Ward…………………………………………………………………………………………………
Town/Village……………………………………………………………………………………………………
Post Office………………………………………………………………………………………………………
District…………………………………………………………………………………………………………….
State………………………………………………………………………………………………………………
Pin Code…………………………………………………………………………………………………………
Telephone No…………………………………………………………………………………………………
Fax No……………………………………………………………………………………………………………
e-mail no…………………………………………………………………………………………………………
Mobile no. …………………………………………………………………………………………………………
Signature of the Tenderer
29
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annexure-IX
PERIODICAL MEDICAL EXAMINATION TO BE DONE FOR
THE SECURITY STAFF
SN
Medical Tests
1
Routine Blood Test
2
Routine Urine Test
3
Chest X-Ray
4
Examination by Physician with remarks on fitness as Security Guard
Signature of the Tenderer
Date
30
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Annex.-X
TENDERER SHOULD SUBMIT THE FOLLOWING DOCUMENTS WITH TENDER (Check List)
SN
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
Items/description
YES
Packet –“B” , Financial Bid at Page no 36 along with pages 32-40 in a sealed
Packet & kept inside Packet “A”
Money Receipt /DD for the Form for Rs 2,000/Money Receipt /DD for the EMD for Rs 24,598/Company profile (back ground) with Contact Details
(Annex.-VIII)
Company Registration/Incorporation Certificates
[ In support of eligibility item (1)]
The status of the Firm,Proprietary/Partnership/Registered Company/Co-Operative
Society etc. In case of Firm, registered under the Partnership Act, 1932, details of
Partners along with Certificate of Registration, details of their business and
partnership deed etc. duly attested by the Notary.
Financial Standing of the bidder- Should have Positive Net Worth, Certificate issued
by a practicing Chartered Accountant/reputed Charted Firm.
Audited Profit & Loss Account and Balance sheet of last three (3) Years (2008-09,
2009-10 & 2010-11) & 2011-12
The tenderer should have minimum 3 (three) years or experience in the field of
Security Services activities in reputed establishments.
(Annex.-I)
List of On Hand Works
(Annex.-II)
List of Personnel Available on Hand & Proposed to be engaged for the Work
(Annex.- III)
Service Tax Registration Certificate
EPF Registration Certificate ( PF & ESI Code), ESI Registration Certificate
Valid PAN Card--Xerox
“Affidavit” stating that no criminal case or conviction is there against the Firm /
Company or its Proprietor/Partner/Director/Employees
Undertaking” that there is no outstanding of License Fees or other dues pending for
payment for a period more than 6 (six) months, in any other contract with the
Railways, on the date of dropping this tender.
“Certificate of Ethical Practices”
Mandate Form & Indemnity Bond
(Annex.-VI & VII)
Bank Guarantee Bond (Revised) Form
(Annex.-VII)
Declaration Form
Contractor’s Agreement
31
Tenderer
Principal, ZRTI, SINI
NO
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Packet -B
FINANCIAL BID
Financial Bid (Packet-B) duly sealed in an envelope superscribed as Tender
for SECURITY Services, addressed to the Principal,ZRTI, Sini, and further
sealed in a larger envelope superscribing the Name of the work
Technical (Packet–A) , addressed to the “Principal, ZRTI, Sini.”
32
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
PACKET–“B”
FINANCIAL BID
INSTRUCTIONS
1. The Tenderer shall quote his rates in the tender form (Financial Bid, page no.-36) giving the rates
both in figures and words per unit is inclusive of all Government Levies, taxes, service tax etc., as
per details specified therein.
2. Tender containing erasures and alterations of the tender documents are liable to be rejected; any
correction made by the tenderer in his entries must be initialled by him.
3. The work is required to be completed within 24 months.
4. The Tender must be accompanied by sum of Rs. 24,598/- (Twenty four thousand five hundred
ninety eight) only as Earnest Money Deposited in any of the forms mentioned in the tender notice,
failing which the tender will not be considered.
The Tenderer shall hold the offer open till such date as may be specified in the tender. It is
understood that the tender documents have been sold/issued to the tenderer and he is being
permitted to tender in consideration of the stipulation on his part that, after submitting his tender,
he will not rescind from his offer or modify the terms and conditions thereof in a manner not
acceptable to the Principal, ZRTI, Sini. Should the Tenderer fail to observe or comply with the
foregoing stipulations, the amount deposited as Security Deposit for the due performance of the
above stipulation shall be forfeited by the Railway. If the tender is accepted, the amount of earnest
money will be held as Security Deposit for the due and faithful fulfilment of the contract. The
earnest money of the unsuccessful tenderer shall be returned, railways will not pay any interest
thereon.
5. It shall not be obligatory on the said authority to accept the lowest tender and no tenderer shall
demand any explanation for the cause of rejection of his tender.
6. If the tenderer deliberately give wrong information in his tender or create circumstances for the
acceptance of his tender, the Railway reserves the right to reject such tender at any stage.
7. If, the Tenderer expires after the submission of his tender or after the acceptance of his tender, the
Railway shall deem such tender as cancelled. If, partner of a firm expires after, the submission of
their tender or after the acceptance of their tender, the Railway shall deem such tender as
cancelled unless the firm retains its character. In the case of contract is awarded to Labour
Contract Co-operative Societies deduction of Security Deposit through bill @ 5% from each bill
shall be made.
8. It is to be clearly understood that this is only a rough assessment. The Railway Administration
reserves the right either not to award any or all the works to the Contractor or to increase or
decrease the volume of works without assigning any reasons for any such curtailment or increase
in the work and contractor will not be entitled to any compensation whatsoever.
9. The authority for the acceptance of the Tender will rest with the GM/AGM/COM/CPTM or Principal,
Zonal Railway Training Institute, Sini, South Eastern Railway, who does not bind himself to accept
the lowest or any other tender nor does he undertake to sign reasons for declining to consider any
particular tender or tenders. The Railways also reserve the right to accept tender either full
quantity of work or part thereof or divide the works amongst more than one tenderer without
assigning any reasons for any such action.
33
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
10. The successful tenderer shall be required to execute an agreement with the President of India
acting through the GM/AGM/COM/CPTM or Principal, ZRTI, Sini, for carrying out the work
according to the General Conditions of Contract and Standard Specifications for works and
materials as given in the parts II, III & IV of the General Conditions of contract and Standard
Specifications-2001 of S.E.Railway with up to date correction slips.
11. The tenderer shall keep the offer open for a minimum period of 90 (Ninety) days from the date of
opening of the tender within which period the tenderer can not withdraw his offer subject to the
period being extended further,if required, by mutual agreement from time to time. Any
contravention of the above condition will make the tender liable for forfeiture of his security deposit
for due performance of the foregoing stipulations.
12. Should a tenderer be retired employee or the Gazetted Officer working before his retirement,
whether in the Executive or Administrative capacity, or whether holding a pensionable post or not,
in any department of the railways owned and administered by the President of India for the time
being, or should a Tenderer being Partnership Firm have as one of its partners a retired employee or
a retired Gazetted Officer as aforesaid or should a Tenderer being an incorporated company have
any such retired employee or retired Officer as one of its directors, or should a tenderer have in his
employment any retired employee or retired Gazetted Officer as aforesaid, the full information as to
the date of retirement of such employee, Gazetted Officer from the said service and in case where
such employee or Gazetted Officer from the said service and in case where such employee or Officer
has not retired from Govt. Service at least two years prior to the date of submission of the tender as
to whether permission for taking such contract, or if the contractor be a partnership firm or a
incorporated company, to become a partner or Director as the case may be or to take employment
under Contractor, has been obtained by the tenderer or the employee or the Officer stated in writing
at the time of submitting the tender. Tender without the information above referred to, or a
statement to the effect that no such retired employee or retired Gazetted Officer is so associated
with the tenderer, as the case may be, shall be rejected.
13. Should a tenderer or contractor being an individual on the list of approved contractors, have a
relative employed in gazetted capacity in the Operating department of the S.E.Railway or in case of a
partnership Firm or company incorporated under the Indian company Law should a partner or a
relative of the partner or a share holder or a relative of a share holder be employed in Gazetted
Capacity in the Operating department of the S.E.Railway, the auithority inviting tenders shall be
informed or the fact at the time of submission of tenders, falling which the tender may be rejected or
if such fact subsequently comes to light, the contract may be rescinded in accordance with the
provision of clause 64 of the General conditions of Contract.
14 When the tender is received by the Administration, it will be understood that the tenderer has gone
through carefully in details all the instructions, conditions, general and special conditions of the
contract and all general and special instructions for execution of the works and that the tenderer has
got himself clarified in all points and doubts and interpretations by the proper authorities of the
Railway Administration.
15. The submission of a tender by the contractor implies that he has read, abide by the conditions stated
herein, and in the notice of tender accompanying the tender forms. The tenderer shall quote their
rates inclusive of all charges including all taxes levied by the Union of India or State Govt. including
34
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Sales Tax, Royalty, and Taxes stipulated under VAT Act/Rules notified Service Tax etc as per existing
Rules.
16. When work is tendered for, by a Firm or Company or Contractors the tender shall be signed by the
individuals legally authorized to enter into commitments on their behalf.
17. (i)The Railway will not be bound by any Power of Attorney granted by the Tenderer or by changes in
the composition of the Firm made subsequent to the execution of the contract, it may however,
recognize such Power of Attorney and changes after obtaining proper legal advice the cost of which
will be chargeable to the Contractors:
a)
For initial vetting
- Rs.100/b)
For subsequent vetting
- Rs. 50/(ii) Tenderer should specially and fully disclose their respective constitution and submit along with
tenders attested copies of documents like partnership deed, articles and memorandum of
association etc; if any, in support of such disclosure. If a tenderer is a firm i.e. partnership business
it should be stated whether the same is registered under the Indian Partnership Act. And the name
and address of all the partners of the firm should be fully disclosed. The Railway administration
shall always have liberty to require production of the originals of the said documents and also to
make such further and other requisitions regarding the constitution as may be considered
necessary from time to time.
18. A sum of Rs 24,598/- as earnest money of the tender for the works if tendered in cash should be
deposited with Divisional Cashier, S.E.Railway, Chakradharpur and the receipt for the deposit
should accompany the tender. In making such deposit the name of the work for which the money is
deposited must be clearly stated in writing. On no account the tenderer send the amount in Govt.
currency notes, under insurance of Register cover.
19. Should the tenderer find discrepancies or omission from the drawing or any of the tender forms or
should he in doubt as to their meanings he should at once notify the authority inviting tender who
may send written instructions to all tenderers
20.1 It shall be understood that every endeavour has been made to avoid any error which can materially
affect the basis of the tender and the successful tenderer shall take upon himself and provided for
the risk of any error which may subsequently be discovered and shall make no subsequent claim on
account thereof.
20. 2. Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual
inspection of the site and location of the work that all conditions liable to be encountered during
the execution of works are taken into account and that the rates he enter. If the tender forms are
adequate in all respects and are all inclusive to accord with the provision of clause 37.
35
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
FINANCIAL BID
SECURITY Services in definition is a SERVICE CONTRACT for providing the services as
desired
Tenderers are required to quote their rates both in figures and words in the appropriate columns. The
rates should be per unit (per day) and inclusive of all Govt. levies, taxes, service taxes etc.
S
N
Item
At ZRTI,Sini
Frequncy.
Estimated
Rate/day Rate/day
(Rs.)
1.
Security
Services for
24 hrs all
the days in
a
month,
for
24
months.
Covering
the
whole area of the
Institute,
Hostel
and roads etc.
51764
sq.m.
(approx.)
Total value for twenty four
months (Rs.)
As
Rs 1685/detailed
for 24 hrs.
for (24)
months.
Signature of the Tenderer
Date :
36
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
DECLARATION
To
The President of India,
Acting through the Principal,Zonal Railway Training Institute,Sini,South Eastern Railway.
a. I/We……………………………………………..have read the various conditions of tender attached hereto
and hereby agreed to abide by the said conditions. I/We also agree to keep this tender open for
acceptance for a period of 90 (Ninety) days from the date fixed for opening the same and in
default thereof. I/We offer to do the work of Security Services at the Zonal Railway Training
Institute, Sini, South Eastern Railway, for a period of 24 months (Twenty four) at the rate
quoted in the attached schedule and hereby agree to abide by the General and Special
conditions of contract and to carry out the work according to the Standard Specifications for
materials and works laid down by the Railway for the present contract.
b. A sum of Rs. ……......................................(Rupees........................... ………………………..) is hereby forwarded
as above, the full value of the Earnest Money shall stand forfeited without prejudice to any
other rights or remedies if:
a. I/We do not execute the contract documents within three days after receipt of notice
issued by the Railways that such documents are ready or,
b. I/We do not commence the work within 15 (fifteen) days after receipt of orders to the
effect.
c. Untill a formal agreement is prepared and executed, acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us
and indicated in the letter of acceptance of my/our offer for this work. Condition of the Tender
and instruction to the tenderers for Security Service at ZRTI,Sini for the whole area of
ZRTI,Sini.for a period of 24 (twenty four) months
Signature of the Tenderer
(To be signed by the Tenderer and submitted along with the Tender Form)
37
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
REVISED FORM OF BANK GUARANTEE BOND
In consideration of the President of India (hereinafter called the Government) having agreed
to exempt ………………..hereinafter called the said contractor(s) from the demand, under the terms
and conditions of an Agreement dated………made between ……………………………. And ……………. For
…………………..(hereinafter called the said Agreement) of security deposit for the due fulfillment by
the said Contractor(s) of the terms and conditions contained in the said Agreement, on production
of
Bank
Guarantee
for
Rs.------------------(Rupees__________________________________________________________only
we_________________________________________________________(indicate name of the Bank at the request
of_________________________________Contractor(s) do hereby undertake to pay the Government an
amount of not exceeding Rupees___________________ against any loss or damage caused to or suffered
or would be caused to or suffered by the Govt. be reason of any breach by the said Contractor(s) of
any of the terms and conditions contained in the said agreement.
1)
We__________________________do hereby undertake to pay (indicate the Name of the Bank) the
amounts due and payable under this guarantee without any demur merely on a demand from the
Govt stating that the amount claimed is due by way of loss or damage caused to or would be caused
to or suffered by the Govt by reason of breach by the said Contractor(s) of any of the terms and
condition contained in the said Agreement or by reason of the Contractor(s) failure to perform the
said agreement. Any such demand due and payable by the Bank under this guarantee. However, our
liability under this guarantee shall be restricted to an amount not exceeding
Rs.______________________________
2) We undertake to pay to the Government any money so demanded notwithstanding any dispute
or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pending before any
court or tribunal relating thereto out liability under present being absolute and unequivocal.
3) The payment so made by us under this bond shall be a valid discharging of our liability for
payment there under and the Contractor(s)/Supplier(s) shall have no claim against us for making
such payment.
4)
We_____________________further agree that the (indicate the name of Bank) guarantee herein
contained shall remain in full force and effect during the period that would be taken for the
performance of the said agreement and that it shall continue to be enforceable till all the dues of the
Government under or by virtue of the said Agreement have been fully paid and its claim satisfied or
discharged or till_______________________ Office/Department Ministry of ______________certified that the
terms and conditions of the said Agreement have been fully and properly carried out by the said
Contractor(s) and accordingly discharges this guarantee unless a demand or claim under this
guarantee is made on us in writing on or before the_________ we shall be discharged from all liability
under this guarantee thereafter.
5) We_____________________________ (indicate the name of Bank) further agree with the Government
that the Government shall have the fullest liberty without or consent and without affecting in any
manner our obligations hereunder to vary any of the terms and conditions of the said Contractor(s)
from time to time or to postpone for any time or from time to time any of the powers exercisable by
38
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
the Government against the said Contractor(s) and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our liability by reason
of any such variation, or extension being granted to the said contractor(s) or for any forbearance,
act or commission on the part to the said Contractor(s) or any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.
6) The guarantee will not be discharged due to the change in the constitution of the bank or the
Contractor(s)/Supplier(s).
7)
We________________________lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the Government in writing.
Date the __________________day of_______20
For_____________________________________
(indicate the name of the Bank)
39
Tenderer
Principal, ZRTI, SINI
South Eastern Railway
Open Tender No. ZRTI/Infrastructure Dev./10 /Security
Contractor’s Agreement
I offer to do the work at the rates entered in the schedule of rates on which I have signed. I agree
that no work under this contract shall be assigned are sublet without the previous written approval
of the Principal, ZRTI,Sini.
I agree that my work may be stopped at any time by the Principal, ZRTI, Sini, giving me or my
representative, seven (7) days notice in writing. I shall have no further claim against the Railway
Administration and I agree that any dispute arises and matters connected with this agreement, the
same shall be referred to a person to be nominated in this behalf by the Principal, ZRTI, Sini, whose
decision in writing shall be final and binding on both parties. I agree that any claim have to be met
shall be made within seven (7) days from the receipt of the notice. Any claims made after more than
seven (7) days shall be deemed to have waived by me.
I agree to indemnify the Railway Administration against any claims which may be made under
Workmen’s Compensation Act 1923, and other Acts as applicable to this work.
I agree to pay the rates as mentioned in the schedule attached with the contract documents for the
approved work.
Signature of the Contractor
Witnesses
1.Name :
Address:
2.Name
Address:
Principal,ZRTI,Sini
[ END OF TENDER DOCUMENTS (40 Pages)]
40
Tenderer
Principal, ZRTI, SINI
Download