nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web...

24

Click here to load reader

Transcript of nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web...

Page 1: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

`

1

NORTHEAST FRONTIER RAILWAY

TENDER DOCUMENT FOR

Hiring one Tata sumo /Bolero or similar Ambulance van new or less than 05 years old vehicle ,with drivers ,Khalasis for DRH/APDJ for 03(three)years (1095) days on the

round the clock basic ,i.e 24 hours per day and 365 days per anum.

TENDER NOTICE No: CMS -05 of 2017-18

Page 2: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

2

Declaration 

I/We have downloaded the tender document from the internet site www.nfr.indinRailway.gov.in and I/we have not tampered / modified the document in any manner. In case, if the same is found to be tampered / modified, I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and in case the same is detected after awarding the work, the contract will be terminated. I/We submitting a demand draft no. ________________________________________________ dated ____________________ issued by ______________________________ for Rs. ____________________towards the cost of tender document as per Tender Notice No. _______________________________________________ Dated ________________________. 

__________________________

Signature of Bidder(s)

Name: ____________________________

Date: ____________________________

Address: ____________________________

_________________________________

Page 3: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

3

This document contains 16 pages including coverTENDER FORM (First sheet)

Cost of Tender Form: Rs.2000/- in person; Rs. 2,500/- by post:Tender Notice No.: CMS-12 of 2017-18 dated:………………………… Tender Form No.: H/181/1(Out sourcing of Ambulance Van)Sold to M/S…………………………………………………………………………………….Against MR No……………………………………………..dated……………………….Rs…………..…………………….deposited at………………………………...stationon date………………………….

Chief Medical Superintendent Divl. Rly. Hospital/Alipurduar Jn.

ToTHE PRESIDENT OF INDIAActing through Chief Medical Superintendent, N. F. RailwayDivisional Railway Hospital, Alipurduar Jn.Jalpaiguri-736123.

Name of Work:- Hiring one Tata sumo /Bolero or similar Ambulance van new or less than 02 years old vehicle , with Drivers ,Khalasis for DRH/APDJ for 03(three) years (1095) days on the round the clock basic ,i.e 24 hours per day and 365 days per anum.

.

1. I/We __________________________________________have read the various conditions to tender attached here to and hereby agree to, abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening of the same and in default thereof. I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for “Chief Medical Superintendent /Divisional Railway Hospital/N.F. Railway/Alipurduar Jn. ” at the rates quoted in the attached schedule and hereby bind myself /ourselves to complete the work in all respects within stipulated period from the date of issue of letter of acceptance of the tender.2. I/We also hereby agree to abide the Conditions of contract given in second sheet of tender form and to carry out the work according to the Special Conditions and specifications of work as laid down by the Railway for the present contract.3. A sum of Rs. 17910/- (Rupees seventeen thousand nine hundred ten only) is herewith forwarded as “Earnest Money”. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies in case my/our tender is accepted and if:-a) I/We do not execute the contract documents within fifteen days after receipt of notice issued by the Railway that such documents are ready, orb) I/We do not commence the work within the time limit specified by the Railways after receipt of order to that effect.4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract. Any modification, if necessary will be made by the Railway Authority during the contract period.

Signature of witness Signature of Bidder (S) 1. Date: Bidder’s address2.

Signature of Chief Medical Superintendent

N. F. Railway, Alipurduar Jn. For and on behalf of the president of India

Page 4: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

4

TENDER FORM(Second sheet)

Instructions to Bidders and conditions of tender

1. The following documents form part of tender documents-

a) Tender form –First sheetb) Instructions to Bidders and conditions of tender – Second sheetc) Special Conditions/Specifications (Enclosed)d) Schedule of Rates and Work (Enclosed)

The scope of the work is given in Special Conditions/Specifications (Enclosed).The Bidder(s) shall quote his/their rates in the format given for Schedule of Rates and Work (Enclosed).The tenders containing erasures and/or alteration of the tender documents are liable to be rejected. Any correction made by the Bidder(s) in his/their entries must be attested by him/them. The works are required to be completed within the specified period from the date of issue of acceptance letter.

2.0. Earnest Money (EM):Estimated cost of the work is Rs.2217120.00/- (Rupees twenty two Lakhs seventeen thousand one hundred twenty only).The Tender must be accompanied by sum of Rs. 44345.00/- (Rupees forty four thousand three hundred forty five only)as earnest money deposited in any of the forms as mentioned below in the name of FA & CAO, N. F. Railway Maligaon ,failing, which the tender will likely not to be considered.

1. In the form of cash or in the form of deposit receipt, pay order or demand draft executed by State Bank of India or any Nationalized Bank.

2. Government securities (Stock) certificate, bearer bonds, bankers’ Cheque, promissory notes, Certificates, etc. will not be accepted as EM.

(a) The Bidder shall keep the offer opened for a minimum period of 90 days from the date of opening of the tender, it is understood that the tender documents has been sold/issued to the Bidder(s) and the tender is permits to Bidder in consideration of stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time. He will not resign from his offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Medical Superintendent /Divisional Railway Hospital/Alipurduar Jn. /N. F. Railway. If the Bidder fails to observe or comply with the foregoing stipulation, the amount deposited as security deposit for the due performance of the above stipulation shall be forfeited to the Railway.

(b) If the tender is accepted, the amount of earnest money will be retained and adjusted as security

deposit for the due and faithful fulfillment of the contract.

(c) This amount of security deposit shall be forfeited if the Bidder (s)/ Bidder (s) fail to execute the agreement bond within 15 days after receipt of notice issued by Railway that such documents are ready or to commence the work within specified time after receipt of the order to that effect.

Bidder Contd……..5

Page 5: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

5

(d) The Earnest money of the unsuccessful Bidder(s) will, be returned to the unsuccessful Bidders within a reasonable time but the Railways shall not be responsible for any loss or depreciation that may happened to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents or to the earnest money while in their possession nor be liable to pay interest thereon.

Security Deposit (SD): The successful Bidder will be required to deposit a sum of Rupees equal to 5% of the total value of the contract accepted by as SD for the due fulfillment of contract, within fifteen (15) days of written intimation given to him for acceptance of tender in the name of FA&CAO, N. F. Railway, Maligaon in any one of the following forms:-

Balance amount of Security Deposit money will be recovered@ 5% from the bills till full Security Deposit money is recovered from the Bidder.

4.0 Performance Guarantee

4.1. The successful bidder may give Performance Guarantee (PG) amounting to 5% of the contract value in any of the following forms:-

a) A deposit of cashb) Irrevocable Bank Guarantee/DCR

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

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

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

4.3. The Performance Guarantee (PG) shall be released after the physical completion of the work based on the “Completion Certificate” issued by the competent authority stating that the Bidder has completed the work in all respects satisfactorily. The security deposit, however, shall be released only after the passing the final bill based on “No Claim Certificate”.

4.4. Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be enchased and the balance work shall be get done independently without risk and cost of the failed Bidder. The failed Bidder shall be debarred from participating in the tender for executing the balance work. If the failed Bidder is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

Bidder Contd……..6

6

Page 6: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

4.5. The Railway administration shall not make a claim under the Performance Guarantee except the amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

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

ii) Failure by the Bidder to pay President of India of India any amount due, either as agreed by the Bidder or determined under any of the Clauses/Conditions of the agreement, within 90 days of the service of notice to this effect by Railway administration.

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

5. Right of the Railway to deal with Bidder:The authority for the acceptance of the tender rests with the Railways. It shall not be obligatory on the said authority to accept the lowest or any other tender and no Bidder(s) shall demand any explanation for the cause of rejection of his /their tender not the Railways undertake to assign reasons for declining to consider or reject any particular tender or all tenders.

6. If the Bidder(s) deliberately gives/give wrong information in his/their tender or creates/create circumstances of the acceptance of his/their tender, the Railways reserves the right to reject such tender at any stage.

7. If the Bidder(s) expires after the submission of his/their tender or after the acceptance of his/their tender, the Railway shall deem such tender cancelled. If a 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.

8. Income Tax Clearance Certificate: The Bidder(s) is/are required to produce along with his/their tender, an authorized copy of the Income Tax Clearance Certificate or a sworn affidavit duly countersigned by the Income Tax Office to the effect that he/they have no taxable income.

9. Deduction for Income Tax:In terms of Income Tax Act, 1961 as amended from time to time, 2% recovery of income tax (on taxable amount of each work) and surcharge as applicable from bill will be made. A certificate will be issued for the actual amount deducted at the time of payment.

9. (A) All the taxes as admissible to be recovered as per West Bengal Govt.’s tax law.

10. Minimum Eligibility Criteria:a) The vehicle offered should not be more than two years old. The vehicle should be registered as Vehicle

b) In case the Bidder is not having a vehicle and intends to supply a new vehicle, the Bidder has to submit certificate from Bank regarding financial capability of the Bidder to purchase the vehicle. However vehicle should be supplied within 15 days receipt of LOA.

Bidder Contd……..7

Page 7: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

7

11. Tender must be enclosed in a sealed cover, super scribed “Tender No. CMS-05 of 2017-18” and the tender must be sent by registered post/courier to the address of Chief Medical Superintendent, Divisional Railway Hospital, N. F. Railway, Alipurduar Jn., Jalpaiguri– 736123 so as to reach this office not later than 12.30 hrs. on 08.09.2017 or deposited in tender box allotted for the purpose in the office of the Chief Medical Superintendent, Alipurduar Jn. N. F. Railway. This tender box will be sealed at 12.30 hrs on 08.09.2017. The tender will be opened at 15.30 hrs. on 08.09.2017.The tender papers will not be sold after 12.00 hrs. on 07.09.2017. If any of the dates mentioned above happened to be a holiday/ Band the tender will be sealed/received/ opened on the following working day at the time and place specified above.

12. Non-compliance with any of the conditions set forth therein above is liable to result in the tender being rejected. Tender will not be considered if:

Tender is received after scheduled date and time.Not submitted on the prescribed form or unsigned.

13. Execution of Contract Documents:The successful Bidder(s) shall be required to execute an agreement with the President of India acting through Chief Medical Superintendent/Divisional Railway Hospital/Alipurduar Jn. /N. F. Rly for carrying out the work within a period of normally fifteen days after receipt of acceptance letter on non judicial stamp papers. Expenditure for agreement papers etc should be borne by Bidder. Such agreement will be valid for one year from the date of signing the agreement by both the parties or a fixed by the Railway authorities.

14. Partnership Deed, power of Attorney etc.:The Bidder 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 concern, he should submit the certified copy of partnership deed along with tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the Bidder 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 from the Bidder.

15. The Bidder whether sole proprietor limited company or a partnership firm, if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary/or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specific personwhether he/they be partner(s) of the firm or any other person specifically authorizing him/them to submit the tender, sign the agreement, receive money, witness measurement/presence, sign measurement book/attendance register, settlement, relinquish any claim(s) preferred by the firm and sign “No Objection certificate” and refer all or any dispute to arbitration.

16. Employment/Partnership, etc. of Retired Railway Employee:(a) If the Bidder be a retired Engineer of the gazetted rank or any of the gazetted Officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in any of the department of any of the Railways owned and administered by the President of India for the time being, or should a tender being partnership firm have one of its partners a retired Engineer or retired Gazetted Officer as aforesaid, or should Bidder being an incorporated company have any such retired Engineer or retired Gazetted Officer as one of its Directors, or should a Bidder have in his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such retired Engineer or retired Gazetted Officer from the said service and in case where such Engineer or Officer had 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 Bidder be a partnership firm or an

Bidder Contd……..8

Page 8: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

8

incorporated company, to become a partner or Director as the case may be, or to take the employment under the Bidder, has been obtained by the Bidder or the Engineer of Officer, as the case may be from the President of India or any officer, duly authorized by him in this behalf, shall be clearly 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 Engineer or retired Gazetted Officer is so associated with the Bidder, as the case may be, may likely be rejected.

(b) Should a Bidder or Bidder being an individual on the list of approved Bidders, have a relative(s) or in the case of partnership firm or company if Bidder’s one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any of the department of the of the N. F. Railway, the authority inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently comes to light, the contract may be rescinded.

17. Omissions & Discrepancies:The Bidder(s) shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and in doubt, shall bring it to the notice of the Chief Medical Superintendent/Divisional Railway Hospital/Alipurduar Jn. without delay. In case of any contradiction, only the printed rules and books shall be followed and no claim for the misinterpretation shall be entertained.

18. No subletting of the contract is permissible.

19. Settlement of 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 resolved by the sole arbitrator appointed by the General Manager, N. F. Railway under the provisions of Arbitration & Conciliation Act – 1996.

20. All decisions on behalf of the Railway Administration may be taken by the Medical Director/Central Hospital/Maligaon and it shall be final and binding on the Bidder(s).

I agree to abide by the above conditions

Chief Medical Superintendent Bidder Divl.Rly. Hospital/N.F.Rly/Alipurduar Jn.

For and on behalf of President of India

Bidder Contd……..9

9

Page 9: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

Terms and conditions/Special conditions

1) The vehicle (Tata sumo /Bolero or similar Ambulance van new or) should not be more than two years old. The vehicle must be registered. The vehicle must have 1st party insurance. The vehicle shall accompany all legal and valid documents with tools Stephaney and tackles with new spare tyre. The Bidder should mention the registration number of the vehicle. However, the Bidder may also offer new vehicle.

2) The vehicle will be required round the clock including on Holidays/Sundays.

3) Lubricants, servicing, repair cost etc are to be borne by the Bidder.

4) The Drivers must have valid driving license. Driver is to be provided by the Bidder.

5) Fuel (Diesel)/lubricant is to be provided by the Bidder.

6) The vehicle is to be ordinarily be stabled at Divisional Railway Hospital, Alipurduar Jn. However, the Railway administration reserves the right to stable the vehicle anywhere else within Alipurduar Jn.

7) The vehicle offered for hire should have Inter State Road permit valid on West Bengal and Assam.

8) The Bidder shall abide by all statutory regulations like P. F. Scheme, (Employees provident fund organization (EPFO) under the EPF& MP Employees State Insurance Act, Motor Vehicle Act, Labour Regulation Act and other applicable rules from time to time.9). GST will be applicable as per government rule.

10) The vehicle must have valid Registration & Road Tax payment during the currency of the CA. The vehicle must have all the tool kit, spare wheel, F.A. Box etc.

11) The Bidder must submit the names/s of pool of driver/s along with copy of valid driving license, identity card with 2 copies of photographs. The Driver/s must have uniform supplied by bidder. In case of change driver, the bidder must inform the CMS in writing and obtain necessary permission thereof. Log book of daily movement of the vehicle including distance traveled and time of travel is to be maintained and get the same certified by authorized representative of CMS/DRH/APDJ.

12) An alternative registered vehicle (Tata sumo /Bolero or similar Ambulance van) is to be provided in case the hired vehicle is under repair/servicing, with prior permission in writing from CMS/APDJ, so that no discontinuation of service occurs.13). In the event of non-provision of the hired vehicle, a penalty of Rs 2500/-(Rupees two thousand five hundred only) per day shall be imposed. Repeated default may lead to termination of the contract.

14). If any employee of the Firm misbehave with or refuse to obey the directive of nominated hospital staff, the Firm shall have to replace such employee immediately.

15). The Railway shall remain indemnified against all liabilities and responsibilities arising out of any accident/untoward incident met with during running of the vehicle

16). The vehicle must have Pollution clearance from West Bengal State Pollution Control Board regarding fulfilling the norm of vehicle servicing & to be renewed as per norm during the course of the CA.

17). Monthly bill supported by performance certificate issued by nominated official of CMS/DRH/APDJ in triplicate shall be handed over to CMS/APDJ’s office within 7 days of the following month for payment pertaining to hiring of the vehicle and kilometer charge thereof.

Bidder Contd……..10

10.

Page 10: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

18. The bills will be passed by CMS/DRH/APDJ within 6 weeks of receipt of the bills and payment will be made through Electronic fund transfer to the Bidder’s Bank Account by DFM /APDJ. The Bidder will furnish Bank account and other particulars as per format given in Annexure A along with each month’s consolidated bills.

19. “On Medical Duty/N. F. Railway” is to be painted on the front and backside of the Vehicle.

20. The Railway Administration reserves the right to increase or decrease the duration of hiring or the kilometer run of the hired vehicle as per their requirements.

21. Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guaranty shall be enchased and the balance work shall be got done independently without risk and cost of the failed Bidder. The failed Bidder shall be debarred from participating in the tender for executing the balance work. If the failed Bidder is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm.

22. (a)The Railway Administration reserves the right to terminate contract without assigning any reason by giving one month’s notice to the Bidder by issuing letter/phone. In case of termination of the contract by the Railway Administration whatsoever the Bidder will not be entitled for any damage or compensation.

(b)Each item appearing in the tender schedule should be considered as a separate and distinct tender in itself. The Railway reserves the right of splitting up the items as convenient for awarding the contract. During the currency of the contract, if there is any default on the part of the Bidder in effecting supply of any item(s) and or if considered necessary Rly. Administration shall resort to risk purchase at the risk and cost of the defaulting Bidder.

The contract is also deemed to include conditions and the instructions etc. contained in Tender Documents and its annexure submitted as quotations by the Bidder.

23. FAILURE AND TERMINATION:(a) Making available the hired vehicle along with driver and all legal documents for 6 days in a week as specified in the contract documents shall be deemed to be essence of the contract keeping in view of the availability of the hired vehicle for 6 days in a week at the Divisional Railway Hospital, Alipurduar Jn., N. F. Railway and it is to be ensured that the hired vehicle is provided accordingly. If the Bidder fails to make available the hired vehicle (or replacement in case the hired vehicle is under servicing/repair) as per schedule in reference to Clause No.3 above or as extended or at the time repudiates the contract before the expiry of such period, the hiring of the vehicle may rest with Railways without prejudice to his any other rights:-

(b) Recovery shall be effected from the Bidder as agreed liquidated damages and penalty a sum equivalent to 2% of the cost of hiring of the hired vehicle (including elements of taxes, duties, freight, fuel etc.) when the Bidder has failed to deliver the hired vehicle within the period fixed for delivery or as extended from time to time.

Bidder Contd……..11

11

24. SUBLETTING OF CONTRACT

Page 11: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

The Bidder shall not assign or sublet the contract or any part thereof or allow any person to become interested therein any manner whatsoever without the special permission of the Railway Administration. Any breach of the condition, shall entitle the Railway to rescind the contract under Clause 62 of GCC and also render the Bidder liable for payment to the Railway in respect of any loss, damages arising or ensuing from such termination.

25. PROVISION OF PAYMENT OF WAGE ACTThe contract shall comply with the provision of the payment of wages Act 1936 and the rules made there under in respect of all the employees employed by him in performing the contract and also shall keep the Railway Administration indemnified against all loss, damages or claims arising directly or indirectly through any failure or omission on his part or his authorized agents to comply with the requirement of the said act and its modifications.

26. ARBITRATIONIn the event of any question, dispute or difference arising under these conditions of contract or in connection with this contract (except as to any matters, the division of this is specially provided for by these for the special conditions) the same shall be referred to the Arbitration Tribunal or the person appointed to be the sole arbitrator, by the G.M. of the concerned Zonal Railways. The person to be appointed as Arbitrator, however, will not be one of those who had an opportunity to deal with the matters to which the contract relates or who in the course of his duties has expressed views on all or any of the matters under dispute or difference. The award of the arbitrator shall be final and binding on the parties to the contract.

In the event of the Arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reasons, or his award being set aside by the Court for any reason, it shall be lawful for the authority appointing the arbitrator to appoint any other arbitrator in place of the outgoing arbitrator in the aforesaid manner. The Arbitration referred to above shall be governed by Arbitration & conciliation Act 1996.

27. FORCE MAJEURE

Neither Railway nor Bidder shall be liable to the other for delay in execution of failure of their respective obligation under this contract caused by occurrence of events beyond the control of Railways or Bidder as the cases may be, including but not limited to fire, explosion, floods, acts of God, hostility, acts of public enemy, wars, insurrections, riots, strikes, lockout, sabotage, any law, statute ordinance order, rules and actions or regulations of the Government, local or other public authority. Either party shall promptly but not later than fifteen days of the commencement of occurrence of force majeure conditions, notify the other in writing of such contingency and prove that such contingency is beyond the control and affect the implementation of this contract adversely and materially. Notice of cessation of force majeure condition will be given to the other party immediately but not later than fifteen days. If such contingency continues beyond 90 days, both the parties agree to discuss and agree upon an equitable solution for termination of this contract or otherwise decide the course of action to be adopted. The respective obligations parties shall be extended for the period of force majeure provided notices as required above are given in time and the contingency established, if so required by the other party.28. Fuel / Mobil Charge Charge for H. S. Diesel (Fuel for vehicle) in Rupees to be reimbursed on actual cost basis @ 10km run per liter and Charge of Mobil oil in Rs @ 2 liters per 2500 km run of the vehicle.

29. EXTENSION CLAUSE

Duration of contract will be for three years (03), however it may be extended by another one year (01) or part thereof with mutual agreement by both the parties regarding rate and terms and condition, subject to satisfactory performance and administrative exigency.

Bidder Contd………12

12

Page 12: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

30. In case of requisition of the said hired vehicle is made by the State Law & Order authority, then the Bidder has to arrange another vehicle for this purpose without fail till such time the hired vehicle is released by the state authorities and made available for the Railways.

31. Undertaking by the Bidder The Bidder shall give this undertaking that he will not claim any increase in rates over the offered rates as quoted by him and accepted by the competent authority for the supply under any circumstances that may arise later.

32. Interpretation of specification and conditions of contract All questions of interpretation of specification and conditions of contract shall be referred to the Chief Medical Superintendent, N.F. Railway, Alipurduar Jn. whose decision shall be final.

33. Interest on Earnest money & Security money:- It must be clearly understood that no interest in any form will be paid by the Railway Administration on account of any earnest money or security deposit money deposited in accordance with the contract rules.

34. Recovery of Railway dues from the Bidder:- Railway Administration reserves the right to recover from Bidder’s bill any amount arising out of this Contract and any other dues to the Rly.

35. Jurisdiction of Courts:- The Courts of the place from where the acceptance of the tender has been issued shall alone have jurisdiction to decide any dispute arising out in respect of the contract.

36. Price Variation clause (Escalation and De-escalation) Price variation in rate pertaining to the charge for fuel per km. as par with upward or downward revision of fuel (diesel) administered price regime by Govt. of India will be applicable. If the price of diesel is hiked, then the rate will be escalated as per market price prevailing. If the price of Diesel is reduced, then the rate will be de-escalated as per market price prevailing in the market.

BIDDER Chief Medical Superintendent, ALIPURDUAR JN., N. F. RAILWAY.

Bidder Contd………13

13

Annexure - A

Page 13: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

The following information are to be incorporated on the body of the bills/submitted along with bills for electronic transfer of the bill amount directly to the Bidder’s Account-

01) Name of the Firm :

02) Bank Account No. :

03) Bank Account Type :

04) IFSC (Indian financial system code):

05) MICR Code :

06) Name of the Bank :

07) Name of the Bank Branch:

08) Full Address of the Firm :

09) Telephone No. of the Firm:

Signature of Bidder

Bidder Contd………14

14

Schedule of rate

Page 14: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

Name of Work: - Hiring one Tata sumo /Bolero or similar Ambulance van new or less than 02 years old vehicle , with drivers ,Khalasis for DRH/APDJ for 03(three) years (1095) days on the round the clock basic ,i.e 24 hours per day and 365 days per anum.

.

S N Hiring one Tata sumo /Bolero or similar Ambulance van new or less than 02 years old vehicle , with drivers ,Khalasis for DRH/APDJ for 03(three) years (1095) days on the round the clock basic ,i.e 24 hours per day and 365 days per anum.

Unit Rate in figure(in Rs.)

Rate in word Total cost

(in Rs.)

1.

Per day hiring charge for three (03) years (1095days). Per day

Total per month (30 day)………………………………………………………………………………………………

Grand total for 03(three) year: (1095 days)…………………………………………………………….. …………………………………………………………………………………………

Bidder

Bidder Contd………15

NORTHEAST FRONTIER RAILWAYALIPURDUAR JUNCTION DIVISION

CMS’s/Office/APDJ

Page 15: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

CMS/APDJ’s Tender Notice (NIT) No. CMS-05 of 2017-18 Dated: 03.08.2017OPEN TENDER in sealed cover (not transferable) is invited for the following work:

1 Name & Description of work Hiring one Tata sumo /Bolero or similar Ambulance van new or less than 2years old vehicle , with drivers ,Khalasis for DRH/APDJ for 03(three) years (1095) days on the round the clock basic ,i.e 24 hours per day and 365 days per anum.

2 Tender Value Rs. 22,17,120.00 (Rupees twenty two lakhs seventeen thousand one hundred twenty only)

3 Earnest money Rs. 44,345.00 (Rupees forty four thousand three hundred forty five only)

4 Cost of Tender Document At office

Rs. 2,000.00 (Two thousand only)

5 Cost of Tender Document by Post

by post – Rs. 2,500.00 (two thousand five hundred only)

6 Completion period 03 (three)) years7 Commencement date for

sale of tender form/Paper07-08-2017 from 10.00 hrs

8 Last date for sale of Tender form

07-09-2017(up to 12-00 hrs.)

9 Last date and Time of submission of tender form

08-09-2017 up to 12-30 hrs.).

10

Date and time of opening of Tender

08-09--2017 at 15.30 hrs.

11

Validity of the offer 90 (Ninety) days

12

Nature of tender Open tender

13. Tender document for the above work with details can be obtained from the Office of the Chief Medical Superintendent, Divisional Railway Hospital, Alipurduar Jn. N.F. Rly, P.O. Alipurduar Jn. Dist: Alipurduar, PIN – 736123 during the office working hours except Saturday /Sunday/Holiday w.e.f. 07-08-2017 from 10.00 Hrs. to 07-09-2017 up to 12-00 hrs. on payment towards cost of tender form as mentioned above for each set of tender papers/documents..Applications for issue of tender forms from CMS/APDJ’s office must be submitted with in 12.30 hrs. of 08-09-17 along with cost of tender documents/ paper.

14. The tender document will also be available on North East Frontier Railway Website www.nfr.indianrailways.gov.in during the above mentioned period and the same can be downloaded and can be used as tender document for submitting the offer. This facility is available free of cost. However, the cost of the tender paper as indicated above a demand draft of Rs 2000.00 (Rupees two thousand only) payable in favour of FA&CAO/N. F. Railway/ MLG towards the cost of tender paper will have to be enclosed along with the downloaded tender document/form while submitting the tender. This should be paid separately and not included in the earnest money. In case the offer is not accompanied by the valid demand draft towards the cost of tender document as detailed above, tender will be summarily rejected.

15. The tender paper not accompanied with requisite earnest money in proper form will be summarily rejected. The earnest money should be drawn in favour of FA&CAO/N.F. Railway/ Maligaon. Earnest Money should either be cash deposited with Divisional Cashier/Alipurduar Jn. or Chief Cashier/GHY N.F. Railway (Cash deposit receipt copy should be deposit along with the Tender documents)

Earnest money may be accepted in the following forms:-

i) Deposit in cash ii) FDR (Fixed Deposit receipt iii) Demand Drafts of any nationalized banks.

Page 16: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

Cash, Banker’s Cheque, Demand Draft, Fixed deposit/ FDR in favour of FA&CAO /N.F. Railway /Maligaon executed by State Bank of India or any of the National Bank.

16. The tender sealed cover duly filled in tender forms Envelope should be superscripted as NIT No. and also Tender for “Hiring one Tata sumo /Bolero or similar Ambulance van new or less than 5 years old vehicle with drivers,Khalasis for DRH/APDJ for 03(three) years (1095) days” If the downloaded tender document is not accompanied with the cost of tender document and requisite Earnest Money(EMD) valid demand draft as detailed above, the offer / tender will be summarily rejected. A separate Demand Draft also for Earnest Money as mentioned above is also enclosed with the tender documents otherwise tender will be summarily rejected In case of any discrepancy between the tender documents downloaded form from internet and the Master Copy, latter shall prevail and will be binding on the tenderer. No claim on this account will be entertained.

17. The railway administration will not be responsible for any delay /difficulties/inaccessibility of the downloading facility /postal delays for any reasons whatsoever. In case of any discrepancy between the tender documents downloaded from internet and the master copy available in office of the CMS/N.F. Railway/Alipurduar Jn. Later shall prevail and will be binding on the tenderer (S)

(Page 1/2)

Page-2

18. Duly filled in tender forms Tenderer will be dropped at the tender box provided/kept at the office of the Chief Medical Superintendent, N. F. Railway, APDJ, Alipurduar-736123 up to 12.30 hrs. of 08.09.2017 However, tenders may sent by post to The Chief Medical Superintendent, Divisional Railway Hospital, Alipurduar Junction, N. F. Rly, Dist: Alipurduar, Pin-– 736123 mentioning tender Notice No. in bold letters on the top of the envelope, so as to reach on or before 12-30 hrs of 08.09.2017. Schedule and financial bid to be opened at 15.30 hrs on 08.09.2017 Railway will not be responsible for on transit loss or any other delay. In case of the last date of sale of tender document/paper and date of/dropping/opening of tender happens to be holiday/bandh etc, then the tender /paper will be sold/opening of tender will be done on the next working day at the stipulated time at CMS’s office/Alipurduar Jn.19. GST will be applicable as per government rule.20. Employees provident fund organization (EPFO) under the EPF& MP 21.. The Railway authority reserves the right to either cancel / reject any or all of the tenders without assigning any reason. 22. Fraction rate will not be allowed If the any of the tenderer/bidder submitted/quoted any fraction rate the tender/offer will be summarily rejected.The successful bidder shall have to submit a Performance Guarantee (PG) within 30(Thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (Thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30(thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against the contract. The failed contractor shall be debarred from participating in re-tender for that work.23. Special condition In case of identical rate, the work will be awarded to the contractor who is having better past credentials. Even in cases where both of them may have adequate credentials but the work will be awarded to the firm who is having better past track record and the same will be judged as per annual confidential report of the contractor

Sr. Divisional Medical Officer for Chief Medical Superintendent

Page 17: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given

N. F. Railway, Alipurduar Jn. For and on behalf of President of India

No. H/181/1(out sourcing A. Van)/17 dated: 04-08-2017

Copy forwarded for information and necessary action to:-1. CMD /N.FR/MLG for information please.2. CPRO/MLG along with 10 spare copies for arranging immediate publication in prominent local newspaper and

national newspapers. A copy of press clipping may be sent to this office for record please. Fund is available Under Head of allocation J-262-32 of CMS/APDJ.

3. FA &CAO, CVO, Principal Director of Audit/MLG for information please.4. DRM/APDJ, ADRM/APDJ for information please.5. MD/CH/MLG, for information please.6. DFM/APDJ. He is requested to depute one nominated Sr. SO to attend CMS’s office on 08.09.2017 at 15.30

hrs for opening the tender positively.7. DSC/APDJ. He is requested to provide security arrangement on 08.09.2017 from 09.00 hrs. to 16.00 hrs.

during Tender closing/opening of the tender.8. CMS/KIR, NJP,RNY, LMG, NTSK ,DBRT , BPB ACMS/RPAN, NBQ, to display the same on the notice

Board for wide publicity.9. MCM/Driver/APDJ for information.10. Notice board. (Hospital), DRM office

Sr. .Divisional Medical Officer for Chief Medical Superintendent N. F. Railway, Alipurduar Jn.

For and on behalf of President of India

Page 18: nfr.indianrailways.gov.innfr.indianrailways.gov.in/nfr/notice/1502080224053_Hiring of...  · Web viewThe Bidder will furnish Bank account and other particulars as per format given