Sie sind auf Seite 1von 41

Downloaded from Internet Website

EAST CENTRAL RAILWAY


GOMOH

OPEN TENDER NO.


ELS/401/GDU/13-14/07(OPEN)
Dt.11/09/2013

FOR

Repair cum rehabilitation of


Gate Drive Unit

ISSUED BY
Sr. DIVISIONAL ELECTRICAL ENGINEER/TRS
EAST CENTRAL RAILWAY/GOMOH
DIST.-DHANBAD (JHARKHAND)

LAST DATE OF SUBMISSION 24/10/2013 Up to 17:00 HRS.

DATE OF OPENING 25/10/2013 At 14:00 HRS.

ISSUED TO M/S ____________________________


_________________________________________

PRICE:- ` 3,000/-

The end of this document is indicated by an ‘End of Document’ marker


INDEX

Sl.No. CAPTION CONTENTS PAGE NO.

1. CHAPTER-I DETAIL TENDER NOTICE 1-2


(OPEN TENDER)

2. CHAPTER-II IMPORTANT POINTS FOR GUIDANCE 3-4

3. CHAPTER-III INSTRUCTIONS TO TENDERERS 5 - 13

4. CHAPTER-IV SPECIAL CONDITIONS OF CONTRACT 14 - 17

5. CHAPTER-V SCOPE OF WORK 18 - 21

6. CHAPTER-VI FORM OF TENDER


(a) First Sheet 22 - 23
(b) Second Sheet 24 - 27
(c) Third Sheet (Schedule of Rates & Quantities) 28

7. ANNEXURE-1 DETAILS OF WORK AWARDED TO 29 - 30


THE TENDERER DURING LAST THREE
YEARS

8. ANNEXURE-2 DECLARATION REGARDING 31


ASSOCIATION WITH GAZETTED
RAILWAY OFFICER

9. ANNEXURE-3 REBATE SCHEDULE 32

10. ANNEXURE-4 DEVIATION FROM TENDER 33


CONDITIONS

11. ANNEXURE-5 FORMAT OF CONTRACT AGREEMENT 34

12. ANNEXURE-6 REVISED MODEL FORM OF BANK 35 - 37


GUARANTEE

13. ANNEXURE-7 FORMAT OF INDEMNITY BOND 38 - 39

N.B.:- This Tender-document should be returned duly signed and stamped on every
page along with the offer.
1
CHAPTER-I

DETAIL TENDER NOTICE (OPEN TENDER)

No.ELS/401/GDU/13-14/07 (OPEN) Gomoh, dt. 11/09/2013

Sealed tenders are invited from the experienced contractors in prescribed tender-documents.
Details are as follows:
1. Description of work Repairing cum Rehabilitation of Gate Drive Units used
in Auxiliary Converters of 3-ph locomotives
2. Quantity 50 (Fifty) nos.
3. Completion Period 12 (Twelve) months
4. Tender value ` 26,78,000/- (Rupees Twenty six lakh seventy eight
thousand only)
5. Earnest Money ` 53,560/- (Rupees Fifty three thousand five hundred
sixty only). The tender must be submitted along with
Earnest money in acceptable form as mentioned in the
tender documents. Tender received without the
prescribed amount of Earnest Money is liable to be
summarily rejected.
6. Cost of Tender-documents ` 3,000/- (Rupees Three thousand only).
(Non-refundable)
7. Last date of obtaining 24/10/2013, up to 17:00 Hrs.
tender-documents

8. Mode of purchasing Tender-documents


Tender-documents may be obtained from the office of Sr.Divl.Elect.Engg./TRS/
E.C.Railway /Gomoh, Electric Loco shed, Gomoh on submission of ‘Cash-Receipt’ or
‘Demand Draft’ for the sum towards cost of tender-documents.
‘Cash-Receipt’ indicating the ‘Tender No.’ may be obtained from Sr. Divl. Cashier
/East Central Railway /Dhanbad or Chief Cashier /East Central Railway/Hajipur (at
Patna) on deposit of cash only amounting ` 3,000/-.
‘Demand Draft’ should be issued by the State Bank of India or any of the nationalised
Banks drawn in favour of ‘Financial Advisor & Chief Accounts Officer /East Central
Railway / Hajipur’, payable at Dhanbad Branch.
Tender documents are available for sale from 20/09/2013 to 24/10/2013 at working
hours (09:00 hrs. to 17:00 hrs.).
For tender-documents to be obtained by Regd. Post, ` 500/- (Rupees Five hundred
only) should be paid extra and the ‘Cash-receipt’ or ‘Demand Draft’ should be sent to
the office of ‘Sr.Divl.Elect.Engg./TRS/E.C.Rly./GMO’, P.O.-Gomoh, Dist.-Dhanbad,
PIN-828401 (Jharkhand) with specific request to send the tender-documents by Regd.
Post. However, the Railways take no responsibility for delay, loss or non-receipt of
the tender-documents sent by Regd. Post.
2
9. Last date of submission of tender-documents 24/10/2013, up to 17:00 Hrs.
in tender box
10. Date of opening of tender 25/10/2013, at 14:00 Hrs.
11. Place of submission of tender- Either at Gomoh or Mughalsarai. Tender-Boxes
documents will be available at 2 (two) places, i.e. at the
office of Sr.Divl.Elect.Engg./TRS/E.C.Railway
/Gomoh and Sr.Divl.Elect.Engg./TRS/
E.C.Railway / Mughalsarai.
12. Place of tender-opening: Office of the Sr.Divl.Elect.Engg./TRS/
E.C.Railway / Gomoh.
13. Tender-documents are not transferable.

Note: 1) This tender notice is available on Internet website


http://www.ecr.indianrailways.gov.in. Related information is also available
on Internet website http://www.tenders.gov.in.
2) Tender document can also be downloaded from the above-mentioned
website. The facility is available free of cost. However, cost of tender-
documents in form of separate Demand Draft in favour of ‘Financial Advisor
& Chief Accounts Officer /East Central Railway / Hajipur’ payable at
Dhanbad branch will have to be enclosed with tender in addition to the
Earnest money.

Sr.Divl.Elect.Engg./TRS
E.C.Railway, Gomoh
3
CHAPTER-II

IMPORTANT POINTS FOR GUIDANCE


(Tender No. ELS/401/GDU/13-14/07 (OPEN), dt.11/09/2013)

1. In the Tender Forms (Chapter-VI), all the blank spaces must be filled in by the tenderer.

2. Each and every page of the Tender-documents must be signed and stamped by the tenderer
and must be returned along with the offer.

3. In the Tender Forms (Third Sheet) - ‘Schedule of Rates & Quantities’, rates against each
item of work should be quoted both in figures and words. In case of any discrepancy, the
Accepting authority may at its discretion, accept lower of the two.

4. Corrections and erases must be initialed. In case of any discrepancy, the Accepting
authority may at its discretion, accept lower of the two.

5. The tenderer shall keep the offer open for a period of at least 90 (Ninety) days from the
date of opening of the tender.

6. Tender must be submitted in sealed envelope super scribing Tender No. and addressed to
‘Senior Divisional Electrical Engineer/TRS/East Central Railway/Gomoh’.

7. Tenders not accompanied by ‘Earnest Money’ in requisite amount shall under no


circumstances be entertained and shall be summarily rejected without any further
reference to the tenderer.

8. In case of tender documents downloaded from Internet website, if the tender is not
accompanied with valid Demand Draft towards cost of tender documents or if any addition
/ alteration is found in the tender documents, the tender will be summarily rejected.

9. The tenderer shall indicate in his offer the complete address of the premises where he/they
propose(s) to carryout the tendered work.

10. Any individual (s) signing the tender or other related documents shall clearly specify:
whether he (they) is/are signing

as proprietor (s), or
as partner (s), or
as Director/Manager/Secretary in case of Limited company, or
as a person having power of attorney for signing tender-documents of the
firm/Company.
11. The tenderer shall treat the content of his tender as confidential. He shall also treat prices
quoted by him as strictly confidential till tenders are opened.
12. The intending tenderer is advised to study the tender-documents carefully and also
acquaint him / them with the nature of work and the matters pertaining thereto.
Submission of tender shall be deemed to have been done after careful study and
examination of tender- documents with full understanding of implications thereof.
4

13. The following information/documents should be furnished along with the tender.

(a) Documents testifying tenderer’s previous experience and financial status. For
details, see clause 10 of Tender Forms (Second Sheet).
(b) Declaration regarding non-engagement of a retired Gazetted Officer / Engineer of
Railway, otherwise particulars to be furnished in Annexure-2. For details, see
clause 16(a) of Tender Forms (Second Sheet).
(c) Declaration regarding not having any relative, employed as a Gazetted Officer of
East Central Railway, otherwise particulars to be furnished in Annexure-2. For
details, see clause 16(b) of Tender Forms (Second Sheet).
(d) Service Tax Registration No. in accordance with Section 69 of Service Tax
Rules, 1994 (For details, see clause 17.0 of CHAPTER-III).
(e) List of work completed in the last three financial years giving description of
work, organization for whom executed, approximate value of contract at the time
of award and date of schedule completion of work. Date of actual start, actual
completion and final value of contract should be furnished in Annexure-1.
(f) List of work on hand indicating description of work, contract value, approximate
value of balance work yet to be done, date of award of work and payment
received till date from the same contract should be furnished in Annexure-1.

Sr.Divl.Elect.Engg./TRS
E.C.Railway, Gomoh
5
CHPATER-III
INSTRUCTIONS TO TENDERERS
(Tender No. ELS/401/GDU/13-14/07 (OPEN), dt.11/09/2013)

1.0 Definitions:
1.1 Railway:
The President of the Republic of India or the Administrative Officer(s) of the
Successor Railway authorized to deal with any matter, with which these presents are
concerned on his behalf.
1.2 Tenderer:
The person / the firm / co-operative or company whether incorporated or not, who
tenders for the works with a view to execute the works on contract with the Railway
and shall include their personal representative(s), successor(s) and permitted assigns.
1.3 Contractor:
The person / the firm / co-operative or company whether incorporated or not who
enters into the contract with the ‘Railway’ and shall include his/their executor(s),
successor(s), administrator(s) and permitted assigns.
1.4 Works
The works to be executed in accordance with the contract.
1.5 Engineer
The Divisional Engineer or the Executive Engineer, Divisional Signal &
Telecommunication Engineer, Divisional Signal & Telecommunications Engineer
(Construction), Divisional Electrical Engineer, Divisional Electrical Engineer
(Construction), in executive charge of the works and shall include the superior
officers of the Engineering, Signal & Telecommunication, and Electrical
Department of Railway i.e., the Senior Divisional Engineer/Deputy Chief Engineer /
Chief Engineer / Chief Engineer (Construction), Senior Divisional Signal &
Telecommunication Engineer/Deputy Chief Signal & Telecommunication
Engineer/Chief Signal & Telecommunication Engineer (Construction)/ Senior
Divisional Electrical Engineer/Deputy Chief Electrical Engineer/Chief Electrical
Engineer (Construction) and Chief Administrative Officer (Construction) and shall
mean and include the Engineer of the Successor Railway.
2.0 Tender-documents
These Tender-documents include the following as integral part of these documents.
Sl.No. Nature of Documents
1. Detail Tender-Notice (CHAPTER-I)
2. Important points for guidance (CHAPTER-II)
3. Instructions to Tenderers (CHAPTER-III)
4. Special conditions of Contract (CHAPTER-IV)
5. Scope of Work (CHAPTER-V)
6. FORM OF TENDER – First Sheet, Second Sheet & Third
Sheet (CHAPTER-VI)
7. Annexure-1 to Annexure-7
6
The ‘Railway’ administration may at any time, before the due date of opening,
modify the Tender-documents on its sole discretion either on its own motion or in
response to any clarification requested or suggested by any person at any time.
3.0 Book of Reference
These Tender-documents are to be read with the booklet ‘Indian Railways -
Engineering Department – Regulation of Tender and Contracts & General
Conditions of Contract – June 2010’ as amended by correction slips up to date,
termed ‘G.C.C.-2010’. This booklet is hereinafter called ‘Book of Reference’ and
will govern this tender as well as the contract resulting from the acceptance of this
tender, to the extent their contents do not conflict with the contents of the various
Chapters of Tender-documents. In the event of any conflict between the ‘Book of
Reference’ and the contents of various Chapters of the Tender-documents, the latter
will prevail.
4.0 Opening of Tender
4.1 In case, the office remains closed on the scheduled last date of obtaining tender
documents, then the last date as well as date of closing of tender box & opening of
tender will automatically be substituted by the dates of the next working day.
4.2 In case, the office remains closed on the scheduled date of opening, this date will
automatically be substituted by the date of the next working day.
4.4 Railway will not be responsible in any way for non-receipt or late-receipt of the
tender sent by Regd. Post.
4.5 No tender received after closing of the Tender-Box will be entertained.
4.6 The date & time of closing of Tender-Box and opening of tender may be postponed
at the sole discretion of the Railway, if circumstances so warrant.
5.0 Earnest Money
(a) The tenderer shall be required to deposit earnest money with the tender for the
due performance with the stipulation to keep the offer open till such date as
specified in the tender, under the conditions of tender. The earnest money shall
be as under:
Value of the work EMD
A For works estimated to 2% of the estimated cost of the work
cost up to ` 1 Crore
B For works estimated to ` 2 Lakhs plus ½% (half percent) of
cost more than ` 1 Crore the excess of the estimated cost of
work beyond ` 1 crore subject to a
maximum of ` 1 crore
The earnest money shall be rounded to the nearest ` 10. This earnest money shall
be applicable for all modes of tendering.
(b) It shall be understood that the tender documents have been sold / issued to the
tenderer and the tenderer is permitted to tender in consideration of stipulation on
his part, that after submitting his tender, he will not resile from his offer or
modify the terms & conditions thereof in a manner not acceptable to the
Engineer. Should the tenderer fail to observe or comply with the said stipulation,
the aforesaid amount shall be liable to be forfeited to the Railway.
7
(c) If tenderer’s tender is accepted, this earnest money mentioned in sub clause (a)
above will be retained as part security for the due and faithful fulfillment of the
contract in terms of Clause 16 of the General Conditions of Contract. The
Earnest-Money of other tenderers shall, save as herein before provided, be
returned to them, but the Railway shall not be responsible for any loss or
depreciation that may happen thereto while in their possession; nor be liable to
pay interest thereon.
(d) The Earnest Money should be in cash (to be deposited with Sr. Divl. Cashier,
East Central Railway, Dhanbad or Chief Cashier, East Central Railway, Hajipur)
or in form of or National Savings Certificate issued by a Post Office or deposit
receipts, pay orders or demand drafts executed by State Bank of India or any of
the Nationalized Banks or by a Scheduled Bank in f/o ‘Financial Advisor &
Chief Accounts Officer /East Central Railway / Hajipur’, payable at Dhanbad
branch.

6.0 Deviation from Tender-conditions


If, any of the terms & conditions mentioned in these Tender-documents is not agreed
to by the tenderer, particulars about deviation should be furnished in the proforma
enclosed as Annexure-4. The Railway, however, reserves the right to reject the
tender, if any deviation is not acceptable to Railway and the tenderer is unwilling to
modify such deviation to a manner acceptable to the Railway. The tenderer in all
cases shall indicate clearly the specific additions or amendments desired by
him/them to relevant clause of the tender documents and reasons thereof.

7.0 Offered Rates


7.1 The tenderer(s) should quote the offered rate for each item of work taking into
consideration all the conditions of these Tender-documents.
7.2 The offered rates should be inclusive of all cess, maintenance charge, royalty,
Income Tax, Sales Tax, Excise Duty, Service Tax and all other charges to be paid to
the State Govt. or local authorities as are existing and as may be imposed during the
currency of the contract (except in case any tax/duty/charge is asked for separately
in schedule of rates). No claim for reimbursement of any such tax/charge will be
entertained afterwards.
7.3 The rates offered by the tenderer and accepted by the Railway must hold good till
the completion of the contractual work and are not subject to fluctuation / variation.
No claim on this account will be entertained afterwards.
7.4 Offered rates containing overwriting, erased rates, and rates not shown in words are
liable to be rejected. In case of any discrepancy in rates (including discrepancy
between figures & words), the Accepting authority may at its discretion accept the
lower of the two.
7.5 If the tenderer wishes to offer any unconditional / conditional rebate on the rates
quoted by him/them, the same can be filled in the proforma enclosed as Annexure-
3. In case of conditional rebate, such condition shall have to be mentioned. If the
tenderer does not wish to offer any rebate, he should write NIL as the rate of rebate.
8
8.0 Change in Address
The tenderer must keep the Railway informed of any change of Address after
submission of tender, during the currency of Tender/ contract, in his own interest
and obtain acknowledgement thereof.
9.0 Clarifications of Tender submitted
To assist in the examination, evaluation and comparison of Tenders, the Railway
may ask the tenderer(s) for clarification(s), if any needed, for such examination,
evaluation or comparison. The request for such clarification etc. and the response
thereof shall be in writing.
10.0 Negotiations
The Accepting authority reserves the right to enter into negotiations with the lowest
eligible tenderer before acceptance of the tender regarding rates, scope of work or
terms & conditions.
11.0 Acceptance of Tender
Acceptance of the tender will rest with the Sr.Divl.Elect.Engg./TRS/E.C.Railway
/Gomoh, who reserves the right to split-up the tendered work amongst more than one
tenderer (if any), and may accept tender in respect of any such portion of the work, if
deemed necessary and also to reject any or all of the tenders, without assigning any
reason whatsoever and does not abide himself to accept the lowest tender.
12.0 Letter of Acceptance
The acceptance of the tender will generally be communicated by Regd. Post through
‘Letter of Acceptance’. The ‘Letter of Acceptance’ will remain operative till the
formal Agreement is signed by the Contractor and Railway, after which, the ‘Letter
of Acceptance’ will be merged in the formal Agreement.
13.0 Extension of time for delay due to contractor
13.1 The time for the execution of the work or part of the works specified in the contract
documents shall be deemed to be the essence of the contract and the works must be
completed not later than the date(s) as specified in the contract. If the contractor
fails to complete the works within the time as specified in the contract for the
reasons other than the reasons specified in clause 17 and 17-A of GCC-2010
(revised to the latest), the Railway may, if satisfied that the works can be completed
by the contractor within reasonable short time thereafter, allow the contractor further
extension of time as the Engineer may decided. On such extension the Railway will
be entitled without prejudice to any other right and remedy available on that behalf,
to recover from the contractor as agreed damages and not by way of penalty a sum
equivalent to ½ of 1% (one half of one percent) of the contract value of the works
for each week or part of the week.
13.2 For the purpose of this clause, the contract value of the works shall be taken as value
of work as per contract agreement including any supplementary work order /
contract agreement issued. Provided also, that the total amount of liquidated
damages under this condition shall not exceed the under noted percentage value or
of the total value of the item or groups of items of work for which a separate distinct
completion period is specified in the contract.
9
(i) For contract value up to ` 2 Lakh
10% of the total value of the
contract
(ii) For contracts valued above ` 2 10% of the first ` 2 Lakh and the
Lakh 5% of the balance.
13.3 Further, competent authority while granting extension to the currency of contract
under clause 17(B) of GCC may also consider levy of token penalty as deemed fit
based on the merit of the case.
13.4 Provided further, that if the Railway is not satisfied that the works can be completed
by the contractor and in the event of failure on the part of the contractor to complete
the work within further extension of time allowed as aforesaid, the Railway shall be
entitled, without prejudice to any other right or remedy available in that behalf, to
appropriate the contractor’s security deposit and rescind the contract under clause 62
of GCC-2010 (revised to the latest) whether or not actual damage is caused by such
default
14.0 Agreement
On receipt of the ‘Letter of Acceptance’ and submission of the requisite amount of
‘Performance Guarantee’ by the tenderer, a formal Agreement will be executed
between the Contractor and the Railways on behalf of the President of India (as per
format given Annexure-5), on the explicit understanding that all terms & conditions
of this Agreement will be binding upon the contractor as well as the Railways. The
Agreement will be signed by the successful tenderer or his authorised person and the
competent authority of Railways. The Tenderer whose tender is accepted shall be
required to appear in person at the office of the Sr. Divisional Electrical Engineer/
TRS/East Central Railway/Gomoh, or if a firm or corporation, a duly authorized
representative shall so appear and execute the contract documents within seven days
after receipt of notice issued by the Railways that such documents are ready.
15.0 Security-Deposit
15.1 The Earnest Money deposited by the contractor with his tender will be retained by
the Railways as part of security for the due and faithful fulfillment of the contract by
the contractor. The balance to make up the security deposit, the rates for which are
given below, may be deposited by the contractor in cash (to be deposited with Sr.
Divl. Cashier, East Central Railway, Dhanbad or Chief Cashier, East Central
Railway, Hajipur) or may be recovered by percentage deduction from the
contractor’s “on account” bills so that the amounts so retained may not exceed 10%
of the total value of the contract.
15.2 Unless otherwise specified in the special conditions, if any, the Security Desposit /
rate of recovery / mode of recovery shall be as under:
(a) Security Deposit for each work should be 5% of the contract value.
(b) The rate of recovery should be at the rate of 10% of the bill amount till the full
security deposit is recovered.
(c) Security Deposits will be recovered only from the running bills of the contract
and no other mode of collecting SD such as SD in the form of
10
instruments like BG (except Note (ii) below); FD, etc. shall be accepted
towards Security Deposit.
(d) Security-Deposit shall be returned to the contractor after the expiry of the
maintenance period in all cases other than Note(i) mentioned below and after
passing the final bill based on ‘No Claim Certificate’ with the approval of the
Competent authority. The competent authority shall normally be the authority
who is competent to sign the contract. If this competent authority is of the rank
lower than JA Grade, then a JA Grade Officer (concerned with the work)
should issue the certificate. The certificate, inter alia, should mention that the
work has been completed in all respects and that all the 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 SD,
an unconditional and unequivocal no claim certificate from the contractor
concerned should be obtained.
NOTE
(i) After the work is physically completed, security deposit recovered from the
running bills of a contractor can be returned to him if he so desires, in lieu of
FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by
him.
(ii) In case contracts of value ` 50/- crore and above, irrevocable Bank Guarantee
can also be accepted as a mode of obtaining security deposit.
15.3 No interest will be payable upon the Earnest Money and Security Deposit or
amounts payable to the contractor under the contract, but Government Securities
deposited will be payable with interest accrued thereon.

16.0 Performance Guarantee


16.1 The successful tenderer shall have to submit a Performance Guarantee (P.G.) within
30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of
time for submission of P.G. beyond 30 (thirty) days and up to 60 (sixty) 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 P.G. 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.
16.2 The successful tenderer shall submit the Performance Guarantee (P.G) in any of the
following forms, amounting 5% of the contract value:-
(i) A deposit of cash,
(ii) Irrevocable Bank Guarantee,
(iii) Government Securities including State Loan Bonds at 5 percent below the
market value,
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These
forms of performance Guarantee could be either of the State Bank of India
or of any of the Nationalized Banks.
11
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled
Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds; and
(xi) Unit Trust Certificates at 5% below market value or at the face value which
ever is less.
Also FDR in favour of Financial Advisor & Chief Accounts Officer /East Central
Railway / Hajipur (free from any encumbrance) may be accepted.
Note: 1) The instruments as listed above will also be acceptable for Guarantees
in case of Mobilization advance.
2) All financial instruments (DD / IPO etc.) should be in favour of
Financial Advisor & Chief Accounts Officer /East Central Railway /
Hajipur, payable at Dhanbad Branch of the concerned Bank /
Post office.

16.3 The Performance Guarantee should be submitted by the successful tenderer after the
letter of acceptance has been issued, but before signing of the agreement. This P.G.
shall be initially valid up to the stipulated date of completion plus 60 days beyond
that. In case, the time limit for completion of work gets extended, the contractor shall
get the validity of P.G. extended to cover such extended time for completion of work
plus 60 days.
16.4 The value of P.G. to be submitted by the contractor will not change for variation up to
25% (either increase or decrease). In case during the course of execution, value of
contract increases by more than 25% of the original contract value, an additional
Performance Guarantee amounting to 5% (five percent) for the excess value over the
original contract value shall be deposited by the contractor.
16.5 The Performance Guarantee (PG) 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 respects satisfactorily. The security
deposit, however, shall be released only after expiry of the maintenance period and
after passing the final bill based on ‘No Claim Certificate’ from the contractor. The
competent authority shall normally be the authority who is competent to sign the
contract. If this competent authority is of the rank lower than JA Grade, then a JA
Grade Officer (concerned with the work) should issue the certificate. The Performance
Guarantee shall also be released if a contract is closed on administrative account
without any financial liability on both parties.
16.6 Wherever the contract is rescinded, the security deposit shall be forfeited and the
Performance Guarantee shall be en-cashed. The balance work shall be got done
independently without risk 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 would be debarred from participating in the tender for the balance work
either in his / her individual capacity or as a partner of any other Joint Venture /
partnership firm.
12
16.7 The Engineer shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract (not
withstanding and / or without prejudice to any other provisions in the contract
agreement) in the event of
i. Failure by the contractor to extend the validity of the Performance Guarantee as
described herein above, in which event the Engineer may claim the full amount
of the Performance Guarantee.
ii. Failure by the contractor to pay President of India any amount due, either as
agreed by the contractor or determined under any of the clauses / conditions of
the agreement within 30 days of the service of notice to this effect by Engineer.
iii. The contract being determined or rescinded under provision of the GCC, the
Performance Guarantee shall be forfeited in full and shall be absolutely at the
disposal of the President of India.
17.0 Service Tax Registration
The tenderer should reflect Service Tax Registration Number in accordance with
Section 69 of Service Tax Rules, 1994 (Copy of Registration certificate in proof may
be attached) along with tender. The contractor must mention the Service Tax
Registration Number and provide the documents confirming about the payment of
proper service tax in Govt. accounts while claiming payment.
18.0 Railway Pass or Concession
No Railway pass or concessional facilities will be given to the contractor or their
agents / labours / employees / workers for execution of the works.

19.0 Responsibility For Damage to Contractor’s Materials


The Railway will not be responsible for any loss or damage to the contractor’s
materials, equipments, tools and plants during execution of the contractual work due
to fire, flood or any other cause or causes whatsoever.

20.0 Cancellation Of Documents


The cancellation or amendment of any document, such as ‘Power of Attorney’,
‘Partnership Deed’ etc. should be forthwith communicated by the tenderer/contractor
to the Railway in writing, failing which, the Railway shall have no responsibility or
liability for any action taken on the strength of the comments contained in these
documents available with the Railway.
21.0 Quantity Variation
Quantity variation will be dealt with as per procedures mentioned in GCC-2010
Clause No.42(4) based on Railway Board’s L. No. 2007/CE-I/CT/18, dt. 28/09/2007
& 2007/CE-I/CT/18 Pt.XII, dt.31/12/2010 or the latest in this regard. Main features of
the quantity variation clause are as under:
(a) Individual NS items in contracts shall be operated with variation of plus or minus
25% and payment would be made as per the agreement rate.
(b) In case quantity of an individual NS item is increased by more than 25% of the
agreement quantity then
13
(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 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 and
shall be paid at 96% of the rate awarded for that item in that particular
tender.
(c) 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.
(d) 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.
(e) The contract signing authority can decrease the items up to 25% of individual
item.
(f) 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 in case the work
proposed to be reduced will not be required in the same work.
(g) 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 is defined
as an item whose original agreement value is less than 1% of the total original
agreement value.
(h) No such quantity variation limit shall apply for foundation items.
(i) As far as 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
NS 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).
22.0 Price Variation Clause (PVC): As the tender value is less than ` 50 lakh, Price
Variation Clause shall not be applicable as per Railway Board’s L. No. 2007/CE-
I/CT/18, Pt.19, dated 14/12/2012.

Sr.Divl.Elect.Engg./TRS
E.C.Railway, Gomoh
14
CHAPTER-IV
SPECIAL CONDITIONS OF CONTRACT
(Tender No. ELS/401/GDU/13-14/07 (OPEN), dt. 11/09/2013)

Name of work: Repair cum rehabilitation of 50 (Fifty) nos. Gate Drive Unit used in auxiliary
convertors of 3-phase locomotives.

1.0 If any of these special conditions stipulated hereunder is found to be contradictory to


that specified elsewhere in the Tender-documents and in the ‘Book of Reference’, it
should be understood that the conditions stipulated hereunder namely ‘Special
conditions of Contract’ shall prevail over and above that specified elsewhere.
2.0 Validity of contract
The contract Agreement will be valid for a period of 12 (Twelve) months from the date
of receipt of the ‘Letter of Acceptance’, unless otherwise extended or terminated,
during which the entire contractual work should be completed in full in all respects.
3.0 Power of Attorney
If required, the successful tenderer shall have to furnish a ‘Power of Attorney’ and
authorize thereby the authorized person(s) and their specimen signature(s) to execute
the Agreement, to sign on Measurement-Book and to sign other documents in future
pertaining to the contractual work.
4.0 Indemnity Bond
On receipt of the ‘Letter of Acceptance’/ signing of the formal Agreement, the
successful tenderer shall have to furnish an ‘Indemnity Bond’ for safe-custody of the
maximum numbers of Gate Drive Units that are likely to be kept with them at a time for
repair. The amount, for which the Indemnity-Bond will be furnished, will be worked out
@ ` 1,25,000/- (Rupees One lakh twenty five thousand only) per defective Gate Drive
Unit. The Indemnity-Bond should be furnished as per the proforma enclosed at
Annexure-7 as annexure on Non-judicial stamp of requisite value and duly certified by
the NOTARY.
5.0 Collection & Delivery
(a) The contractor will collect the defective Gate Drive Units from Sr. Section
Engineer (Store)/TRS/ Gomoh, at Electric Loco Shed, East Central Railway,
Gomoh and these equipments will be carried by the contractor to their Works for
repair cum rehabilitation. The defective Gate Drive Units will be handed over to
the contractor in 3 (three) to 4 (four) lots. The first lot needs to be collected as
early as possible.
(b) Intimation to the contractor will be given in due course for collection of defective
Gate Drive Units as and when the same are available and ready for handing over.
The contractor will arrange to collect the materials within 20 (Twenty) days from
the date of receipt of such intimation.
(c) After clearing through inspection for dispatch, the contractor will return the repaired
Gate Drive Units to Sr. Section Engineer (Store)/TRS/Gomoh, at Electric Loco
Shed, East Central Railway, Gomoh within 60 (Sixty) days from the respective
dates of collection from ELS/GMO or 80 (Eighty) days from the date of receipt of
intimation for collection, whichever is earlier. In case of delay, L.D. as applicable
as per GCC-2010 or the latest will be imposed on individual Gate Drive Unit.
15
(d) To & fro transportation, insurance, handling, packing & forwarding charges for
taking over the defective Gate Drive Units from GOMOH and delivering the
repaired cum rehabilitated Gate Drive Units at GOMOH shall be borne by the
contractor. The contractor shall bear full responsibility for proper packing, handling
& safe transport of these Gate Drive Units. The packing should be done in anti-
static boxes to avoid any transit & handling damage.
(e) All the associated papers and formalities will have to be completed by the contractor
and transport paper for transit and crossing state-border entry points etc. (if any)
will have to be arranged by the contractor themselves for transport in either
direction. For that purpose, the Railways shall provide the ownership certificate of
the equipments.
(f) The entire work should be completed in all respects within 12 (Twelve) months
from the date of receipt of ‘Letter of Acceptance’ by the contractor.
6.0 Inspection
(a) Preliminary Joint Investigation: At the time of handing over of defective Gate
Drive Units (before lifting from ELS/GMO), joint investigation by contractor’s
representative and authorized representative of Sr.Divl.Elect.Engg./TRS/
E.C.Railway /Gomoh will be carried out to ensure that no non-repairable Gate
Drive Unit may be handed over to the contractor. However, for some cases, non-
reparability may not be ascertained during this investigation. In the Joint report,
condition of the Gate Drive Unit as per visual inspection will also be mentioned.
(b) Stage Inspection: The stage/spot inspection may be done by Railway’s authorized
representative(s) at the discretion of Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh
during the course of repairing / rehabilitation work. The date of such inspection
will be mutually decided; however the stage / spot inspection is optional.
(c) In case any of the Gate Drive Units is considered beyond repair / non-repairable by
the contractor after initiating repair process at their premises, then the contractor
shall have to intimate the same to Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh
declaring the concerned Gate Drive Units as beyond repair / non-repairable and
mentioning its / their condition, extent of damage / defect and reasons of non-
possibility of its repairing in detail. However final acceptance on this matter will be
made by Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh after inspection of such
Gate Drive Units by the authorized representative. The contractor will not claim
any separate charge for testing, transportation, insurance, packing, forwarding etc.
of such non-repairable Gate Drive Units. However, an equal number of additional
defective Gate Drive Units will be handed over to the contractor for repair cum
rehabilitation in lieu of the non-repairable Gate Drive Units.
(d) Final Inspection: After completion of work and intimation thereof given by the
contractor, the repaired cum rehabilitated Gate Drive Units will be inspected &
cleared for dispatch by an authorized representative of Sr.Divl.Elect.Engg./TRS/
E.C.Railway /Gomoh at contractor’s premises. Inspection and testing will be done
in accordance with various RDSO SMIs and the latest available guidelines for
testing of Gate Drive Units. All facilities required for inspection / testing will be
provided by the contractor. Using defective /substandard materials or bad quality of
work, if noticed/reported during inspection shall have to be rectified at once in
presence of the inspector. For this, the contractor will keep the material ready in all
respects for inspection and will have to intimate well in advance, so that the
inspector can be sent in time. Under no circumstances, detention of the inspector
will be allowed.
16
(e) The repaired cum rehabilitated Gate Drive Units (which have been inspected and
cleared for dispatch) shall be dispatched by the contractor along with Inspection
certificate, Test results of various tests carried out and details of repair / replaced
components. Final Inspection certificate will be issued by the authorized
representative of Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh after performance
trial on locomotive at Electric Loco Shed, Gomoh within a reasonably short period.
(f) All facilities required for inspection / testing shall be provided by the contractor.
(g) Railway’s representative shall have free access to inspect the progress of work at
any time with or without prior intimation at contractor’s premises to check the
quality of work. The contractor shall have to bear all testing charges for tests
carried out in house and/or outside as advised by the inspecting official at
contractor’s premises.
(h) The contractor shall afford and provide all reasonable facilities related to inspection
to the representative(s) of Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh during
inspection at their premises. The contractor shall have to accept all reasonable
suggestions that may be made by the Railway’s authorized representative(s) during
the progress of work.
7.0 Released material
Released materials in actual in form of defective / replaced components during
repairing cum rehabilitation of Gate Drive Units should be returned to the railways duly
tagged along with the repaired cum rehabilitated Gate Drive Units through a separate
challan indicating the number of Gate Drive Units involved.
8.0 Payment
(a) On submission of Invoice by the contractor along with following documents in each
in 2 (two) copies,
(i) Receipted & accepted delivery challans for repaired cum rehabilitated Gate
Drive Units and released materials.
(ii) Preliminary Joint Investigation report (i.e. before lifting of Gate Drive Units)

(iii) Stage inspection certificate(s) if any,

(iv) Test Results,

(v) Details report of repair

(vi) Final Inspection Certificate,

(vii) Warrantee-Certificate,

(viii) Other statutory documents,

bills for on account / final payment will be prepared by the Railways as per
Measurement-Book duly certified by an authorized representative of contractor and
of Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh. After verification & acceptance,
bills will be sent to Sr. Divisional Finance Manager/ East Central Railway/
Dhanbad for arranging payment through NEFT / RTGS. (Note: Mandate Form
indicating necessary details for NEFT / RTGS transfer shall be submitted by the
contractor in duplicate along with 1st bill)
(b) Maximum 3 (three) on-account payments will be allowed.
17
9.0 Deduction of Taxes.
(a) Income-Tax as applicable at the time of payment will be deducted from the gross
billed amount as per the extant rules. Sr. Divisional Finance Manager/ East Central
Railway/ Dhanbad will issue necessary TDS certificate in this regard.
(b) In terms of Government of Jharkhand, Commercial Taxes Department’s
Notification No.S.O.-24, dated 03/10/2012 (came into force with effect from
01/04/2012) under Jharkhand Value Added Tax Act, 2005 (Jharkhand Act 05, 2006
and as amended from time to time), Tax @ 4% will be deducted in advance in
respect of works contracts in the execution of which transfer of property in goods
(whether as goods or in some other form) is involved from the bills or invoices
raised by works contractors. However no deduction shall be made for the
transactions falling within Section 3, 4 & 5 of the CST Act, 1956 or if the works
contractor is under composition scheme u/s 58 of the Act.
10.0 Warranty-Period
(a) The repaired cum rehabilitated Gate Drive Units shall be free from any defect/fault
of materials and/or bad workmanship and shall be warranted for a period of 18
(Eighteen) months from the date of receipt of repaired cum rehabilitated Gate Drive
Units by railway or 12 (twelve) months from the date of commissioning in
locomotive, whichever is earlier, for satisfactory performance. For the purpose of
counting warranty period, 1st date of receipt and 1st date of successful
commissioning (actual use after repair) will be considered only.
(b) If any defect arises or failure occurs to the repaired cum rehabilitated Gate Drive
Units during the warranty-period due to defective / faulty / substandard materials
and/or faulty / bad workmanship on contractor’s part, the contractor shall be bound
to rectify the defect on free of cost basis. The decision of
Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh in regard to the cause of defect or
failure will be conclusive & final and will be binding to the contractor. Warranty
will be applicable for complete Gate Drive Unit irrespective of the extent of
repairing / replacement of component done by the contractor during its repairing
cum rehabilitation.
(c) Prompt action for warranty failed Gate Drive Units should be undertaken by the
contractor, i.e. the failed Gate Drive Units should be attended within 15 (fifteen)
days from the date of receipt of report. In case the units are required to be taken
back to contractor’s works, the same will be returned back within 60 (sixty) days
from the date of lifting of the failed Gate Drive Units from ELS/GMO.
(d) For warranty repairing, all the related cost including cost of material, labour, testing
and transportation charges etc. will be borne by the contractor.
(e) Warranty will become applicable only in case of defective / faulty / substandard
materials and / or faulty / bad workmanship on contractor’s part. Warranty to
repaired Gate Drive Units will not apply in case it becomes defective because of
fire, water or other natural causes and also in case of damage due to loco accidents.
11.0 Rating of Replaced Components
During replacement of components, the replaced materials shall be of identical rating,
class and specification of the original or as per specific approval of RDSO / railways
for that purpose.
Sr.Divl.Elect.Engg./TRS
E.C.Railway, Gomoh
18
CHAPTER-V
SCOPE OF WORK
(Tender No. ELS/401/GDU/13-14/07 (OPEN), dt. 11/09/2013)

(A) Name of work: Repairing cum Rehabilitation of Gate Drive Units used in Auxiliary Converters of
3-ph locomotives.
(B) Details of equipment: Gate Drive Unit is a component of WRE (Inverter) module of Auxiliary
Converter with PCB type: XV-B175-B32.
(C) Details of Work to be carried out:
Pre-testing / functional testing of the Gate Drive Unit.
Replacement of electrolytic capacitors of GDU (must change items) at the following
positions:
1. C131, C132, C133, C134, C135, C136
C331, C332, C333, C334, C335, C336 12 Nos.
2. C45 1 No.
3. C130, C330, C562, C563 4 Nos.
4. C564 1 No.
Replacement of non-electrolytic capacitor of GDU (must change items)
1. C138, C338 2 Nos
Replacement of Transistor NMOS at following positions.
1. V17, V18 2 Nos.
2. V107, V108, V109, V110, V111 5 Nos.
3. V307, V308, V309, V310, V311 5 Nos.
Replacement of optic Transmitter: 2 Nos. + Receiver: 2 Nos. (must change items)
Replacement of both Fibre optical Cable (must change items)
Replacement of Opto couplers OPI 120: 2 Nos.
Replacement of all defective Transistors and Mosfets
Repair of the Gate Drive Unit including proper identification and replacement of failed
components.
Replacement of all defective sub-assemblies / components on conditional basis.
Replacement of defective and damaged fixation hardware.
Replacement of all conical & spring washers.
Existing Cover as per Drg. No. HIET200196 to be modified to M/s BT’s Drg. No.
HIET200196 (Adaptation-1) as per RDSO’s Modification Sheet No.
RDSO/2008/EL/MS/0372-Rev’0’, dt. 20/09/2009.
Hardware connector fixation of 15-pin & 37-pin to be replaced by new and G.K.
connector bolt.
37-pin cable Sub-D threaded base fixation to be changed.
Follow latest RDSO guidelines for change or modification of component
Post-testing
To & fro transportation of the defective GDU from Electric Loco Shed, Gomoh to the
place of repair and back after repairing cum rehabilitation
Release materials must be returned.
19
(C) Guidelines for the work
The work will have to be done in terms of RDSO’s Guideline No. EL/G/2008/01, Rev-‘3’ of
March/2012 (or latest, as and when available) in conjunction with STR (Schedule of
Technical Requirements) No. RDSO/2008/EL/STR/0047, Rev-‘0’ of March/2008. Some
guidelines in brief are given below:
(1) Issue of Gate Drive Unit to Repair agency
The Gate Drive Units will be properly placed in anti-static packing. The following
documents will be issued:
(a) Type, Type Identification Number, Make and Serial number
(b) Locomotive in which failed
(c) Date of commissioning
(d) Brief details of failure and available investigations of the shed
(2) Receipt by Repair agency
On receipt of the units to be repaired / rehabilitated by the repair agency, the
accompanying information about the unit shall be verified and receipt acknowledged.
(3) Repair / rehabilitation procedure
(A) Rehabilitation
The purpose of rehabilitation is to prevent failure of Gate Drive Unit due to ageing of
components on line. All items indicated as must change items in the scope of work
are to be replaced by new ones.
(B)Repair process
On receipt of the defective units, the firm shall identify the defective component,
replace the same and re-test the unit for its proper functioning. For doing these basic
primitives, a series of operations may have to be done based on the complexity of the
failed units and the nature of failure. This may vary from unit to unit. It is necessary
to properly investigate and identify defective components which will require
replacement. The repair agency is required to furnish the complete investigation
report along with the components replaced.
In order to ensure consistency in the process, the following procedure should be adopted:
(i) Handling: Certain components used in Gate Drive Unit are sensitive to static
electricity and can be damaged by its discharge. Therefore, care should be taken as
per RDSO Technical Circular No. ELRS/TC/0091, Rev-‘0’, dated 16/02/2005
while handling the Gate Drive Unit.
(ii) Cleaning: Cleaning of Gate Drive Unit by a suitable cleaner shall be done prior to
re pair and rehabilitation to remove dust accumulated on the unit.
20

(iii) Visual Inspection: Visual inspection shall be done to examine the Gate Drive Unit
card for any external abnormality such as damage / overheating of any component
or track.
(iv) PCB / Module functional test
The Gate Drive Unit needing further diagnostics and rework are to be tested in
appropriate function test jigs designed for that purpose. Such function test jigs may
be verified for its adequacy prior to award of contract. After function tests, either of
the two situations may arise, viz. (i) exact troubleshooting successful (ii) exact
troubleshooting unsuccessful. If the troubleshooting is unsuccessful, the Gate Drive
Unit is to be sent to the in-circuit test (ICT) jig for component level
troubleshooting. If the troubleshooting was possible at card level function test, then
it directly goes for rework.
(v) Removal of coating & ICT (in-circuit test)
If it is found necessary to do ICT (in-circuit test) for component level
troubleshooting, the conformal coating is to be first removed to get access to the
test pads in the PCB. Thereafter, it is to be mounted in appropriate ICT jig for
troubleshooting. Such in-circuit test jigs may be verified for its adequacy prior to
award of contract.

(vi) Replacement & repair


The identified defective component required to be replaced shall be removed. In its
place, a new component of identical rating, class and specification and same type /
make or as per QMPL (Qualified Manufacturer Part List) or as approved by RDSO
/ Railways shall be used.
(vii) Function test after repairing cum rehabilitation
After the repairing & rehabilitation is carried out, the PCB or the module shall be
tested in the card level function test jig to reaffirm that the unit is healthy with
reworked component.
(viii) Cleaning & re-coating
Once the reworked unit passes the function test, it is to be cleaned and the
conformal coating is to be reapplied.
(ix) All the work shall be done in clean room duly de-ionized.
(x) Handling & up-keeping should be done only in Anti-static box and rack.
21
(4) Inspection & Testing after repair cum rehabilitation
(A) After the repair & rehabilitation is carried out, the Gate Drive Unit shall be tested in
the card level function test jigs to reaffirm that the unit is healthy with reworked
components. The railway’s authorized representative and firm’s representative shall
witness the functional test. The results of the functional test shall be recorded jointly
by both representatives.
(B) Burn in Test
Short time burn in test for 15 hours is to be carried after proper functional test as per
cycles as prescribed by the latest available RDSO guideline for various PCBs.
(C) Test parameters like firing signal, magnitude of G-K voltage, ON/OFF delay
timings, optimal output level and magnitude, VAC transformer output, G-K current
wave form and voltages of various points will be tested in proper test equipments as
per procedures mentioned in RDSO SMI No. RDSO/2009/ EL/SMI/ 0256 (Rev.’0’),
dt. 19/05/2009. The equipments as required for testing will be made available by the
contractor at their premises.
(5) System level functional test in loco at shed
The Gate Drive Units after reaching to Electric Loco Shed, Gomoh shall be provided in
working loco for testing. If any problem is encountered during loco testing, the Gate
Drive Unit will be taken back by the repair agency for further repairing / rehabilitation.
The Gate Drive Units found OK in system level testing at shed shall be cleared for use.
(6) Purchase of components
Components used for repair / rehabilitation of Gate Drive unit shall be of same make or
only from Qualified Manufacture Part List (QMPL) or as approved by RDSO /
Railways. Documentary evidence of purchase of components shall be submitted if
demanded by railways.
(7) Handling & transport
The Gate Drive Unit shall be packed properly to avoid any transit damage. The Gate
Drive unit will be packed in anti-static packing. All the investigations and findings
during the repair cum rehabilitation process shall be well documented and accompanied
with the repaired / rehabilitated unit. The repair agency shall collect and deliver the Gate
Drive Units from & to Electric Loco Shed, Gomoh. The responsibility of packing,
handling and to & fro transport lies with the repair agency.
(8) Defective / replaced components duly tagged should be returned along with repaired cum
rehabilitated Gate Drive Units.
Sr.Divl.Elect.Engg./TRS
E.C.Railway, Gomoh
22

CHAPTER-VI
East Central Railway
TENDER FORMS (First Sheet)

Tender No: ELS/401/GDU/13-14/07 (OPEN), dt. 11/09/2013


Name of Work: Repairing cum Rehabilitation of Gate Drive Units used in Auxiliary
Converters of 3-ph locomotives.
To
The President of India
Acting through the
Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh
East Central Railway

1. I/We ……………..………………………………. have read various conditions to tender


attached hereto and agree to abide by the said condition. I/we also agree to keep this tender
open for acceptance for a period of ……………….days from the date fixed for opening 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 East Central Railway at the rates quoted in the attached schedule
and hereby bind myself/ourselves to complete the work in all respect within …………………
months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the General and Special condition of Contract-2010
corrected up to printed/ advance correction slip No………dated ………………..and to carry
out the work according to the special conditions of contract and Specification of materials and
works as laid down by the Railway in the annexed Special condition/ specifications, Schedule
of Rates corrected up to printed/advance correction slip no……….dated …………………..for
the present contract.

3. A sum of `………………….. is here with forwarded as Earnest money in form of


………………………………………………………………………………….. The full value
of the earnest money shall stand forfeited without prejudice to any other right or remedies in
case my/our Tender is accepted and if:-

(a) I/We do not execute the contract documents within seven days after receipt of notice
issued by the Railways that such documents are ready; and
(b) I/We do not commence the work within fifteen days after receipt of orders to that
effect.

4. Until 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.

5. And whereas, I/We ……. …… … … .. .. ……… .. …… ………. ……… …. … .. .. …… …


…. have obtained these tender papers on payment of `………………. towards the cost of
Tender-documents.
Or
And whereas, I/We ……. …… … … .. .. ……… .. …… ………. ……… …. … .. .. …… …
…. have downloaded these tender papers from Internet website and hereby enclose
23

Demand Draft No…………………for `.………… /- issued by


……………………………………. towards the cost of Tender-documents.

6. I/We hereby declare that no retired/ employed Gazetted officer / Engineer of Railway is
associated with me/us as per clause 16(a) & 16(b) of Form of Tender (Second Sheet).

OR,
The necessary particulars in connection with clause 16(a) & 16(b) of Form of Tender (Second
Sheet) is furnished in the proforma contained in Annexure-1.

7. And whereas, I/We …………. ………………… ……………. ………. …. .. …. .. …


………… … hereby sign these Tender-documents by virtue of the legal authority vested with
me/us to enter into commitment on behalf of the tenderer(s).

Signature of Witness:-
…………………………….
(1) …………………………………….. Signature of Tenderer(s)

(2) …………………………………….. Date: ……………..


Address of the Tenderer(s)
…………………………….
…………………………….
24

TENDER FORMS (Second Sheet)

Tender No: ELS/401/GDU/13-14/07 (OPEN), dt.11/09/2013


Name of Work: Repairing cum Rehabilitation of Gate Drive Units used in Auxiliary
Converters of 3-ph locomotives.

1. Instructions to tenderers and conditions of tender – The following documents form


part of Tender/Contract:-
(a) Tender forms (First Sheet and Second Sheet)
(b) ‘Special Conditions of Contract’ & ‘Scope of Work’ (enclosed)
(c) Tender forms (Third Sheet) - Schedule of rates & quantities (enclosed).
(d) ‘Tender notice’, ‘Important points for guidance’ & ‘Instructions to Tenderers’
(enclosed).
(e) General condition of contract as amended/corrected up to correction slip
mentioned in first sheet of Tender Form, Copies of which can be seen in the
office of Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh or obtained from the
website of Railway Board.
(f) Schedule of Rates as amended/corrected up to correction slip as mentioned in
First sheet of Tender form, copies of which can be seen in the office of
Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh or obtained from the office of
Chief Engineer, E.C.Railway. Hajipur on payment of prescribed charges. (Not
applicable for the present tender).
(g) All general and detailed drawings pertaining to this work which will be issued by
the Engineer or his representatives (from time to time) with all changes and
modifications.
2. Drawings for the work: - The Drawings for the work can be seen in the office of the
Sr.Divl.Elect.Engg./TRS/E.C.Railway /Gomoh at any time during the office hours. The
drawings are only for the guidance of Tenderer(s). Detailed working drawings (if
required) based generally on the drawing mentioned above, will be given by the
Engineer or his representative from time to time.
3. The tenderer/tenderer(s) shall quote his/their rates as a percentage above or below the
schedule of Rates of the East Central Railway as applicable to Dhanbad Division
except where he/they are required to quote item rates and must tender for all the items
shown in the schedule of approximate quantities attached. The quantities shown in the
attached schedule are given as a guide and are approximate only and are subject to
variation according to the needs of the Railway. The Railway does not guarantee work
under each item of the schedule.
4. Tender containing erasures and/or alteration of the tender documents are liable to be
rejected. Any corrections made by the Tenderer(s) in his/their entries must be attested
by him/them.
5. The entire work should be completed within a period of 12 (Twelve) months from the
date of commencement of work after receipt of Letter of acceptance.
25
6. Earnest money:-
(a) The tender must be accompanied by a sum of ` 53,560/- (Rupees Fifty three
thousand five hundred sixty only) as earnest money deposited in cash or any forms
as mentioned in regulations for tenders and contracts for the guidance of the
Engineer and contractors, failing which the tender will not be considered.
(b) The Tenderer(s) shall keep the offer open for a minimum period of 90 (Ninety)
days from the date of opening of the Tender. It is understood that the tender
documents has been sold/issued to the Tender(s) and the Tenderer(s) is/are
permitted to tender in consideration of the 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 resile from his offer or modify
the terms and conditions thereof in a manner not acceptable to the Chief Electrical
Engineer/ Sr. Divisional Electrical Engineer/TRS/Gomoh of E.C.Rly. Should the
Tenderer fail to observe or comply with the foregoing stipulation, the amount
deposited as Earnest Money for the due performance of the above stipulation shall
be forfeited to the Railways.
(c) If the tender is accepted, the amount of Earnest Money will be retained and adjusted
as security Deposit for the due and faithful fulfilment of the contract. This amount
of Security Deposit shall be forfeited if the tenderer(s)/contractor(s) fail to execute
the Agreement Bond within 7 days after receipt of notice issued by railway that
such documents are ready or to commence the work within 15 days after receipt of
the orders to that effect.
(d) The Earnest Money of the unsuccessful tenderer(s) will, save as here-in-before
provided, be returned to the unsuccessful tenderer(s) within a reasonable time but
the Railway shall not be responsible to any loss or depreciation that may happen 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.

7. Rights of the Railway to deal with tender – The authority for the acceptance of the
tender will rest with the Railway. It shall not be obligatory on the said authority to
accept the lowest tender or any other tender and no tenderer(s) shall demand neither
any explanation for the cause of rejection of his/their tender nor the Railway to assign
reasons for declining to consider or reject any particular tender or tenders.
8. If the tenderer(s) gives/give wrong information, credentials, document in his/their
tender and thereby creates/create circumstances for the acceptance of his/their tender,
the Railway reserves the right to reject such tender at any stage and earnest
money/security deposit will be forfeited as deemed fit.
9. If tenderer 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 the tender or after acceptance of their tender, the
Railway shall deem such tender as cancelled unless the firm retains its character.
26

10. Tenderer’s Credentials- Documents testifying tenderer’s previous experience and


financial status should be produced along with the tender or when desired by competent
authority of the E.C. Railway.
Tenderer(s) who has/have not carried out any work so far on this Railway and who
is/are not borne on the approved list of the Contractors of E.C. Railway should submit
along with his/their tender credentials to establish.
(i) His capacity to carry out the works satisfactorily.
(ii) His financial status supported by Bank reference and other documents.
(iii) Certificates duly attested and testimonials regarding contracting experience for
the type of job for which tender is invited with list of works carried out in the
past.
11. Tender must be enclosed in a sealed cover, super scribed Tender No. and must be sent
by registered post to the address of ‘Senior Divisional Electrical Engineer/TRS/East
Central Railway/Gomoh, P.O.-Gomoh, Dist:-Dhanbad, Jharkhand-828401’ so as to
reach this office not later than 16:30 hours on 24/10/2013 or dropped in the special
‘Tender-Box’ allotted for the purpose in the office of Senior Divisional Electrical
Engineer/TRS/East Central Railway/Gomoh and Senior Divisional Electrical
Engineer/TRS/East Central Railway/Mughalsarai. The tender may be dropped in tender
box placed at any one of these two offices. This special box will be sealed at 17:00 hrs.
on 24/10/2013. The tender will be opened at 14:00 hours on the next day, i.e.
25/10/2013. The tender papers will not be sold after 17:00 hours on 24/10/2013.
12. Non-compliance with any of the conditions set forth therein above is liable to result in
the tender being rejected.
13. Execution of Contract Documents: – The successful tenderer(s) shall be required to
execute an agreement with the President of India acting through the Divisional
Electrical Engineer/TRS/East Central Railway/Gomoh for carrying out the work
according to General conditions of contract, special conditions/specifications annexed
to the tender and specifications for work and materials of East Central Railway as
amended/corrected up to correction slip mentioned in tender form (First Sheet).
14. 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 concern, he should submit the certified
copy of partnership deed along with the 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 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 contractor.
15. The tenderer whether sole proprietor, a 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
Public or by Magistrate in favour of the specific person whether he/they be partner(s)
27
of the firm or any other person specifically authorizing him/them to submit the tender,
sign the agreement, receive money, witness measurements, sign measurement books,
compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim
Certificate” and refer all or any disputes to arbitration.
16. Employment/Partnership, etc., of Retired Railway employees –
(a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted
officer Working before his retirement, whether in the executive or administrative
capacity, or whether holding a pensionable post or not, in the Electrical or any other
department of any 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 engineer or retired Gazetted Officer as aforesaid, or should a
tenderer being an incorporated company have any such retired engineer or retired
officer as one of its Directors, or should a tenderer have in his employment any
retired Engineer or retired Gazetted Officer as aforesaid, the full information as to
the date of retirement of such Engineer or Gazetted Officer from the said service
and in case where such Engineer or Officer had not retired from Government
service at least 2 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 an
incorporated company, to become a partner or Director as the case may be, or to
take the employment under the contractor, has been obtained by the tenderer or the
Engineer or 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. Tenders 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 tenderer, as the case may be, shall be rejected.
(b) Should a tenderer or contractor being an individual on the list of approved
Contractors have a relative(s) or in the case of partnership firm or company of
contractors one or more of his shareholder(s) or relative(s) of the shareholder(s)
employed in gazetted capacity in the Engineering or any other department of the
East Central 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 in accordance with the provision in clause 62 of the General Conditions
of Contract.

Signature of Witnesses: .

(1) …………………………………….. Signature of Tenderer(s)

(2) …………………………………….. Date :

Address of the Tenderer(s)

Seal:
28

TENDER FORMS (Third Sheet)

Tender No:- ELS/401/GDU/13-14/07 (OPEN), dt. 11/09/2013


Name of Work:- Repairing cum Rehabilitation of Gate Drive Units used in Auxiliary Converters of
3-ph locomotives.

SCHEDULE OF RATES & QUANTITIES


(Rates for individual items to be quoted by the tenderer)

Sl. Description of Item of work Approx. Unit Offered Rate per unit (In `)
No. Quantity In figures In words
1. Repairing cum Rehabilitation
of Gate Drive Units (PCB 50 (Fifty) No.
type: XV-B175-B32) used in Nos.
Auxiliary Converters of 3-ph
locomotives as per scope of
work attached at Chapter-V

N.B.: 1) The quantities shown in above schedule are approximate and are as a guide to give the
tenderer(s) an idea of quantum of work involved. The Railway reserves the right to
increase/ decrease and/or delete or include any of the quantities given above and no
extra rate will be allowed on this account.
2) The offered rates should include all costs of Material, Labour, To & fro transportation,
Packing, Forwarding, Insurance charge etc. and all applicable taxes & duties including
CST / VAT and Service Tax. However, the tenderer is free to indicate break-up of rates.
3) Released material in actual should be returned to railways.
4) The rates offered by the tenderer and accepted by the Railway will be applicable till the
completion of the contractual work and are not subject to fluctuation / variation.

Signature of the tenderer


Seal & Date:
29
ANNEXURE-1

DETAILS OF WORK AWARDED TO THE TENDERER DURING LAST THREE YEARS

Name & Address Letter of Date of


Sl. Nature of work & Brief of the Acceptance/Contract Contract Value in Award of
no Name of work Description Client/organisation No. Lakh of Rupees Contract

Continued …….
30
Net payment received during the Approx.
financial year against each of the value of
contracts balance
work
Whether Whether 2010-11 2011-12 2012-13 2013-14
the work any special
completed agencies/
/ other
Sched continuing contractor
uled (indicate were
Date Actual balance Actual employed
of date work value) date of Final Brief by the
Compl starting / compl value of reasons for tenderer
etion the work terminated etion contract delay if any and if so,
what for?

Signature of the tenderer


With seal

N.B. : IF MORE SPACE REQUIRED, SEPARATE SHEET MAY BE USED.


31

ANNEXURE-2

DECLARATION REGARDING ASSOCIATION WITH GAZETTED RAILWAY OFFICER / ENGINEER

If working in
Railway on the
date of
tendering, If retired from Railway, on the date of tendering

Sl.No. Name Status with the Status Status Date of Particulars of


tenderer(s) (Designation & (Designation & retirement permission taken
place of posting) place of posting)

Signature of the tenderer


with seal

N.B. : IF MORE SPACE REQUIRED, SEPARATE SHEET MAY BE USED.


32

ANNEXURE-3

REBATE SCHEDULE

(Tender No. ELS/401/GDU/13-14/07 (OPEN), dt. 11/09/2013)

I/We offer rebate of % (in figure)., % (in words)


on the rates mentioned in ‘Schedule of Rates’ in CHAPTER-VI. The Rebate is applicable
to*

a) All items of work


b) Items of work No……………

The Rebate offered** is

a) Unconditional
b) Conditional

Condition of rebate (In case of conditional rebate):

Signature of the tenderer


with seal

N.B.:- 1) In case, nothing is filled in this schedule, Rebate will be treated as ‘NIL’.
2) In case, no condition is mentioned above, the Rebate will be treated as
‘Unconditional Rebate.

The above facts will be recorded at the time of Tender-opening by the officials opening
the tender.

*/** Strike out (a) or (b) whichever is not applicable.


33

ANNEXURE-4

DEVIATION FROM TENDER CONDITIONS

(Tender No. ELS/401/GDU/13-14/07 (OPEN), dt. 11/09/2013)

Clause No. of Tender-


documents Deviations required Reasons for the deviation

Signature of the tenderer


with seal

N.B. : IF MORE SPACE REQUIRED, SEPARATE SHEET MAY BE USED.


34
ANNEXURE-5

FORMAT OF CONTRACT AGREEMENT

CONTRACT AGREEMENT NO………………….. DATED ………….


Agreement Value :- …………….. D.O.C.:- ………….
Name of the Work :- …………………………………………………………………………….

ARTICLES OF AGREEMENT made this ……………………day of …………., 20….


between the President of India acting through the Railway Administration hereinafter
called the “Railway” of the one part and ……………………………………….
hereinafter called the “Contractor” of the other part.

WHEREAS the contractor has agreed with the Railway for the performance of the works
‘……………………………………………………………’ set forth in the schedule here
to annexed upon the General Conditions of Contract corrected up to Printed/Advance
Correction Slip No…….dated …………..and the specification of the Eastern Railway
contained in the Works Hand Book, Part-III, corrected up to Printed/Advance Correction
Slip No…….dated ………….and sanitary works Hand Book corrected up to
Printed/Advance Correction Slip No…….dated…………….and the schedule of Rates of
the East Central Railway, Part-I corrected up to Printed/Advance Correction Slip
No………..dated………….and the special conditions and special specifications, if any,
and in conformity with the drawings here into annexed AND WHEREAS the
performance of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be


made by the Railways, the Contractors will duly perform the said works in the said
schedule set forth and shall execute the same with great promptness, care and accuracy in
a workman like manner to the satisfaction of the Railway and will complete the same
accordance with the said specifications and said drawings and said conditions of contract
on or before the ……………… day of ……………, 20….. and will maintain the said
works for a period of ………………. Calendar months, and will observe, fulfill and keep
all the conditions therein mentioned (which shall be deemed and taken to be part of this
contract as if the same has been fully set forth herein), AND the Railway both hereby
agree that if the Contractor shall duly perform the said works in the manner aforesaid and
observe and keep the said terms and conditions the Railway will pay or cause to be paid
to the Contractor for the said works on the final completion thereof the amount due in
respect thereof at the rates specified in the Schedule hereto annexed.

Contractor
Address: (for President of India)

Date………….. Date ………….


Witnesses:-
Signature of Witness with address to
Signature of Contractor
35
ANNEXURE-6

REVISED MODEL FORM OF BANK GUARANTEE BOND

(On Stamp paper of requisite value)

1. In consideration of the President of India (hereinafter called “the Government”)


having agreed to exempt .............................................................. (hereinafter called
“the said contractor”) from the demand, under the terms and conditions of an
(indicate order reference)
Agreement dated...................................... made
between......................................................................and ........ ........... ........... ........
............................. for ........................................................................ (hereinafter
called “the said agreement”) of Performance Guarantee for the due fulfillment by
the said contractor(s) of the terms and conditions contained in the said agreement,
on production of a irrevocable bank guarantee for `............................/- (Rupees
......................... .......... ................). We, .............................................................
(indicate the name of Bank)
................... ........... ...(hereinafter referred to as “the Bank”) at
the request of ..................................................................(contractor(s)) do hereby
undertake to pay to the Government an amount not exceeding `...................../-
(Rupees ....... ...... ..... .................................) against any loss or damage caused
to or suffered by or would be caused to or suffered by the Government by reason
of any breach of the said contractor(s) of any of the terms or conditions contained
in the said agreement.

2. We,.................................. ....................do hereby undertake to pay the amounts due


(indicate the name of Bank)
and payable under this guarantee without any demur, merely on
a demand from the Government stating that the amount claimed is due by way of
loss or damage caused to or suffered by or would be caused to or suffered by the
Government by reason of breach of the said contractor(s) of any of the terms or
conditions contained in the said agreement or by reason of the contractor(s)’s
failure to perform the said agreement. Any such demand made on the Bank shall
be conclusive as regards the amount due and payable by the Bank under this
guarantee. However our liability under this guarantee shall be restricted to an
amount not exceeding `........................./- (.....................................................).
36

3. 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 before any court or Tribunal relating thereto our liability under this
present being absolute and unequivocal. The payments so made by us under this
bond shall be valid discharges of our liability for payment thereunder and the
contractor(s) / supplier(s) shall have no claim against us for making such payment.

4. We, ...............................................................further agree that the guarantee herein


(indicate the name of Bank)
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 claims satisfied or discharged or till
......................... (office / Department), Ministry of ......................... certifies that the
terms & 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
..............................., we shall be discharged from all liability under this guarantee
thereafter.

5. We,.............................................................. further agree with the government that


(indicate the name of Bank)
the Government shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder to vary any
of the terms and conditions of the said agreement or to extend time of performance
by 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 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 contactor(s) or for any
forbearance, act or omission on the part of the Government or any indulgence by
the Government to the said contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect
of so relieving us.
37

6. This 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


(indicate the name of Bank)
during its currency except with the previous consent of the
Government in writing.

Dated the ........... day of ...................

For ..................................................
(indicate the name of Bank)
38
ANNEXURE-7

FORMAT FOR INDEMNITY BOND

(On Stamp paper of requisite value)

This deed of Indemnity is executed on…………… …… , ………………, …………. .. by


…… ………. …………………… …on behalf of………….. ……. . . .. . ……… , which
expression includes his successors and assignee in favour of the President of India acting
through the …… ……….. ……. … .. .. ….. …… .., East Central Railway, hereinafter
called the ‘Railway’.

Whereas, I …… …………. …………… ………………. … … ……. . is required to hold


in custody for and on behalf of the Railway in trust ……… ……….. ………. …. …. ….
……………. ………. …………………….., which have been/ would be handed over to
me for ….. ……… …… . ……….. ……. ……. …… in connection with …. .. … …..
………. . ………….. as per Letter/ Letter-Of-Acceptance No. …. …… … … . . . ..
…………. ……….. ….. ……., until such time the materials are duly erected and/ or
handed over to the Railway.

Whereas, I .. ………. ……… …………. ………….. ……… ……. . . is required to


furnish an Indemnity-Bond.

Now, by this Indemnity-Bond, I hereby undertake that I / I’ll hold in my custody for and
on behalf of the President of India his property of the said …….. …… ….. . . . . ……….
………. …………, which have been/ would be handed over to me for the purpose of
………… …………….. ………….. ………, until such time the materials are duly
erected or otherwise handed over to the Railway.

I shall be entirely responsible for the safe-custody and protection of the said ………
……….. …………………. ………………. materials against all risks, till they are duly
erected and/ or otherwise delivered to the …………… ………… ……… …….. … .. or
any other officer as he may direct otherwise and shall indemnify the Railway against any
loss, damage or deterioration in respect of the said materials, which are in my possession.

The said materials shall at all times be open for inspection by any authorised officer of the
Railway.

Should any loss or damage or deterioration occur or refund becomes due, the President of
India shall be entitled to recover from me compensation for such loss or damage or
deterioration, the amount is to be refunded without prejudice to any other remedies
available, to the Railway and also by deduction from any sum due or any sum which at
any time hereafter may become due to me for this work or under any other contract with
any other department of the Railway.

The value of the above materials for the purpose of Indemnity, that can be claimed under
this Indemnity-Bond shall not exceed ` ………… … .. ./- (Rupees. . … . . . … … …
…………. ……… ……. . . . . . . . . .. .only).
39

In the event of any loss, damage or deterioration as aforesaid, the assessment of such loss
or damage or deterioration, the assessment of compensation therefor would be made by
the President of India or by his authorized nominee and the said assessment shall be final,
conclusive and binding upon me.

In witness whereof, I …….. …………. ………. ……… ………. ……. .. …. have


executed this Indemnity-Bond on the date, month and year first written at . … . . . .. . .
……………………. ……. ………… ., dated this………. ……… ……. day of … …… .
……. ., .. …. . …. .

E X E CU T A N T

Witness (with address)

1)

2)

***** END OF DOCUMENT *****

Das könnte Ihnen auch gefallen