Sie sind auf Seite 1von 76

SOUTH CENTRAL RAILWAY

SECUNDERABAD DIVISION
SECUNDERABAD
(Mechanical Branch)
(Tender No: CS.186.Outsourcing.RR.Bidar.29.2018-19 dt: 01.11.2018)

TOP SHEET
e-TENDER DOCUMENT
(NON-TRANSFERABLE)

Name of Outsourcing of maintenance of running room and supply of subsidized


Work: meals to occupants at Running room, Bidar for a period of two years.

Type of Tender Open e-Tender (Two Packet System)


Cost of e-Tender Document ₹ 5,000/-
Estimated Cost of Work (Approximate) ₹ 78,23,977.61
Earnest Money Deposit ₹ 1,56,480/-
Two Years from the date of
Contract Period
commencement of the work.
Time and Date for Closure for Submission of
At 15:00 Hrs. on 26.11.2018
e-Tender Document
Time and Date for Opening of e-Tender
At 15:30 Hrs. on 26.11.2018
(Technical Bid)
Validity of Offer from the Date of e-Tender
90 Days (Ninety Days)
Opening

Issued by
Divisional Railway Manager (Mechanical)
South Central Railway, Secunderabad Division
Secunderabad – 500 071
for and on behalf of President of India

***********

Signature Not
Verified
Digitally signed by
RAMA KRISHNA
RAJU NIDADAVOLU Signature of tenderer Sr.DME/Co-ord/SC
Date: 2018.11.01
18:52:55 IST Page 1 of 76
Reason: IREPS-CRIS
Location: New Delhi
INDEX

Pages
Sl. No. Contents
From To
1 Top Sheet 1 1
2 Index 2 2
3 Check list to be submitted by the Tenderer 3 3
4 NIT 4 4
5 Note to tenderer 5 6
6 Tender form 7 7

7 Regulations for Tenders and contracts 8 13

8 Conditions of Tender 14 16
9 Part-I- Eligibility criteria of tender 17 19
10 Part-II Schedule of Rate & Quantities 20 24
11 Part- III: Scope of work 25 34
12 Part-IV: Other Conditions of Contract 35 44

Part-VI: Important Provisions of General


13 45 57
conditions of Contract
14 Annexures 58 76

Signature of tenderer Sr.DME/Co-ord/SC


Page 2 of 76
TENDER SCHEDULE

CHECK LIST OF DOUCEMENTS TO BE SUBMITTED ALONG WITH TENDERS:


(Tenderers are requested to give certificates and tick (√) mark where ever applicable.

1. Tender details:
1.1 Name of the tenderer
1.2 Identification of tenderer:
a) In case of Partnership Firm: A copy of partnership deed with
latest modifications of the deed, if any, attested by any
Gazetted Officer.
b) In case of Company: A copy of articles of association
attested by any Gazetted Officer.
c) In case of Proprietary Firm: Notarized copy of affidavit.
2. Particulars of online payment towards cost of tender form.
3. Particulars of online payment towards EMD.
4. Engineering Organization in Annexure-A
5. Acceptance/Deviation schedule as per Annexure-B
6. Attested copy of Experience Certificate in Annexure-C
7. List of works completed during the last 3 financial years as per
Annexure-D
8. List of works on hand Annexure-E
9. Banking reference for liquidity as per Annexure-G
10. NEFT Mandate form with tenders in Annexure-H
11. Tenderer information as per Annexure-I
12. Affidavit format as per Annexure-03
13. Any other information/ Certificates required as per Tender
document.

Signature of tenderer Sr.DME/Co-ord/SC


Page 3 of 76
INDIAN RAILWAYS
South Central Railway
Secunderabad Division
3rd Floor, Sanchalan Bhavan, Mechanical Branch, Secunderabad-500071
NOTICE INVITING TENDER (NIT)
TENDER NO: CS.186.Outsourcing.RR.Bidar.29.2018-19 dt: 01.11.2018
Secunderabad Division (Mechanical Branch) of South Central Railway invites Open tender
through e-Tendering System in TWO packet system from reputed agencies for “Outsourcing
of maintenance of running room and supply of subsidized meals to occupants at running
room, Bidar for a period of two years”.
Outsourcing of maintenance of running room and supply of
a Name of the work subsidized meals to occupants at Running room, Bidar for a
period of two years.
b Approximate Cost of work ₹ 78,23,977.61
c Earnest Money Deposit ₹ 1,56,480/-
Tender Document available 02.11.2018 to 26.11.2018 (up to 15:00 hrs)
d on e-tendering portal www.ireps.gov.in
on website
e Validity of Tender 90 days from the date of opening of the tender
02 years from the date of commencement of work or issue of LOA
f Contract period +15 days whichever is earlier.
The similar nature is defined at Part-I, under item no 1.2, at page
g Similar nature of work
no. 17 of tender document.
The Eligibility conditions are defined at Part-I, under item no 1.0 to
h Eligibility conditions. 2.0, at page Nos. 17 to 19 of tender document.
1. The tender is floated under TWO packet system
2. PVC clause is applicable to this contract.
3. The Micro, small and medium enterprises (MSMEs) are
exempted from the payment of tender form cost & EMD.
i Note to the tenderers: Please refer tender document for further details of MSMEs.
4. Tenderer(s) are advised to note corrigendum related to the
tender if any, issued by Railway through newspapers and
websites before submission of the tender and act
accordingly.

The tender schedule and tender notice can be down loaded from Website
“http://www.ireps.gov.in//”

Senior Divisional Mechanical Engineer/Co-ordination,


Secunderabad Division,
South Central Railway
for & on behalf of the President of India

Signature of tenderer Sr.DME/Co-ord/SC


Page 4 of 76
NOTE TO TENDERER
1. Tenders shall be uploaded online on www.ireps.gov.in at stipulated date and time provided in
NIT. The Employer cannot take any cognizance and shall not be responsible for any delay in
submission/uploading of Tender. The Tenderer shall ensure that they had received
receipt/acknowledgement of their tender submission which is generated by the system itself
on successful submission of tender online.
2. The Railway reserves the right to cancel the tender without assigning any reason thereto.
3. If the date of opening happens to be a holiday, the tenders will be opened on the next
working day.
4. Instructions for Online Bid Submission:
The bidders are required to submit soft copies of their bids electronically on the IREPS Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the IREPS Portal, prepare their bids in accordance with the
requirements and submitting their bids online on the IREPS Portal.
5. This tender document is non transferable and the cost of the tender document is also not
refundable.
6. Instructions for submission of Tender documents
6.1 The prospective tenderers are advised to visit website www.ireps.gov.in before one week
to the date of tender opening to note any changes/corrigenda for any tender.
6.2 The end of tender document is indicated by “End Of Tender Document” marker.
Tenderer(s) should carefully see that above marker appears on the last page of
downloaded tender document so as to ensure that downloaded document is complete.
Tenderer(s) are suggested to check the integrity and completeness of document before
submission.
6.3 The Railway does not own any responsibility for any alteration/omission in the contents of
the Tender form uploaded on the website. No claim on this account will be entertained.
6.4 Tenderers are required to pay non-refundable cost of tender document in the form
prescribed in the tender document while submitting their offer, In case they fail to furnish
the requisite cost of the tender document in prescribed form, their offer shall be rejected.
6.5 Tenderer(s) shall maintain the integrity of the up loaded tender document and shall not
make any change/addition/deletion/tampering, whatsoever, in the uploaded tender
documents.
Warning: The tenderer(s) offer shall be rejected and full earnest money shall be forfeited,
in case it is subsequently detected after submission of offer, that they have made any
modification in the downloaded document. In case such modification is noticed even after
award of contract, Railways is liable to terminate the contract on contractor’s default. In
addition Railways reserves the right to take other action against the contractor as deemed
fit, which may include banning of business dealings with the firm and the firm is also liable
to be prosecuted as per the law.
6.6 The cost of EMD shall NOT be merged with cost of tender form and shall be separately
paid and furnished. If the tenderers do not enclose proper value towards the cost of
tender form & EMD separately, their tender shall be considered as invalid and offer will be
summarily rejected.
7. Special Attention to Tenderers:

Signature of tenderer Sr.DME/Co-ord/SC


Page 5 of 76
7.1 Submission of Tenders shall be closed on e-tendering website of RAILWAY
ADMINISTRATION at the date & time of submission prescribed in NIT after which no tender
shall be accepted.
7.2 It shall be the responsibility of the bidder / tenderer to ensure that his tender is uploaded
online on e-tendering portal www.ireps.gov.in before the deadline of submission.
7.3 RAILWAY ADMINISTRATION will not be responsible for any delay, internet connection
failure or any error in uploading of tender submission. The tenderers are advised to upload
their submissions well before the due date and time of tender submission to avoid any
problem and last minute rush.
7.4 All offers shall be submitted before the time and date fixed for the receipt of the offers as
set forth in the tender papers. The tenders will be opened on the date and time mentioned
in the tender document and in presence of the tenderers/their authorized representatives.
Offers received after the stipulated time and date of tender opening shall be rejected and
not considered for evaluation.
7.5 Tenderer(s) shall keep themselves updated about any modification in the tender notice and
tender document, issued by Railways through newspapers, website or e-mail or any other
means and shall act accordingly. It is the responsibility of the Tenderer(s) to check if any
corrections or modifications are published subsequently on the website and the same shall
be taken into account while submitting the tender. The offer of the Tenderer(s) is liable to
be rejected if they do not enclose all the corrections/Corrigendum along with the
downloaded tender documents.
7.6 Any other information required by the tenderer can be obtained from the office of Sr.
Divisional Mechanical Engineer/Co-ord, Secunderabad division, South Central Railway,
Secunderabad-500 071 during the working hours.
7.7 In case of any deviation from the requirement of tender specifications, instructions to
tenderer(s) or General & and terms and conditions of contract, the same should be brought
out by the tenderer in Annexure-B.
7.8 Tenderers shall note that conditional/alternate offer will not be considered and will be
summarily rejected, even though such condition makes them a lowest tenderer.
7.9 Tenderer(s) may carefully note that his/their Contract Agreement for this work is liable to
be terminated at any time later, In case any of the information furnished by them is found
to be untrue or any adverse points come to light subsequently. The decision of Railway in
this regard shall be final and binding.
7.10 After award of work, agreement will be prepared based on the master copy of tender
document available in the office of the Sr. Divisional Mechanical Engineer, Co-Ord,
Secunderabad division, South Central Railway, Secunderabad-500071. In case, any
discrepancy is noted in the tender document submitted by the tenderer(s), the master
document kept with Railways shall prevail and the decision of Railways thereon shall be
final and binding on Tenderer/Contractor.
7.11 Non-compliance with any of the conditions set forth herein above is liable to result in the
tender being rejected.

Visit our site at http://www.ireps.gov.in

Signature of tenderer Sr.DME/Co-ord/SC


Page 6 of 76
TENDER FORM
SOUTH CENTRAL RAILWAY
Tender No: CS.186.Outsourcing.RR.Bidar.29.2018-19 dt: 01.11.2018
Name of the work: Outsourcing of maintenance of running room and supply of subsidized
meals to occupants at Running room, Bidar for a period of two years.

To,
The President of India,
Acting through Sr. Divisional Mechanical Engineer/Co-ordination,
3rd floor, Sanchalan Bhavan, Mechanical branch -SC Division,
South Central Railway
Secunderabad-500 071.

1. I/We-------------------------------------------------------------------- have read the various conditions to


tender attached hereto, also visited the site & understand the work contract to be executed
fully and hereby agree to abide by the said conditions in this tender document. I/We also
agree to keep this tender open for acceptance for a period of 90 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 South Central Railway, at the rates quoted
in the attached schedule (PART-II- Financial Bid) and hereby bind myself /ourselves to
complete the work in all respects (as per Scope of Work-PART III) within the time period
stipulated in the enclosed Schedule from the date of issue of letter of acceptance of the
tender.

2. I/We also hereby agree to abide by the Indian Railway General Conditions of contract for
services, with all correction slips up-to-date and to carry out the work according to the special
conditions of contract and specification of materials and works as laid down by Railway in the
special conditions of contract, schedule of rates with all correction slips up-to-date for the
present contract.

3. A sum of rupees _____________ is herewith forwarded as earnest money deposit. Full value
of 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 7(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 15 (Fifteen) days from the date of issue of letter of
acceptance.

4. I/We am/are a Micro and Small Enterprise registered from ____________ (body approved by
ministry of MSME) with registration No. ________ and terminal validity up to ________ for
similar service contracts.
5. 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.

Signature of Tenderer/s
Date
Address

Signature of tenderer Sr.DME/Co-ord/SC


Page 7 of 76
REGULATIONS FOR TENDERS AND CONTRACTS
In these regulations for tenders and contracts the following terms shall have the Meaning
assigned hereunder except where the context otherwise requires.
1. Definitions: In these Regulations and conditions for Tenders, the following terms shall have the
meanings assigned hereunder except where the context otherwise requires:
a. Railway shall mean the President of the Republic of India or the Administrative officer of South
Central Railway or the successor Railway authorized to invite tenders and enter into contracts for
works on his behalf.
b. General Manger (GM) shall mean the officer in Administrative charge of the whole of South
Central Railway and shall mean and include the General Manger of the successor Railway.
c. Principal Chief Mechanical Engineer/SC Rly. (PCME/SC) means the principal HOD Officer-in-
charge of entire Mechanical department of South Central Railway.
d. CMPE/DSL/SC Rly (Chief Motive Power Engineer) the principal officer in charge of the Loco of
the entire South Central Railway.
e. Dy.CME/R&L/SC Officer in charge of the Running and fuel of the entire South Central Railway.
f. Divisional Railway Manager shall mean the administrative officer in charge of the division of
South Central Railway for the time being.
g. Senior Divisional Mechanical Engineer /Co-Ord/SC shall mean the controlling officer of the
Mechanical department of Secunderabad division of South Central Railway.
h. Divisional Mechanical Engineer (O&F)/SC means the Senior controlling officer incharge of the
Power branch of Mechanical department of Secunderabad division of South Central Railway.
i. Open tenders shall mean tenders invited in open and public manner and with adequate notice.
j. Works shall mean the works contemplated in the drawings and schedules set forth in the tender
forms and description of contract and required to be executed according to specifications.
k. Service means any subject matter of procurement other than goods or works, except those
incidental or consequential to the service, and includes physical, maintenance, housekeeping,
professional, intellectual, training, consultancy and advisory services or any other service
classified or declared as such by procuring entity but does not include appointment of an
individual made under any law, rules, regulations or order issued in this behalf.
l. Specifications shall mean the specifications for Materials & works, Indian Railway issued under
the authority of PCME/CRSE or as amplified, added to or superseded by special specifications, if
any, appended to the tender forms.
m. Drawings shall mean the drawings, plans and tracings or prints thereof annexed to the tender
forms.
n. Bidder/Tenderer shall mean the person/the firm or the company who tenders for the works with
a view to secure the work on contract with the Railway and shall include their personal
representatives, successors and permitted assignees.
o. Contractor shall mean the Proprietary firm owner/Representative of Partnership firm/the
firm/Co-operative or company whether incorporated and not who is awarded the work with a
view to execute the works on contract with the Railway and shall include their personal
representatives, successors and permitted assigns.
p. Two bid system/Two packet system shall mean a system of bid evaluation where there is
simultaneous receipt of separate technical and financial bids. The technical evaluation of bids is
completed first and the financial bids of only the technically responsive bids are opened, for
further evaluation.
Signature of tenderer Sr.DME/Co-ord/SC
Page 8 of 76
q. The Research Designs and Standards Organization, Manak Nagar, Lucknow-226011 is hereafter
referred to as RDSO of Indian Railways is hereafter referred to as I.R.
r. In case of Tenderer needs any clarification in respect of any clause of this specification or
regarding the drawings the Tenderer shall obtain the same from purchaser/DG (Carriage), RDSO.
s. GCC for service shall mean Indian Railways Standard General Conditions of Contract for service
contracts issued by South Central Railway/Railway Board.
t. Engineer shall mean the CRSE/ Sr.CDO in executive charge of the works as the case may be and
shall include all the nominated officers and senior supervisors of the Mechanical Engineering
Dept. of the Indian Railway
u. GST: means Goods & Service Tax.
2. Singular and plural: Words imparting the singular number shall also include the plural and vice
versa where the context requires.
3. Interpretations: These regulations for tenders and contracts shall be read in conjunction with the
General Conditions of the Contract which are referred to herein and shall be subject to
modifications, additions, supersessions by special conditions of contract and/ or special
specifications, if any, annexed to the tender forms.
3.1 Tender document can be viewed/downloaded from the website http://www.ireps.gov.in for
quoting the rates in e-tender website duly remitting the cost of tender form through on line e-
payment.
3.2 No manual tender document selling/submission at the office of Divisional Railway manager
(Mechanical), Secunderabad Division, S.C.Railway, Secunderabad.
3.3 The amount towards the cost of tender form may be remitted through online only.
3.4 The tender forms are not transferable and the cost of the tender form is not refundable.
3.5 All the tender condition, tender schedules, and other particulars of the tender are
framed/available in our website at http://www.ireps.gov.in/ and submit the offer through
online only.
3.6 Tenderers are free to download the tender document from the website at their own risk an
cost for the proposed of perusal and to use the same as tender document, if so desired for
submitting their offer through online only.
3.7 The administration will not own any responsibility, if website is not opened for downloading/
uploading the tender documents due to any technical snag.
3.8 The prospective tenderers are advised to visit website “http://www.ireps.gov.in/” one week
prior to the date of tender opening to note any changes/corrigenda for any tender.
3.9 Before filling /uploading Please ensure that you have to fill/upload/ enclose the required details
of e-tender duly verifying the conditions/ attachments with e tender with digital signature.
Any other information required by the tenderer can be obtained from the office of
Sr.DME/Co-ord/SC during the working hours.
4. The tender is invited in 2 Packet System; they are (i) Technical bid and (ii) Financial bid:
1st Packet i.e. Technical Bid: Technical Bid shall consist the details of
a. Cost of tender form. b. EMD. c. Proof of Eligibility Criterion of the Tender.
2nd Packet i.e. Financial Bid: The Financial bid shall consist of schedule of rates.
4.1 The tender documents duly completed in all respects shall be submitted through online in the
website http://www.ireps.gov.in headed by Senior Divisional Mechanical Engineer/Co-Ord
3rd floor Sanchalan Bhavan, Secunderabad- 500071. The tender shall be submitted his offer
before the last date and time of the tender.
4.2 Technical Bid (Packet-I) will be opened for scrutiny to ascertain the suitability of Tenderers for
the work. However, Financial bid (Packet-II) will be opened only of those tenderers who are
qualified in the Technical Bid (Packet-I). The other tenderers who has not qualified in the
technical bid, their offers i.e. Financial Bid (Packet-II) will be returned along with EMD if eligible.
Signature of tenderer Sr.DME/Co-ord/SC
Page 9 of 76
In the technical bid no price/schedule of rates shall be mentioned. If the same is done the
offer will be rejected.
5. VENUE: The e-Tender offers will be opened at office of Divisional Railway Manager (Mechanical),
3rd floor, Sanchalan Bhavan, Secunderabad Division, South Central Railway, Secunderabad as per
the schedule time & date.
5.1 The tenders will be opened on the date and time mentioned in the tender document.
5.2 If the date of opening happens to be a holiday/BANDH, the tenders will be opened on the next
working day at the same time and venue.
5.3 Financial bids will be opened only of those offers which are qualified in Technical bid and have
met all technical eligibility criteria of the tender.
5.4 Visit our website at http://www.ireps.gov.in
6. Law Governing the Contract: The contract shall be governed by the Law for the time being in
force in the Republic of India.
7.1 Compliance to regulations and bye-laws: The contractor staff conform to the provision of
any status relating to the works and regulations and bye-laws of any local authority and of
any water and lighting companies or undertakings, with whose system the work is proposed
to be connected and shall before making any variation from the instructions or the
specifications that may be necessitated by so confirming give to the Engineer notice specify
the variation proposed to be made and the reason for making the variation and shall not
carry out such variation until he has received instructions from the Engineer in respect
hereof. The Contractor shall be bound to give all notices required by the statute regulations
or bye laws as aforesaid and to pay all fees and taxes payable to any authority in respect
hereof.
7.2 Communication to be in writing: All notices, communications, reference and complains
made by the Railway or the Engineer or the Engineer’s representative or the Contractor
interest concerning the works shall be in writing and no notice, communication, reference or
complaint not in writing shall be recognized.
7. Omissions and Discrepancies: Should a tenderer find discrepancies in or omissions from the
drawing or any of the Discrepancies tender forms or should he be in doubt to their meanings
he should at once notify the authority inviting who may send a written instruction to all
tenderers. It shall be understood that every endeavour has been made to avoid any error
which can materially affect the basis of the tender and the successful tenderer shall take upon
himself and provide for the risk of any error which may subsequently be discovered and shall
make no subsequent claim on account thereof.
8. Care in submission:
8.1 Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual
inspection of the site and locality of the works, that all conditions liable to be encountered
during the execution of the works, are taken into account and that the percentage/rates he
quotes in the tender forms is/are adequate and all-inclusive in accord with the provisions in
Clause 4.42 of the Indian Railways Standard General Conditions of contract for the
completion of works to the entire satisfaction of the Engineer.
8.2 Tenderers will examine the various provisions of the Central Goods and Services Act, 2017
(CGST)/Integrated Goods and Services Tax Act, 2017 (IGST)/Territory Goods and Services
Tax Act, 2017 (UTGST)/respective state’s State Goods and Services Tax Act (SGST) also, as
notified by Central/State Govt. & as amended from time to time and applicable taxes before

Signature of tenderer Sr.DME/Co-ord/SC


Page 10 of 76
bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed
by them is duly considered while quoting rates.
8.3 The tenderer who is liable to be registered under CGST/IGST/TGST/SGST Act shall submit
GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway
without which no payment shall be released to the contractor. The contractor shall be
responsible for deposition of applicable GST to the concerned authority.
8.4 In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/SGST
Act, the railway shall deduct the applicable GST from his/their bills under Reverse Charge
Mechanism (RCM) and deposit the same to the concerned authority.
8.5 When work is tendered for by a firm or company of contractors, the tender shall be signed
by the individual legally authorized to enter into commitments on their behalf.
8.6 The Railways will not be bound by any power of attorney granted by the tender 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.
9. Execution of contract documents:
The Tenderer whose tender is accepted shall be required to appear in person at the office of
the Senior Coaching Depot Officer/Secunderabad, as the case may be, or if the Tenderer is a
firm or corporation, a duly authorized representative shall so appear and execute the contract
agreement documents within 7 days after receipt of notice issued by Railways that such
Agreement document(s) are ready. Failure to do so shall constitute a breach of the agreement
affected by the acceptance of the tender, in which case the Railway may determine that such
Tenderer has abandoned the contract and thereupon his tender and acceptance thereof shall
be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the
Earnest Money of tender and performance guarantees for the tender available with the
railway.
10. Cost of Tender Form
10.1 Payment of Tender Document Cost (TDC) in respect of e-tendering should be submitted
through net banking or payment gateway only. No other mode of payment will be accepted.
Cost of tender document should be paid separately and should not be clubbed with EMD.
10.2 MSME
MSEs registered with District Industries Centres, Khadi and Village Industries
Commission, Khadi & Village Industries Board, Coir Board, National Small Industries
Corporation, Directorate of Handicrafts and Handlooms, any other body specified by
Ministry of MSME or startups as recognized by Department of industrial policy &
promotion shall be supplied such tender document free of cost on confirmation (Photo
copy/Xerox copy) of their evidence to this effect.
11. Earnest Money(EMD):
11.1 The Tenderer shall be required to deposit earnest money along with Tender for the due
performance of 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-
S.No Value of the work Earnest Money Deposit (EMD)

Signature of tenderer Sr.DME/Co-ord/SC


Page 11 of 76
a For works/services Estimated to cost 2 % of the Estimated cost of work
upto Rs.1 Crore
b For works/services Estimated to cost Rs.2 lakh plus 1/2% (half percent) of
more than Rs.1 Crore. the excess of the work beyond
Rs.1Crore subject to a maximum of
Rs.1 Crore.
11.2 Payment of Earnest Money (EMD) in respect of e-tendering should be submitted through
net banking or payment gateway only. No other mode of payment will be accepted.
11.3 MSME
MSEs registered with District Industries Centres, Khadi and Village Industries
Commission, Khadi & Village Industries Board, Coir Board, National Small Industries
Corporation, Directorate of Handicrafts and Handlooms, any other body specified by
Ministry of MSME or startups as recognized by Department of industrial policy &
promotion shall be exempted from payment of minimum EMD detailed in NIT on
confirmation (Photo copy/Xerox copy) of their evidence to this effect.
11.4 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 and
conditions thereof. Should the Tenderer fail to observe or comply with the said
stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.
11.5 If the tender is accepted, this earnest money will be returned to the successful tenderer
after the submission and verification of the performance guarantee as per clause 4.11 of
GCC for services. The earnest money deposit of the 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.
12. Form of Contract document: Every contract shall be completed in respect of the
documents it shall so constitute. Not less than three copies of the contract document shall
be signed by the competent authority and the contractor and one copy given to the
Contractor. The contract documents required to be executed by the tenderer, whose
tender is accepted shall be the Agreement, which forms the Scope of Work, Other
conditions of Contract, General Conditions of Contract and other related annexures.
13. Form of Quotation: The Tender shall be submitted in the prescribed form annexed hereto.
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 concern. 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 an agent or individual partner, should submit along with the tender, a
power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in

Signature of tenderer Sr.DME/Co-ord/SC


Page 12 of 76
favour of the specific person whether he be partner of the firm or any other person
specifically authorizing him 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 the “No Claim Certificate” and refer all or any
disputes to arbitration.
15.1 The tenderer shall clearly specify whether the bid is submitted on his own or on behalf of a
partnership firm/JV/Society etc. the tenderers who is/are constituents of Firm, Company,
Association or society shall enclose self attested copies of constitution of their concern,
partnership deed and power of attorney along with their bid. Tender documents in such
cases shall to be signed by such persons as may be legally competent, association or
society, as the case may be.
15.2 The tenderer shall give full details of the constitution of the firm/JV/Company/Society etc.
shall also submit following documents (as applicable), in addition to documents mentioned
above.
a. Sole proprietorship firm: the tenderer shall submit the notarised copy of the affidavit.
b. Partnership firm: The tenderer shall submit self attested copies of (a)Registered/ notarised
partnership deed and (b) Power of attorney duly authorising one or more of the partners of
the firm or any other person authorised by all the partners to act on behalf of the firm and to
submit & sign the tender, sign the agreement, witness measurements, sign measurement
books, receive payment, make correspondences, compromise/relinquish any claim preferred
by the firm, sign ‘No claim certificate’, refer all or any dispute to arbitration and to take
similar action in respect of all tenders/contract or said contract.
c. Company registered under companies’ act-1956: the tenderer shall submit (a) the copies of
MOA & AOA of the company and (b) power of attorney duly notarised/registered by the
company (backed by resolution of board of directors) in favour of the individual, signing the
bid on behalf of the company.
d. Society: The tenderer shall submit the self attested copy of the certificate of registration,
deed of formation and power of attorney in favour of the tender signatory.
15.3 If it is mentioned in the bid that it is being submitted on behalf of/by a sole proprietorship
firm/partnership firm/Joint venture/Registered company etc. the afore mentioned
documents should be enclosed along with the bid. If it is not mentioned in the bid that it Is
being submitted on behalf of/by a sole proprietorship firm/partnership firm/Joint
venture/Registered company etc. then the bid shall be treated as having been submitted by
the individual who has signed the bid.
15.4 After opening of the tender, any document pertaining to the constitution of the firm/JV/Society
etc. shall neither be asked nor be entertained/considered.
15.5 A bid from JV/Consortium/partnership firm etc shall be considered only where permissible as
per the tender conditions.
16. Tender conditions, Tender schedules, and other particulars are available in the Tender
documents on our website at www.ireps.gov.in as an attachment to the Tender Notice.
17. Before submitting Please ensure that:
a. You have accepted the validity period of 90 days.
b. You have not quoted special conditions of your own, as they are likely to vitiate your tender
and make it prone to rejection.
Please do not leave any blanks, which may lead to declaration of your offer as INVALID

Signature of tenderer Sr.DME/Co-ord/SC


Page 13 of 76
CONDITIONS OF TENDER
1. Standard General Conditions of Contract of Indian railway as amended/corrected up to latest
correction slips, copies of which can be seen or obtained from the office of Sr.DME/Co-ord/SC,
Secunderabad division, Secunderabad, South Central Railway on payment of prescribed charges.
2. The Tenderer/Tenderers shall quote percentage rates for items covered by Schedules. The
quantities shown in the attached Schedules are given as a guide and are approximate only and
are subject to variation according to the needs of the Railway. The Railway accepts no
responsibility for their accuracy; the Railway does not guarantee work under each item of the
Schedule.
3. Tenders containing erasures and alterations of the tender documents are liable to be rejected.
Any corrections made by the tenderer/tenderers in his/their entries must be attested by
him/them.
4. Completion period: 02 (Two) years from the date of Letter of Acceptance (LOA) date plus 15 days
or date of physical commencement of work whichever is earlier.
5. Right of Railway to deal with Tenders: The Railway reserves the right of not to invite tenders
for any of railway services when tenders are called, to accept a tender in whole or in part or
reject any tender or all tenders without assigning reasons for any such action. The authority
for acceptance of the tender will rest with the railway. It shall not be obligatory on the said
authority to accept the lowest tender and no tenderer/tenderers shall demand any explanation
for the cause of rejection of his/ their tender nor the railway to assign reasons for to assign
reasons for declining to consider or reject any particular tenders.
5.1 If the tenderer deliberately gives wrong information in his/their tender or creates/ create
circumstances for the acceptance of his/their tender, the railway reserves the right to reject
such tender at any stage.
5.2 If a tenderer expires after the submission of his tender or after the acceptance of his tender,
the railway shall deem such tender as 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.
5.3 If the tenderer, whose bid has been found to be the lowest evaluated bid withdraws or whose
bid has been accepted, falls to sign the procurement contract as may be required, or falls to
provide the security as may be required for the performance of the contract or otherwise
withdraws from the procurement process, the procuring entity shall cancel the procurement
process. Provide that the procuring entity, on being satisfied that it is not a case of
cartelisation and the integrity of the procurement process has been maintained, may, for
cogent reasons to be recorded in writing, offer the next successful bidder an opportunity to
match the financial bid of the first successful bidder, and if the offer is accepted, award the
contract to the next successful bidder at the price bid of the first successful tenderer, and if
the offer is accepted, award the contract to the next successful tenderer at the price bid of the
first successful tenderer. This clause shall not be applicable for consultancy contracts.
6. Non-compliance with any of the conditions set forth herein above is liable to result in the tender
being rejected.
7. The Administration will not agree to pay any of the taxes on this contract, in addition to the price
quoted. However, the Goods and Service Tax as applicable shall be reimbursed to the contactor
on payment of the same by the contractor to the respective GST authorities and submission of
proper documentary proof towards payment of GST, Goods and Service tax Registration, etc.
Signature of tenderer Sr.DME/Co-ord/SC
Page 14 of 76
8. The Tenderer should submit the Goods and Service Tax Registration Certificate indicating service
the Registration Number (GSTRN) along with the Tender.
9. The tenderer should ensure that they are GST complaint and their offer for the tender separately
indicate both rate for the service/supplies/activity and the applicable taxes as per GST law.
10. Should the Railway decide to negotiate with a view to bring down the rates, the tenderer called
for negotiations should furnish the following form of declaration before commencement of
negotiations?
I do declare that in the event of failure of the contemplated negotiations relating to Tender
No.----------- opened on--------my original tender shall remain open for acceptance on its original
terms and conditions. I also declare that I am aware that during this negotiations, I cannot
increase the originally quoted rates against any of the individual items and that in the event of
my doing so, the same would not be considered at all ie., reduction in rates during negotiations
alone would be considered and for some items if I increase the rates, the same would not be
considered and in lieu my originally quoted rates alone would be considered and my offer
would be evaluated accordingly.
11. Disqualification of Tenderer:
11.1 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 any Department of any of the Railways owned and
administered by the President of India for the time being, or
b. Should a tenderer being partnership firm have as one of its partners a retired engineer or a
retired Gazetted Officer as aforesaid, or
c. Should a tenderer being an incorporated company have any such retired engineer or a retired
Gazetted Officer as one of its directors or
d. Should a tenderer have in his employment any retired engineer or retired gazetted officer as
aforesaid, then
e. The full information as to the date of retirement of such engineer or gazetted officer from the
said service and in cases where such engineer or officer has not retired from Government
Service at least two years prior to the date of the 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 make employment under the contractor has been obtained by
the tenderer or the engineer or the 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.
11.2 Should a tenderer or contractor being an individual on the list of approved contractors, have a
relative employed in Gazetted capacity in the Mechanical department of the South Central
Railway or in the case of a partnership firm or company incorporated under the Indian
company law, should a partner or a relative of the partner or a shareholder or a relative of a
shareholder be employed in Gazetted capacity in the Mechanical Department of the South
Central Railway, the authority inviting tenders shall be informed of the fact at the time of
Signature of tenderer Sr.DME/Co-ord/SC
Page 15 of 76
submission of tenders failing which the tender may be rejected or if such fact subsequently
comes to light the contract may be rescinded in accordance with the provisions in clause 7.4 of
the General conditions of the contract.
11.2.1 If the tenderer or any of its constituents has been levied with a penalty for violation of labour
laws for three times in the last two years9From the date of opening of tender) by the
appropriate enforcing agency like the labour commissioner etc.
11.2.2 The contractor shall be disqualified from participating in the bidding for services in a railway
division,
ii. If any previous contract of the tenderer or any of its constituents had been terminated under
clause 7.4 in that railway division, within the previous 2 years from date of submission of bids.
iii. In that railway division, the tenderer or any of constituents has been imposed a penalty
equivalent to the maximum penalty that can be imposed under a previous contract, such a
figure being specified, with the previous 2 years from date of submission of bids.
The declaration to this effect shall be furnished by the contractor as a part of his bid
document. A format in this regard shall be made a part of the tender document. In case, this
declaration is found to be false, process for ‘banning of business’ against the contractor shall
be initiated as per extent rules.
12. Submission of offers
1. Any individual(s) submitting the tender or other documents connected therewith shall specify
whether he is submitting:
i. As sole proprietor of the concern.
ii. As a partner or partners of the firm.
iii. As a Director, Manager or Secretary of a Limited company duly authorized by a resolution
passed by the Board of Director’s or in pursuance of the authority conferred by memorandum
of association.
2. All prices and other information like document sets having a bearing on the price shall be
written both in figures and words in the prescribed offer form and duly signed and stamped.
3. Tenderers shall submit their offers made as per the General Conditions of Contract in force on
South Central Railway as amended from time to time as well as these Special conditions of
contract and Specifications for the work.
13. Partnership Firm:-
i). Partnership deed is eligible if entered into and registered prior to Tender Notice. Tenderer
should enclose/submit experience certificate in the same name and style as the tenderer
and their credentials shall be considered fully to the extent of work executed by the
partnership firm. (EXPERIENCE OF INDIVIDUAL PARTNERS WILL NOT BE CONSIDERED).
ii). Any change or modification in the constitution of tendering firms for whatever purpose or
intimation of any disputes by any of the partners in the firm making tendering firm ineligible,
during consideration of Tender after opening of the Tender, shall be deemed to be backing
out of the offer by the Tenderer.
13.1 Participation of JV firms in works tender:
JOINT VENTURE AND MOUs SHALL BE CONSIDERED ONLY FOR WORKS COSTING MORE THAN
10.0 CRORES
Authority: Railway Boards lr. no. 2002/CE-I/CT/37/JV Pt.VIII dt. 14.12.2012 received under
PCE/SC lr. no. W.148/P(Guide lines) dt. 07.01.2013.

Signature of tenderer Sr.DME/Co-ord/SC


Page 16 of 76
PART – I
SYSTEM OF TENDERING
Eligibility Criterion:
For the works whose advertised Tender value is costing above Rs.50 lakhs, the tenderer shall
satisfy the following eligibility criteria by submitting documents in support of their claims along
with the tender document itself to fulfil the minimum eligibility criteria:
1.0 Technical Eligibility:
1.1 The tenderer should have satisfactorily completed* in the last three previous financial
years and the current financial year up to the date of tender opening, one similar single
service contract** for a minimum of 35% of advertised tender value.
*Completed service contract includes on-going service contract subject to payment of bills
amounting to at least 35% of the advertised tender value.
**Similar service contract means any contract that is so specified in similar nature of work.
1.2 Similar nature of work means,
“The contractor should have experience in-
Management and maintenance of Running Rooms/Rest Houses/ Guest Houses and
providing of meals in Railways/ Govt./Public Sector Undertakings.
For the above the tenderer must submit the certificate issued by the organization for
whom they have worked, along with his/her tenders.
The tenderer has to enclose an attested copy (attested by a Gazetted officer) of experience
certificate as per the proforma mentioned in Annexure “C” towards the proof that he had
experience in similar nature of work as mentioned above.
2.0 Financial standing: The bidders will be qualified only if they have minimum financial
capabilities as below:
2.1 Annual Turnover: The tenderer should have an aggregate financial turnover not less than
1.5 times the advertised tender value during the last three previous financial years and in
the current financial year up to the date of tender opening. The audited balance sheet
reflecting financial turnover certified by chartered accountant with his/her stamp,
signature and membership number shall be considered.
2.2 Liquidity: The bidder should have access to or has available liquid assets, lines of credit and
other financial means to meet cash flow that is valued at 5% of the estimated bid value net
of applicant’s commitments for other contracts. The audited balance sheet and/or banking
reference certified by chartered accountant with his/her stamp, signature and membership
number shall be submitted by the tenderer as per Annexure-G.
Banking reference should contain in clear terms the amount that the bank will be in a
position to lend for this work to the applicant/member of the joint venture/consortium. in
case the net current assets (as seen from the balance sheets) are negative, only the banking
references will be considered. Otherwise the aggregate of the net current assets and
submitted banking references will be considered for working out the liquidity.
2.3 The banking reference should be from a scheduled bank in India and it should not be more
than 3 months old as on date of submission of bids.

Signature of tenderer Sr.DME/Co-ord/SC


Page 17 of 76
2.4 In case of JV firms overall liquidity of JV firm shall be assessed by arithmetic sum of liquidity
of all members of JV.
The offer of tenderer(s) who do not enclose Experience certificate, Turnover Certificate and
other documentary evidence as above along with their tender to establish their credentials
are liable to be rejected, even though they may be working contractors or contractors of
approved list.
3.0 THE FOLLOWING FURTHER DOCUMENTS MAY BE SUBMITTED ALONG WITH THE TENDER:
3.1 List of personnel/Engineering organization available on hand and proposed to be engaged
for the subject work. These two lists to be given separately and signed by tenderer to be
submitted in pro-forma given in the “Annexure-A”.
3.2 List of works completed in the last three financial years giving description of work,
organization for whom executed, approximate value of contract at the time of award, date
of award and date of schedule completion of work. Date of actual start, actual completion
and final value of contract should also be given in “Annexure D”.
3.3 List of works on hand indicating description of work, contract value and bill amount paid so
far due date of completion etc., to be furnished by the tenderer in “Annexure-E”.
Current financial year is reckoned as the financial year in which the date of tender opening
falls.
3.4 In case of sole proprietary concern, the tenderer shall submit the notarised copy of the
affidavit.
3.5 In case of partnership firms, an attested copy (attested either by notary or by Gazetted
officer) of the partnership deed with latest modifications of the deed should be submitted
along with the tender document.
3.6 In case of limited company, tenderer shall submit an attested copy (attested either by
Notary or by Gazetted officer) of memorandum and Articles of Association, In case of
Consortium, JV or MOU, a copy of either JV agreement attested by any Gazetted Officer or
MOU in original. Power of Attorney by the company authorizing the person to act on its
behalf.
3.7 The certificates for works executed for Private Individuals shall not be considered.
3.8 The onus of establishing credentials lies with the tenderer and hence Railway shall evaluate
the offer only from the credentials/documents submitted along with the tender offer.
3.9 Any certificates, documents submitted after tender opening shall not be given any credit
and shall not be considered.
3.10 Without the above, tender will be treated as having been submitted signing the tender
document in personal capacity only and thus credentials for firm/company/sole proprietary
concern (which they would otherwise have been representing) shall not be considered even
if such firm/company/sole proprietary concern is working contractor or is contractor borne
on approved list or had in past or in other tenders submitted such documents.
3.11 Post tender correspondence shall not be entertained; Railway shall not call for any
clarification regarding the credentials from the tenderer(s) after the tender is opened.
3.12 The tenderer shall comply with the provisions of EPF (Employees Provident Fund) & MP Act
(Miscellaneous Provisions) and obtain code number from the concerned authorities
Signature of tenderer Sr.DME/Co-ord/SC
Page 18 of 76
whenever workmen employed by him are 20 or more. He shall also indemnify Railways
from and against any claim, penalties, recoveries under the above act and Rules. Tenderers
to get the code number under the PF so as to enable the PF commissioners to extend the
social security benefits to the workmen engaged by the Railway Tenderers.
3.13 The tenderer shall submit along with the tender document, documents in support of
his/their claim to fulfil the eligibility criteria as mentioned in the tender document. Each
page of the copy of the documents/certificates in support of credentials, submitted by the
tenderer, shall be self attested and digitally signed by the tenderer or authorized
representative of the tendering firm. Self attestation shall include signature, stamp & date.
(on each page.)
“The bidder shall submit an affidavit as per Annexure-03 on a stamp paper to the effect
that all the documents submitted by his/her along with the bid are true. This shall be
mandatory in all bids. The bid shall be summarily rejected if the bidder fails to submit this
undertaking along with the bid.”
3.14 Evaluation of financial Bid in case of Multiple L1:
In case, the evaluated financial offers of two or more technically qualified bidders are lowest
and same, then the bid of the bidder who is technically sound (having scored higher marks in
evaluation of technical bid as per GCC for service contracts-2018 Annexure-05) shall be
considered as the lowest. If the marks in the evaluation of technical bids of the lowest
bidders are also found to be equal, then the bid of the bidder with the higher cumulative
annual financial turnover over the last three years and the current financial year shall be
considered as the lowest.
(Ref: Railway board letter no:2018/Trans.Cell/Mech/Service Contracts Dt: 20.03.2018)

Signature of tenderer Sr.DME/Co-ord/SC


Page 19 of 76
PART-II
SCHEDULE OF RATES AND QUANTITIES

SCHEDULE OF RATES AND QUANTITIES:


(Should be filled by the tenderer only after reading the document and satisfying with the
conditions)
Name of the work: Outsourcing of maintenance of running room and supply of subsidized meals
to occupants at Running room, Bidar for a period of two years.
TENDER NO: C.S.186.Outsourcing RR.Bidar.26.2018-19 dt. 11.10.2018.
TENDER VALUE: ₹ 78,23,977.61 (Rs. Seventy eight lakh twenty three thousand nine hundred and
seventy seven and paisa sixty one only) (Including GST).
SCHEDULE – 1 (Labour cost for maintenance of running room):
1. Estimated cost for housekeeping of Running Room with 15 contract labour (3 semi-skilled + 12
Un-skilled) excluding kitchen and dining staff (06) = Labour cost Rs.49,33,150.20 for 24 months
S.No Description Rate
1 Supply of semi-skilled & Unskilled manpower (15 Per ₹ 49,33,150.20
day)
GST @ 18% ₹ 8,87,967.04
Total cost of schedule -1 including GST ₹ 58,21,117.24

Note: However, expenditure for engaging cook & masalchi cum bearer per shift i.e., minimum of 3
cooks + 3 masalchis-cum-bearers in a day in the kitchen & dining hall shall be borne by the
contractor since already included in the cost of subsidized meals.

SCHEDULE – 2 (Material cost i.e., cost of cleaning chemicals for maintenance of running room):
S.No Description Rate
1 Material cost i.e., cost of cleaning chemicals for
₹ 79,450.94
maintenance of running room
GST @ 18% ₹ 14,301.17
Total cost of schedule -2 including GST ₹ 93,752.11
Note: Chemicals to be supplied as detailed in scope of work.

SCHEDULE-3 (Supply of subsidized Meals (breakfast/Lunch/Dinner):


Description
1.0. Vegetarian meals (Breakfast/Lunch/Dinner)
A. Breakfast:
 Idly (each 100 gms)–2 No.s, Vada (75 gms) -01 and Dosa ( 75 gms) -01 No. with
Chutni & Sambar, Tea/Coffee (125 ml) (or)
 Upma (200 gms) and Puri (75 gms )-2 Nos with Chatni and Sabji & Tea/Coffee (125
ml) (or)
 Pongal ( 200 gms) and Vada ( 75 gms ) -2 No’s with Chatni & Tea/Coffee (125 ml)
B. Standard vegetarian Meal:(Lunch/Dinner) (Subsidized)
i)Raw rice (cooked) – 200 gms or Chapathi – 4 Nos (50gms each) or
ii) Raw rice (cooked) – 100 gms & Chapathis – 2 Nos (50 gms each)
iii)Vegetarian Gravy curry – 200 gms
iv) Dal – 200 gms
v) Vegetarian Fried curry – 100 gms
vi) Rasam – 150 ml./ OR Sambar – 150 ml.
Signature of tenderer Sr.DME/Co-ord/SC
Page 20 of 76
Description
vii) Pickles – 10 gms.
viii) Curd – 100 gms.
C. Parcel vegetarian meal:
i) Chapathi – 5 Nos (50 gms each)
ii) Vegetarian Gravy curry – 200 gms
iii) Vegetarian fried curry – 100 gms.
iv) Dal – 200 gms
v) Curd rice – 150 gms

Description Quantity in Rate Value


units (₹) (₹)
1.1. Estimate cost for one meal (Break
Fast/Lunch/dinner) which includes the cost of 41
cooks & masalchi cum bearers.
1.2. Scheduled Quantity of subsidized meals
(breakfast/lunch/dinner) for 24 months (90%
31,328 41 ₹ 12,84,448.00
of per meal cost or Rs.41/- whichever is less)
: 1,06,568 x 41
GST @18% ₹ 2,31,200.64
Total cost of schedule-3 including GST ₹ 15,15,648.64
Note-1: Railways will pay 90% of the cost of meals or Rs.41/- whichever is LESS per
subsidized meal to the contractor towards subsidy. Balance will be borne by
the occupant. Occupants have to pay for the food item not covered under
subsidy. (Railway Board letter no. 2006/M (L) 467/2 dt.23.10.2015)
Note-2: No Non-vegetarian meals shall be served except supply of boiled egg or omelette.
Note-3: The contractor shall arrange to provide additional/extra items on demand by the
Occupants duly collecting the amount from the occupants as per clause 1.4 of
Detailed Scope of Work.
SCHEDULE-4 (Washing and ironing of linen):
Quantity for 24 Rate Value
S. No Description
months (Nos.) (Rs.) (Rs.)
1 Bed sheets 26,680 4.09 1,09,121.20
2 Pillow covers 13,340 1.49 19,876.60
3 Mosquito nets 528 5.95 3,141.60
4 Bed covers 528 5.95 3,141.60
5 Woollen blankets 264 7.44 1,964.16
6 Door& Window curtains 840 6.13 5,149.20
Total amount for 24 months ₹ 1,42,394.36
GST @ 18% ₹25,630.98
Total cost of Schedule-4 including GST ₹ 1,68,025.34

SCHEDULE-5(Supply of Purified Water for 24 months):


S. No Description Value(Rs.)
1 Comprehensive AMC of R.O plant of 250 ₹ 32,000.00
litres/hr capacity for 24 months.
GST @ 18% ₹ 5,760.00
Total cost of Schedule-5 including GST ₹ 37,760.00

Signature of tenderer Sr.DME/Co-ord/SC


Page 21 of 76
SCHEDULE-6 (Expenditure for newspapers & magazines):
S. No. Description Exp. for 2 years (Rs.)
News papers daily:
Deccan chronicle - 1
Hindi Daily-1
1 10,950.00
Eenadu-1
Vaartha/Andhra Jyothi -1
Regional Language-1

Magazines – Weekly:
India today(English) -1
2 India today(Hindi) -1 6656.00
Swathi (Telugu)-1
Maharastra Magzane-1
Estimated cost for 24 months 17,606.00
GST @ 18% 3,169.08
Total cost of Schedule-6 including GST 20,775.08

SCHEDULE-7 (Cost of gas for preparation of meals): Fixed Component.


Estimate cost for 2
No. of meals per Approx.
Rate years
gas cylinder Cylinders
(Rs.)
300 104 1,360.00 1,41,440.00
GST @ 18% 25,459.20
Total cost of Schedule-7 including GST 1,66,899.20

1. LPG cylinders shall be provided by the contractor himself for preparing food.
2. However, railways will reimburse the cost of gas cylinders as per price prevailed @
300 meals per cylinder for the quantum of meals prepared in a month.
3. Payment shall be made based on the original bills issued by PSU oil company submitted
by the contractor issued by the gas agency for the quantity as per the prorata mentioned
in point-2 above i.e., one cylinder cost (unit rate prevailed as per the bill) will be
reimbursed for supply of every 300 meals.
I/We offer the following rates for the work of “Outsourcing of maintenance of Running Room and
supply of subsidized meals to the occupants at Running Room at Bidar”.
On Schedules At Par Below (-) Above (+)
1 Not to be quoted
2
3
4
5
6 Not to be quoted
7 Not to be quoted Not to be quoted

Signature of tenderer Sr.DME/Co-ord/SC


Page 22 of 76
Rate shall be quoted by the tenderer in terms of percentage of the estimated value for the
above work. Tenderers are requested to read the tender document carefully and visit the site
before filling & submitting the tender document.
The quantities shown in the 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.
NOTE:
1. The percentage to be quoted by bidders shall be filled in both figures and words. In case of
quoted percentage having decimal places, only first two digits after decimal will be considered,
without any rounding off for third and more digits. If tenderer quotes ‘NIL’ or Negative
percentage or offers rebate/concession/discount on Schedule 1, then his offer shall treated
as non – responsive and will not be considered and EMD will be forfeited.
2. For schedule 2, 3, 4 & 5, the tenderer can quote Below/AT PAR/Above.
3. For Schedule-6 Rate shall be quoted only AT PAR or Below by the tenderer in terms of
percentage of the estimated value for the work. Rate should not be quoted in terms of
percentage of the estimated value for the work. If tenderer quoted above percentage it will
be considered only as AT PAR.
4. For Schedule-7 Rate shall be quoted only AT PAR by the tenderer in terms of percentage of
the estimated value for the work. Rate should not be quoted below or above in terms of
percentage of the estimated value for the work. If tenderer quoted above percentage it will
be considered only as AT PAR.
5. The tenderer has to quote only at par/below/above in % as applicable in the Schedule both in
figures and words. If there is any discrepancy among the % (percentage) quoted in words, %
quoted in figures, the % quoted in words will be taken as correct and final and total value will
be arrived based on the % quoted in words only.
6. The rates quoted in this schedule should be inclusive of all types of duties, taxes and levies
applicable to this contract including GST. Goods and Service Tax (GST) at prevailing rates, if
applicable for this contract and paid for by the contractor, shall be reimbursed at actuals to
the contractor if the bill for payment is supported by documentary evidence/proof of the
same without any interest.
7. Only revision in minimum wages as notified by the state Government or the central
Government, whichever is higher, from time to time will be compensated by PVC clause in OCC
(PART-IV).
8. Income tax/TDS and other statutory deductions as applicable will be deducted from every
monthly bill by Railways.
9. The rate tendered are for complete work in all respects. It will be deemed to include all labour,
supervision, materials, transport, including all leads, lifts, ascents, decants, crossing of Rly.
tracks and any other observations etc. unloading , loading , handling, rehandling, taxes, octrai,
royalty and compensation etc, all temporary works, erection maintenance, contractor’s profit
and establishment/over heads, together with all general risks, insurance liabilities and
obligations set out or implied in the contract.
10. The amount arrived at from percentage quoted, per month along with miscellaneous charges
in the commercial bid, would be treated as complete in all respect. It will be deemed to include
all incidental charges, supervision, transport, contractor’s profit and establishment

Signature of tenderer Sr.DME/Co-ord/SC


Page 23 of 76
/overheads, all risks& insurance liabilities, compliance of labour laws and other obligations set
out or implied in the contract.
11. Contractor shall be required to pay to its employees roped in for services under the contract,
based on category of minimum wages circulated by the Govt. Of India and deposit/disburse
other statutory dues to respective agencies /employees.
12. The duty hours of the manpower deployed by the contractor shall be a maximum of 8hrs per
day excluding rest/break). In case of exigency, contractor shall take approval from CCC/BIDAR
for deploying more than 8.00 hrs duty at a stretch. In that condition, the duty time exceeds
8hrs per day (excluding rest/break), OT charges shall be paid by the contractor to the
concerned manpower as per applicable Rules in Contract Labour (Regulation & Abolition) Act
1970 without any liability on the part of Railways.
13. The tenderer should offer all the materials for inspection before execution of work and
inspection will be done by the authorized Railway representative.
14. Any Item/Items of the work should be done by the contractor as per the specification.
However for any modification/Alterations of the Items/Work as per site conditions/
requirements should be done, as desired by the Railway representative.
15. The tenderers are advised to inspect the site before quoting for the tenders.
16. ESI and EPF payment for both the employer & employee portions will be paid as a
reimbursement to the contractor, after payment of the same by the contractor to the
concerned authorities of ESI and EPF as per the prevailing rates and on submission of
documentary proof towards the payment of ESI & EPF. Initially the amount will be deducted
from bill for 30 days multiplied number of labour of each category with applicable percentage
daily wage rate. It may be revised at later date as per Government norms during the contract
period.
17. The tenderer has to quote only at par/ below/ above in % in the Schedules both in figures and
words. If there is any discrepancy among the % (percentage) quoted in words and % quoted
in figures, the % quoted in words will be taken as correct and final and total value will be
arrived based on the % quoted in words only.
18. The rate quoted anywhere, other than the respective tender schedule shall not be
considered. Any corrections to the rate once quoted by the tender should be in INK and
must be attested by the tenderer. The tenderer has to sign at the bottom of every page of
the tender schedule.
19. The tenderer shall quote the rate only after studying the entire scope of work and schedule
of the contract.
20. The rate quoted in any other manner will make the tender invalid.
21. No correspondence/representation from tenderer will be considered for their failure to
quote the rate as state in the above.
22. Tenderers shall note that conditional/alternate offer will not be considered and the tender
will rejected, even though such condition makes them as the lowest tenderer.
23. Any over writing/correction has to be attested/ countersigned by the tenderer(s).
24. The rate quoted shall include the cost of man power, consumables, implements, supervision,
documentation, and any other cost direct or hidden and not mentioned above.

Signature of tenderer Sr.DME/Co-ord/SC


Page 24 of 76
PART-III
DETAILED SCOPE OF WORK
Outsourcing of maintenance of running room and supply of subsidized meals to occupants at
running room, Bidar for a period of two years.

1.0. Cooking & serving of food:


1.1. The contractor shall provide one cook and one masalchi-cum-bearer in each shift round
the clock i.e., 3 cooks & 3 masalchi-cum-bearers in a day. These staff are minimum
mandatory staff to be provided by the contractor. If any additional manpower required
for kitchen & dining, in order to avoid late preparation & serving of food with respect to
Clause 1.8 of “Detailed Scope of Work”, contractor shall arrange additional man power
free of cost. The wages for these workers is already included in the cost of meals.
1.2. The contractor should obtain License under FSS Act-2006 for the current year from FOOD
SAFETY ENFORCEMENT WING in CMD’s Office, Rail Nilayam, Secunderabad
1.3. The type/brand of raw materials to be used by the contractor:

S.No. Item Manufacturer

1 Rice: Rice shall be procured from a reputed


vendor, the quality of which shall be
Samba Masuri (or) accepted by Railway representative.
Bapatla Sannalu (or)
Nellore molakolukulu

2 Wheat Floor (ATTA)( Any one of


given below brands only): Hindustan levers Ltd.,
Annapoona Atta (or) ITC Ltd.
Ashirvad (or) Pillsbury General Mills India Pvt. Ltd.,
Pilsbury (or)
Any other brand having AGMARK

3 Cooking Oil ( Any one of given Agro foods Pvt. Ltd.


below brands only) Ushodaya Enterprises/Priya Brand
Ushodaya Enerprises/Priya Brand
Sundrop Sunflower (or) Adani Wilmar Ltd. Kurnool
Gold drop oil (or) Cargill Foods India (CFI)
Priya Sunflower (or) Marico Ltd.,
Priya Rice rich (or)
Sweekar (or)
Saffola (or)
Any other brand having AGMARK

4 Masalas MTR Foods Ltd.,


(Any one of given below brands Agri Gold Co.Ltd.,
only) Narendra
MTR Masala (or) Ushodaya Enterprises
Agri Gold Masala (or)
Everest Masala (or)
Priya Masala (or)
Any other brand having AGMARK

Signature of tenderer Sr.DME/Co-ord/SC


Page 25 of 76
5 Dal Products :(Free from stones, Dal products shall be procured from a
bad smell, insects, foreign reputed vendor, the quality of which shall
particals/items and be accepted by Railway representative.
artificial/synthetic colours)

6 Milk & Curd : Nandi or Jersey or Vijaya or Sangam or


Dodla or any other brand which is
recommended by DME/O&F/SC and
approved by Sr.DME/Co-Ord/SC. Fresh curd
prepared from above brands of Milk shall
be served in cups.

Railways will pay 90% of the cost of meals/breakfast or Rs.41/- whichever is less per
meal/breakfast to the contractor towards subsidy. Balance will be borne by the occupant.
Occupants have to pay for the food item not covered under subsidy. (Railway Board letter no.
2006/M (L) 467/2 dt.23.10.2015)
1.4. The following additional/extra items shall be supplied by the contractor on demand to the
occupants by collecting the amount as mentioned against each from the occupants :

Additional/Extra items Rate (in Rs.)


Veg. Curry – 200 gms. 15
Dal – 200 gms. 10
Sambar – 200 ml. 5
Butter milk – 250 ml. 10
Rasam – 150 ml. 5
Curd – 100 ml. 10
Rice (extra) – 200 gms. 10
Chapathi (50 gms each without oil) 5
Papad – 1 No. (Big). 5
Boiled egg – 1 No. 5
Egg Omelette – with one egg & onions 10
Egg Omelette – with two eggs & onions 15
Coffee – 125 ml. 10
Tea – 125 ml. 6
Milk – 125 ml. 10
Package charges for a parcel meal.
5
(food material should be packed in an aluminum
The item list indicated is only on sample basis. The other list of items, quantities and rates can
be worked out jointly by the contractor and Railways depending on the choice and preference
of the inmates in due course of time and contractor shall be bound to agree for additions and
deletion of the food item to be cooked and served in the running room. Periodical checking by
Railway health officials will be conducted for the hygienic quality and taste of the food items
served. For the preparation of food, the entire expense for provisions, ingredients, should be
met by the contractor.

Signature of tenderer Sr.DME/Co-ord/SC


Page 26 of 76
1.5. A MENU board shall be provided in the Dining Hall, in which the Contractor’s name, the
list of food items served with details of Quantities & Rate charged shall be displayed in a
visible manner.
1.6. The contractor staff working in kitchen shall wear gloves, head cap/scarf for covering
hair and chappals. The plastic/Hawai type chappals shall be procured by contractor
which should be used exclusively in the kitchen. Before entering into the running room,
the contractor staff shall leave their footwear outside the running room and use the
earmarked chappals in kitchen. Before leaving kitchen, the chappals shall be left at
suitable earmarked location.
1.7. The food shall be cooked & served in the Running Room to the genuine occupants only
i.e., only to the crew who brings the Token/coupon from the crew lobby.
1.8. Contractor shall ensure availability of food to the occupants at the following time for
each type of item:
S. Maximum time for serving
Type of food item Availability time
No. after order (in minutes)

1 Breakfast Between 06:00 AM+ 60


and 11:00 AM

2 Lunch/Dinner/Parcel Meal From 11:30 AM 90


onwards and upto
05:00 AM of
following day

3 Tea/Coffee/milk on demand as Round the clock 20


an additional item

4 Other additional/extra items on Between 11:30 AM 120


demand and 08:00 PM

Any deficiency in preparation and late serving of food, Cleanliness of Kitchen and dining
room will attract fine as per penalty clause applicable.
1.9. One Meals Ordering Register as per Annexure-6 shall be maintained. Each of the
occupants shall place the order for Meal/Breakfast in the Ordering register. The
availability, preparation and service time of food items shall be strictly followed.
1.10. The contractor shall arrange to provide Meals/Breakfast as per the stipulations given in
schedule- 3 of Part-II.
1.11. The contractor shall arrange to prepare the food items and serve to the occupants in
hygiene/hot condition.
1.12. Contractor shall maintain separate cooking utensils for preparing Veg items and Non-
Veg item i.e. Boiled egg/omelets.
1.13. Only reputed, branded (Agmark or ISI) and certified provision items shall be used in
preparation of subsidized meals by the contractor.
1.14. If the occupant does not wish to have subsidized meals of standard schedule menu as
per the prescribed rates mentioned in Schedule of Rates, the contract staff shall prepare
only vegetarian meals with the raw materials supplied by the occupants on payment of
Rs.10/- meal to be paid by the occupants to the contractor.

Signature of tenderer Sr.DME/Co-ord/SC


Page 27 of 76
1.15. The printed token subsidized meals/breakfast booklets with counter foils with serial
numbers and other details as mentioned below shall be printed by the contractor and
shall be supplied to the Railways.
a. Name of the firm with contractor’s signature and firm seal.
b. Serial number of token, Date and time of issue of token.
c. The name and designation of the crew/guard.
d. Train no, sign-Off time.
e. Signature of the crew on the counter foil.
f. Counter signature of the duty crew controller.
g. On duty BA testing Railway employee/on duty CC shall issue the tokens to the
occupants who shall produce the same for obtaining the meals/breakfast.
h. For each occupants Maximum of 02 (two) meals, 01 (one) breakfast and one parcel
meals to be given in a calendar day.
1.16. The contractor shall arrange LPG Cylinders and their refills, Gas burner and accessories.
However, the presently available Gas stoves can be made use by the contractor and
Returned to Railways after completion of contract. In the event of non availability of
gas (cylinders), the contractor shall resort to alternative arrangements and provide a
gas filled spare/reserve LPG cylinders to ensure un-interrupted services. Contractor
should ensure one week stock at all time.
1.17. The un-used utensils & materials shall be kept at earmarked places. The kitchen & dining
area shall always be kept neat and tidy.
1.18. The contractor shall maintain Occupant-wise Order Register & Daily Summary Register as
per Annexure- 6 & 7 respectively.
2.0. Supply of Purified Water:
2.1. AMC of R.O plant of 250 liters/hr capacity (or higher) for 24 months by the Contractor
for the specification as below.
2.1.1. Typical Technical specification of 250 LPH R.O system
Quantity one
Brands Kent, Tata swatch, HUL pureit, Luminous Livpure
and Essel Nasaka or any reputed brand.
Feed rate water flow 2000 liters/hr
Permeate flow rate 250 liters/hr
Recovery 60%
Maximum TDS Rejection 95 %
Feed water TDS 2000 Max
Piping Food grade APVC

2.1.2. All civil works including plumbing work, from raw water tank to R.O plant, then to
waste water pipeline endpoint and electrical wiring work shall be done by contractor.
2.1.3. Two purified water tanks of 500 litres or more capacity are to be arranged by
contractor.
2.1.4. Railways will provide only open cover roof shed, raw water and electrical single phase
power supply source.
2.1.5. Contractor should cover the comprehensive AMC with OEM/ OEM authorized service
provider to maintain break free & efficient working of R.O plant in such a way that the
TDS of water is maintained at any point of time, will be less than 125 ppm and fluorine
content will be less than 1.5 ppm.

Signature of tenderer Sr.DME/Co-ord/SC


Page 28 of 76
2.1.6. All cost including for preventive and breakdown maintenance and
consumables/servicing shall be borne by the contractor. The typical preventive
maintenance activities are listed below:
2.1.6.1. Sand filter & AC filter back wash has to be done once in 2 to 3 days (depending on raw
water).
2.1.6.2. Micron filter has to be cleaned once in 10/12 days (depending on raw water)
2.1.6.3. Every 3 months (20”) pre filter candles (qty 2 Nos.) to be changed.
2.1.6.4. To ensure once in every 3 months, a technical engineer from OEM/OEM authorized
service provider shall visit for periodic maintenance & check.
2.1.7. R.O plant shall give uninterrupted daily output which will satisfy the requirement at
the rate of 4 litres per meal provided to the occupant which inclusive of meals
preparation and drinking water purpose.
2.1.8. In the case of breakdown of R.O. plant, the contractor shall bring the required quantity
of purified R.O. water from outside reliable agency with his own risk & cost. No extra
payment will be done in this regard.
2.2. Total Dissolved Solids (TDS) shall not exceed 125 PPM. Water shall be tested randomly
with TDS meter/instrument at least once in a week jointly by CLI/CCC/BIDAR and SC &
contractor’s representative. One TDS meter/instrument shall be procured and made
available at Running Room by the contractor at his cost.
2.3. Daily supply of purified water & weekly random check of TDS shall be recorded in a
register as per Annexure-8.
2.4. Railways will pay the accepted schedule item amount on prorata basis.
3.0. Washing, Drying & Ironing of linen:
3.1. The soiled/dirty linen such as bed sheets, pillow covers, mosquito nets, bed covers &
door/window curtains at Running Room, Bidar shall be collected, washed, dried and
returned as per washing schedule given below.
Sl. No. Item Periodicity of Washing
1 Bed sheet After every occupant usage
2 Pillow cover After every occupant usage
3 Bed cover Monthly
4 Mosquito net Monthly
5 Door/window curtain Once in a month
6 Woolen blankets Once in two months (dry wash)
3.2. Linen shall be washed and ironed except mosquito nets.
3.3. It shall be ensured that no oil stains remain after washing of linen.
3.4. The contractor shall use detergents such as Rin, Surf Excel, Tide & Ariel of reputed
make. In case of non-availability of the above brands, only brands as approved by
Sr.DME/Co-ord/SC shall be used. The contractor shall ensure that fabric of linen is not
damaged with the usage of any inferior/spurious brands.
3.5. The Railway authorized representative/representatives has/have the right to visit the
work spot during the execution of the contract work to inspect washing & drying of
linen/woollen blankets and inspect the equipment, laundry detergents & chemicals
used for the purpose of general process of cleaning without prior intimation. If it is
found that approved cleaning/washing materials are not used, necessary penalty shall
be imposed against the contractor.
3.6. Washing, drying & ironing of linen shall NOT be carried out at Running Room premises.
3.7. The contractor shall make proper arrangements to ensure that required number of
washed linen available round the clock, and the minimum stock sufficient for the next
2 days shall always be kept.

Signature of tenderer Sr.DME/Co-ord/SC


Page 29 of 76
3.8. A proper accountal of linen (Dhobi Register) as per Annexure-9 shall be maintained by
the contractor for the linen sent and received after washing. The quantity of linen sent
and received after washing shall be properly accounted by the contractor.
3.9. The contractor shall make proper arrangements to ensure that the required number of
fresh linen is available round the clock and at every point of time the stock sufficient
for the next 2 days shall be maintained.
3.10. The quality of washed linen should be ensured by the contractor, washing should be
done in clean, safe and soft water, using standard chemicals/detergents/softeners of
reputed brand. Lenin shall be free of stains; it should be neatly ironed, folded and kept
in a separate cupboard.
3.11. Woolen blankets to be stored in a separate Almarah, to be supplied to occupants on
demand.
3.12. If any of the linen is lost or damaged, the cost of the same shall be recovered from the
oncoming bills as per the prevailing market price.
3.13. Provide fresh two bed sheets & one pillow cover to the occupant on arrival and to
remove the soiled linen on vacation of the bed by the occupant.
4.0. Housekeeping of Running room at Bidar:
4.1. The contractor shall provide stipulated manpower & cleaning materials/implements
required for keeping entire running room and its circulating area including garden
neat and clean, free from insects. Approximate total area of housekeeping is 3131 sq.
meters that includes Build up area & open areas. The contractor shall ensure
watering of plants daily, trimming of plants and de-weeding of waste vegetation at
regular intervals. Railways will provide soil, manure & lawn mower for maintaining
aesthetics of garden/open area. The contractor shall arrange required hand
tools/implements & insecticides for maintaining garden at his own cost.
4.2. Liquid mosquito repellent shall be provided at all the points provided in each room.
As and when exhausted they shall be replaced with new refills. Procurement of refills
shall be planned by the contractor and at every point of time sufficient number of
spare refills shall be made available at the Running Room.
4.3. Minimum staff to be deployed per day for housekeeping of Running room including
kitchen and dining work and loading of sand in locomotives is as follows:

Sl.
Designation 1st Shift 2nd Shift 3rd Shift Total
No
Housekeeping Manager
1 1 1 1 3
(Supervisor)
Helper for housekeeping and
2 2 2 2 6
serving call book etc.
Helper for loading of sand in
3 1 1 1 3
to locomotives
4 Safaiwala(RR) 1 1 1 3
5 Cook 1 1 1 3
6 Masalchi cum bearer 1 1 1 3
Total Manpower 7 7 7 21

4.4. Loading of sand in sand boxes of locomotives,


4.4.1 Each locomotive shall be loaded with sand in locomotives sand box as per requirement
and one bag to be kept spare in driver cab in locomotive if necessary.

Signature of tenderer Sr.DME/Co-ord/SC


Page 30 of 76
4.4.2 The empty sand bags to be handed over to the sand contractor and shall be disposed off
as per the contractor’s convenience. Railway shall have no responsibility on empty bags
account.
4.4.3 A complete record of number of sand bags delivered, number of bags available, quantity
of sand loaded in each locomotive with loco number, time, loco pilots name and signature
as per annexure-12 shall be maintained. which shall be counter signed by the concerned
crew controller.
4.4.4 In normal case one person shall be deployed per shift for loading of sand and three such
shifts shall be operated in a day i.e., 06:00 hours to 14:00 hours, 14:00 hours to 22:00
hours and 22.00 hours to 06:00 hours.
4.4.5 The sand boy on duty should be available on easy access to BET/CC round the clock. He
should not leave the premises without the permission of BET/CC.
4.5. Cleaning materials/implements consumption for Housekeeping of Running Room Running
Room Annex, Crew Lobby & crew lounge to be provided by the contractor:
Sl. No. Description Qty. per month
1 Cleaning solvent for Toilets - Harpic 7.6 Lts.
2 Room Freshener spray premium make 8 Lts.
Liquid Soap in dispenser for washing hands -
3 7.5 Ltrs.
Dettol/Lifebuoy
Liquid Mosquito repellent refills - All Out any other
4 4 Nos.
approved brand
12
5 Odonil Cubes
(each 50Grms)
6 Disinfectant Liquid – Domex 5 Ltrs.
7 Solvent for cleaning of Glass – Colin 1/2 Ltrs.
8 Mopping cloth for cleaning floor 5 Mtrs.
9 Naphthalene Balls 1 Kg.
10 Sweeping Broomstick 20 Nos.

At the commencement of the contract (first month), the contractor shall deposit 45 days
consumption stock to RR care taker. Thereafter, the contractor shall hand over all the
cleaning materials for one month requirement during 1st week of every month to the care-
taker well in advance in the presence of Running Room in-charge (CLI/CCC /Bidar).
4.6. All the rooms, dining hall, kitchen of running room shall be cleaned twice in a day.
Beds, tables, chairs, lockers, almarahs, shelves & other furniture’s and windows & doors of
the Running Room shall be cleaned once in a day and shall be kept neat and free from
dust.
4.7. All the fans, coolers & lights shall be cleaned at least once in a week.
4.8. Cleaning of bathrooms, lavatories, urinals, wash basins’ surface area, etc., shall be done
thrice in a day and also to be cleaned on demand by the occupants.
4.9. Water filter & water cooler shall be cleaned once in fortnight.
4.10. The contract staff shall tie up with the Railway sanitary staff for disinfestations of running
room and its circulating areas once in a month and ensure free from cockroaches, bugs &
other insects.
4.11. Contractor shall maintain all assets available in Running Room in proper condition duly
attending very minor repairs, if needed. However, any engineering or electrical repairs shall
be attended by the Railways for which intimation has to be given to CLI/CCC/BIDAR or
DME/O&F for immediate rectification.
4.12. Necessary instructions shall be given to the watchman/gardener to prevent
outsiders/miscreants entering into the running room.

Signature of tenderer Sr.DME/Co-ord/SC


Page 31 of 76
4.13. Allotment of bed to the running staff on arrival in running room and entering their details
in the occupation Register. Bed number is provided by Railways. This system shall be
maintained by the contractor for allotment purpose.
4.14. Providing fresh/washed linen on the allotted beds to each running staff on his arrival in the
running room and collection of used/soiled linen from the beds vacated.
4.15. Housekeeping manager shall receive the warning call & definite call by BET/CC and the
same shall be served in time to the occupant concerned.
4.16. The contractor shall ensure watering of plants on daily basis, trimming of the plants
wherever necessary and also plant new plants in place of dried ones.
4.17. The contractor’s supervisor/representative shall collect the feedback forms (or) in Register
from the occupants as desired by the Railways and maintain proper record of the same.
4.18. The contractor shall maintain the register for execution of housekeeping work as per the
format given in Annexure-10.
4.19. MAINTENANCE OF ELECTRICAL APPLIANCES: All the available electrical equipment (except
geyser, air cooler, tube lights, fans water cooler and exhaust fans) in the kitchen and dining
hall. The important items to be maintained for basic cleaning and minor repairs are
Refrigerator, Mixer grinder, inset killer, Bain marry, Industrial exhaust system, Wet grinder
etc. These will be handed over to the contractor, he shall maintain the same in good
working order and the same shall be returned back to Railways in good working condition
after contract period is completed. Any damages/repairs caused shall be recovered from
the contractor.
4.20. An indemnity Bond of Rs.5 lakhs is to be executed by the contractor for the value equal
to the items handed over by Railway before taking over charge of Running Room.
5.0 List of Equipment/Items & Provision of Material:
Provided & Maintained by Contractor
1 Magazines & Papers in Reading Room as per Schedule.
2 Registers/Records as per 5.2.
3 Man power trained in First Aid & Fire Fighting equipment.
4 Uniform & ID cards for contract labour.
5 Medical Examination of contract staff other than safaiwalas.
6 R.O plant of 250 Liters/hr capacity.
7 Total Dissolved Solids (TDS) measuring instrument – 1 No.
Provided & Maintained by Railways
1 Provision of Generator set as a standby.
Wherever necessary, boundary wall/fencing shall be provided for the Running
2
Room.
3 Concrete roof.
4 Even flooring.
5 Furniture & its major repairs.
6 Entrance gates /Doors and windows (Provision and repair portion only).
7 Proper ventilation & lighting – Electrical fittings/wiring, fans & lights.
8 Iron box, washing machine.
9 Air coolers/Air cooling systems and water cooler (electrical parts)
10 Geysers, exhaust fans, hand dryers.

Signature of tenderer Sr.DME/Co-ord/SC


Page 32 of 76
11 Shoe shining machine
12 Automatic washing machine
13 Trouble shooting boards.
14 Provision of Railway & DOT phones.
15 One First Aid Box & Fire Fighting equipment in each floor.
16 Boards of Dos, and Don’ts and other literatures.

Provided by Railways and Maintained by Contractor.


1 Good quality Linen shall be provided. Washed linen shall be given to each
occupant.
Adequate Toilet facilities, Toilets & Urinals-Flush type and Urinals shall be
2
kept clean & hygienic.
Cots with mattresses with mosquito net system & curtains and other
3 furniture including doors & windows which are to be attended for
cleaning/dusting daily & minor repairs
4 Meditation Room.
5 Door mats at entrance & bed mats at all Cots.
6 Greenery around running room & gardening.
7 Cleaning & water filling for air cooler.
8 Cooking utensils shall be of Stainless steel make.
9 Recreation other than Newspapers & Magazines.
10 Provision of Insect Killers, Grinders etc. on need basis.
11 Numbering of beds.
12 Water cooler (cleaning), inset killer, Bain Marie, Industrial exhaust system.
13 Refrigerator.
14 Big size looking mirror in each room.
15 Hot water vessel cleaner.
16 Table with chair & wall clock in each room.
17 Natural scenery in each room.
18 Train timing board.
19 Bed occupation board.
20 Name board of Running Room
21 Mixer/wet grinder.
22 Electronic Chimney.
23 All out mosquito repellent in each room.
24 Vacuum cleaner.
25 Complaint book.
26 Facilities available board
27 Lawn mower with soil, manure & plants required for gardening.

5.1. All the above items shall be taken over by the contractor and the details of quantities
available at the commencement of the contract and any further additions to these items
shall be made available in a register. The availability of these items can be checked at
any of time by the Railways.

Signature of tenderer Sr.DME/Co-ord/SC


Page 33 of 76
5.2. Contractor shall maintain the following registers separately as per the format given by
the Railways at his own cost & shall produce at any time if required by railway
authorities. The registers shall be signed jointly by the Railways and the Contractor’s
representative.
S. No. Description of the Register
1. Complaint Register.
2. Occupation Register.
3. Disinfestations Register.
4. Meals Ordering Register as per Annexure-1
5. Subsidized meal consumption register as per Annexure-2
6. Purified water supply register as per Annexure-3
7. Linen Register as per Annexure-4
8. Housekeeping of RR & Rest room register as per Annexure-5
9. Paper & magazines supply register as per Annexure-6
10. Sand and crew box loading activities register Annexure-7
11. Register for cleaning materials/implements for housekeeping
12. Repair/Misc. works register.
13. Feedbacks register.
14. Medical Certificate folder.
15. All registers/records as per statutory obligations/provisions.

Signature of tenderer Sr.DME/Co-ord/SC


Page 34 of 76
PART – IV
OTHER CONDITIONS OF CONTRACT
1.1 Lodging & catering arrangements for approximately about 22 running staff per day shall be made
in running room. However, Railways reserves the right to increase / decrease the number of
running staff depending upon train operations.
1.2 The contractor shall provide occupation register in the prescribed format for entering details of
running staff and take their signatures. The contractor shall enter the details of running staff,
written on the token/coupon issued by the Railways representative to authorize the running staff
in the occupation register. In addition to this, the contractor shall take the signature of running
staff at the time of arrival & departure from running room. The occupation register along with all
tokens/coupons shall be deposited with the railways representative at the end of the month. The
tokens/coupons shall be printed in prescribed form by the contractor and provided in advance to
the Railways.
1.3 Sufficient staff shall be deployed by the contractor for housekeeping and other allied works of
running room and avoid delay in preparation of food, serving of call etc. If any train is detained
due to negligence of contract staff, penalty shall be levied.
1.4 The contractor shall ensure that all employees/persons engaged/authorized by him for carrying
the work, behave properly with Railway officers and staff. In the event of any misbehaviour,
reported by concerned Loco Inspector/CCC/In-charge (IC), contractor shall immediately withdraw
such employee/person from the work
1.5 The successful tenderer shall be required to submit Aadhaar card/Voter ID along with the local
police verification certificate from their native places of the labour proposed to be deputed for
this work.
1.6 The Contractor shall ensure that no damages to the Railway property takes place due to any act
of his workmen, while carrying out the work under this Contract. If any damage occurs due to
negligence of contract staff, it shall be made good by the contractor and the cost of such damages
shall be recovered from the CC bills/PG of the contractor.
1.7 The subsidy for a meal would be Rs.41/- or 90% unit cost of meals, whichever is LOWER. The
contractor shall collect the balance amount from the occupants.
1.8 The contract staff shall behave in a polite manner with the occupants and no room should be
given for complaints.
1.9 The contractor shall ensure cleaning of all utensils and also cleaning of kitchen ware on daily basis
and furniture at regular intervals. In case of any reported damages to the kitchen ware &
furniture items, the loss towards such damages would be recovered from the CC bills/SD/PG as
the case may be. The amount of loss would be determined by the railways which is final and the
contractor cannot prefer any claim over the same.
1.10 The contractor shall depute an able and educated representative to oversee the day to day
execution of work.
1.11 The contractor shall submit a physical fitness certificate of the persons employed by him for
kitchen activities, cooks, Asst. cooks & bearers as regards immunity against any kind of
communicable diseases at least once in 6 months from Railway Doctor or State/Central Civil
Surgeon.
1.12 For any electrical appliances intended to be provided by the contractor shall have the written
permission of railway to avoid wastage of electrical power.
1.13 Any complaint with regard to running room infrastructure, water supply & electricity shall be
reported to the railway representative and mitigate the hardship.
1.14 It shall be the responsibility of the contractor to keep kitchen clean and tidy. All the staff
provided by the contractor shall wear uniform, hand gloves, ID cards indicating their name,
address, blood group & designation etc., and wear them while on work, the cost of which shall
be borne by the contractor. The contract staff shall be free from skin diseases & breathing
Signature of tenderer Sr.DME/Co-ord/SC
Page 35 of 76
problem and other infectious diseases. The contract staff shall undergo medical examination
conducted by the railway doctor once in 06 months, the cost of which shall be borne by the
contractor.
1.15 Name, Address, Photograph & other particulars of staff being deputed shall be submitted by
the contractor in advance.
1.16 The contract staff are not authorized to use running room facility for resting & bathing
purposes. If any staff found availing the facility, necessary penalty shall be imposed by Railways.
1.17 Washing & drying and ironing of linen shall not be carried out at Running Room premises. No
facility of running room shall be used for these activities.
1.18 .The work shall be carried out without affecting the Railway working and in consultation with
DME/O&F or Chief Loco Inspector/Chief Crew Controller or his authorized representative.
1.19 It shall be the responsibility of the contractor to arrange necessary rest/leave to his employees
and on any specific day, the minimum prescribed contract labour shall remain present for the
work. No additional payment shall be made for working in holidays/Sundays.
1.20 The contractor shall bear the costs for transportation of men & materials for carrying out the
work.
1.21 If the Work is stopped for any reason including strike by the labourer, it shall be the
responsibility of the contractor to make alternate arrangements and ensure un-interrupted
services.
1.22 The decision of Sr.DME/Co-Ord/SC shall be final in case of any dispute arising out of and in the
course of execution of contractual obligations and the contractor shall abide by the decision
given.
1.23 Railway reserves the right to extend the contract for period up to three months in case
schedule quantities are not completed within 2 years.
1.24 The uniforms of staff deputed by contractor should be as following:
1) Cooking staff - Green uniform with matching apron and whitecap.
2) Serving boys - Green uniform with cap.
3) Safaiwala - Blue uniform.
4) Sand boys - Khaki uniform
5) Remaining all - Khaki uniform
Note:
a. Uniform of contractor staff should be appropriate size, neat, clean & Ironed.
b. All the contractor staff engaged for this work should have plastic/metal badge with name
and designation.
c. Change of uniform if any will be decided only after consultation with Railway authority. No
change in uniform or change in colour of uniform will be allowed to the contractor without
prior permission of Railway authorities.
2.0 Inspection cum Certification:
2.1 Quality of works carried out shall be jointly certified by Chief Loco Inspector or his nominated
representative along with contractor‘s representative. Records as per Annexure 6,7,8,9 & 10 to
this effect shall be maintained by the contractor which will form part of the CC bill for the
completed month. DME/O&F will counter check randomly at least 20% of monthly quantities.
2.2 Any complaint/grievance with respect to evaluation data recorded by the Caretaker shall be
reported to CLI/CCC/BIDR by the contractor supervisor which will be counter checked by
CLI/CCC/BIDR. However, the decision of the counter checking authority and the rating/evaluation
recorded is binding on the contractor.
2.3 The contractor shall present in advance at Running Room to any higher Officials (CME or higher
authorities) inspection in order to give special attention for all schedule activities of contract.
3.0. Work Diary:
The depot will open a Work Diary in which the Contractor will indicate the details of works
carried out daily and it shall be jointly certified by CLI/ CCC/BIDR or his nominated representative

Signature of tenderer Sr.DME/Co-ord/SC


Page 36 of 76
& the contractor’s representative daily. The extracts of this work book will form part of the
monthly bill for verification.
4.0. Payment:
4.1 The contractor shall submit on account bill for the work executed in the previous month on or
before 5th of the following month to the consignee along with Measurement Book, which shall
be forwarded to Divl. Office duly certified for arranging payment.
4.2 Proof of compliance of payment of minimum wages, EPF, ESI to the entire contract Labour/Staff
as per the list furnished shall be submitted for the bill claimed month.
4.3 ESI and EPF payment for both the employer & employee portions will be paid as a
reimbursement to the contractor, after payment of the same by the contractor to the
concerned authorities of ESI and EPF as per the prevailing rates and on submission of
documentary proof towards the payment of ESI & EPF. Initially the amount will be deducted
from bill for 30 days multiplied number of labour of each category with applicable percentage
daily wage rate. It may be revised at a later date as per Government norms during the contract
period.
4.4 The monthly bill claimed is certified by the CLI/CCC/BIDR and counter signed by the
DME/O&F/SC after fulfilment of the following Conditions:
4.5 The contractor shall have paid the minimum wages to the contract staff engaged for this work.
4.6 The payment shall be based on the evaluation done by nominated inspecting official as per
daily inspection-cum-certificate, subject to deductions for penalties imposed, security deposit
and other statutory obligations.
4.7 Bank account: The tenderer shall furnish the particulars of name of bank, account no., bank
code and branch etc., along with the tender in the mandatory form as per Annexure-‘G’.
4.8 Consignee cum bill certifying nominated supervisor: Chief Crew Controller/Bidar.
4.9 Bill certifying officer cum forwarding authority: DME/O&F/SC.
4.10 Bill passing authority: Sr. Divisional Mechanical Engineer/Co-Ord/SC. S.C.Railway,
Secunderabad.
4.11 Bill paying authority: Sr. Divisional Finance Manager, S.C. Railway. Secunderabad.
4.12 Income Tax: In terms of income tax Act 1961 as amended from time to time, the Railway
Administration shall at the time of arranging payment to the contractor be entitled to deduct
income tax @ 2% & surcharge on income tax @ 12% in case of individuals & 15% in case of
companies & education cess @ 3% on income tax & surcharge.
4.13 Compliance at the time of bill forwarding: The bill certifying/nominated supervisory official
shall certify the following in the forwarding letter to the Divl office, while submitting the bill
for processing for payment.
4.14 He has checked as per periodicity, the contract staff muster roll (Attendance register) and
counter checked by CCC/ Bidar
4.15 The nominated supervisory official witnessed the wage payment made in cash. In case of bank
payment, necessary documentary proof shall be submitted along with the bill.
4.16 The wage payment transaction record shall be counter checked by the CLI.
4.17 The contractor has paid EPF & ESI in favour of the contract staff engaged & the documentary
evidence/proof to this effect shall be submitted to the Railway field work centre office.
4.18 Before forwarding the bill for payment, consignee (Bill certifying supervisor), Bill certifying
officer cum forwarding authority shall ensure all the above besides the Mandatory condition
of test checks to be done as per the stipulations.

Signature of tenderer Sr.DME/Co-ord/SC


Page 37 of 76
4.19 Payment shall be arranged by the Sr.DFM/SC on NEFT for which the contractor shall submit
NEFT form duly filled in as per Annexure-H.
4.20 Any statutory levies imposed by the State or Central Government from time to time during
the currency of the contract, shall be borne by the Contractor.
4.21 Income tax, Surcharge on IT etc., as applicable from time to time will be deducted from the
bills of the contractor.
4.22 Statutory levies such as income tax, Penalties if any shall be deducted from the CC bills of the
contractor.
5.0. TESTING /INSPECTION/SURPRISE VISIT:

Officers of Railways Administration may carry out surprise checks about the execution of
various activities of Running Room contract at any point of time. Penalty will be imposed in case
of any reported deviations about quality, quantity and timely arrangement of food and other
activities of Running Room Contract execution.
Any adverse remarks passed during inspections by the inspecting officers in execution of the
work, the penalties shall be imposed as below:
Sl. Inspecting authority Maximum penalty per
No occasion (in Rs.)
1. Sr.DME or its equivalent level authority 3000/-
2. CMPE/DSL or its equivalent level authority 3500/-
3. CME or its equivalent authority or higher authority 5000/-
All the penalties stated above will be deducted from the monthly bill of the contactor and
decision of railway administration will be final and abided by contractor.
6.0 PENALTY CLAUSE:
Penalty will be imposed against the contractor if any deviations observed during inspection by
Railway representative/officials & complaints received during execution of contract work by the
contractor, as detailed below, which will be deducted from the CC bill of the contractor.

S.
Nature of deviation Penalty
No.
For any written complaint registered in Up to Rs.1000/- shall be levied per
Running Room complaint register by occasion after due verification of
running staff for supply of un- genuineness of compliant followed with
1. hygienic/perished/sub-standard meals recommendation of Running Room in-
other than complaints related to taste or charge (CLI/CCC) and also approved by
increase/ decrease levels of Sr.DME/Co-ord/SC or by any Higher
oil/salt/spiciness in the food items. authority for levy of quantum of penalty.
Rs.100/- per hour or part of hour shall be
2. For delay in serving of meals
levied per occasion after counter check by
(breakfast/lunch/dinner/parcel meal)
Running Room in-charge (CLI/CCC)
For non-usage of Specified/accepted Up to Rs.1000/- shall be levied per
3. provisions as stipulated in clause 1.2 Part- occasion after counter check by
II Detailed Scope of Work. DME/O&F/SC or by any Higher authority.
4. In case Total Dissolved Solids (TDS) of
Rs.500/- shall be levied per occasion.
water exceeds 125 PPM.
Failure to supply the required quantity of Rs.500/- shall be levied per day besides
5. purified R.O. water per day as per clause recovering the amount as per the accepted
2.1.7 & 2.1.8 of Part-II Detailed Scope of schedule rate per day as per clause 2.0 of
Signature of tenderer Sr.DME/Co-ord/SC
Page 38 of 76
work. Part-I schedule of rates & quantities.
Rs.250/- shall be levied per occasion after
6. For improper cleaning of linen/availability
counter check by Running Room in-charge
of any stains.
(CLI/CCC)
For not washing linen/woollen
7. blankets/curtains as per the periodicity of
Rs.100/- shall be levied per occasion.
washing mentioned in Clause 3.1 of Part-
II Detailed scope of work.
8. For not changing linen for every change of
Rs.50/- shall be levied per occasion.
occupant.
For non-usage of approved Cleaning
Rs.2000/- shall be levied per occasion after
9. Agents/Chemicals for washing & ironing of
counter check by ADME/ DME/O&F/SC or
linen/woollen blankets, as per clause 3.4
by any Higher authority.
of Part-II Detailed Scope of Work.
For reported washing & ironing of linen
10. within running room premises, in
Rs.500/- shall be levied per occasion.
contravention to clause 3.6 of Detailed
Scope of Work, Part-II.
Rs.500/- shall be levied as penalty per
For failure to deploy specified contract occasion besides recovering minimum
11. staff as stipulated in clause 4.2 of Part-II, wages in force for un-skilled/skilled staff
Detailed Scope of work falling short of specified men in the
contract.
For delay in depositing one month stock of
12. cleaning chemicals/implements to the Rs.100/- shall be levied per day or part of
Caretaker as specified in Clause -. 4.3, day
Part-II Detailed Scope of work.
13. Improper cleaning of running room/crew
Rs.500/- shall be levied per occasion.
lobby/rest room.
Detention caused to train services due to
14. late/non-serving of call to crew by
Rs.1000/- shall be levied per occasion.
contract staff, as per clause 4.15 of Part-II
Detailed Scope of work
For not wearing uniform/ID cards by any
contract staff and/or Not wearing hand
15. Rs.10/- shall be levied per person per
gloves, head scarf and chappals
occasion.
(exclusively earmarked for usage in
kitchen) by kitchen staff.
16. Non wear of uniforms Rs.10/- per person per occasion
17. For abrupt stoppage of work for any
Rs.500/- shall be levied per day.
reasons whatsoever
Rs.500/- shall be levied after verification of
genuineness of complaint followed with
recommendation of Running Room in-
18. For reported misbehavior with running charge (CLI/CCC), on first occasion. If
staff/Railway officials repeated by one and the same person,
Rs.1000/- shall be levied and the person
shall be disallowed to work further in
Running Room.

Signature of tenderer Sr.DME/Co-ord/SC


Page 39 of 76
Any contract staff found in an intoxicated Rs.1000/- shall be levied in addition to
19. condition, which is proved with non-allowing of that person to work
breathalyzer test. further in Running Room.
20. Contract staff found using running room
Rs.500/- shall be levied per occasion
facilities for resting & bathing
If any unauthorized person found in the
running room during inspection by
Railway officials or reportedly using the
21. Rs.1000/- shall be levied per person per
facilities of running room.
occasion.
Un-authorized person means a person
who is not authorized to use Running
Room.
22. Non loading of sand bags. Rs. 500/- shall be levied per occasion.

7.0 CONSERVANCY CHARGES:


The conservancy charges as applicable and modified from time to time will be recovered from
contractor’s running bills.
Average no. of labour employed per Proposed conservancy cess charges to be recovered
day per month (Rs.)

1 to 5 145-
6 to 10 285/-
11 to 25 717/-
26 to 50 1044/-
51 to 100 1402-
101 to 200 1760/-
8.0 Termination of contract:
8.1 However, the Railway Administration shall be entitled to terminate the contract at any
time should in the opinion of the Railway, cessation of work becomes necessary owing to
paucity of funds or for any other reason whatsoever by giving 7 (seven ) days notice to the
contractor. The contractor is entitled for payment to the extent of work actually done to
the Railway. Notice in writing from the Railway for such termination and reasons thereof
shall be the conclusive evidence.
8.2 The Railway Administration will terminate the contract, if the work executed by the
contractor is consistently unsatisfactory for 10 consecutive days in any three out of five
sub-activities of the work.
8.3 The contract can be terminated before completion of contract period by the Sr DME/Co-
Ord/SC due to any administrative reasons with proper notice to the contractor.
9.0 CONDITIONS OF OTHER IMPORTANT LABOUR & OTHER ACTS AND STATUTORY
REQUIREMENTS.

1.1 The stipulated standard relevant provisions of the following Acts (amended from time to
time) should be strictly adhered to by the contractor during the course of contract period.
The contractor is responsible for the maintenance of necessary records in this connection
and also complies with all statuary requirements in force from time to time. The contractor
is solely responsible for violation of such provisions and its consequences.
a. Minimum Wages Act, 1948.
b. Payment of Wages Act, 1936.

Signature of tenderer Sr.DME/Co-ord/SC


Page 40 of 76
c. Contract Labour (Regulation and Abolition) Act 1970 & the Contract labour (Regulation
and Abolition) Central rules 1971.
d. Workmen’s Compensation Act, 1923.
e. EPF & Miscellaneous Provisions Act, 1952 (Applicable for 20/10 or more contract staff)
f. ESI Act 1948. (Applicable for 10 or more contract staff)
g. Child Labour (Prohibition & Abolition) Act, 1986.
1.2 Any other relevant Government Acts, as applicable to the contract shall be Complied.
1.3 The register showing the contract staff engaged by the contractor is checked by the railway
supervisor nominated at least twice in a week.
10.0 Payment of Provident fund Contribution as per Provident Fund Act to the Employees working
under Railway Contractors:-

a. The Contractor shall comply with the provisions of EPF & MP Act, 1952 and obtain code number
from the concerned authorities whenever workmen employed by him are 20/10 or more. He
shall also indemnify Railways from and against any claim, penalties, recoveries under the above
Act and Rules. Contractors to get the code number under the EPF so as to enable the PF
Commissioners to extend the social security benefits to the workmen engaged by the Railway
contractors. The first month’s bill will be released only after code number is taken from the PF
Office and a copy of coverage intimation produced. Subsequently for each month, bills will be
released only on submission of challans & 12 A monthly return copy in proof of remittance of PF
dues for previous month.”(Authority: CGE/SC letter No.W.148/P.Vol.IV dt.04-8-2004).
b. As per minimum wages Act, 1948 and payment of wages Act 1986, the contractor has to pay
minimum wages in force as per the type of labour on or before 5th of every month for the
previous month wages. For this purpose, he has to ensure that all his labour have taken Saving
Bank Account in any Nationalized Bank within 45 days from physical execution of work. Payment
in cash disbursed in presence of Railway Supervisor (consignee) is allowed for two months wages
of new persons only. From third month wage period onwards, contractor shall deposit the wages
of the new labour to the respective saving bank accounts. Proof of the depositing of wages of
the respective bank accounts along with acknowledgment from the labour concerned and
submit the same along with the bill.
c. The following records/registers are to be maintained by the contractor, as per the Contract
labour (Regulation and Abolition) Central rules, 1971.
i. Register of persons employed: As per from No. XIII.
ii. Employment card: As per form No.XIV.
iii. Muster roll: As per form No.XVI.
iv. Register of wages: As per form No. XVII
v. Register of overtime: As per form No. XXIII.
vi. Record of ESI paid (As per applicability to this contract – Ten or more manpower): The
records shall have particulars like payment of ESI made by the contractor for each of the
contract staff engaged.
vii. Record of EPF paid (As per applicability to this contract):: The records shall have particulars
like payment of EPF made by the contractor for each of the contract staff engaged.
viii. Contractor shall be responsible for providing medical aid to contract labour in case injury
sustained during execution of contract work.
ix. Before entering the contract, the contractor shall submit the license certificate issued by
the Assistant Labour Commissioner (Central), Hyderabad for awarding the contract as per
the contract labour (Regulation & Abolition) Act, if applicable to this contract.
11.0 Obligations of Railway representative & Contractor/his representative.
a. The register showing the contract staff engaged by the contractor is checked by the supervisor
nominated at least twice in a week.

Signature of tenderer Sr.DME/Co-ord/SC


Page 41 of 76
b. Payment of wages in case of bank payment, proof of remittance made to the bank authorities
shall be submitted by the contractor with his self-certification along with “On account” bill. The
nominated Railway representative shall also countersign the relevant records (wages payment
register) in this regard.
c. Display of boards indicating wage period & date of disbursement of wages to contract labour as
mandated by the Contract Labour (Regulation and Abolition) Act & Rules.
d. Every month when the bill is certified for payment, the bill certifying official shall ensure that
minimum wages are being paid to the contract staff.
e. The bill certifying official also ensures that the contractor remitted ESI & EPF in favour of the
contract staff engaged for this work every month.
f. The staff engaged by the contractor shall not claim any employment in Railway based on
working in the contract.
g. The premises of running room will be treated as “Silence Zone” and that atmosphere will be
strictly maintained by contractor staff
h. Any non-payment of EPF & ESI for the staff, Railway reserves the right to deduct the above
requisite amount of EPF & ESI from the contractors running bills/Security deposit.
12.0 Income Tax: In terms of income tax Act 1961 as amended from time to time, the Railway
Administration shall at the time of arranging payment to the contractor be entitled to deduct
income tax @ 2% & surcharge on income tax @ 12% in case of individuals & 15% in case of
companies & education cess @ 3% on income tax & surcharge.
13.0 Price Variation Clause: The Price Variation Clause is applicable to this contract.
Price Variation clause (PVC) shall be applicable only for contracts of value (Contract Agreement
value) Rs 50 lakh and more, irrespective of the completion period.
13.1 Applicability: Price Variation Clause (PVC) shall be applicable only for contracts of value as
prescribed by the Ministry of Railways through instructions/ circulars issued from time to time
and irrespective of the contract completion period. Variation in quantities shall not be taken into
account for applicability of PVC in the contract.
Materials supplied free of cost by Railways to the contractors shall fall outside the purview of Price
variation clause. If in any case, accepted offer includes some specific payment to be made to
consultants or some materials supplied by Railway free or at fixed rate, such payments shall be
excluded from the gross value of the work for the purpose of payment/recovery of price variation.
13.2 Base Month: The base month for “Price Variation Clause” shall be taken as month of opening of
tender including extensions, if any, unless otherwise stated elsewhere. The quarter for applicability
of PVC shall commence from the month following the month of opening of tender. The Price
Variation shall be based on the average Price Index/increase in minimum wages of workers of the
quarter under consideration.
13.3 Validity: Rates accepted by Railway Administration shall hold good till completion of work and no
additional individual claim shall be admissible on account of fluctuations in market rates, increase in
taxes/any other levies/tolls etc., except that payment/recovery for overall market situation shall be
made as per Price Variation Clause given hereunder.
13.4 Components of various items in a contract on which variation is admissible shall be on labour only.
However, for fixed components and material, no price variation shall be admissible.
13.5 Any revision in the minimum wages etc. notified through government order/circulars etc. after
the date of submission of bids shall be compensated by the Railway administration on an actual
basis, on production of proof of payment of increased wages to the labour engaged by the
contractor.

Signature of tenderer Sr.DME/Co-ord/SC


Page 42 of 76
14.0 Price variation During Extended Period of Contract:
The price adjustment as worked out above, i.e. either increase or decrease shall be applicable up to the
stipulated date of completion of work including the extended period of completion where such
extension has been granted under Clause 5.1 of the General Conditions of Contract. However, where
extension of time has been granted due to contractor’s failure under Clause 5.2 of the General
Conditions of Contract, price adjustment shall be done as follows:
14.1 In case the indices increase above the indies applicable to the last month of original completion
period or the extended period under Clause 5.1, the price adjustment for the period of extension
granted under Clause 5.2 shall be limited to the amount payable as per the indices applicable to the
last month of the original completion period or the extended period under Clause 5.1 of the General
Condition of Contracts as the case may be.
14.2 In case the indices fall below the indices applicable to the last month of original/ extended period of
completion under Clause-5.1, as the case may be then the lower indies shall be adopted for the
price adjustment for the period of extension under Clause 5.2 of the General Conditions of Contract.
14.3 The Price variation clause is applicable to this contract as per the GCC conditions, with Updated
corrections as stipulated from time to time.
15.0 Deduction of Railway dues:
a. Railway Administration reserves the right for deduction of Railways dues from the
contractor’s security amount on the following grounds:
b. Any amount imposed as a penalty by Railway Administration for irregularities Committed by
the contractor.
c. Any amount, which Railway Administration becomes liable to pay to the Govt./third party on
behalf for any default of the contractor or any of his servants/agents.
d. Any payment/fine made under an order/judgment of any court/ consumer forum or law
enforcing agency or any person working on their behalf.
e. Once an amount under this clause is debited, the contractor shall reimburse the amount to
the security deposit to the extent of the amount is debited within 15 days period failing which
it will be treated as breach of agreement.
f. The Administration will not agree to pay any of the taxes as applicable to this contract, in
addition to the price quoted. However the GST as applicable shall be reimbursed to the
contactor on payment of the same by the contractor to the respective GST authorities and
submission of proper documentary proof of GST registration & payment receipts.
16.0 Period of Completion:
a. The Railway expects that a resourceful and experienced contractor should be able to
complete the work in all respects within the period as specified in the tender Schedule.
b. The efficacy of the outsourcing contract should be reviewed during midterm of the currency
and quarterly thereafter by the executive and the results put up for decision of the accepting
authority to continue the contract.
c. Railway reserves the right to get the work under (+/-) 25% variation in scheduled quantities
with the same accepted rate and terms & conditions of the agreement during the period of
the contract.
d. Railway reserves the right to extend the contract period up to 03 (three) months to get the
scheduled quantities completed or to vary the quantities as per the clause 18 of Part-V of
General Conditions of Contract.
17.0 Liabilities of the contractor: Any damage sustained by railways during accidents etc., caused
due to contractor(s) failures, fault or negligence.

Signature of tenderer Sr.DME/Co-ord/SC


Page 43 of 76
Railway will post an Engineer-in-charge who may be Supervisor of any grade at site for
Technical Supervision of the work. This Engineer-in- charge will be responsible for safety of the
traffic. The work shall be executed by the contractor in a workman like manner to the
satisfaction of the Engineer-in-charge. The Contractor and his labour shall be guided by the
instructions of the Engineer-in-Charge. In the event of any accident occurring at the work site
and it is established during the departmental enquiry by the Railway or by Statutory enquiry of
CRS, that the accident occurred wholly or partly due to any act an amounting to negligence on
the part of the contractor or his labour in not adhering to the instructions of the engineer-in-
charge, the contractor shall render himself liable for damages and also legal prosecution if loss
of life is involved.
18.0 Sufficiency of Tender: The Tenderer shall be entirely responsible for sufficiency of rates quoted
by him in his tender. The contractor (Successful Tenderer) shall be paid for only at
quoted/accepted rates for the activities given in the schedule of work.
19.0 Access Route and Right of way: Existing route and other public roads may be used by the
contractor to carry out cleaning & Housekeeping activities, with prior approval of the competent
authority. The contractor shall pay the statutory vehicle license and permit fees for use of public
roads. Right of way to the work site shall be provided to the contractor and his employees. They
shall always carry their photo identity card.
20.0 Accidents: It shall be the entire responsibility of the contractor to adopt all the safety measures
& safety clearing personal who are adequately trained in safety. If any accident occurs within
the depot area due to cleaning & housekeeping operations or due to negligence on the part of
the contractor’s personnel, it shall be the full responsibility of the contractor.
21.0 Insurance:
a. All the contractor’s employees shall have to be covered under ESI as per extant rules. The
contractor shall take insurance policy as specified in the Employee’s Compensation Act only
for those employees who are not covered by ESI.
b. The contractor shall insure against liability to third parties in the joint name of the
Employer and the contractor for any loss, damage, death or injury which may occur to any
physical property (Except things insured otherwise) or any person (except person insured
by employer, staff of other contractor working in the premises, contractor’s staff which
may arise out of the performance of the contract as per extant rules.
22.0 Notices and Instructions: The contractor shall furnish to the Employer/Engineer any changes
the postal address of his office whenever changes there is a change with respect to the address
mentioned in Tender/contract agreement. Any notice or instructions to be given to the
contractor under the terms of the contract shall be deemed to have been served on him if it has
been delivered to his authorized agent or representative at site or if it has been sent by
registered post to the office, or to the address of the firm last furnished by the contractor.

Signature of tenderer Sr.DME/Co-ord/SC


Page 44 of 76
PART – V
IMPORTANT PROVISIONS OF GENERAL CONDITIONS OF CONTRACT
1. Performance Guarantee: (General Obligations of GCC Part-IV, clause no 4.11)
1.1 Performance guarantee at a rate of 10% of the contractual value shall be deposited by the
successful bidder. The successful bidder shall have to submit a performance guarantee (PG)
valuing 10% of the contract value in four separate parts of 2.5% each of the contract value,
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 the date of submission of PG 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 the 31st day after the date of issue of LOA. In case the
contractor fails to submit the requisite PG after 60 days from the date of issue of LOA, a notice
shall be served to the contractor to deposit the PG immediately however not exceeding 90
days from the date of issue of LOA). In case the contractor fails to submit the requisite PG even
after 90 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. In case 60th day is a bank holiday or
office closure next working day should be considered as the last day for submission of the PGs.
Decision of Authority competent to sign the Contract Agreement would be final in case of any
dispute.
1.2 The value of the PG to be submitted by the contractor will not change for variation up to 25%
(either increase or decrease). In case during execution, the value of the contract increases by
more than 25% of the original contract value, an additional performance guarantee
amounting to 10% for the excess value over the original contract value shall be deposited in
four equal parts by the contractors. On the other hand, if the value of the contract decreases
by more than 25% of the original contract value, PG amounting to 10% of the decrease in the
contract value shall be returned to the contractor. The PG amount in excess of required to the
contractor duly safeguarding the interest of Railways.
1.3 The applicable PG shall be calculated as per the revised value of the contract covering all
variations up to the determination of the contract.
1.4 If the penalty imposed exceeds 50% of the applicable maximum penalty, a PG equivalent to
25% of the applicable PG shall be forfeited. If the penalty imposed exceeds 75% of the
applicable maximum penalty, a PG equivalent to 50% of the applicable PG shall be forfeited.
These PGs shall be encashed after the completion of contract (Maximum penalty is as per GCC
for services).
1.5 The successful bidder shall submit a Performance Guarantee (PG) in any of the following
forms, amounting to 10% of the contract value.
a) A deposit of Cash,
b) Irrevocable Bank Guarantee,
c) Government Securities including State Loan Bonds at 5 % below the market value,
d) 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.
Signature of tenderer Sr.DME/Co-ord/SC
Page 45 of 76
e) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
f) A Deposit in the Post Office Saving Bank;
g) A Deposit in the National Savings Certificates;
h) Twelve years National Defence Certificates;
i) Ten years Defence Deposits;
j) National Defence Bonds; and
k) Unit Trust Certificates at 5 % below market value or at the face value whichever is less.
Also FDR in favour of Senior Divisional Finance Manager, S.C.Railway, Secunderabad (free from
any encumbrance) may be accepted.
1.6 A Performance Guarantee shall be submitted by the successful bidder after the Letter of
Acceptance has been issued, but before signing of the contract agreement. This PG shall be
initially valid up to the stipulated date of completion plus 60 days beyond that. In case, the
time for completion of work gets extended, the contractor shall get the validity of
Performance Guarantee extended to cover such extended time for completion of work plus 60
days.
1.7 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 assigned services in all respects satisfactorily and passing of
final bill based on “No Claim Certificate” from the contractor.
1.8 Wherever the contract is rescinded, the PG shall be encashed/forfeited. The balance work
shall be got done independently without risk and cost of the failed contractor. The failed
contractor shall be debarred for a period of 02 years from the date of such rescindment from
participating in the tender for executing the balance work. If the failed contractor is a
partnership firm, then every member/ partner of such a firm shall be debarred for a period of
02 years from the date of such rescindment from participating in the tender for executing the
balance work of failed contract in his / her individual capacity.
1.9 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 manager 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 manager.
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.
2. Service of notices on contractors: (GCC Part-IV, clause no:4.3)
The contractor shall furnish to the Engineer the name, designation and address of his
authorized agent and all complaints, notices, communications and references shall be deemed
to have been duly given to the contractor if delivered to the contractor or his authorized agent
or left at or posted to the address so given and shall his authorized agent or left at or posted to

Signature of tenderer Sr.DME/Co-ord/SC


Page 46 of 76
the address so give and shall be deemed to have been so given in the case of posting on day on
which they would have reached such address in the ordinary post or on the day on which they
were so delivery or left. In the case of contract by partners, the contractor to the Engineer shall
forthwith notify any change in the constitution of the firm.
3. Occupation and use of land: (GCC Part-IV, clause no:4.4)
The contractor without permission of the Railway shall occupy no land belonging to or in the
possession of the Railways. The contractor shall not use, or allow to be used; the sites for any
purpose other than execution of the work assigned vide this contract.
4. Assignment or subletting of contract:- (GCC Part-IV, clause no:4.5)
The Contractor shall not assign or sublet the contract or any part thereof or allow any person to
become interested therein in any manner whatsoever without the special permission in writing
of the Railway. Any breach of this condition shall entitle the Railway to rescind the contract
under clause 7.4 of Main GCC and also render the contractor liable for payment to the Railway
in respect of any loss or damage arising or ensuing from such cancellation. Provided always that
execution of the details of the work by petty contractor under the direct and personal
supervision of the Contractor or his agent shall not be deemed to be sub-letting under this
clause. The permitted subletting of work by the Contractor shall not establish any contractual
relationship between the sub-contractor and the Railway and shall not relieve the Contactor of
any responsibility under the Contract.
5. Indemnity by contractors: (GCC Part-IV, clause no:4.10)
The contractor shall indemnify and save the Railways from and against all actions, suit
proceedings, losses, costs, damages, charges, claims and demand of every nature and
description brought or recovered against the Railways by reason of any act or omission of the
contractor, his agent or employees, in the execution of the works or in his guarding of the
same. All sums payable by way of compensation to be applied to the actual loss or damage
sustained and whether or not any damage shall have been sustained.
6. Force Majeure Clause :( General Obligations of GCC Part-IV, clause no 4.12)
If at any time during the continuance of this contract, the performance in whole or in part by
either party of any obligation under this contract shall be prevented or delayed by reason of
any war, hostility, acts of public enemy, civil commotion, sabotage, serious loss or damage by
fire, explosions, epidemics, strikes, lockouts or acts of God including heavy rains (hereinafter
referred to ‘events’) provided, notice of the happening of any such event is given by either
party to the other within 15 days from the date of occurrence thereof, neither party shall by
reason of such event, be entitled to terminate this contract nor shall either party have any
claim for damages against the other in respect of such non-performance or delay in
performance, and works under the contract shall be resumed as soon as practicable after such
event has come to an end or ceased to exist and the decision of the Engineer as to whether the
works have been so resumed or not shall be final and conclusive, PROVIDED FURTHER that if
the performance in the whole or in part of any obligation under this contract is prevented or
delayed by reason of any such event for a period exceeding 60 days, either party may at its
option terminate the contract by giving notice to the other party.
7. Extension of time: (GCC Part-V, clause no 5.1)
subject to any requirement in the contract as to completion of any portion or portions of the
works before completion of the whole, the contractor shall fully and finally complete the whole

Signature of tenderer Sr.DME/Co-ord/SC


Page 47 of 76
of the works comprised in the contract (with such modifications as may be directed under
conditions of this contract) by the date entered in the contract or extended date in terms of the
following clauses:
7.1 Extension due to modification (GCC Part-V, clause no 5.1.1):
If any modifications have been ordered which in the opinion of the Engineer have materially
increased in the magnitude of the work, then such extension of the contracted date of
completion may be granted as shall appear to the Engineer to be reasonable in the
circumstances, provided moreover that the contractor shall be responsible for requesting such
extension of the date as may be considered necessary as soon as the cause thereof shall arise
and in any case not less than 1 month before the expiry of the date fixed for the completion of
the Services.
7.2 Extension For Delay Not Due To Railways or Contractor: (GCC Part-V, clause no 5.1.2)
If in the opinion of the Engineer the progress of the work has any time been delayed by any act
or neglect of Railway employees or by other contractor employed by the Railway clause 4.20 of
GCC of these conditions or in executing the work not forming part of the contract but on which
contractor’s performance necessarily depends or by reason of proceeding taken or threatened
by or by the Engineer pending Arbitration or in consequences of the contractor not having
received in due time necessary instructions from the Railway for which contractor shall have
specially applied in writing or his authorized representative then upon happening of any such
event causing delay, the contractor shall immediately give notice thereof in writing to the
Engineer within 15 days of such happening but shall nevertheless make constantly his best
endeavours to bring down or make good the delay and shall do all that may be reasonably
required of him to the satisfaction of the engineer to proceed the work.
The contractor may also indicate the period for which the work is likely to be delayed and shall
bound to ask for necessary extension of time as in his opinion is reasonable having regard to
the nature and period of delay and the type and quantum of work affected thereby. No other
compensation shall be payable for works so carried forward to the extended period of time, the
same rates, terms and condition of contract being applicable as if such extended period of time
was originally provided in the original contract itself.
8. Extension for delay due to railways (GCC Part-V, clause no 5.1.3)
In the event of any failure or delay by the Railway to hand over the contractor possession of
the items necessary for the execution of the works or to give the necessary notice to
commence the works or to provide the necessary drawings or instructions or any other delay
caused by the Railway due to any other cause whatsoever then such failure or delay shall in no
way affect or vitiate the contract or alter the character thereof or entitle the contractor to
damages or compensation thereof but in any such case, the Railway may grant such extension
or extensions of the completion date as may be considered reasonable.
9. Extension of time for delay due to contractor: (GCC Part-V, clause no 5.2)
9.1 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 5.1 of GCC, the Railway may, if satisfied that the works can be
completed by the contractor within reasonable short time thereafter, allow the contractor

Signature of tenderer Sr.DME/Co-ord/SC


Page 48 of 76
for further extension of time as the Engineer may decide. 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% of the contract value of the works for each week or part of the week.
9.2 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.
10. Illegal Gratification: (GCC Part-IV, clause no 4.13)
10.1 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the
contractor or his partner, agent or servant or anyone on his behalf, to any officer or
employee of the Railway, or to any person on his behalf in relation to obtaining or execution
of his or any other contract with the Railway shall, in addition to any criminal liability which
he may incur, subject the contractor to the rescission of the contract and all other contracts
with the Railway and to the payment of any loss or damage resulting from such decision and
the Railway shall be entitled to deduct the amounts so payable from any moneys due to the
contractor (s) under this contract or any other contracts with the Railway.
10.2 The contractor shall not lend or borrow from or have or enter into any monitory dealings or
transactions either directly or indirectly with any employee of the Railway and if he shall do
so, the Railway shall be entitled forthwith to rescind the contract and all other contracts with
the Railway. Any question or dispute as to the commission or any such offence or
compensation payable to the Railway under this clause shall be settled by the General
Manager of the Railway, in such a manner as he shall consider fit and sufficient and his
decision shall be final and conclusive. In the event of rescission of the contract under this
clause, the contractor will not be paid any compensation whatsoever except payments for
the work done up to the date of rescission.
11. Damage to Railway property or Private Life and Property: (GCC Part-IV, clause no 4.24).
The contractor shall be responsible for all risk to the work and for trespass and shall made good
at his own expense all loss or damage whether to the works themselves or to any other
property of the Railway or the lives, persons or property of others on account of any negligence
of contractor in connection with the works until they are taken over by the Railway and in case
the Railway shall be called upon to make good any costs, loss or damages, or to pay any
compensation, including that payable under the provisions of the workmen’s compensation Act
or any statutory amendments therefore to any person or any negligence or omissions on the
part of the contractor the amount of any costs or charges including costs and charges in
connection with legal proceedings, which the Railway may incur in reference thereto, shall be
charged to the contractor. The Railway shall have the power and right to pay or to defend or
compromise any claim of threatened legal proceedings or in anticipation of legal proceedings
being instituted consequent on the action or default of the contractor, to take such steps as
may be considered necessary or desirable to ward off or mitigate the effect of such proceedings
charging to contractor, as aforesaid, any sum or sums of money which may be paid and any
expenses whether for reinstatement or otherwise which may be incurred and the propriety of

Signature of tenderer Sr.DME/Co-ord/SC


Page 49 of 76
any such payment, defense or compromise, and the incurring of any such expenses shall not be
called in question by the contractor.
12. Sheds, stores Houses and Yards: (GCC Part-IV, clause no 4.25).
The contractor shall at his own expense provide himself with sheds, storehouses and yards in
such situations and in such numbers as is requisite for carrying on the works and the contractor
shall keep at each such sheds, store houses and yards a sufficient quantity of materials and
plant in stock as not to delay the carrying out of the works with due expedition and the
Engineer and the Engineer’s representative shall have access to the said shed, store houses and
yards after reasonable notice for the purpose of inspecting the stock of materials or plant so
kept in hand, and any materials or plant which the Engineer may object to shall not be brought
upon or used in the works, but shall be forthwith removed from the sheds, store houses or
yards by the contractor. The contractor shall at his own expenses provide and maintain suitable
equipment necessary for the execution of the works.
13. Provision of Efficient and competent Staff At Work Sites By The Contractor (GCC Part-IV,
clause no 4.26)
13.1 The contractor shall place and keep on the works at all times, efficient and competent
supervisor to give the necessary direction to contractor’s workmen and to see that they
execute their work in sound and proper manner and shall employ only such supervisors,
workmen and labour in or about the execution of any of these works as are careful and
skilled in trades.
13.2 The contractor shall at once remove from the works any agent, permitted sub contractor,
supervisor, workman or labour who shall be objected to by the Engineer for bonafide
reasons and if and whenever required by the Engineer, the contractor submit a correct
return showing the names of all staff and workmen employed by him.
13.3 In the event of the Engineer being of the opinion that the contractor is not employing on the
works required number of staff as is necessary for the proper execution of service within the
time prescribed, the contractor shall forthwith on receiving intimation to this effect provide
requisite number of staff and labour specified by the Engineer within seven days of being so
required and failure on the part of contractor to comply with such instructions will entitle
the Railway to rescind contract.
14. Tools, Plant and Materials supplied by Railway: (GCC Part-IV, clause no 4.34): The contractor
shall take all reasonable care of all tools, plant and material or other property whether of a like
description or not belonging to the Railway and committed for his charge for the purpose of the
works and shall be responsible for all damages or loss caused by him, his agents, permitted sub-
contractor or his workmen or others while they are in his charge. The contractor shall sign
accountable receipts for tools, plants and materials made over to him if any by the Engineer
and on completion of the works shall hand over the unused balance of the same to the
Engineer in good order and repair, fair wear and tear excepted and shall be responsible for any
failure to account for the same or any damage done thereto.
15. Suspension of services: (GCC Part-IV, clause no 4.41)
15.1 The contractor shall on the order of the Engineer suspend the progress of the works or any
part thereof for such time or times and in such manner as the Engineer may consider
necessary and shall during such suspension properly protect and secure the work so far as is
necessary in the opinion of the Engineer, if such suspension is:-

Signature of tenderer Sr.DME/Co-ord/SC


Page 50 of 76
a) Provided for in the contract, or
b) Necessary for the proper execution of the works or by the reason of weather conditions
or by some default on the part of the contractor, and or
c) Necessary for the safety of the work, or any part thereof.
16. Clearance of site on completion: (GCC Part-IV, clause no 4.43): On completion of the works,
the contractor shall clear away and remove from the site all constructional plant, surplus
material, rubbish and temporary works of every kind and leave the whole of the site and works
clean and in a workman like condition to the satisfaction of the engineer. No final payment in
settlement of the accounts for the work shall be paid, held to be due or shall be made to the
contractor till, in addition to any other condition necessary for final payment, site clearance
shall have been affected by him, and such clearance shall be made by the Engineer at the
expense of the contractor in the event of contractor’s failure to comply with this provision
within 7 days after receiving notice to that effect. Should it become necessary for the Engineer
to have the site cleared at the expense of the contractor, the Railway shall not be held liable for
any loss or damage to such of the contractors property as may be on the site and due to such
removal there from which removal may be effected by means of public sales of such materials
and property or in such a way as deemed fit and convenient to the Engineer.
17. Modification in agreement: (GCC Part-V, clause no 5.3)
17.1 Any addition/alteration/change/modification/review and extension can be made to this
agreement only with the mutual consent of the contractor and the Railway administration as
per schedule of powers applicable on South Central Railway.
18. Variations In Quantities (GCC Part-V, clause no 5.3.4):
18.1 Individual (NS) items in contracts shall be operated with variation of +/-25% and payment
would be made as per the agreement rate. For this, no finance concurrence would be
required.
18.2 In Case an increase in quantity of an individual item by more than 25% of the agreement
quantity is considered unavoidable, the same shall be got executed by floating a fresh
tender. If floating a fresh tender for operating that item is considered not practicable,
quantity of that item may be operated in excess of 125% of the agreement quantity subject
to the following conditions.
a. Operation of an item by more than 125% of the agreement quantity needs the approval of an
officer of the rank not less than SA grade.
i. Quantities operated in excess of 125% but up to 140% of the agreement quantity of the
concerned item, shall be paid at 98% of the rate awarded for that item in that particular
tender.
ii. Quantities operated in excess of 140% but upto 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 with the concurrence of
associate finance and shall be paid at 96% of the rate awarded for that item in that
particular tender.
b. The variation in quantities as per the above formula will apply only to the individual items of
the contract and not on the overall contract value
Signature of tenderer Sr.DME/Co-ord/SC
Page 51 of 76
c. Execution of quantities beyond 150% of the overall agreement value should not be permitted
and if found necessary, should be only through fresh tenders or by negotiating with existing
contractor with prior personal concurrence of FA & CAO and approval of GM.
18.3 In cases where decrease is involved during execution of contract-
a. The contract signing authority can decrease the items up to 25% of individual item without
finance concurrence.
b. For decrease beyond 25% for individual items or 25% of contract agreement value, the
approval of an officer not less than the rank of SA grade may be taken, after obtaining ‘No
claim certificate’ from the contactor and with finance concurrence giving detailed reasons
for each such decrease in the quantities, with the certification from the contract Signing
Authority, that the quantities proposed to be reduced will not be required in the same work
at a later stage during the contract period.
c. It should be certified that the work proposed to be reduced will not be required in the same
work.
18.4 The limit for varying quantities for minor value items shall be 100% as against 25%
prescribed for other items. A minor value item for this purpose is defined as an item whose
original agreement value is less than 1% of the total original agreement value.
18.5 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).
18.6 For the tenders accepted at zonal Railways level, variations in the quantities will be approved
by the authority in whose powers revised value of the agreement lies.
18.7 For tenders accepted by GM, variations up to 125% of the original agreement value may be
accepted by GM.
18.8 For tenders accepted by Board members and Railway Ministers, variations up to 110% of the
original agreement value may be accepted by GM.
19. Claims:
19.1 Monthly Statement of claims: (GCC Part-V, clause no 5.4.1)
The contractor shall prepare and furnish to the Engineer once in every month an account giving
full and detailed particulars of all claims for any additional expenses to which the contractor
may consider himself entitled to and of all extra or additional works ordered by the Engineer
which he has executed during the preceding month and no claim for payment for and such
additional work will be considered which has not been included in such particulars.
19.2 Signing of “No claim” Certificate: (GCC Part-V, clause no 5.4.2)
The contractor shall not be entitled to make any claim whatsoever against the Railway under or
by virtue of or arising out of this contract, nor shall the Railway entertain or consider any such
claim, if made by the contractor after he shall have signed a “No Claim” Certificate in favour of
the Railway, in such form as shall be required by the Railway after the works are finally
measured up and paid for by the Railways. The contractor shall be debarred from disputing the
correctness of the items covered by “No claim” certificate or demanding a clearance to
Arbitration in respect thereof.
20. Manner of Payment:
Unless otherwise specified payments to the contractor, will be made on line by NEFT.
Signature of tenderer Sr.DME/Co-ord/SC
Page 52 of 76
21. Certificate of completion of works: - (GCC Part-V, clause no 5.10)
As soon as in the opinion of the Engineer the works shall have been substantially completed
and shall have satisfactorily passed any final test or tests that may be prescribed, the Engineer
shall issue a Certificate of completion in respect of the works.
22. Contractor not absolved by completion certificate:
The certificate of completion in respect of the works referred to in clause 5.10.1 of GCC shall
not absolve the contractor from his liability to make good any defects imperfections, shrinkage
or faults which may appear during the period of maintenance specified in the tender arising in
the opinion of the Engineer from materials or workmanship not in accordance with the
drawings or specifications or instructions of the Engineer, which defects, imperfections,
shrinkage of faults shall upon the direction in writing of the Engineer be amended and made
good by the contractor at his own cost; and in case of default on the part of contractor the
Engineer may employ labour and materials or appoint another contractor to amend and make
good such defects, imperfections, shrinkage and faults and all expenses consequent thereon
and incidental thereto shall be borne by the contractor and shall be recoverable from any
moneys due to him under the contract.
23. Final Payment: (GCC Part-V, clause no 5.13)
On the Engineer’s certificate of completion in respect of the works adjustment shall be made
and the balance of account based on the Engineer or the Engineer’s representative’s certified
measurements of the total quantity of work executed contractor up to the date of completion
and on the accepted schedule of rates shall be paid to the contractor subject always to any
deduction which may be made under these conditions and further subject to the contractor
having delivered to the Engineer either a full account in details of all claims he may have on the
Railway in respect of the works or having delivered “No Claim” Certificate and the Engineer
Having after the receipt of such account given a certificate in writing that such claims are
correct, that the whole of the works to be done under the provisions of the contracts have
been completed, that they have been inspected by him since, their completion and found to be
in good and substantial order, that all properties, works and things, removed, disturbed or
injured in consequence of the works have been properly replaced and made good and all
expenses and demands incurred or loss by form or in consequence of the works, have been
satisfied agreeably and in conformity with the contract.
23.1 Post Payment Audit: (GCC Part-V, clause no 5.13.1)
It is an agreed term of contract that the Railway reserve to itself the right to carry out a post-
payment audit and or technical examination of the works and the final bill including all
supporting vouchers, abstracts, etc., and to make a claim on the contractor for the refund any
excess amount paid to him if as a result of such examination any over-payment to him is
discovered to have been made in respect of any works done or alleged to have been done by
him under the contract.
23.2 Production of vouchers etc., by the contractor: (GCC Part-V, clause no 5.13.2)
For a contract of more than two crore rupees, the contractor shall, whenever required, produce
or cause to be produced for examination by the Engineer any quotation, invoice, cost or other
account, book of accounts, voucher, receipt, letter, memorandum, paper of writing or any copy
of or extract from any such document and also furnish information and returns verified in such
manner as may be required in any way relating to the execution of this contract or relevant for
verifying or ascertaining cost of execution of this contract (the decision of the Engineer on the
Signature of tenderer Sr.DME/Co-ord/SC
Page 53 of 76
question of relevancy of any documents, information or return being final and binding in the
parties). The contractor shall similarly produce vouchers etc., if required to prove the Engineer
that materials supplied by him, are in accordance with the specifications laid down in the
contract.
23.3 If any portion of the work in a contract of value more than one crore of rupees be carried out
by a sub-contractor or any subsidiary or allied firm or company (as per Clause 7 of the GCC),
the Engineer shall have power to secure the books of such sub-contract or any subsidiary or
allied firm or company, through the contractor and such books shall be open to his
inspection.
23.4 The obligations imposed by sub clause (i) & (ii) above is without prejudice to the obligations
of the contractor under any statute rules or orders binding on the contractor.
24. Reporting of accidents of labour. (GCC Part-VI, clause no 6.7.3.2)
The contractor shall be responsible for the safety of all the contract staff directly or through
petty contractors or sub-contractors engaged for this work and shall report serious accidents to
any of them immediately to Rolling Stock Control, Secunderabad over Phone no 040-27824141,
9701371412 and also to the Sr.DME on mobile no.9701371400 who shall make every
arrangement to render all possible assistance.
25. Non-employment of labour below the age of 18: (GCC Part-VI, clause no 6.12.1).
The contractor shall not employ anyone below the age of 18 as labour directly or through petty
contractors or sub-contractors for the execution of the work.
26. Determination of Contract (GCC Part-VII)
26.1 Right of Railway to determine contract: (GCC Part-VII, clause no 7.1)
The Railway shall be entitled to determine and terminate the contract at any time should, in the
Railway’s opinion, the cessation of work becomes necessary owing to paucity of funds or from
any other cause whatsoever, in which case the value of approved materials at site and of work
done to date by the contractor will be paid for in full at the rates specified in the contract.
Notice in writing from the Railway of such determination and the reason therefore shall be
conclusive evidence thereof.
26.2 Payment on determination of contract (GCC Part-VII, clause no 7.2)
Should the contract be determined under sub clause (1) of this clause and the Contractor
claims payment for expenditure incurred by him in the expectation of completing the whole of
the work, the Railways shall admit and consider such claims as are deemed reasonable and are
supported by vouchers to the satisfaction of the Engineer. The Railway's decision on the
necessity and propriety of such expenditure shall be final and conclusive.
26.3 No claim on compensation: (GCC Part-VII, clause no 7.3)
The contractor shall have no claim to any payment of compensation or otherwise, howsoever
on account of any profit or advantage which he might have derived from the execution of the
work in full but which he did not derive in consequence of determination of the contract. The
Railway’s decision on the necessity and propriety of such expenditure shall be final and
conclusive.
26.4 Determination of Contract owing to default of contractor: (GCC Part-VII, clause no 7.4)
If the contractor should:

Signature of tenderer Sr.DME/Co-ord/SC


Page 54 of 76
(i) Became bankrupt or insolvent, or
(ii) Make an arrangement with or assignment in favour of his creditors, or agree to carry out the
contract under a committee of inspection of his creditors, or
(iii) Being a company or corporation, go into liquidation (other than a voluntary liquidation for the
purpose of amalgamation or re- construction) or
(iv) Have an execution levied on his goods or property on the works, or
(v) Assign the contract or any part thereof otherwise than as provided in Clause 4.5 of General
Conditions of Contract for Services
(vi) Abandon the contract, or
(vii) Persistently disregard the instructions of the Sr. Divisional Mechanical Engineer (Co-
ord)/(Mechanical), Secunderabad Division, South Central Railway, DRM’s compound,
Secunderabad - 500071, or contravene any provision of the contract, or
(viii) Fail to adhere to the agreed programme of work by margin of 10% of the stipulated period, or
(ix) Have been imposed with maximum cumulative penalty as per clause 4.17.1 or
(x) Fail to remove materials from the site or to pull down and rectify service wherever applicable
after receiving from the manager notice to the effect that the side materials or
(xi) Have been condemned or reject under clause 4.25, 4.27, and 4.28 of these conditions or
(xii) Fail to take steps to employ competent or additional staff and labour as required under clause
4.26 of the conditions, or
(xiii) Fail to afford the manager or manager’s representative proper facilities for inspecting the
service or any part thereof as requires under clause 4.29 of the conditions, or
(xiv) Promise, offer or give any bribe, commission, gift or advantage either herself or through her
partner, agent or servant to any officer or employee of the Railway or to any person on her or
on their behalf in relation to the execution of this or any other contract with this railway.
(xv) At any time after the bid relating to the contract, has been signed and submitted by the
contract, being a partnership firm admits as one of its partners or employees under it in any
capacity whatsoever, any retired officer of the gazette rank or any other retired Gazetted
officer working before her retirement, whether in the executive or administrative capacity, or
whether holding any pensionable post or not, in the Railways for the time being owned and
administrated by the president of India before the expiry of one year from the date of
retirement from the said service of such officer, unless such officer has obtained permission
from the president of India or any officer duly authorized by her in this behalf, to become a
partner or a director or to take employment under the contract as the case may be or,
(xvi) Fail to give at the time of submitting the said bid:
i) The correct information as to the date of retirement of such retired officer from the said
service, or as to whether any such retired officer was under the employment of the
contractor at the time of submitting the said bid, or
ii) The correct information as to such officers obtaining permission to take employment
under the contractor, or
iii) Being a partnership firm, the correct information as to, whether any of its partners was
such a retired officer, or.
Signature of tenderer Sr.DME/Co-ord/SC
Page 55 of 76
iv) Being the incorporate company, correct information as to whether any of its directors
was such a retired officer, or
v) Being such a retired officer suppress and not disclose at the time of submitting the said
bid the fact of her being such a retired officer or make at the time of submitting the said
bid a wrong statement in relation to her obtaining permission to take the contract or if
the contractor be a partnership firm or an incorporated company to be a partner or
director such firm or company as the case may be or to seek employment under the
contractor.
Then and in any of the said clause, the manager on behalf of the Railway may serve the
contractor with notices stipulated in the clauses 7.4.1, 7.4.2, 7.4.3 in Main GCC for service.
26.5 Performance Notice: (GCC Part-VII, clause no 7.4.1)
a. In the Event of the above and in any of the said clauses, the manager on behalf of the Railway
may serve the contractor with a performance notice (as per Annexure-XII of GCC for service-
2018) in writing to the effect to make good the default as well as initiation of bidding process
for the balance service.
b. Railway reserves the right to float a new tender and invite bids for the delivery of service to
replace the contractor put on notice, from the date on which this notice is served. The existing
contractor shall not be allowed to participate in any bid which includes delivery of balance
services of subject contract. However in case the existing contractor’s performance has
improved to the satisfaction of the manager, then Railways may terminate the bid proceedings,
at any stage of the bid process.
c. Notwithstanding railways initiation of the bidding process, the financial bids shall be opened
only after the termination of the subject contract.
d. After the issue of the notice, the performance of contractor shall be assessed on a weekly basis
by the manager. Manager, if satisfied with the improvement in the performance of the
contractor, may issue a letter of revocation of the performance notice as per Annexure- XIII if
the performance is found unsatisfactory after the first week or thereafter, then Railways will be
at liberty to issue the 7 day notice, which will be governed by section 30.6.
26.6 Seven Days’ Notice: (GCC Part-VII, clause no 7.4.2)
After delivery of the performance notice to the contractor, if she does not proceed to make
good her default and carry on the service or comply with such directions as aforesaid, to the
entire satisfaction of the manager, the railway shall be entitled to serve 7 days’ notice as per
Annexure-XIV, Further in writing to either commence the service or improve quality of services
to the prescribed standard. The failure to do so shall entail a termination notice being served
under the hand of the Manager, to rescind the contract as a whole or in part or parts (as may
be specified in such notice).
26.7 Termination notice: (GCC Part-VII, clause no 7.4.3)
If no action to commence the service or improve the quality thereof is taken by the contractor
with in the 7 days’ notice period, then a final termination notice as per Annexure-XV in Main
GCC shall be issued.

27. All the terms & conditions of General Conditions of Contract for Services will apply to this
contract unless or otherwise mentioned.

Signature of tenderer Sr.DME/Co-ord/SC


Page 56 of 76
28. It is hereby agreed that it shall be the duty of the contractor to keep himself informed of all
corrections, and amendments of the said General conditions of contract made up to the
date of the execution of these presents and no objection shall be taken by the contractor on the
ground that he was not aware of such amendments and corrections of the said General
Conditions of Contract or to any of them.
29. Any modifications /Amendments issued to GCC for services during the course of this contract
period is applicable to this contract also.

Signature of tenderer Sr.DME/Co-ord/SC


Page 57 of 76
ANNEXURE-A
ENGINEERING ORGANIZATION
1. Engineering Organization available on Hand

S.No Name & Designation of Qualification Previous Working


Employee Experience
From to

2. Engineering Organization Proposed to be engaged for this work from the above.

S.No Name & Designation of Qualification Previous Remarks


Employee Experience

3. Engineering Organization Proposed to be engaged for this work from outside.

S.No Name & Designation of Qualification Previous Remarks


Employee Experience

(A suitably worded consent Letter From such a person should be obtained and enclose).

Signature of the Tenderer(S).


Name of the Tenderer(s).

Signature of tenderer Sr.DME/Co-ord/SC


Page 58 of 76
ANNEXURE-B
Acceptance/deviation Schedule
(Tenderer may add more sheets if space is not adequate)
Clause Accepted(yes/No) If No list Deviation(s)

General Conditions:

Special Conditions:

Signature of the Tenderer(S).


Name of the Tenderer(s).

Signature of tenderer Sr.DME/Co-ord/SC


Page 59 of 76
ANNEXURE-C
EXPERIENCE CERTIFICATE

S.No Work Details Details


1. Name of Work
2. Agreement Number, Date & Name of the Agency
3. Agreement Value in Rupees (in words and figures)
4. Due date of Completion
5. Number of Extensions granted
6. Actual date of completion of work
7. Value of Final Bill if Passed (in words)
Work Completed but Final measurements not recorded.
8.
a) Amount paid so far as in CC Bill No.
Work Completed final Measurements recorded with negative
9. variation.
a) Amount paid so far as in CC Bill No.
Work Completed, Final measurements recorded with positive
variation which is not sanctioned yet.
10.
a) Original agreement value or last sanctioned agreement
value whichever is lower.
Note:
1) This certificate in this proforma is to be issued only for completed work.
2) The certificate should be signed by Authorized signatory of the organization for whom the
work has been executed.
3) This certificate should be issued by an officer not below the rank of Junior Administrative
Grade in case of Central Government and not below the rank of Superintendent Engineer in
case of State Government/Public Sector Undertakings.
4) Certificate from Private Individuals for whom such work has been executed shall not be
accepted.

Signature of the Issuing Officer:


Office seal
Name of the Issuing Officer :
Designation :
Office Address :

Signature of tenderer Sr.DME/Co-ord/SC


Page 60 of 76
ANNEXURE-D
LIST OF WORKS COMPLETED BY THE TENDERER DURING LAST 3 YEARS

Name of the
Name organization Agreement Date of Date of
Agreement to whom Value at the actual Final value
S.No of Actual
No and Date. work time of Completion of contract.
Work. start.
executed. award. of work.

Railway Works

State Govt. Works

Public Sector Undertaking Works

Signature of the Tenderer(S).


Name of the Tenderer(s).

Signature of tenderer Sr.DME/Co-ord/SC


Page 61 of 76
ANNEXURE-E
LIST OF WORKS ON HAND WITH THE TENDERER

Designation
and Bill
Name Agreement Address of Agreement Amount Number of
S. Due date of
of No and Agreement Value in paid so Extensions
No Completion
Work Date signing Lakhs far in taken.
Authority Lakhs

Railway Works

State Govt. Works

Public Sector Undertaking Works

Signature of the Tenderer(S).


Name of the Tenderer(s).

Signature of tenderer Sr.DME/Co-ord/SC


Page 62 of 76
ANNEXURE- G

SAMPLE FORMAT FOR BANKING REFERENCE FOR LIQUIDITY


BANK CERTIFICATE

This is to certify that M/s .................................................... is a reputed company with a good financial
standing.
If the contract for the work, namely.............................................................................. is awarded to
the above firm, we shall be willing to provide overdraft / credit facilities to the extent of
₹...................... to meet their working capital requirements for executing the above contract.

___Sd.___
Name of Bank:__________
Senior Bank Manager_____________
Address of the Bank_______________

Change the text as follows for Joint Venture:


This is to certify that M/s .................................................... who has formed a JV with M/s
.................................................... and M/s .................................................... for participating in this
bid, is a reputed company with a good financial standing.

If the contract for the work, namely.............................................................................. is awarded to


the above joint venture, we shall be able to provide overdraft / credit facilities to the extent of
Rs....................... to M/s .................................................... to meet their working capital requirements
for executing the above contract.

[This should be given by the JV members in proportion to their financial participation]

Signature of tenderer Sr.DME/Co-ord/SC


Page 63 of 76
Annexure-H
NEFT is mandatory from 01-01-2008. No Registration/Renewal of Firms will be granted without NEFT
system after 01-01-2008. All payments after 01-04-2008 will be made only through NEFT/RTGS. Firms
to keep the Mandate Form along with their offers. Payment cannot be made without Mandate
Forms.
NATIONAL ELECTRONIC FUNDS TRANSFER (NEFT)
MANDATE FORM (NEW)
From:
M/s. Date:

To,
Senior Divisional Financial Manager,
Secunderabad Division, South Central Railway,
Secunderabad.
Sub: NEFT Payments.
We prefer to the NEFT being set up by S.C.Rly. For remittance of our payments using RBI’s
NEFT scheme. Our payments may be made through the above scheme to our under noted account.

1. Name of the City :


2. Bank Code No :
3. Name of the Bank :
4. Branch Address :
5. Branch Tel/Fax No :
6. Supplier’s/Tenderer’s Account No :
7. Type of Account :
8. IFSC Code for NEFT :
9. IFSC Code for RTGS :
10. Supplier’s/Tenderer’s name as per account :
11. Telephone No. of Supplier/Tenderer :
12. Supplier’s/Tenderer’s E-mail ID :
13. PAN No. :
14. TIN No. :
15. Confirmed by Bank :
(Enclose a copy of cancelled cheque)

Signature of Supplier/Tenderer
Stamp & Address

Signature of tenderer Sr.DME/Co-ord/SC


Page 64 of 76
ANNEXURE-01
GENERAL INFORMATION AND JOINT VENTURE DATA

A. TENDERER INFORMATION SHEET


Tenderer’ s Legal Name
Sole Proprietorship Firm / Partnership Firm /
Private Limited Company / Public Limited
Legal status of the Tenderer
Company / Joint Venture / Consortium (Please
tick one)
Legal Name of % participation
In case of JV/Consortium, Legal name of each JV/Consortium
partner with percentage participation (also member
provide information of each member in separate 1.
sheet 2.
3.
Lead member of JV/Consortium
Tenderers legal address in India, telephone
numbers, fax numbers, email address for
communication
Tenderers authorized signatory
(Name, designation, address, Contact no.)
Tenderers authorized representative
(Name, designation, address, contact no.)
FOLLOWING NEEDS TO BE SUBMITTED BY THE TENDERER: (by each member in case of JV/
consortium) :
 Affidavit in case of Proprietary firm.
 Partnership Deed in case of partnership firm.
 Memorandum & Article of Association in case of a Public/Private limited company.
 In case of JV/Consortium, MoU/Agreement (duly notarized) entered into by the joint venture/
consortium members, containing intended percentage participation, nomination of Lead
Member and division of responsibility to clearly define the work of each member etc.
 Authorization/POA in favour of authorized signatory of tenderer to sign the tender, and also
in favour of authorized representative of each member in case of JV/Consortium.
Note: Tenderers authorised representative shall be deemed to have authority of the tenderer to
receive and deliver any correspondence and attend meetings with RAILWAY ADMINISTRATION
related to the tender.
B. JV/CONSORTIUM MEMBER INFORMATION
MEMBER – 1
JV/Consortium Member’s Legal Name
Sole Proprietorship Firm / Partnership Firm / Private
Legal status of the Member Limited Company / Public Limited Company (Tick any
one)
Member’s country of constitution
Member’s legal address, telephone
numbers, fax numbers, email address)
Member’s authorized representative
(name, designation, address)
MEMBER – 2
JV/Consortium Member’s Legal Name
Signature of tenderer Sr.DME/Co-ord/SC
Page 65 of 76
Sole Proprietorship Firm / Partnership Firm / Private
Legal status of the Member Limited Company / Public Limited Company (Tick any
one)
Member’s country of constitution
Member’s legal address, telephone
numbers, fax numbers, email address)
Member’s authorized representative
(name, designation, address)

STAMP &SIGNATURE OF AUTHORIZED SIGNATORY


ON BEHALF OF TENDERER

TENDERER’S SEAL

Signature of tenderer Sr.DME/Co-ord/SC


Page 66 of 76
ANNEXURE-02
CONTRACT AGREEMENT OF SERVICES
SOUTH CENTRAL RAILWAY
(Not to be filled at the time of submission of the tender)
CONTRACT AGREEMENT NO _____________________
Dated _____________________

ARTICLES OF AGREEMENT made this ___________ day of ___________ 20__ between the
President of India acting through the Railway Administration hereafter called the “RAILWAY” of
the one part and _____________________herein after called “Contractor” of the other part.

WHEREAS the Contractor has agreed with the Railway for performance of the services
_____________________ set forth in the Schedule hereto annexed upon the General Conditions
of Contract for service contracts corrected up to latest Correction Slips 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 is consideration of the payments to be made by the
Railway, the contractors will duly perform the said services in the said schedule set-forth and shall
execute the same with great promptness, care and accuracy in a worker like manner to the
satisfaction of the railway and will complete the same in accordance with the said specifications
and said of conditions of contract on or before the _____________ day of ______ and will
observe, fulfil and keep all the conditions therein mentioned (Which shall be deemed and taken to
be part of this contract as if the same had been fully set-forth herein) AND the RAILWAY do hereby
agree that if the CONTRACTOR shall duly perform the said work in the manner aforesaid and
observe and keep the said terms and conditions, the Railways will pay or cause to be paid to the
tenderer for the said works on the final completion there of amount due in respect thereof at the
rates specified in the schedule hereto annexed.

Signature of Contractor Senior Coaching Depot Officer/SC


For and on behalf of THE PRESIDENT OF INDIA
(Secunderabad, S.C.Railway)
Contractor address
Date:

Signature of tenderer Sr.DME/Co-ord/SC


Page 67 of 76
ANNEXURE-03
Format for affidavit to be uploaded by the tenderer along with the tender documents.
(to be executed in presence of public notary on non-judiciary stamp paper of the value Rs. 100/-. The
stamp paper has to be in the name of the tenderer) **
I _________________ (name & designation) ** Appointed as the attorney /authorized signatory of
the tenderer (including its constituents), m/s____________________(hereinafter call the tenderer for
the purpose of the tender documents for the work of __________________________________as per
the tender no. ____________________of (__________________________Railway), do hereby
solemnly affirm & state on the behalf of the tenderer including its constituents as under.
1. I/We the tenderer(s), am/are signing this document after carefully reading the contents.
2. I/We the tenderer(s), also accept all the conditions of the tender and have signed all the pages in
confirmation thereof.
3. I/We here by declared that I/We have downloaded the tender document from Indian railways
website www.ireps.gov.in I/We have verified the content of the document from the website and
there is no addition , no deletion or no alteration to the contain of the tender document. In case
of any discrepancy noticed at any state i.e. evaluation of tenders execution of work or final
payment of the contract, the master copy available with the railway administration shall be final
& binding upon me/us.
4. I/We declare that and certify that I/We have not made any misleading are false representation in
the forms, statements and attachment in proof of the qualification requirements.
5. I/We also understand that my/our offer will be evaluated based on the documents /credentials
submitted along with the offer and same shall be binding upon me/us.
6. I/We declare that the information & document submitted along with the tender by me/us are
correct & I/We are fully responsible for the correctness of the information and documents
submitted by us.
7. I/We understand that if the certificates regarding eligibility criteria submitted by us found to be
forged /false or incorrect at any time during process for evaluation of tenders, it shall lead to
forfeiture of the tender EMD besides banning of business for five years on entire IR. Further I/We
(Insert name of the tenderer)** ____________and all my/Our constituents understand that
my/our offer shall be summarily rejected.
8. I/We also understand that to the certificate submitted by us are found to be false/forged or
incorrect at any time after the award of the contract it will lead to termination of the contract,
along with forfeiture of EMD/SD and performance guarantee besides any other action provided
in the contract including banning of business for five year on entire IR.
DEPONENT
SEAL & SIGNATURE
OF THE TENDERER

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verified that the content of my/our
above affidavit are true and correct. Nothing has been concealed and no part of it is false.

Signature of tenderer Sr.DME/Co-ord/SC


Page 68 of 76
DEPONENT
SEAL & SIGNATURE
OF THE TENDERER
Place:

Date:

**The contracts in italics are only for guidance purpose. Details as appropriate are to be filled in
suitably by tenderer. Attestation before Magistrate/Notary public.

Signature of tenderer Sr.DME/Co-ord/SC


Page 69 of 76
ANNEXURE-04
Bank Guarantee format for Performance Guarantee
1.In consideration of the President of India (hereinafter called “the Government”) having
agreed to exempt-------------------- (hereinafter called “ the said Contractor(s)”) from
the demand, under the terms and conditions of an Agreement dated -------------- made
between -------------- and ---------------------------- for ------------------------- (hereinafter called “the
said Agreement”), of 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 Bank
Guarantee for Rs.------------------------(Rupees-------------------------only). We ---------------------------
----------------------- (indicate the name of the 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 Rs.--------------- against any loss / damage caused to or
suffered or would be caused to or suffered by the Government by reasons of any breach by
the said contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We ---------------------------------(indicate the name of the Bank) do hereby undertake to pay


the amounts due 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 would be caused to or suffered by the Government by reason of breach by the
said contractor(s) of any of the terms or conditions contained in the said Agreement or by
reason of the contactor(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 shall be restricted to an amount not exceeding Rs.------------------.

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

4. We, -------------------------------(indicate the name of bank) further agree that the guarantee
herein contained shall remain in full force and effect during the period that would be taken
for the performance of the said Agreement and that it shall continue to be enforceable till all
the dues of the Government under or by virtue of the said Agreement have been fully paid
and its claims satisfied or discharged or till -------------------------Office/Department) Ministry of
----------------------- certifies that the terms and conditions of the said Agreement have been
fully and properly carried out by the said Contractor(s) and accordingly discharges this
guarantee. Unless a demand or claim under this guarantee is made on us in writing on or
before the --------------------------- we shall be discharged from all liability under this guarantee
thereafter.
5. We, ---------------------(indicate the name of the Bank) further agree with the Government
that 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 relived from our liability by
reason of any such variation, or extension being granted to the said Contractor(s) or for any

Signature of tenderer Sr.DME/Co-ord/SC


Page 70 of 76
forbearance act or omission on the part of the Government or any indulgence by the
Government to the said Contractor(s) or any such matter or thing whatsoever which under
the law relating to the sureties would, but for this provision, have effect of so relieving us.

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, ---------------------- (indicate the name of the bank) lastly undertake not to revoke this
guarantee during its currency except with the previous consent of the Government in writing.

Dated: the---------------- day of --------------- 2014


For -----------------------------------
(Indicate the name of the bank)

Signature of tenderer Sr.DME/Co-ord/SC


Page 71 of 76
ANNEXURE – 05
Bid evaluation – Technical criteria (Sample)
The following criteria are merely indicative and provided for illustrative purposes only.
S.No Weigh Technical criteria Documentation Scoring
tage
1 20% Previous work done – The Certificate from client Scoring method: for each
bidder shall submit firm authorizing completed/on-going similar
documents related to payment received service contracts with
completed/on-going along with percentage satisfactory performance hall
similar service contracts penalties imposed, be as under:
during the last three contract wise for a. 100 marks if the bidder has
previous financial years completed /on-going completed or received
and the current financial similar service payment as under:
year along with the details contracts with
1project > 80%,
of payments received and satisfactory
percentage penalties performance. 2projects > 50% or,
imposed therein, to 3or more projects >40% of
classify the completed/on- the advertised value of the
going similar service bid.
contracts in the following b. 50 marks if the bidder has
categories: completed or received
1. Payment received more payment as under:
than or equal to 80% or 1project > 50%,
50% or 49% of the current
advertised bid value and 2projects > 40% of the
percentage penalties advertised value of the bid.
imposed therein. c. 20 marks if the bidder has
completed or received
payment as under:
1project > 40% value
completed.
No marks if all the projects
<40% value completed.
Deduction for percentage
penalty imposed in the
respective completed/on-
going similar service
contracts.
The score of each
completed/on-going similar
service contracts with
satisfactory performance
shall be reduced by a
percentage equal to the
percentage penalty imposed
in respective contract. No
reduction for percentage
penalty less than 5%.
Signature of tenderer Sr.DME/Co-ord/SC
Page 72 of 76
Contract where percentage
penalty is more than 20% of
contract value shall not be
considered for calculation of
scores for this purpose.
2 35% Turnover (in last three A per audited balance a. 100 marks – more than 25
and current financial year) sheet certified by the times advertised value of
(Less than 1.5 times the CA. work.
value of work is not b. 70 marks – 10-25 times
eligible) advertised value of work.
c. 50 marks – 5-10 times
advertised value of work.
d. 30 marks – 1.5-5 times
advertised value of work.
3 20% Number of years in Company a. 100 marks – more than 8
operations establishment years.
(Firms having less than 1 certificate and b. 80 marks – 5-8 years.
year of experience are not company’s work order c. 60 marks – 2-5 years.
eligible) copy/agreement
copy/completion d. 40 marks – 1-2 years.
certificate etc as proof
of operation.
Years shall be counted
from the date of
agreement of the
work.
4 25% Size of workforce EPFO challan/bank a. 100 marks if the bidder’s
The bidder must have a account statement in workforce on roll is greater
minimum number of support of available than 3 times of the total
personnel (as defined by manpower (duly workforce required in this
railway administration) on submitted to EPFO) in bid.
the organization’s pay roll. respect of the b. 70 marks if the bidder’s
previous four quarters workforce on roll is equal to
proceeding the date or upto 3 times the total
of opening of bid workforce required in this
should be submitted bid.
in support of their
c. No marks if workforce on
qualification.
roll deployed is less than the
total workforce required in
this bid.

Signature of tenderer Sr.DME/Co-ord/SC


Page 73 of 76
Daily Inspection cum Certificate sheets

Annexure – 06

Occupant wise meals Register:

(For each Type of meal i.e. Breakfast, Lunch, Dinner & Parcel meal, separate registers to be
maintained)

S. Date Name of Designation Incoming Sign Coupon Signature Signature Signature


No. the Train No. OFF No. of the of Care of
occupant Time occupant taker Contractor
supervisor

Signature of the Depot supervisor (CLI/CCC)

Annexure – 07

Register for Meals summary day-wise:


bearers to be deployed daily
No. of cooks & Malachi cum

Signature of Running Room


Signature of contractor
Total Bed occupation

in-charge (CLI/CCC)
Actually deployed

Date
No. of Guards

Total Meals
Parcel meal
No. of ALPs

supervisor
Break fast
No. of LPs

Dinner
Lunch

Signature of tenderer Sr.DME/Co-ord/SC


Page 74 of 76
Annexure – 08

Register for Supply of purified water to the running room:

S. No. Date Quantity in Water quality Signature of Signature of the contractor


Liters output TDS in PPM Care taker supervisor
from RO water
plant

Signature of the Depot supervisor (CLI/CCC)

Annexure – 09

Linen washed IN/ Out Register:

Signature of

Signature of
Contractor
Supervisor
Care taker
Date OUT Quantity IN Quantity
Woolen blankets

Woolen blankets
window curtains
Mosquito nets

Mosquito nets

Door/Window
Pillow covers

Pillow covers
Bed Covers

Bed Covers
Bed sheets
Bed sheet

Door/

Signature of the Depot supervisor (CLI/CCC)

Annexure – 10
Housekeeping of running room and Crew lobby/crew rest room:

Date No. of persons to be No. of persons Work done Signature of Signature of


deployed actually Satisfactory Care taker Contractor
deployed (Yes/No) Supervisor
22
22

Signature of the Depot supervisor (CLI/CCC)

Signature of tenderer Sr.DME/Co-ord/SC


Page 75 of 76
Annexure – 11
Register for maintenance of News papers//Magazines in the Running room:

Month & year ------------

S. No. Monthly News papers & To be Actually Signature of Signature of


Magazines provided in a provided in a Care taker Contract
month month Supervisor
News Papers/Daily
Deccan chronicle -1
Hindi daily-1
Ennadu-1
Vartha/Andhra Jyothi -1
Reginal language-1
Magazines
India today(English)
India today(Hindi)
Maharashtra magazine -1
Swathi(Telugu)

Signature of the Depot supervisor (CLI/CCC)

Annexure – 12

Register for sand loading

SL. Date Time Train Loco Crew Boxes No. of Name Signature On Remarks
No. of No. Nos. loaded sand of LP of LP duty CC
loading (Yes/NO) bags
loaded
(write
in
words)

-------- END OF TENDER DOCUMENT -------

Signature of tenderer Sr.DME/Co-ord/SC


Page 76 of 76

Das könnte Ihnen auch gefallen