tender form - south eastern railway zone...c.21/ cycle –car parking /hatia /2018-21 dated...

23
Signature of the Tenderer Page1of 22 Tender Form Tenderer : .……………………………………. Address : .……………………………………. : .……………………………………. : .……………………………………. Mobile No. ………………………….. Commercial Department South Eastern Railway, Ranchi Division Tender Notice No. C.21/ Cycle Car Parking /Hatia /2018-21 dated :-04.07.2018 Name of Work Management of Cycle-Car stand a t Hatia Railway station for a period of 03 (three) years. Tender Value License fee for 1st year Rs.41,50,795/- (Rupees Forty One Lakhs Fifty Thousand Seven hundred Ninety five only) + GST-18%. License fee for 2nd year is Rs. 41,50,795/- 10% increase in over previous year Rs.45,65,875 /-( Rupees Forty five Lakhs Sixty five Thousand Eight hundred and Seventy five only) + GST-18% License fee for 3rd year is Rs. 45,65,875 /-( 10% increase in over previous year Rs.50,22,463/-( Rupees Fifty Lakhs Twenty two Thousand Four hundred and Sixty three only) + GST-18% Total=Rs.1,37,39,133/-(Rs. One Crore Thirty Seven Lakhs thirty Nine Thousand One hundred and Thrity Three only) for three years contract + GST-18%. Cost of Tender Rs. 5000/-(Rupees Five Thousand only). GST-18% on the cost of tender form Rs.900 /-* (Rupees Nine hundred only). Date of dropping & Opening of 13.08.2018 Type of Tender Single Packet Open Tender System As on date the present GST is 18%. The tenderer(s) should deposit the GST directly to the GST department of Govt. of India.

Upload: others

Post on 06-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page1of 22

Tender Form

Tenderer : .…………………………………….

Address : .……………………………………. : .…………………………………….

: .…………………………………….

Mobile No. …………………………..

Commercial Department

South Eastern Railway, Ranchi Division

Tender Notice No.

C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018

Name of Work

Management of Cycle-Car stand a t Hatia Railway station for a

period of 03 (three) years.

Tender Value License fee for 1st year Rs.41,50,795/- (Rupees Forty One Lakhs Fifty Thousand Seven hundred Ninety five only) + GST-18%.

License fee for 2nd year is Rs. 41,50,795/- 10% increase in over previous year

Rs.45,65,875 /-( Rupees Forty five Lakhs Sixty five Thousand Eight hundred and Seventy five only) + GST-18%

License fee for 3rd year is Rs. 45,65,875 /-( 10% increase in over previous year

Rs.50,22,463/-( Rupees Fifty Lakhs Twenty two Thousand Four hundred and Sixty three only) + GST-18%

Total=Rs.1,37,39,133/-(Rs. One Crore Thirty Seven Lakhs thirty Nine Thousand One

hundred and Thrity Three only) for three years contract + GST-18%.

Cost of Tender Document

Rs. 5000/-(Rupees Five Thousand only).

GST-18% on the cost of

tender form

Rs.900 /-* (Rupees Nine hundred only).

Date of dropping &

Opening of

the Tender

13.08.2018

Type of Tender

Single Packet Open Tender System

As on date the present GST is 18%. The tenderer(s) should deposit the GST directly to the

GST department of Govt. of India.

Page 2: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 2 of 22

South Eastern Railway

Ranchi Division

The following details should be mentioned.

Sl.No. Item Details

1. Name of Firm

2. Details of firm (Partnership/

Proprietorship / Limited Co. etc.)

3. Address with valid phone no./

mobile no and e-mail address

4. Tender document fee (enclosure

details – Non refundable)

5. EMD Details.

6. Permanent Account Number

7. Cost of tender form & GST on the cost of tender forms

8. GST Registration No and certificate.

9 Mandate Form

Page 3: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 3 of 22

South Eastern Railway

Ranchi Division

TENDER

To

The President of India,

Acting through the Divisional Railway Manager (Commercial),

South Eastern Railway/Ranchi.

1. I/We have read the various conditions to tender attached hereto and hereby agree to abide

by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90

(Ninety) days from the date fixed for opening the same and in default thereof; I/We shall be

liable for forfeiture of my/our full earnest money. I/We offer to do the scope of work as detailed

in the tender document at the rates quoted in Tender Schedule form and hereby bind

myself/ourselves to complete the work in stipulated time from the date of issue of letter of

acceptance of the tender. I/We also hereby agree to abide by the General and Special conditions

of contract and to carry out the work according to the standard specifications for materials and

works laid down by the Railway for the present contract.

2. A sum as stipulated in the Tender Notice is herewith forwarded as full earnest money

mentioned above. The full value of the earnest money shall stand forfeited without prejudice to

any other right or remedies if:

(a) I/We do not execute the contract documents within seven days after receipt of notice

issued by the Railway that such documents are ready; and

(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.

3. 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 the Tenderer/s

Signature of witness:

(1)

Dated

(2)

Page 4: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 4 of 22

S.E.Railway

Office of the

Sr.DCM/RNC

Tender Notice No: C.21 / Cycle –Car parking / Hatia /2018-21 Dated:0 4 . 0 7 . 2 0 1 8

……

NOTICE INVITING OPEN TENDER THROUGH SINGLE PACKET SYSTEM

Divisional Railway Manager (Commercial), South Eastern Railway, Ranchi for & on

behalf of President of India, invites sealed open tenders( Single packet) for execution of the

works mentioned below in the prescribed tender document available from the office of

Divisional Railway Manager (Commercial), South Eastern Railway, P.O: Hatia , Ranchi,

Jharkhand, PIN- 834003.

Sl. No

Name of work Management of Cycle/Motorcycle/Scooter/Auto Rickshaw/Car stand at Hatia Railway station for a period of 03 (three) years.

1 Tender Value License fee for 1st year Rs.41,50,795/- (Rupees Forty One Lakhs Fifty Thousand Seven hundred Ninety five only) + GST-18%

License fee for 2nd year is Rs. 41,50,795/- 10% increase in over previous year

Rs.45,65,875 /-( Rupees Forty five Lakhs Sixty five Thousand Eight hundred and Seventy five only) + GST-18%.

License fee for 3rd year is Rs. 45,65,875 /-( 10% increase in over previous year

Rs.50,22,463/-( Rupees Fifty Lakhs Twenty two Thousand Four hundred and Sixty three only) + GST-18%.

Total=Rs.1,37,39,133/-(Rs. One Crore Thirty Seven Lakh thirty Nine Thousand One hundred

and Thrity Three only) for three years contract + GST-18%.

2 Earnest money Rs.2,74,783/-(Rupees Two Lakh seventy four Thousand seven hundred eighty three only).

3 Contract period 03 (Three )years.

4 Cost of tender

document

Rs.5900/-(Rupees Five thousand seven hundred and fifty only).(For tender form Rs. 5000 /- + GST- 18% i.e. Rs.900 /-) only. The tenderer(s) should deposit the GST directly to the GST department of Govt. of India. OTHER INFORMATIONS:

5 Place of sale of

tender document

Office of the Divisional Railway Manager (Commercial), South Eastern Railway, P.O: Hatia,

Ranchi, Jharkhand. PIN- 834003.

6 Place of dropping of

tender

Office of the Divisional Railway Manager (Commercial), South Eastern Railway, P.O: Hatia,

Ranchi, Jharkhand. PIN- 834003.

7 Date & time of sale

of tender document

From 1 0 / 07 /2018 to 17.00 Hrs of 10 / 0 8 /2018.

8 Date & time of

dropping of tender

document

Between 11.00 Hrs to 15.00 Hrs of 13 / 0 8 /2018.

9 Closing of tender At 15.00 Hrs of 1 3 / 0 8 /2018.

10 Date & time of

opening of tender

At 15.30 Hrs of 13 / 08 /2018.

11 Place of opening of

tender

Office of the Divisional Railway Manager (Commercial), South Eastern Railway, P.O: Hatia,

Ranchi, Jharkhand PIN- 834003.

12 The tender document is not transferable.

13 No demand for tender document by post will be accepted.

14 The detailed terms & conditions of the tender are available in the tender document.

15 In case the date of opening is declared a holiday, the tender will be opened on the next working day at the same place & time.

Page 5: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 5 of 22 16 The sealed tender should be dropped in the sealed tender box provided in the fol lowing offices between 11.00 Hrs

to 15.00 Hrs of 13 /08 /2018.:- A. DRM (Commercial), S.E.Railway, Ranchi P.O. Hatia, Ranchi PIN: 834003. JHARKHAND B. Area Manager Office, Bokaro, S.E.Railway and , C. CCM Office, S.E.Railway, 14 Strand Road, 9th floor, Kolkata-01

17

The tender should be on the prescribed document only, obtainable from the office of DRM(Commercial),

S.E.Railway, Ranchi P.O.Hatia,Ranchi PIN: 834003, JHARKHAND on any working day between 10.00 Hrs to 17.00 Hrs from 1 0 / 07 /2018 to 10 /08 /2018 on production of cash deposit receipt for a sum of Rs.5,900 /- only (Rupees Five thousand nine hundred only) towards the cost of tender document issued by Chief Cashier, S.E.Railway, Garden Reach, Kolkata-43, Divisional Cashier, S.E.Railway, Ranchi or any Station Manager of S.E.Railway. In no circumstances the cost of tender document will be refunded. The tenderer is required to submit – Rs. 5,000 /- (Rupees five thousand only ) under allocation 930652-99 and Rs.900 /-(Rupees Nine hundred only) as GST (CGST-9% under allocation 12111572 and SGST-9% under allocation 12111573).

18 Railway Administration reserves the right for partial modification or cancellation of the tender without any prior intimation to the tenderer.

19 The tender(s) not accompanied with the Earnest money and cost of tender form + GST shall be summarily

rejected.

20

The tender document is also available on the website:.www.ser.indianrailways.gov.in The tenderers can

download the tender document from the website from 10/ 0 7 /2018 and upto 12.00 hrs. on 13/08 /2018. The tender form downloaded from the website should be accompanied with Rs.5,900 /- only (Rupees five thousand

Nine hundred only) as cost of tender form with GST on the cost of tender form in the shape of DD from any Nationalized Bank drawn in favour of FA&CAO/SER/GRC which is not refundable. Tenders not accompanied with

the cost of tender form, GST on the cost of tender form shall not be considered. Cost of the tender document, GST on the cost of tender form & Earnest Money should be deposited separately and should not be clubbed together.

Tender received after the stipulated date and time will not be considered.

21

Tenderers are required to submit their offer in single packet containing their full address and telephone numbers.

Name of the work super-scribed on the envelope.

The sealed envelope should contain the following documents :-

i) Offer letter duly signed.

ii) Terms and conditions including tender document duly signed on each page.

iii) Document of deposit of Earnest money of Rs.2,74,783 /-(Rupees Two Lakh seventy four Thousand

seven hundred eighty three only).

iv) Document of deposit of cost of Tender Form with GST on the cost of tender form of

Rs.5900/- (if form is downloaded from website, DD shall be submitted )

v) Other documents as asked for as a proof of fulfilling the eligibility criteria.

vi) Envelope without MR or DD in proper form shall be summarily rejected.

Divisional Railway Manager (Commercial)

South Eastern Railway, Ranchi.

(For & on behalf of President of India)

Page 6: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 6 of 22

General Conditions of Contract 1. Indian Railway standard general condition of contract July 2014 and correction up to-date are

binding on the contract and shall form part and parcel of the contract unless otherwise stated in

the special conditions and specifications in the tender papers. Indian Railway standard general

conditions of contract July 2014 can be downloaded from website

www.ser.indianrailways.gov.in. 2. The tenderer/tenderers shall quote his/their rates in the prescribed space given in the Tender

document.

3. Tender received after the stipulated date and time will not be considered.

4. The validity of tender offer should be 90 days from the date of opening of tender. 5. Tenders containing erasures and alterations of the Bid Documents shall be summarily rejected.

Any corrections made by the tenderer/ tenderers in entries other than the Bid Documents must be attested by him/them.

6.ELIGIBILITY CRITERIA:

1. The bidder should have completed in the last three financial years ( i.e. current year 2018-

19 and the three previous financial years 2015-16,2016-17,2017-18) at least one similar work for a

minimum value of 35% of the advertisement tender value of work in Railway, Central

Government, State Government including Municipalities and PSUs.

The similar nature of work should be defined by CCM as per Sudhir Chandra Committee’s

Recommendations. This may be defined as- any type of parking contracts executed within Indian

Railways/Central Govt./State Govt./Municipality/ Public Sector Undertakings. It may also

be included of civil engineering contracts and engineering contracts, catering cleaning and sanitation,

conservancy works in Central Govt. or State Govt. or PSU.

2. Net worth of the contractor should not be less than 150% of the advertised value of the

tender. Certificate issued by CA should be submitted in support of the criteria.

3. The contractor should have a valid trade license of similar nature of works/contract

issued by the State Govt./Local authority. In case the State Govt. or local Authority is not issuing a

license for the subject trade an affidavit to this effect to be produced.

4. The contractor shall have a valid PAN CARD in the name of the firm/individual who is the

applicant of the case.

7. EARNEST MONEY:

The Earnest Money should be of Rs.2,74,783 /- (Rupees Two Lakh seventy four thousand seven hundred

eighty three only) of total contract value drawn in the shape of Demand Draft from any of the Nationalized Banks or by a Scheduled Bank.

It shall be understood that after submitting his tender, Tenderer will not rescind his offer or

modify the terms and conditions thereof in a manner not acceptable to the Divl.Rly.Manager

(Commercial)/South Eastern Railway/ Ranchi. Should the tenderer fail to observe or comply with

the said stipulations and in case the tenderer withdraws his offer within the validity period of his

offer or fails to undertake the contract after acceptance of his tender, the full earnest money shall

be forfeited.

If the tender is accepted, the amount of earnest money will be retained and adjusted as part

security deposit for the due and faithful fulfillment of the contract. The earnest money of the

unsuccessful tenderers shall, save as herein before provided, be returned to the unsuccessful

tenderers within a reasonable time but the railway administration shall not be responsible for any

loss or depreciation that may happen thereto while in their possession nor be liable to pay interest

thereon.

Page 7: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 7 of 22 8. It shall not be obligatory on the said authority to accept the highest tender and

no tenderer/tenderers shall demand any explanation for the cause of rejection of his/their tender.

9. If the tenderer(s) deliberately gives/give wrong information in his/their tender or creates/create

misleading circumstances for the acceptance of his/their tender, the Railway reserves the right to

reject such tender at any stage.

10. If the tenderer(s) expire(s) after the submission of his/their tender or after the acceptance of his

tender, the railway administration 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

administration shall deem such tender as cancelled unless the firm retains its character.

11. SECURITY DEPOSIT:

The earnest money deposited by the contractor with his tender will be retained by the railway as

part of security for the due and faithful fulfillment of the contract by the contractor. The recovery

of balance amount of Security Deposit shall be as under: a) Balance Security Deposit after adjusting earnest money should be deposited in the form of Fixed deposit receipt/ Demand Draft/Bank Guarantee equal to 5% of the total contract value. Validity of the FDR/BG should be up to 03(three) years 06 (Six) months. This FDR/ DD/BG 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 FDR/BG extended to cover such extended time for completion of work plus 60 day.

b) Security Deposit shall be returned to the contractor after the physical completion of the work as

certified by the Competent Authority. The Competent Authority shall normally be the authority

who is competent to sign the contract. If this Competent Authority is of the rank of lower than JA

Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The

certificate inter alia should mention that the work has been completed in all respects and that all

the contractual obligations have been fulfilled by the contractors and that there is no due from the

contractor to Railways against the contract concerned. Before releasing the SD, an unconditional

and unequivocal no claim certificate from the contractor concerned should be obtained.

c) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to

the Contractor under the Contract.

12. Performance Guarantee

12.1 Performance guarantee amounting to 5% of total value in the form of BG should be obtained in

order to ensure and safeguard Railway’s interest. In case of failure of the contractor, Performance

Guarantee should be chased and credited to Railway revenues.

12.2 The procedure for obtaining Performance Guarantee is outlined below:

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30(thirty) days

from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond

30(thirty) days and up to 60 days from the date of issue of LOA may be given by the Authority who is

competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for

the delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor

fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be

terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor

shall be debarred from participating in re-tender for that work.

(b) The successful bidder shall submit the Performance Guarantee (PG) amounting to 5% of the total

value of the contract .

13. The agreement, deposition of Security Deposit and Advance license fees for first quarter shall be

executed /made within 15 days of issue of LOA. Submission of Performance Guarantee shall be

governed as per Para No.12. 14. Non-compliance with any of the conditions set forth therein above is liable to result in the tender

being rejected.

Page 8: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 8 of 22

15. The authority for the acceptance of the tender will rest with the railway administration, which does

not bind itself to accept the lowest or any other tender nor does it undertake to assign reasons

for declining to consider any particular tender or tenders.

16. The successful tenderer/ tenderers shall be required to execute agreement with the President of India

acting through the Divisional Railway Manager (Commercial)/South Eastern Railway/Ranchi for

carrying out the work and Indian Railway standard general condition of contract July 2014 and

correction up to-date, special conditions/specification annexed to the tender.

17. The tenderer(s) shall keep the offer open for a minimum period of 90 days from the date of

opening of the tender, within which period the tenderer(s) cannot withdraw his/their offer,

subject to the period being extended further if required, by mutual agreement from time to time.

any deviation from the above condition will make the tenderer liable for forfeiture of his security

deposit for due performance of the foregoing stipulation.

18(a) 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 rates he entered in the tender form are

adequate for the completion of work to the entire satisfaction of the railway administration.

18(b) 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 the commitment on their behalf. The railway

administration 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 contractor. 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 as under:-

(i) For initial vetting - Rs. 100/-

(ii) For subsequent vetting – Rs.30/-

18(c) The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a

Partnership Concern. If the tender is submitted on behalf of a Partnership Concern, he should

submit the certified copy of Partnership Deed along with the tender and authorization to sign the

tender documents on behalf of partnership firm. If these documents are not enclosed along with

the tender documents, the tender will be treated as having been submitted by individual signing

the tender documents.

The tenderer whether sole proprietor, a limited company or a partnership firm if intending to act

through agent or individual partner(s) should submit along with the tender or at a later stage, a

power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour

of the specific person whether he/they be partner(s), of the firm or any other person specifically

authorizing him/them to submit the tender, sign the agreement, receive money, compromise,

settle, relinquish any claim(s) preferred by the firm and sign " No Claim Certificate" and refer all

or any dispute to arbitration.

19. Railway administration reserves the right of not inviting tenders for any of the

railway work/works or to invite open or limited tenders and when tenders are called, to

accept a tender in whole or in part or reject any tender or all tenders without assigning

reasons for such action.

20. The tenderer whose tender is accepted shall be required to appear at the office of the

Divisional Railway Manager/Commercial/South Eastern Railway/Ranchi in person or if a

Firm or Corporation, a duly authorized representative shall so appear and execute the

contract documents.

21. For settlements of disputes & Arbitration, provision of relevant clauses of Indian

Railway standard general condition of contract July 2014 with up-to-date correction slip will

be followed.

Page 9: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 9 of 22 22. Variation in contract will be governed as per provision made in GCC.

23. Any unsatisfactory performance in running Cycle/Motorcycle/Scooter/Auto Rickshaw/Car

stand will be treated as breach of the contract and necessary action will be taken as

per general condition of contract. The Railway Administration reserves the right to

terminate the contract by issuing three months prior notice for unsatisfactory

performances. The decision of unsatisfactory performances solely rest with the Agreement

executing Authority. If the successful tenderer fails to deposit the amount of security

deposit amount and advanced license fees for first quarter to execute an agreement

within 15 days of the intimation of the same, his earnest money will be forfeited by the

Railway on behalf of President of India and the acceptance of his tender cancelled.

The earnest money and the security deposit for the successful tenderer will be retained till

completion of the work and settlement of claims after which it will be returned less any

account recoverable under the terms of the contract agreement. No. dues certificate

issued by S t a t i o n M a n a g e r of Hatia will be required for release of security money.

24. In case of default of payment of any dues the Railway Administration reserves the right

to terminate the agreement and adjust the dues against the security deposit, after giving due notice.

25. There shall be surprise checks on the service being provided by licensee. The licensee shall

be liable to pay such penalty as administration may decide for complains against the licensee

for overcharging etc. without prejudice to the other remedial measure which may be

available under the agreement. The licensee shall be liable to pay at the sole discretion of the

administration a penalty for any action in the contravention of the clause of the agreement of

such amount as may be imposed by the administration.

26. The Tenderer should confine his work within the allotted space and any deviation or complaint of

deviation will be treated as ‘breach of contract’. He should avoid public complaint on any account and will be responsible to produce himself or his staff whenever necessary for enquiries.

27. In the event of any Cycle/Motorcycle/Scooter being lost or delivered to person other than

the owner or any damage caused to any Car/Auto rickshaw while in the custody of the

contractor or his agent, the contractor shall be required to settle the dispute by payment of

compensation, if necessary. If the railway is also made party to the claim and if the railway

is required to pay any compensation as per Court’s order the railway shall reserve the right

to recover the amount from the contractors including legal expenses for the defense of the

case, from his security deposit, if necessary. 28. The rate of parking charge for each Cycle/Motorcycle/Scooter/Auto Rickshaw/Car shall

be as under:-

Name of the

vehicles

Rates.

For 02 hrs or

part thereof.

Add 02 hrs or

part thereof.

Add 02 hrs or part thereof.

Add 01 hr or part thereof or each subsequent hours.

Car (Four wheeler) Rs.30/- Rs.15/- Rs.10/- Rs.05/- Auto Rickahaw

(three wheeler)

Rs.15/- Rs.10/- Rs.05/- Rs.05/-

Motorcycle/Scooter

(two wheeler)

Rs.10/- Rs.05/- Rs.02/- If more than 06 hours or upto 24 hrs parked ie.Rs.20/- per cycle only and no other charges to be collected.

Cycle

(two wheeler)

Rs.04/- Rs.02/- Rs.01/- If more than 06 hours or upto

24 hrs parked, in this case Rs.10/-

will be charged and no other charges

will be collected.

NB: These rate are exclusive of GST. The Contractor has to take GST @18% on the above

prescribed rates.

Page 10: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 10 of 22

(a) Contractor shall issue machine printed receipt to vehicles entering pick and drop area

mentioning the time of entry. Vehicles detaining in the area for more than 10(Ten) minutes will be charged as per rule.

29. The contractor should display rate in prompt location. The contractor will not charge any fee more than that fixed by the Railway.

30. The area for the stand is approximately 3438 Sqm.(Cycle-167 Sqm , Area of

Motorcycle / Scooter- 279 Sqm, Area of Auto Rickshaw 1102 Sqm and Area of Car 1890 Sqm) area of Railway land will be sited on the Railway premises.

Contract or there abuts be the same little more or less and bounded as follows that is to say:- On the North by Park,

On the South by Circulating portico of Hatia Station Building,

On the East by Road running adjacent to DRM/RNC Building & On the West by Road running adjacent to temple and SSE(Works)/Hatia Office.

31. The contractor will not sell or sublet the right granted by this contract to any other person

or persons and any violation of these terms will render the contract liable to be terminated

without giving any notice in addition to the liability of forfeiting the security deposit.

32. The contract would be monitored by Sr. DCM/ DCM /ACM, S.E.Railway/Ranchi on behalf of the

President of India.

33. If the work is cancelled before the commencement or terminated during the execution in

accordance with the prescribed conditions, the Divisional Railway Manager, S.E.Railway

/ Ranchi reserves to himself the right to cancel the tender/contract and invite fresh tenders

for the works.

34. If the contractor becomes insolvent during the tenure of the contract, the contract

will be terminated by the Railway and the Tenderer may be blacklisted. 35. The authorized licensee may erect temporary structure of 6’ x 6’ area on the demarcated

railway premises on his own cost and on the immediate expiry of the license the contractor

shall immediately leave the said premises and vacate and made over the stand to the Railway

in the same state and conditions as it was at the time of taking over from the railway within

48 hrs at his own cost. If the licensee fails to vacate the same within stipulated period

railway will vacate the land and the cost of which will be deducted from the security deposit.

36. In addition to license fee GST@18% is payable by the contractor and other tax to be paid as

modified by Ministry of Finance as intimation to Railway Administration. 37. Computerized machine generated parking slip to be introduced at Hatia railway station

for Cycle/Motorcycle/Scooter/Auto Rickshaw/Car at the entry gate. The parking slip

indicating the date and time of parking vehicle number and parking rate in different slabs,

etc. and money should be collected at the exit gate at the time of departure. In case of non

existence of proper entry and exit gates, the parking contractor may issue parking slips

through the hand held terminals which should show the date and time of parking, vehicle

number and parking rates in different slabs. The cost of all equipments required for issuing

computer/machine generated parking slip to be borne by the parking contractors.

38. Computerized coupons should be issued by the licensee of parking contract at Hatia

railway station which shall clearly depict the name/ identification of parking lot, date and time of issue of coupons, the name of the contractor, Serial Number on coupons with counterfoils and amount charged for coupon/ monthly pass.

Page 11: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 11 of 22

39. License fee as notified by the Railway from time to time will be paid in respect of all category of stations and the same will be increased by 10% every year .

40. Payments and Penalties:

40.1 Licensee shall make payments of license fee on or before 10th day of the first month of each quarter

(i.e. every 3 months) during the period of contract irrespective of the date of allotment of the contract.

Besides this the contractor shall be liable to make payment of penalty if the due license fee has not been paid

by the 10th day of the first month of each quarter. If the licensee/licensees delay the payment of amount, the

administration after giving a grace period of 7 days will have the liberty to impose penalty @1% of the

amount due for delay of payment by 7 days or part thereof.

In case of the failure in payment of two subsequent advance quarterly license fees, Sr.DCM at his

discretion may decide to terminate the contract by issuing a show cause notice.

40.2 Complaints should be dealt as under:-

1st instance = Warning issued.

2nd instance = Rs.5,000/- fine.

3rd instance = Rs.10,000/- fine.

4th instance = Termination of contract by forfeiting Security Deposit.

40.3 In case of termination of contract by Railway Administration due to clauses detailed in 40.1 and

40.2, the contractor shall be debarred from participating in future tenders of the divisions.

41. That the accepted Contractor should work under Divl. Railway Manager(Commercial) / Sr Divl. Comml. Manager /Divl Comml Manager /Asstt. Comml. Manager of Ranchi Division or any other officers or subordinates authorized by him directly and should not correspond contract and to work without his acknowledge.

42. Maintenance of Records and Registers:

(i) The Licensee shall maintain the following records to facilitate inspection by Railway Authorities

and correct accountal of No. of vehicle (Type-wise) dealt with and show the records on demand.

(ii) Licensee should keep the photocopy of agreement readily available and show it to the Inspection officials on demand.

43. (A). Payment of Statutory charges: All the Taxes payable to the local Government / Local

Bodies ie. Municipalities, Panchayats as levied by them has to be paid by the licensee.

(B).Payment of GST: The contractor have to pay the GST @ 18 % as per extant rule and

they have to provide GST registration no. 44. Guard Against Malpractices:

(i) The Contractor should not exceed the area allotted to him and restrict the parking

activities within it. (ii) The licensee should issue machine numbered receipt for each vehicle with mention of

date. He must procure the return receipts for verification by inspecting authorities on demand.

(iii) The staff of the licensee should submit police verification certificate in prescribed format.

(iv) The staff of the licensee should wear uniform with identity card so as to be identified easily.

45. FORCE MAJURE (i) In the event that any of the Parties hereto finds unable, by reason of a case of “Force Majeure” to

carry out its obligations hereunder in whole or in part, the obligation of such Party to the extent

that they are affected by such “Force Majeure” shall be suspended as long as impossibility

so caused shall last but not thereafter. The adverse situation created by such “Force

Majeure” shall be remedied as far as possible, with reasonable dispatch.

Page 12: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 12 of 22

(ii) The term “Force Majeure” as used herein shall mean any Act of God and any event,

whether accidental or not, beyond the will and control of the Party affected by such event

(but not necessarily unpredictable) such as war, whether declared or not, riot,

insurrection, civil commotion, sabotage, strikes, lock out, or other disturbance, accident,

fire, earthquake, flood explosion, damage to plant or installations, epidemic, quarantine

restrict ions, absence of the usual means of transport and embargoes, the occurrence of

which event could not have reasonably by foreseen or provided for by a man of common

prudence exercising due diligence together with the steps taken by it to avoid or minimize

the adverse effect of such Force Majeure event, as also the cessation of such event. (iii) The party affected by “Force Majeure” shall have notice thereof to the other party setting

forth all necessary particulars concerning the giving of the said notice, obligations of the

Party giving such notice shall be suspended as said above and the Parties shall consult

together with the view to determining mutually acceptable measure to overcome the

difficulties arising there from. 46. Transfer of license: - Under no circumstances licensee can transfer the license.

47. Arbitration: - Settlement of disputes.

If any dispute, difference or questions shall arise between the Railway Administration and the

Contractor has to the respective rights duties and obligations of the parties hereto or as to the

constructions or interpretation of any of the terms and conditions of this agreement or as to its

application(except in matters the decision thereof is herein expressly provided for and also

excepting the matters regarding which the contractor has submitted no claim certificate) then the

same shall be referred to the sole arbitration of the General Manager of the South Eastern

Railway or if he is unable or unwilling to act then to the sole arbitration of any person appointed

by him on his behalf and the decision of the General Manager or of the person so appointed shall

be final and binding on the parties hereto under the provision of Arbitration and Reconciliation

act 1996.

48. EMPLOYMENT/PARTNERSHIP ETC. OF RETIRED RAILWAY EMPLOYEES:

(a) Restrictions on the Employment of Retired Engineers/Officers of Railway Services within

two years of their retirement.

(b) The Contractor shall not, if he is a retired Government Officer/Engineer of Gazetted rank,

himself engage in or associate a retired Government Officer/Engineer of Gazetted rank, who has

not completed two years from the date of retirement, in connection with this contract in any

manner whatsoever without obtaining prior permission of the President and if the Contractor is

found to have contravened this provision it will constitute a breach of contract and administration

will be entitled to terminate the contract at the risk and cost of the contractor and forfeit his

Security Deposit.

(c) Should a tenderer or contractor being an individual on the list of approved Contractors, have a

relative(s) or in the case of partnership firm or company of contractors one or more of his

shareholder(s) or a relative(s) of the shareholder(s) employed in gazette capacity in the Engineer

or any other department of the Railway, the authority inviting tenders shall be informed of the

fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if

such fact subsequently comes to light, the contract may be rescinded in accordance with provision

in Clause 62 of Standard General Conditions of Contract.

49. PROVISION OF PAYMENT OF WAGES ACT:

The Contractor shall comply with the provisions of the payment of Wages Act 1936 and the rules

made there under in respect of all employees employed by him either directly or through petty

Contractor or sub-Contractor in the works. If in compliance with the terms of the contract, the

Contractor directly or through petty contractors or sub-contractors shall supply any labour to be

Page 13: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 13 of 22

used wholly or partly under the direct orders and control of the Railway administration whether in

connection with the works to be executed hereunder or otherwise for the purpose of the Railway

administration, such Labour shall nevertheless be deemed to comprise persons employed by the

Contractor and any money which may be ordered to be paid by the Railway administration shall

be deemed to be moneys payable by the Railway administration on behalf of the Contractor.

Railway administration may on failure of the Contractor to repay such money to the Railways,

deduct the same from any moneys due to the Contractor in terms of the contract. The Railway

shall be entitled to deduct from any moneys due to Contractor (whether under this contract or any

other contract) all moneys paid or payable by the Railway by way of compensation of aforesaid

or for costs of expenses in connection with any claim thereto and the decision of the Railway

administration upon any question arising out of the effect or force of this clause shall be final and

binding upon the Contractor. 50. PROVISION OF CONTRACT LABOUR (REGULATION AND ABOLITION) Act, 1970:

(i) The Contractor shall comply with the Provision of Contract Labour (Regulation and Abolition)

Act, 1970 and the Contract Labour (Regulation and Abolition) Central Rules, 1971 as

modified from time to time, wherever applicable and shall also indemnify the Railway from and

against any claim under the aforesaid Acts and the Rules.

(ii) The Contractor shall obtain valid license under the aforesaid Act as modified from time to time

wherever applicable before the commencement of the work and continue to have a valid license

until the completion of the work. Any failure to fulfill this requirement shall attract the penal

provisions of the contract arising out of the resultant non-execution of the work.

(iii) The Contractor shall pay to Labour employed by him directly or through sub-Contractors the

wages as per provisions of the aforesaid Act and the Rules wherever applicable. The Contractors

shall not with-standing the provisions of the contract to the contrary, cause to be paid the wages

to Labour indirectly engaged on the work including any engaged by his sub-Contractors in

connection with the said work, as if the Labour had been immediately employed by him.

(iv) In respect of all Labour directly or indirectly employed in the work for performance of the

Contractor’s part of the contract, the Contractor shall comply with or cause to be complied with

the provisions of the aforesaid Act and the Rules wherever applicable.

(v) In every case in which by virtue of the provisions of the aforesaid Act or the Rules, the Railway

is obliged to pay any amount of wages to a workman employed by the Contractor or his sub-

Contractor in execution of the work or to incur any expenditure in providing welfare and health

amenities required to be provided under the aforesaid Act and the Rules or to incur any

expenditure on account of the contingency liability of the Railway due to the Contractor’s failure

to fulfill his statutory obligations under the aforesaid act or the Rules and Railway will recover

from the Contractor the amount of wages so paid or the amount of expenditure so incurred and

without prejudice to the rights of the Railway under Section 20 Sub-section (2) and Section 2,

Sub-section (4) of aforesaid Act, the Railway shall be at liberty to recover such amount or part

thereof by deducting it from the security deposit and/or from any sum due by the Railway to the

Contractor whether under the contract or otherwise. The Railway shall not be bound to contest

any claim made against it under sub section (1) of Section 20 and Sub-section (4) of section 21

of the aforesaid Act except on the written request of the Contractor and upon his giving to the

Railway full security for all cost for which the Railway might become liable in contesting such

claim. The decision of the Railway regarding the amount actually recoverable from the

Contractor as stated above, shall be final and binding on the Contractor.

51. PROVISION OF EMPLOYEES PROVIDENT FUND AND MISCELLANEOUS

PROVISIONS ACT, 1952:

The Contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident

Fund Scheme, 1952; Para 3 & 4 of Employees’ Pension Scheme, 1995; and Para 7 & 8 of

Employees Deposit Linked Insurance Scheme, 1976; as modified from time to time through

enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952”, wherever

applicable and shall also indemnify the Railway from and against any claims under the aforesaid

Act and the Rules.

Page 14: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 14 of 22

52. PROVISION OF WORKMEN COMPENSATION ACT:

In every case in which by virtue of the provisions of Section 12 Sub-section (1) of the

Workmen’s Compensation Act 1923, Railway is obliged to pay compensation to a workman

directly or through petty Contractor or sub-Contractor employed by the Contractor in executing

the work, Railway will recover from the Contractor the amount of the compensation so paid, and,

without prejudice to the rights of Railway under Section 12 Sub-section (2) of the said Act,

Railway shall be at liberty to recover such amount or any part there-of by deducting it from the

security deposit or from any sum due by Railway to the Contractor whether under these

conditions or otherwise, Railway shall not be bound to contest any claim made against it under

Section 12 Sub-section (1) of the said Act except on the written request of the Contractor and

upon his giving to Railway full security for all costs for which Railway might become liable in

consequence of contesting such claim.

53. WAGES TO LABOUR:

The Contractor shall be responsible to ensure compliance with the provision of the Minimum

Wages act, 1948 (hereinafter referred to as the “said act”) and the Rules made there under in

respect of any employee directly or through petty Contractors or sub Contractors employed by

him. If in compliance with the terms of the contract, the Contractor supplied any Labour to be

used wholly or partly under the direct orders or control of the Railway whether in connection

with any work being executed by the Contractor or otherwise for the purpose of the Railway such

Labour shall, for the purpose of this clause, still be deemed to be persons employed by the

Contractor. If any money shall as a result of any claim or application made under the said

act but directed to be paid by the Railway, such money shall be deemed to be moneys payable to

the Railway by the Contractor and on failure by the Contractor to repay the Railway any

money paid by it as aforesaid within seven days after the same shall have been demanded. The

Railway shall be entitled to recover the same from any money due or accruing to the Contractor

under this or any other contract with the Railway.

53. All these conditions and specifications should carefully be studied by the tenderer/tenderers

before submitting his/their tender. He/they should in his/their own interest be well acquainted

with the site of work.

Contd….15

Page 15: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 15 of 22

Scope of work and Special Terms & Conditions of Contract for works of

Management of Cycle/Motorcycle/Scooter/Auto Rickshaw/Car stand at Hatia Railway

station for a period of 03 (three) years

1. The work pertains to Management of Cycle/Motorcycle/Scooter/Auto Rickshaw/Car parking

stand at Hatia Railway station for a period of 03 (three) years. 2. The contractor shall deploy 04 persons per shift X 03 shifts i.e. 12 persons per day. 3. The rates as prescribed above shall be charged for parking of the vehicles. In no circumstances, contractor

may charge anything extra than the prescribed rates as mentioned above. In case of any complaint regarding over charging the fines shall be imposed as under:

Number Instances Amount of fine

1. For the 1st

instance Warning letter is to be issued.

2. For the 2nd

instance Fine of Rs. 5,000/-

3. For the 3rd

instance Fine of Rs.10,000/-

4. For the 4th

instance Termination of contract by forfeiting Security Deposit.

The agreement is liable to be terminated in case of repeated instances of overcharging, complaints, non payment of license fee and non payment of penalty. Sr. DCM/RNC shall be the final authority to determine the same.

4. The agreement will be signed at a time for a period of 01(one) year within stipulation to extend it for a total period of 03(three) years. Extension after lapse of each year will be done only if the contractor has deposited all the Railway dues to the Railway including GST, any penalty, interest and other charges etc. 5. EPF, ESI,GST & Labour license/ Labour registration being ensured along with Tender form/application. 6. The failed Tenderers are not to be entertain to participate in the Tender.

7. Except as hereby otherwise provided, a verbal or written arrangement abandoning, varying or

supplementing this contract or any of the terms hereof shall not be binding on the Railway Administration

unless and until the same is endorsed on this agreement or incorporated in a formal instrument and signed

by the parties hereto.

8. Computerized machine generated parking slip to be introduced at Hatia railway station for

Cycle/Motorcycle/Scooter/AutoRickshaw/Car at the entry gate. The parking slip indicating the

date and time of parking vehicle number and parking rate in different slabs, etc. and money

should be collected at the exit gate at the time of departure. In case of non existence of proper

entry and exit gates, the parking contractor may issue parking slips through the hand held

terminals which should show the date and time of parking, vehicle number and parking rates in

different slabs. The cost of all equipments required for issuing computer/machine generated

parking slip to be borne by the parking contractors.

9. Subject as otherwise provided in this agreement, all notices to be given on behalf of the President of India

and all other actions to be taken on his behalf may be given or taken by the Chief Commercial

Manager/South Eastern Railway/Divisional Railway Manager/Ranchi. Senior Divisional Commercial

Manager, South Eastern Railway/Ranchi.

10. The contractor will have to execute agreement with the Administration normally within 15 days of issuing

of the Letter of Acceptance and prior to this requisite security deposit should be submitted by the

contractor.

11. The contractor shall abide by and comply with the provisions that “If the notice for appointing of an

arbitrator is not served by the contractor within three years from the date of the termination of this contra ct,

the right to refer any dispute under this agreement will cease to exist and will be of no effect” says as

modified herein.

12. The contractor shall ensure due quarterly Medical Checkup of all its personnel employed for

carrying out the work and the medical fitness certificate have to be submitted for railway record.

Railway reserves the right to refuse work by a particular labour if

Page 16: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page16 of 22

he/she is found to be suffering from any infectious diseases and not fit to carry out the duties.

They shall not be allowed to perform duties till recovery from the diseases as a precautionary and

preventive measure.

13. The contractor shall be the independent employer of his staff and all personnel employed or

engaged by the contractor at his own cost and expense to carry out the agreed work under this contract shall be his employees and not of the Railways. No free pass or privilege ticket order or

residential card pass will be issued to the contractor or any of his staff and they themselves shall

meet the expenses for coming to and return from the place of work. All direct or indirect costs

and obligations pertaining to employment of specialized manpower shall be borne by the

contractor himself. 14. The contractor shall not violate the provision of the minimum wages act as well as other statutory

state and central labour laws. Violation of these shall lead to automatic termination of the contract without assigning any reasons.

15. The contractor must hold the licenses / registrations required from State/Central Government as

the case may be. He shall maintain Register of muster Roll, Register of wages, Register of fines,

Register of deduction of damages/Loss, Register of overtime at the work place. The contractor

shall pay minimum wages to the workers as notified by Central Labour Ministry from time to

time and comply with all mandatory requirements under Labour Laws.

16. The submission of a tender by a tenderer shall be deemed to imply and taken as indicating that

he/she has read, understood and abides by all the conditions stated therein and General

Conditions of Contract, special conditions of contract including correction slips thereto up to the

date of opening of Tenders.

17. No alteration by death, resignation, addition or otherwise of to the contractor/partners constituting the

contractor/firm shall vitiate or affect this Agreement by the contractor’s heir or heirs/partners of the firm

for that time being, shall be absolutely bound by the terms hereof in the same manner as if he/they had

been the sole or original party/parties hereto.

18. The contractor shall not sublet the whole or any part of this contract.

19. If at any time the contractor becomes insolvent or files an application for insolvency or any creditor of his

moves the court for adjudicating him as an insolvent or if he is convicted in any Court of Law, the Railway

Administration will have the absolute option of terminating this agreement forthwith and the contractor

shall have no right for damages or compensation on this accounts.

20. The licensee/licensees shall have the use of all the piece of land on the railway’s station for the said

purpose bearing survey of Sr. Divl. Engineer (E), S. E. Railway, Ranchi on 21.03.2013 authority within

the registration sub-district of Hatia station of District-Ranchi (and measuring about 167 Sqm of Cycle

parking and area of Motorcycle/Scooter -279 Sqm, Area of Auto Rickshaw-1102 Sqm and Area

of Car 1890 Sqm) and containing by measurement 3438 Sqm. Contract or there abuts be the same little

more or less and bounded as follows that is to say:-

On the North by Park.

On the South byCirculating portico of Hatia Station Building,

On the East by Road running adjacent to DRM/RNC Building & On the West by Road running adjacent to temple and SSE(Works)/Hatia office.

For the purpose of erecting a temporary cycle stand/motor cycle/scooter stand and for on other

purpose whatsoever and subject to the conditions herein after contained.

21.The privileges in clause 20 hereof mentioned are granted on the express understanding that the

license/licensees shall be at liberty to determine and to put an end to the license, any time after the expiry of the

period of 12 months from its coming into force, without being liable for loss or damage which the Railway

Administration may suffer by reason of such determination, by giving the Railway Administration three

months prior notice in writing of his intention to terminate the agreement.

Page 17: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 17 of 22

To

Sr.Divl.Commercial Manager

S.E.Railway, Ranchi

For & on behalf of

The President of India. .................................................................................................................................................... The conditions noted above have been read, understood and accepted by me/us.

Dated : ....................

Signature of the tenderer

Name : ....................................... Address:

H.No.............................. ...................................................

...................................................

…………………………………….

……………………………………. Moble

No. …………………………..

Page 18: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 18 of 22

OFFER LETTER

(To be filled up with due care by the tenderer; all columns to be filled up)

To

The President of India, Acting through the Divl. Rly. Manager (Commercial) S.E. Railway/ Ranchi.

Date:-

Sub: - Management of Cycle/Motorcycle/Scooter/Auto Rickshaw/Car Stand at Hatia Railway Station for a period of 03 years.

Ref:- Tender Notice No.21/Cycle –Car Parking /Hatia /2018-21, dated. 04.07.2018

1) I/We have read the various conditions to tender attached hereto and hereby agree to

abide the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 (One

twenty) days from the date fixed for opening the same. In default thereof, I/we will be liable for forfeiture

of my /our earnest money. I/We offer to do the works as detailed in the attached schedule on accepted

prices.

2) I/We hereby bind myself/ourselves to complete the works within the time limits specified in the

conditions of tender. I/We also hereby agree to abide by the General and special conditions of contact and

carry out the works according to the specification of materials and work laid down by the Railway for the

present control.

3) I/We hereby declare that I/we possess a copy of the S.E.Railway Schedule of Labour and materials

Rate, revised section 1992 vol (I) and general condition of contract and standard specification 2001. Vol.

(2) corrected up to date have gone through the rates, regulations for tender and contracts, general

conditions, standard specifications and other particulars embodies therein and have fully understood and

abide by them.

4) Sum of Rs………………/- (Rs. Lakhs Thousand Hundred )only though D.D. No. dated issued by Bank is hereby forwarded asEarnest Money. The full value of the earnest money shall stand forfeited without prejudice to any other

rights for remedies if,

a) I/we, withdraw my/our offer within the validity of tender or I/we do not execute the

contract documents within seven days after receipt of notice issued by the Railways that such documents are ready or

b) I/We do not commence the work within fifteen days after receipt of order to that effect.

5) Until a formal agreement is prepared and executed, acceptance for this tender shall constitute a

binding contract between me/us and Railways, subject to any alterations that might be necessary and

mutually agreed to between as indicated in the letter of acceptance of my/our offer for this work.

Signature of witnesses

1. 2.

Signature of Tender(s)

Address:…………………………… ……………………………. …………………………….

Date:

Page 19: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 19 of 22

To

The President of India

SOUTH EASTERN RAILWAY COMMERCIAL

DEPARTMENT RANCHI DIVISION TENDER

SCHEDULE

Acting through the Sr. Divisional Commercial Manager

South Eastern Railway, Ranchi

P.O. Hatia, Dist. Ranchi

Jharkhand, Pin-834003.

Dear Sir,

Name of work: Management of Cycle/Motorcycle/Scooter/Auto Rickshaw/Car stand at Hatia

Railway station for a period of 03 years against tender Notice No.C.21/ Cycle –

Car parking / Hatia /2018-21, Dated. 04.07.2018 ----

Further to my offer showing the technical aspect of the offer as submitted in Tender Packet for technical

scrutiny of the Railway , I quote the rate as payable by me, which are as follows:-

Srl.

No.

Description of work

Departmental tender

value of license fee for Ist year

Rate of license fee to be quoted by the

tenderer for Ist year

1. Management of Cycle/

Motorcycle/Scooter/Auto

Rickshaw/Car stand at Hatia

Railway station for a period

of 03 (three) years.

Rs.41,50,795/-

(Rupees Forty one

Lakh Fifty thousand

Seven hundred Ninety

five only).+@ 18%

GST

In figure Rs :………………………………

In words – Rupees ……………………….

………………………………….

+@ 18% GST on the license fee.

NOTE 1. License fee in the second & third year will have enhancement by 10% respectively over that of the previous years.

2. The tenderer can quote his rate above on the departmental tender value (earnings), after making self-assessment,

giving due consideration towards total expected earnings and total expenditures to be incurred by tenderer. 3. Duration of the contract – three (03) years. The rates tendered in tender schedule are in full satisfaction of all the terms and conditions of the agreement, which have been read and understood by me / us carefully. In case I am / we are awarded with the contract successfully. I/ we will abide by the terms and conditions of the contract agreement to be executed at the time of undertaking the contract. 4. Incomplete tender shall be liable for cancellation and railway reserves right to accept or reject any or all the tender applications without assigning any reason thereof and is not bound to accept the highest tender.

5. The rates quoted in the tender schedule should be clear & no overwriting. Any correction must be attested by the tenderer. 6. Tender form must not be sent by post./Regd. Post.

7. Electric/Water charges fixed by Sr.DEE(G),S.E.Railway/ADEN(works), S.E.Rly.,Ranchi if required will be payable

by the contractor.

Date:

Yours faithfully

Signature of Tenderer

Name……………………………. Address H.No.………………………

…………………………….

…………………………….

………………………………

Pan Card No………………… Mobile No. …………………………..

Page 20: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 20 of 22

MODEL FORM OF BANK GUARANTEE BOND

Name of the Bank with full Address:-

To. The FA & CAO, S.E.Railway, Garden Reach, Kolkata

Bank Guarantee No:-

Date of Issue:- B.G.Amount:-

Valid Upto:-(more than six months of contract period) Claim Expiry Date:-

1)In consideration of the president of India acting through Financial Advisor & Chief Accounts Officer S.E. Railway/GRC (hereinafter called “the Government”) having agreed to exempt (hereinafter called the said contractor(s)”) from the demand under the terms andconditions of letter of acceptance no. dated made between S.E.Railway/GRC and M/s _for execution of (hereinafter called “the saidagreement “) of Performance Guarantee for the due fulfillment by the said contractor of the terms & conditions contained in the said Agreement on production of an irrevocable Bank Guarantee forRs. /- (Rupees _only) we Bank ( hereinafter referred to as“ the Bank “) at the request of M/s do hereby undertake to pay to the government an

amount not exceeding Rs /- against any loss or damage caused to or suffered or would be caused

to or suffered by the govt. by reason of any breach by the said contractor(s) of any of the terms and

conditions contained in the said agreement with regard to performance.

2)We _(indicate the name of the bank) do hereby undertake to pay the amount due and payable

under this guarantee without and demur, merely on a demand from the Govt . stating that the amount

claimed is due by way of loss or damage caused to or would be caused to suffered by the Govt. by reason

of any breach by the said contractor of any of the terms and conditions contained in the said Agreement

or by reasons of the contractor’s failure to perform the said Agreement. Any such demand made on the

bank shall be conclusive as regard the amount due and payable by the bank under this guarantee.

However our liability under this guarantee shall be restricted to an amount not exceeding Rs. /-.

3)We Bank undertake to pay the government any money so demanded not withstanding

any dispute or disputes raised by the contractor in any suit or proceeding 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 contractor shall

have to claim against us for making such payment.

4)We (indicate the name of the 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 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

fully and properly carried out by the said contractor and accordingly discharge the guarantee. Unless a

demand or claim under this guarantee is made on us in writing on or before (date), we shall be

discharged from all liabilities under this guarantee thereafter.

5)We (indicate the name of bank) further agree with the Govt. that the Govt. shall have the fullest

liberty without our consent and without 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 form time

to time or to postpone any time or from time to time any of the powers exercisable by the govt. against

the said contractor and to forbear or enforce any of the terms and conditions relating to the said

Page 21: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

Page 21 of 22

Agreement and we shall not be relieved from our liability by reason of any such variation , or extension

being granted to the said contractor or for any forbearance act or omission on the part of the Govt. or any

indulgence by the government to the said contractor or by any such matter or thing whatsoever which

under the law relating to sureties would but for this provision have effect of so relieving us.

6)This guarantee will not be discharged due to the charge in the constitution of the bank or

the contractor(s)/supplier(s).

7)We lastly undertakes not to revoke the guarantee during its currency except

with the previous consent of the government in writing.

Date ………. ……..

Place:………………

For (indicate the name of the bank)

Page 22: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period

Signature of the Tenderer

South Eastern Railway

Ranchi Division.

VENDOR MANDATE FORM

1. PARTICULARS OF THE PARTY:

(a) NAME : …………………………………………………………………..…………..

(b) ADDRESS: ……………………………………………………………………..………

…………………………………………………………..……………………

(c) PHONE No…………………….MOBILE NO………………..FAX NO………………..

(d) I.TAX PAN NO………………………..E-MAIL NO……………………………………

(e) TIN NO. VAT Registered No./Sales Tax Regd. No……………………………………

(f) CST Regd No…………………………………………………………………………

(g) Whether Proprietorship firm, if yes, Attach self declaration:…………………………..

………………………………………………………………………………………….

………………………………………………………………………………………….

………………………………………………………………………………………….

2. PARTICULARS OF BANK ACCOUNT:

(a) BANK NAME:………………………………………………………………………….

(b) BRANCH………………………………………………………………………………

(c) BANK ADDRESS ……………………………………………………………………

(d) BANK TEL. NO………………………………….FAX NO………………………..…

(e) BANK MICR CODE (9 Digit)………………………………………

(f) BANK ACCOUNT NO…………………………………………………………………

(g) ACCOUNT TYPE: SAVING/CURRENT/CASH CREDIT LEDGER/ F/NO…………

(h) Bank IFSC code :-………………………….. 3. DECLARATION BY THE PARTY:

I hereby declare that the particulars given above are correct and complete. If the transaction is

delayed or not effected at all for reasons of incomplete or incorrect information the user institution i.e.

S.E. Railway will not be held responsible. I have understood the scheme and agree to discharge the

responsibility expected from me as a participant under the scheme.

This Mandate Form should be treated as an application for the purpose of:-

(i) Refunds of EMD in the event of un-successful tender and/or (ii) Any due payments made by Railways.

Date:………………….. Signature of the party with Stamp.

N.B. One cancelled cheque/photocopy of the cheque is to be enclosed where the cheque does not carry

IFS code an attestation from Bank attesting the IFS Code should be given.

SIGNATURE of BANK OFFICIAL

Page 23: Tender Form - South Eastern Railway zone...C.21/ Cycle –Car Parking /Hatia /2018-21 dated :-04.07.2018 Name Mof Work anag em t of Cycl - ar sta d at Hatia Railw y tation for a period