government of india ministry of railways amoc_t… · works of indian railways as amended/corrected...

32
Signature of Tenderer Page 1 of 32 Director Testing / Labs With stamp RDSO / Lucknow Tender document GOVERNMENT OF INDIA MINISTRY OF RAILWAYS Tender for the work Comprehensive Annual Maintenance and Operational Contract (AMOC) for Trackside Bogie Monitoring System (TBMS) – RailBAM & WMS Single Global Tender Document Part – I, II, III, IV & V Tender no.: RDSO/TST.3/GL/TBMS/AMOC/2018 Tender to be opened on: 05.07.2018 at 15.30 hrs Estimated cost of Work: ` 2,61,33,055/- (Rupees Two Crore Sixty One Lac Thirty Three Thousand and Fifty Five only) Total Number of Pages including cover page = 32 (Thirty Two) Tender document cost: AUD 200 or INR 10,000/- ISSUED BY: Testing Directorate, Research Designs & Standards Organisation, Ministry of Railways, Manak Nagar, Lucknow, India 226011 ISSUED TO: M/s Track IQ, A Division of Wabtec Control Systems Pty Ltd, 17-19 King William Street, Kent Town, SA 5067, Australia e-MAIL: [email protected]

Upload: others

Post on 05-May-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 1 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Tender document

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

Tender for the work Comprehensive Annual Maintenance and Operational Contract

(AMOC) for Trackside Bogie Monitoring System (TBMS)

– RailBAM & WMS

Single Global Tender Document

Part – I, II, III, IV & V

Tender no.: RDSO/TST.3/GL/TBMS/AMOC/2018 Tender to be opened on: 05.07.2018 at 15.30 hrs

Estimated cost of Work: ` 2,61,33,055/- (Rupees Two Crore Sixty One Lac Thirty Three Thousand and Fifty Five only)

Total Number of Pages including cover page = 32 (Thirty Two)

Tender document cost: AUD 200 or INR 10,000/-

ISSUED BY: Testing Directorate, Research Designs & Standards Organisation, Ministry of Railways, Manak Nagar, Lucknow, India – 226011 ISSUED TO: M/s Track IQ, A Division of Wabtec Control Systems Pty Ltd, 17-19 King William Street, Kent Town, SA 5067, Australia e-MAIL: [email protected]

Page 2: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 2 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Preamble Tender documents for work of “Comprehensive Annual Maintenance and Operational Contract (AMOC) for Trackside Bogie Monitoring System (TBMS) – RailBAM & WMS” have been divided in five parts, as under:-

Part-I (General Instructions to Tenderers) Page no. 3 to 5 Part-II (Bid Forms-First Sheet and Second Sheet) Page no. 6 to 11 Part-III (Special Conditions/Specification) Page no. 12 to 22 Part-IV (Bid Form-Third sheet, Schedule of Rates) Page no. 23 to 24 Part-V (General Conditions of Contract) Page no. 25 Forms Page no. 26 to 32 Total no. of Pages = 32

Government of India, Ministry of Railways, Research Designs and Standards Organization reserves the right to accept or summarily reject or cancel any or all bids without assigning any reason.

Page 3: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 3 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Part-I

General Instructions to Tenderers

Page 4: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 4 of 32 Director Testing / Labs With stamp RDSO / Lucknow

GENERAL INSTRUCTIONS TO TENDERERS 1.1 The Tender Document is non-transferable. 1.2 DESCRIPTION & LOCATION OF THE ORGANISATION: Research, Designs &

Standards Organisation (RDSO) is situated at Manak Nagar, Lucknow. This Organisation is engaged in research, design & standardisation of works in various railway disciplines. Testing Directorate is part of this organization.

1.3 In the bid document ‘Railways’ shall be mean ‘Research Design and Standards’ situated at Manak Nagar, Lucknow. Similarly the word ‘Manager/Chief Manager’ shall mean Director Testing/Executive Director/Testing, RDSO or any higher authority of RDSO.

1.4 In connection with the annual maintenance and operational work of Trackside Bogie

Monitoring System installed near Bakkas station of Lucknow division of Northern Railway, Director Testing (Labs), Research Designs and Standards Organization, Ministry of Railway, Manak Nagar, Lucknow-226011, India on behalf of the President of India, invites single global tender for the work “Comprehensive Annual Maintenance and Operational Contract (AMOC) for Trackside Bogie Monitoring System (TBMS) – RailBAM & WMS” for 03 (three) years. The details of works covered under the Scope of Works are given in Part-III (Special conditions/specifications) of the tender documents.

1.5 The Cost of Tender document is AUD 200 (Australian dollar two hundred only) or INR 10,000/- (Rupees Ten Thousand only) and can be obtained from the office of Director Testing / Labs / RDSO / Lucknow on any working day between 10.00 hrs to 17.00 hrs. w.e.f 14.06.2018 to 04.07.2018 and till 12.00 hrs. on 05.07.2018. Tender document can be purchased by depositing non-refundable cash at DCPM / NR / Charbagh, Lucknow in favour of Executive Director Finance, RDSO. The necessary original money receipt can then be used for purchasing tender document and a photocopy thereof should be furnished while participating in the tender. For purchasing tender set by post, an additional amount of ` 500/- per set is to be submitted through Demand Draft of State Bank of India or of any of the Nationalized Banks in favour of Executive Director Finance/RDSO, Lucknow is required to be sent to this office. Department will not take any responsibility on account of delay/loss or mis-delivery of Tender Sets/Offers sent by post.

1.6 Tender documents are also available at RDSO web-site www.rdso.indianrailways.gov.in and can be downloaded for participation in tender. Cost of tender documents is to be submitted in the form of Demand Draft of STATE BANK OF INDIA or of any of the NATIONALIZED BANKS in favour of Executive Director Finance, RDSO, Lucknow at the time of submission of the tender.

1.7 Tender documents without the tender document cost will be summarily rejected.

Page 5: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 5 of 32 Director Testing / Labs With stamp RDSO / Lucknow

1.8 The Tenderer is advised to study the tender papers carefully. The submission of the tender shall be deemed to have been done after careful study and examination of the tender papers with a full understanding of the implications thereof.

1.9 All information in the tender must be in English. Information in any other language must be accompanied by its authenticated translation in English. In the event of any discrepancy between a tender in a language other than English and its English translation, the English translation will prevail.

1.10 Tenderers should keep their offers valid for period of 180 (one hundred and eighty) days from the date of opening of tender.

1.11 All the copies of forms enclosed with tender paper should be duly filled in by the tenderer and attached along with the tender duly signed and Stamped on each page.

1.12 Minimum eligibility Criteria: Tenderers should submit the documentary proof for minimum eligibility criteria as per Para no. 2.6.1 of GCC for service of Indian Railways

1.13 Performance Guarantee (PG): Performance Guarantee (PG) at a rate of 10% of the contractual amount shall be deposited by the successful bidder in the favour of Executive Director/Finance of RDSO. The conditions related to Performance Guarantee shall be governed by para no. 4.11 of GCC-Services.

1.14 Evaluation of the Bids: To facilitate evaluation and comparison, the Purchaser will convert Bid Prices expressed in the amounts in various currency as payable, to Indian Rupees at the B.C. (Base Currency) selling exchange rate established by the State Bank of India, as on the date of the Bid Opening.

1.15 The tender, when submitted, shall not constitute an agreement and the tenderer shall have no cause of action or claim against the R.D.S.O. for rejection of his offer. The RDSO shall always be at liberty to reject or accept the offer at the own discretion and any such action will not be called into question and the tenderer shall have no claims in that regard against R.D.S.O.

1.16 Acceptance of tender shall be communicated by FAX/Telex/Telegram/Express Letter/Email, or a formal letter of Acceptance of Tender. When acceptance is communicated by FAX/ Telex/ Telegram/ Express Letters/Email, the formal letter of acceptance will be sent to the Tenderer as soon as possible. But the FAX/ Telex/ Telegram/Email or express letter should be deemed to conclude the contract.

1.17 Ensuring legal applicability of laws /rules: Tenderer will be responsible for the legality of their offer and ensuring the implementation of various acts/laws as prevalent in their country as well as in India. Any tax/duty/levy, if not specifically mentioned in bid and contract, would be borne by the successful tenderer

Page 6: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 6 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Part-II

Bid Forms-First Sheet and Second Sheet

Page 7: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 7 of 32 Director Testing / Labs With stamp RDSO / Lucknow

BID FORM (First sheet)

Name of Work/Service: Comprehensive Annual Maintenance and Operational Contract (AMOC) for Trackside Bogie Monitoring System (TBMS) – RailBAM & WMS Tender no.: RDSO/TST.3/GL/TBMS/AMOC/2018 Research, Design and Standards Organisation To, The President of India Acting through the Director Testing / Labs Research, Design and Standards Organisation Ministry of Railways,

1. I/We have read the various conditions to the bid attached hereto and agree to abide by the said conditions. I/We also agree to keep this bid open for acceptance for a period of 180 days from the date fixed for opening the same. I/We offer to do the work for Research, Design and Standards Organisation, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 01 month from the date of issue of letter of acceptance of the Bid.

2. I/we also hereby agree to abide by the Indian Railways General Conditions of Contract for Services, with all correction slips up-to-date and to carry out the work according the Special conditions of Contract and Specifications of materials and works as laid down by Research, Design and Standards Organisation in the annexed Special Conditions/Specifications, Schedule of Rates with all correction slips up-to-date for the present contract.

3. Until a formal agreement is prepared and executed, acceptance of this Bid 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/service.

Signature of Bidder/s Date…………… Address…………………

Page 8: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 8 of 32 Director Testing / Labs With stamp RDSO / Lucknow

BID FORM (Second sheet) Name of Work/Service: Comprehensive Annual Maintenance and Operational Contract (AMOC) for Trackside Bogie Monitoring System (TBMS) – RailBAM & WMS 1. Instructions to bidder and Conditions of bid: The following documents form part of

bid/contract; a) Bid forms-First Sheet and Second Sheet b) Special Conditions/Specifications (enclosed) c) Schedule of Rates – Third Sheet (enclosed) d) Standard General conditions of Contract and Standard Specifications for Materials and

Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the office of Executive Director (Testing) / RDSO, Lucknow on payment of prescribed charges.

2. Tenders containing erasures and/or alterations of tender documents are liable to be

rejected. Any correction made by tender(s) in their entries must be attested by them.

3. The works are required to be completed within a period of 03 (three) years from the date of issue of acceptance letter.

4. Earnest Money: No Earnest Money is required to be deposited by the bidder

5. Rights of the Railway to Deal with Tender: The authority for the acceptance of the tender will rest with the Railway. The bidder shall demand any explanation for the cause of rejection of their tender nor the Railway to assign reasons for declining to consider or reject any particular tender or tenders.

6. If the bidder deliberately gives/give wrong information in their tender or create circumstances for the acceptance of their tender, the Railway reserves the right to reject such tender at any stage.

7. If the bidder expire after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled, unless the firm retains its character.

8. Bidder’s Credentials: Bidder shall submit the documents as demanded under Bid Evaluation criteria along with the bid.

9. For Manual Bidding: Bid must be enclosed in a sealed cover, superscripted "Offer for Works Tender No. RDSO/TST.3/GL/TBMS/AMOC/2018” opening date 05.07.2018 time 15.30 hrs. and must be sent by registered post to the address of Director Testing / Labs, Air Brake Lab, Testing Directorate, R.D.S.O., Manak Nagar, Lucknow-226011 so as to reach their office not later than 14:30 hours on 05.07.2018 or deposited in the special box (Tender Box) allotted for the purpose and located in RPF post, near TEN office, RDSO, Manak Nagar, Lucknow-226011. This Special box will be sealed at 15:00 hours on 05.07.2018. The Bid will be opened at 15:30 hours on the same day. The Bid papers will not be sold after 12:00 hours on 05.07.2018.

Page 9: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 9 of 32 Director Testing / Labs With stamp RDSO / Lucknow

10. Non-compliance with any of the conditions set forth therein above is liable to result in the

tender being rejected.

11. Execution of Contract Documents: The successful bidder(s) shall be required to execute an agreement with the President of India acting through the Executive Director Testing / Labs / RDSO for carrying out the work according to Standard General Conditions of Contract, Special Conditions / Specifications annexed to the tender and Specification for work and materials of Railway as amended/corrected up to latest Correction slips, mentioned in tender form (first Sheet).

12. Partnership Deeds, Power of Attorney Etc.: The bidder shall clearly specify whether the bid is submitted on her own or on behalf of a partnership concern. If the bid is submitted on behalf of a partnership concern, she should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents the tender will be treated as having been submitted by individual signing the tender documents. The Railway will not be bound by any power of attorney granted by the bidder or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor.

13. The bidder whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether she/they be partner(s) of the firm or any other person specifically authorising her/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.

13.1 The bidder shall clearly specify whether the bid is submitted on her own or on behalf

of a Partnership Firm/Joint Venture (JV)/Society etc. The bidder(s) who is/are constituents of firm, Company, Association or Society shall enclose self-attested copies of the Constitution of their concern, Partnership Deed and Power of Attorney along with their bid. Bid Documents in such cases shall to be signed by such persons as may be legally competent, Association or Society, as the case may be.

13.2 The bidder shall give full details of the constitution of the Firm/JV/Company/Society

etc. and shall also submit following documents (as applicable), in addition to documents mentioned above: a) Sole Proprietorship Firm: The bidder shall submit the notarized copy of the

affidavit. b) Partnership Firm: The bidder shall submit self-attested copies of (i)

registered/notarized Partnership Deed and (ii) Power of Attorney duly authorizing one or more of the partners of the firm or any other persons(s) authorized by all the partners to act on behalf of the firm and to submit & sign the Bid, sign the agreement, witness measurements, sign Measurement Books,

Page 10: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 10 of 32 Director Testing / Labs With stamp RDSO / Lucknow

receive payment, make correspondences, compromise/settle/relinquish any claim(s) preferred by the firm, sign ‘No Claim certificate”, refer all or any dispute to arbitration and to take similar action respect of all Bids/contract OR said Bid/contract.

c) Joint Venture (JV): The Bidder shall submit documents as mentioned in Clause 2.4 to GCC.

d) Company registered under Companies Act-1956: The Bidder shall submit (i) the copies of MOA (Memorandum of Association) and AOA ((Articles of Association) of the Company; and (ii) Power of Attorney duly registered/notarized by the company (backed by the resolution of Board of Directors) in favour of the individual, signing the Bid on behalf of the Company.

e) Society: The Bidder shall submit (i) self-attested copy of the Certificate of Registration, (ii) Deed of Formation and (iii) Power of Attorney in favour of the Tender signatory.

13.3 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 document/s (as applicable) should be enclosed along with Bid. If it is NOT mentioned in the Bid that it is being submitted on behalf of/by a Sole Proprietorship Firm/Partnership Firs/Joint Venture/registered Company etc., then the Bid shall be treated as having been submitted by the individual who has signed the Bid.

13.4 After opening of the Bid, any document pertaining to the Constitution of the Firm/JV/Society etc. shall neither be asked nor be entertained/considered.

13.5 A Bid from JV/Consortium/Partnership Firm etc. shall be considered only where permissible as per the Bid/Tender condition.

14. Employment/Partnership etc. of Retired Railway Employees:

a) Should a bidder be a retired Manager of the Gazetted rank or any other Gazetted

officer working be4fore her retirement, whether in the executive or administrative capacity or whether holding a pensionable post or not, in any department of any of the railways owned and administered by the President of India for the time being, or should a bidder being a partnership firm have as one of its partners a retired Manager or retired Gazetted Officer as aforesaid, or should a bidder being an incorporated company have any such retired Manager or retired officer as one of its Directors or should a bidder have in her employment any retired Manager or retired Gazetted Officer as aforesaid, the full information as to the date of retirement of such Manager or Gazetted Officer from the said service and in case where such Manager or Officer had not retired from Government service at least 2 years prior to the date of submission of the tender as to whether permission for tasking such contract, or if the contractor be a partnership0 firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the bidder or the Manager or Officer, as the case may be from the President of India or any officer, duly authorised by her in this behalf, shall be clearly stated in writing at the time of submitting the bid. Bids without the information above

Page 11: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 11 of 32 Director Testing / Labs With stamp RDSO / Lucknow

referred to or a statement to the effect that no such retired Manager or retired Gazetted Officer is so associated with the bidder, as the case may be, shall be rejected.

b) Should a bidder 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 her shareholder(s) or a relative(s) of the shareholder(s) employed in gazetted capacity in the any department of the Indian 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 7.4 of Standard General Conditions of Contract.

Signature

Signature of Bidder(s) Director Testing / Labs Date_____________ RDSO / Lucknow

Page 12: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 12 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Part-III

Special Conditions / Specification

Page 13: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 13 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Special Conditions / Specification Foreword

1.1. This specification is intended to cover technical provisions for the work of ‘Comprehensive Annual Maintenance and Operational Contract for Trackside Bogie Monitoring System (TBMS) – RailBAM & WMS’ and does not include all the necessary provisions of the contract.

1.2. The Trackside Bogie Monitoring System covered in this contract is installed between Anupganj and Bakkas stations of Lucknow division of Northern Railway, Lucknow near level crossing gate no. 193A. The System remains operative round the clock and relays warning signals to C&W control of Lucknow division of Northern Railway.

1.3. Whenever there is a conflict among the stipulations in the present specification or any of the relevant specifications/documents, the most stringent requirement will apply.

1.4. The tenderer is required to submit complete offer covering all the requirements laid down in this specification.

1.5. Offers, which do not cover all the requirements of this specification, will not be considered for evaluation.

2. Meaning of Terms: Meaning of terms, its interpretation and their definition will be as

per GCC for services. However,

2.1. Railway shall mean the President of Republic of India or the Administrative Officers of RDSO authorized to deal with any matters, which these presents are concerned on his behalf.

2.2. RDSO shall mean Research Designs and Standards Organisation, Ministry of Railways, Manak Nagar, Lucknow-226011, India

2.3. Director General shall mean the Officer-in-Charge of the general superintendence and control of Directorates of RDSO and shall also include Additional Director General.

2.4. Executive Director Testing shall mean the Officer-in-Charge of the Testing Directorate. 2.5. Director / Joint Director shall mean the officers of Testing Directorate and shall include

the superior officers of the same department. 2.6. Engineer’s representative shall mean any official appointed by RDSO. 2.7. Contractor’s representative shall mean a person in supervisory capacity who shall be

so declared by the contractor and who shall be authorised to receive instructions issued by RDSO to the contractor for the works. He shall be responsible for proper execution of the works and shall take orders from Engineer(s) of Testing Directorate and carry out the same.

2.8. The downtime of the equipment will be calculated under standard Indian Railway Time Table – 24 hours’ Time format.

2.9. Clarifications required by the tenderer may be obtained from Director Testing / Labs, Testing Directorate, RDSO, Lucknow-226011.

3. Scope of Work In brief the scope of work is divide into two parts:

3.1 Annual Maintenance work 3.2 Annual operational work

Page 14: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 14 of 32 Director Testing / Labs With stamp RDSO / Lucknow

3.1. Annual Maintenance Work

3.1.1. Comprehensive Annual Maintenance of Trackside Bogie Monitoring System –

RailBAM & WMS viz. comprehensive maintenance, repair / replacement (if required) of all necessary spares, maintenance of RailBAM trending software at site computer and Server installed in Bandariyabagh exchange of Lucknow division of Northern Railway, calibration of all the system, maintenance and repair (if possible) of all the peripherals like E-1 extender, modem, media converter, network switches, router, wireless modem etc. provided for the communication link.

3.1.2. AMC work shall be started within one month from the date of signing of contract agreement. Period of AMC will be three years from the issue of contract agreement.

3.1.3. It shall be the responsibility of contractor to maintain the Trackside Bogie Monitoring System in working order with full efficiency and accuracy during the period of AMC. Following sub-systems supplied as per RDSO’s Purchase Order No. 03725025-N-08045237 dated 17.06.2008 will be covered under this contract: a. Rail BAM (Bearing Acoustic Monitor System) b. WMS (Wayside Monitoring System - software) c. Wayside hut and infrastructure Additionally a photographic identification system is also installed at site and will also be covered in this contract.

3.1.4. Complete maintenance, adjustment, repair and replacement (if required) of all the sensors like Speed Sensors, Wakeup and auxiliary sensor, Microphones, Trackside Shutters including motor for RailBAM as per the maintenance manual, Wayside Monitoring System software including photographic identification system installed at site and Server installed in Bandariyabagh exchange of Lucknow division of NR.

3.1.5. The maintenance should be done as per the maintenance manual supplied by OEM of the TBMS system during installation and commissioning of the system.

3.1.6. The firm will also carry out calibration of Microphone and Microphone array of RailBAM system and all the sensors involved in measuring various parameters every year and as and when required with proper calibrated and certified calibrator equipment in presence of RDSO official on any working day as per RDSO’s calendar (i.e. excluding holidays) and in working hours.

3.1.7. Record for all maintenance and calibration report will be generated and kept properly.

3.1.8. The maintenance, including calibration, shall be conducted through mutual agreement with the nominated RDSO official(s). It will be responsibility of the firm that the maintenance regime / schedule be given to officials in advance for ensuring their availability.

3.1.9. Suitable transport arrangement will be provided for visiting nominated RDSO/IR official at equipment site for witnessing and inspecting of calibration, maintenance and operational work of the equipments during the AMOC period.

3.1.10. During AMOC period, if any new axle bearing is introduced in IR in any type of IR rolling stock, the contractor will update the RailBAM software and will also update WMS database as appropriate.

Page 15: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 15 of 32 Director Testing / Labs With stamp RDSO / Lucknow

3.1.11. The AMC will include all hardware and software up gradation for keeping the system functional. Up gradations can be either due to obsolescence or due to reduced performance of the system.

3.1.12. The upgradation in software installed for running the system and/or advanced reporting format of WMS i.e. FleetONE can be done with prior approval of RDSO.

3.1.13. Contractor will maintain, repair and replace (if required) all systems provided at users end i.e. in C&W control of Lucknow division of Northern Railway, Lucknow and Air Brake Lab of RDSO, Lucknow for monitoring of the train data and faults.

3.1.14. Contractor will monitor the system software on regular basis for proper working of the system.

3.1.15. It will be responsibility of the Contractor that stored data should not be lost from the system.

3.1.16. Maintenance / repair / replacement (if required) of all hardware including Server provided for SMS & email facility will be the responsibility of the contractor.

3.1.17. The maintenance of Wayside hut and infrastructure will include all types of repair and maintenance of all equipment either electrical or electronic and cables etc. housed in the hut or laid outside hut. Contractor will ensure water proofing of hut, proper fencing around it and checking of foundation and will maintain / repair / replace (if required) server, computer and peripherals provided in the project.

3.1.18. The contractor will maintain all UPS and its batteries installed in the project either in Wayside hut for the system or Bakkas station for communication or for terminal PC at user’s end and will repair / replace UPS & batteries (if required).

3.1.19. The contractor will maintain / repair / replace (if required) all the peripherals like E-1 extender, modem, media converter, network switches, router, wireless modem, RF tower etc. provided for the communication link. However any failure on account of IR/Rail Net communication will not be considered as failure.

3.1.20. The system has facility to send automatic SMS and emails for alert. A CUG GSM sim card for SMS facility for alarm generated by the system has been provided by RDSO and the monthly charges of this sim card would be paid by RDSO. However updating the software addition / deletion of recipient will be done by the contractor.

3.1.21. It will be responsibility of the contractor to maintain / held adequate spares at site to ensure more than 95% uptime of the system.

3.1.22. If any item required to be replaced from spares purchased as per the P.O., the same may be used by the Contractor and shortage will be completed by the Contractor to maintain the same.

3.1.23. An uptime of more than 95% would be maintained and no failure would be persistent for more than a week time except force majeure, robbery or damage and loss caused by train operations, track work or other departments.

3.1.24. The down time during the preventive maintenance up to 3% would be in addition to the 5%. The maintenance work will be carried out during lean period only and will be preferably completed within 3 hours without affecting train movement. However more time may be taken by the contractor only in condition which may not result in system unavailability. In case system is down it would be calculated in the 3%.

3.1.25. The basic record of availability of the system for each site will be the trains pass report generated (Daily train wise, monthly summarized and quarterly summarized) by the Divisional C&W controller or the site computer.

Page 16: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 16 of 32 Director Testing / Labs With stamp RDSO / Lucknow

3.1.26. In case a failure is reported, the system would be restored to the complete working status within 48 hours. This period of upto 48 hours after the failure report shall be treated as grace period, which will not count towards System down time. The targets would be not more than one failure per quarter and a maximum of five failures per annum. In case the number of failures exceeds one during any quarter or five during any year of AMC, grace period of only 48 hours will be permissible for any additional failures.

3.1.27. In case any item will be required to be sent to OEM’s country outsideIndia for repair / replacement, upto 15 days’ time would be out of scope of any penalty clause during such condition. During the 03 years of AMC period only 04 such situations will be permitted and more than 04 times (if required) would be governed by the 95% of uptime.

3.1.28. In case any item will be required to be sent to OEM’s country outside India for repair / replacement, the Contractor will take all responsibility and will bear all the duties and charges for transportation. Since ownership of the equipment is of RDSO and therefore relevant gate pass and customs documents can be provided by the RDSO (if required). Upto 15 days’ time during such condition would be out of scope of any penalty clause. Only four times such situation are permitted during 3 years. More than four (4) times if required would be governed by the 95% and other clauses as mentioned in offer.

3.1.29. In case visit of representative(s) of OEM will be required for any kind of maintenance work of the system, the same will be arranged by them. No charges will be paid by RDSO on this account.

3.2. Annual Operational Work

3.2.1. The scope of work under Annual Operation of Trackside Bogie Monitoring System

will be as under:

3.2.2. Monitoring of defects 3.2.2.1. Monitoring and verification of defects identified by the TBMS system. 3.2.2.2. Providing alert assistance to C&W control (for coaches & wagons) and

Power / Traction Control (for locomotives) of Lucknow division of Northern Railway and RDSO on daily basis

3.2.2.3. Issue of daily / weekly / monthly / yearly reports and to maintain statistical report of defects identified by the system

3.2.2.4. Carryout trending of all types of defects for all vehicles

3.2.3. Entering train/vehicle IDs in WMS 3.2.3.1. Identification and entering of Train no. / Vehicle no. / Railway / Type into

WMS for all pass by trains/ vehicles passing through the system identified for clear Sever (RS1) and Moderate (RS2) faults on daily basis.

3.2.3.2. Based on the entered data, generation of trending for individual vehicle for developing faults will be reported

3.2.4. Communication link 3.2.4.1. Firm will maintain communication link provided for TBMS system for

ensuring data flow from equipment site to BKKS station; BKKS station to

Page 17: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 17 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Bandariyabagh exchange; and Bandariyabagh exchange to C&W Control, Lucknow division of Northern Railway and RDSO.

3.2.4.2. Provide alerts to C&W control, Lucknow division of Northern Railway and RDSO about failure of communication link due to Railnet and or OFC.

3.2.4.3. Ensure working of Web-WMS.

3.2.5. Electrical Power Supply to site 3.2.5.1. Ensure 24x7 AC power supply (230±10 Volts). No charge towards DG set

and or diesel etc. will be paid. 3.2.5.2. Maintain adequate power supply to ensure batteries are charged and hut

is maintained at the temperature below 300C. 3.2.5.3. Maintenance / repair / replacement of electrical equipment and air

conditioner 3.2.5.4. Electricity bill from UPPCL will be paid by LKO division of NR. 3.2.5.5. System downtime due to non-availability of power supply shall be covered

in Para 6-Penalties.

3.2.6. Site Security 3.2.6.1. Maintain 24x7 physical security at site for all the equipments supplied and

installed at BKKS equipment site as per Purchase Order whether in working condition or not.

3.2.6.2. Maintain site cleanliness, inside and outside the wayside hut and fenced area

3.2.6.3. Report security breaches immediately on phone and in writing to Lucknow division of Northern Railway and to RDSO

3.2.6.4. Report status on monthly basis 3.2.6.5. Maintain a site log book of all visitors and ensure access only granted to

approved visitors with prior & written clearance from RDSO nominated personnel.

3.2.7. Other operational work 3.2.7.1. Suitable transport facility for IR/RDSO officials for visit at equipment site 3.2.7.2. Training / refresher course for IR/RDSO officials for three calendar days

in a year on system uses and data interpretation at Equipment site / LKO divisional office / RDSO.

4. Submission of Offer

4.1. Tenderer shall submit in his bid the methodology to be adopted by the tenderer for the

execution of the work as mentioned in all and every relevant clause(s), including their sub-clauses, of this technical specification.

4.2. Details of the personnel to be deployed would be required to be given after award of contract.

4.3. The contractor shall be responsible for all damages to property and for any injury or loss caused to the work or workman to person, things in the course of the work carried out by or under direction of the contractor or his agents.

Page 18: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 18 of 32 Director Testing / Labs With stamp RDSO / Lucknow

4.4. Tenderer will ensure safe working of his staffs and service engineer and provide all protective gears. Railway will not be responsible for any accident occurring to the staff of tenderer. Any compensation etc. has to be paid by the tenderer ONLY.

4.5. The contractor shall obtain necessary permits/gate passes from the Railway to enable his workers to work, to bring and take materials from the work spot.

4.6. Contractor shall normally be allowed to work related to the operations in Lucknow Divisional C&W Control office during working hours or as per Sr.DME/C&W/LKO or his representative instruction. In case of any urgency and for working at other times as special requirement separate permission from Railway authorities will have to be taken. Such permission will be given by Railway only if Railway considers it necessary.

4.7. Contractor is bound to issue Identity card at Contractor’s cost to each and every person deployed for execution of the Contract work by them. The attested Xerox copy of Identity card issued to each and every person should be submitted to this office on receipt of letter of acceptance for the work. Failure on Contractor’s part to issue identity cards to their employees will be treated as breach of contract conditions and therefore will be dealt as per GCC.

4.8. It is mandatory on the part of every employee deployed by the Contractor to keep identity card in his possession, issued by you throughout the execution of the work. Failure to do so will treated as unauthorized presence in the Railway premises. Such persons shall be liable for prosecution as per law.

4.9. It is mandatory for the contractor, to submit the list of the employees issued with the identity cards and deployed for execution of the contract to the Railway’s Engineer before commencement of the work “for gate pass purpose”

4.10. To facilitate evaluation of tender offer, Purchaser may, at its sole discretion, seek clarifications from any tenderer regarding its Offer. Such clarification(s) shall be provided within the time specified by the Purchaser for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing.

4.11. If the tenderer does not provide clarifications sought within the prescribed time, his offer shall be liable to be rejected. In case the offer is not rejected, the Purchaser may proceed to evaluate the offer by construing the particulars requiring clarification to the best of its understanding, and the tenderer shall be barred from subsequently questioning such interpretation of the Purchaser

4.12. In addition to the above, further information/clarification, if required by the Purchaser, shall be furnished by the tenderer within maximum of 7 days of communication by Fax/E-mail.

4.13. Tenderer not submitting the requisite information may note that his offer is liable to be ignored.

4.14. English translation of standards/other documents quoted shall be submitted with the offer, in case original standards/other documents are in any other language.

4.15. Bid is required from the OEM or their authorised agent who should submit a letter of authority from their Principals as in Form-VI. Bid from other agents, brokers, and middlemen will not be accepted.

5. Compliance of Technical Specification and deviations

5.1. Tenderer shall offer clause-by-clause comments of this specification confirming

compliance of the respective clauses and elaborating wherever necessary. In case

Page 19: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 19 of 32 Director Testing / Labs With stamp RDSO / Lucknow

there are any deviations, complete details of alternate proposals against the clause shall be given.

5.2. In addition, the tenderer shall submit consolidated statement of deviations from this specification.

5.3. In case, the tenderer does not require any deviation from this specification, a NIL DEVIATION certificate will be submitted by him in Form-III.

6. Penalties

6.1. The penalty shall be levied on the Contractor by RDSO for this AMOC for the uptime below the limit of 95%. Penalty shall be calculated as % age of quarterly payment and will be deducted from the respective quarterly payments. Penalty calculation will be done over quarterly payment period. System up time of less than 60% for two consecutive quarters will constitute complete failure of contractor to provide AMOC services successfully.

S. No.

Availability slab

Applicable Penalty (excluding 3% down time during maintenance)

1. Above 95% Nil

2. 95% to 90% 0.5% for every 1% (or part thereof) reduction in availability below 95% of quarterly payment

3. Below 90% 1% for every 1% (or part thereof) reduction in availability below 90% of quarterly payment

6.2. The amount of penalty will be adjusted in the payment released. No any holidays or

weekends would be exempted and will be counted towards the calculation of the penalty. The discretion for imposing the penalty will rest entirely with the Director Testing, however if the Contractor shall be dissatisfied by reason of any decision, he shall be entitled to refer the matter to the Executive Director Research Testing, RDSO who shall there upon confirm or vary such decision.

6.3. In case the tenderer fails to provide AMOC services successfully, the AMOC BG submitted as per para 1.13 of Part-I will be forfeited. This will be in addition to penalty as per clause above.

7. Agents in India & Agency Commission

7.1. The foreign tenderer may include in his bid the name of the person or the firm who will be acting as his representative/ agent in India in respect of his bid.

7.2. In such case, the foreign tenderer is also required to give the following details in the bid: (i) The name and address of the local agent; (ii) What service the agent renders; (iii) The amount of remuneration for the agent included in the “Price bid”

7.3. Either the Indian Agent on behalf of the Principal/OEM or Principal/OEM itself can bid but both cannot bid simultaneously.

7.4. In the case of indigenous bid, the tenderer is not entitled to any agency commission. In the case of foreign bid, the agency commission payable by the tenderer to his Indian

Page 20: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 20 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Agent shall be indicated in the offer. Agency commission (if any) payable to the tenderer’s agent in India under the contract will be converted to Indian Rupees at the telegraphic transfer buying rate of exchange ruling on the date of acceptance of bid and shall not be subject to any further exchange variation. The agency commission shall be paid in non-convertible Indian Rupees.

7.5. IGST (present rate is 18%) will be applicable on the cost of work as well as on agency commission which shall be charged by the agent. Liability to pay the GST and Withholding tax to the Govt. of India will be responsibility of the Indian agent.

8. Price Basis

8.1. The prices quoted must include all charges e.g. Taxes (withholding Tax, Goods and Services Tax etc.), levies, duties, cess, packing, forwarding and delivery charge etc. as applicable.

8.2. If Tenderer belongs to the country with which Government of India have Rupee Payment Agreements should quote the entire bid price in Indian Rupees. Otherwise the price quoted for Maintenance work should be in Australian dollar whereas price quoted for Operational work should be in Indian rupees.

8.3. Rates accepted by Purchaser 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.

9. Payment Schedule

9.1. The payment for this AMOC work shall be made to the contractor after the satisfactory physical completion of the work on quarterly basis only when certified by the nominated RDSO official(s) and competent authority after submission of bill by the contractor. The competent authority shall normally be the authority that is competent to sign the contract. The certificate, inter alia, should mention that the work has been completed in all respects and the contractor has fulfilled the contractual obligations and that there is no due from the contractors to RDSO against the contract.

9.2. Completion of each quarter include submission of related reports by the tenderer and to be certified by RDSO. Any back references/ corrections/ additions, requested by RDSO, should be suitably addressed by the contractor.

9.3. Following documents should be submitted along with the quarterly bill: i. Detailed quarterly bill ii. Trains run summary report iii. Details of system malfunction calls logged iv. Certification from the nominated RDSO official

10. Payment Terms & Condition:

10.1. The contract price will be normally paid in the currency or currencies in which the price is stated in the successful bid. However, Purchaser reserves the right to effect payment of equivalent amount in the currency or currencies of the country of origin of the work/goods in case the price is stated in other currencies. The equivalent amount will be calculated on the basis of exchange rate prevailing on the date of payment.

10.2. Payments shall be made on quarterly basis.

Page 21: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 21 of 32 Director Testing / Labs With stamp RDSO / Lucknow

10.3. Payments shall be made in INR to Indian firm and to foreign firm, through Letter of Credit (LC) or Telegraphic transfer in the quoted currency. In case of payment through LC, all charges including the confirmation charges of LC, levied by foreign banks shall be borne by the applicant.

10.4. Payment shall be made as per clause 9.0 of Part III. 10.5. Payment shall be made after contractor submits necessary bills/invoice and necessary

reports/documents/manuals, as applicable for respective activities, and which are found satisfactory by the Purchaser.

10.6. Tenderer to give consent in a mandate form for receipt through ECS / EFT. Tenderer to provide the details of bank account in line with RBI guidelines for the same. These details will include bank name, branch name and address, account type, bank account number and bank & branch code as appearing on MICR cheque by bank. Tenderer to attach certificate from their bank certifying the correctness of all such information.

10.7. In case of non-payment through ECS/EFT or where ECS/EFT facility is not available, payment will be released through the cheque. Payment by irrevocable unconfirmed letter of credit can also be made. However, in such cases, the contractor has to give a notice of one month before submitting request for payment

10.8. Paying Authority: Executive Director/Finance, RDSO, Manak Nagar, Lucknow-226011, India will make payment for all stages after acceptance, as laid down in technical specification of work.

11. General Instructions/Information/Requirements

11.1. Director Testing / Labs, RDSO, Lucknow-226011 shall be the Officer-in-charge for this work.

11.2. All the work to be done as part of the contract shall be done in consultation with the Director Testing / Labs, RDSO, Lucknow or his authorized representative(s).

11.3. All the costs of the spares, including transportation of spares and other associated charges, for up keeping the system shall be borne by the Contractor.

11.4. If any item required to be sent to the OEM for repair, all the charges involved in transportation will be borne by the Contractor and all the formalities in this regard will be done by the Contractor.

11.5. All the spares to be used should be original. 11.6. Contractor will be responsible to deliver the written material and soft copies etc. to

RDSO in good condition without any damage. 11.7. The cost of air travel and accommodation of representative(s) of OEM (if any) shall be

borne by the Contractor. 11.8. The costs of the visits of the Contractor’s officials to RDSO/site etc. including their

accommodation will be borne by them. 11.9. The TBMS system is installed near Bakkas station in Lucknow division of Northern

Railway and RDSO reserves the right to transfer the AMOC, without any additional costs or damages, to Northern Railway at any time during the operation of the contract. In such a case, the functions of RDSO’s officials in the contract will be transferred to officials of Northern Railways.

12. CONTRACTOR’S RESPONSIBILITY

Page 22: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 22 of 32 Director Testing / Labs With stamp RDSO / Lucknow

12.1. Satisfactory execution of the contract in accordance with this specification, irrespective of any approval which Purchaser may have given.

12.2. Ensuring that latest Standards & technology shall be used by contractor in execution of all activities of this contract.

13. IR’S RESPONSIBILITY

13.1. Power supply at site has been provided by Lucknow division of Northern Railway

through UPPCL and electricity bills for the same will be borne by IR. 13.2. A GSM CUG sim card has been provided by RDSO for SMS of alarms generated by

the system and monthly charges for it will be borne by IR. 13.3. In case traffic block would be required for schedule maintenance and or calibration of

the equipments between Anupganj and Bakkas stations, the same will be communicated to the Lucknow division.

14. WARRANTY:

14.1. The contractor has to take two years of warrantee for the new supplied spares during the AMC period. The warranty shall be covered under the clause 3200 of Indian Railways Standard Condition of Contract (Section-II).

15. Technical Clarifications:

15.1. Technical Clarifications, if any, required by the tenderer, can be obtained from: Director Testing / Labs Research, Designs & Standards Organisation, Govt. of India, Ministry of Railways, Manak Nagar, Lucknow –226011 (INDIA) Telefax: +91-522-2451053 E-mail: [email protected]

Page 23: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 23 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Part-IV

Bid form – Third sheet Schedule of Rates

Page 24: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 24 of 32 Director Testing / Labs With stamp RDSO / Lucknow

BID FORM (Third sheet)

Schedule of Rates

S. No.

Work description Currency 1st

year 2nd year

3rd year

Total for 03 years

A. Cost of annual maintenance contract

1 Comprehensive Annual Maintenance including repair, replacement (if required) of TBMS system – RailBAM, WMS, Hut & infrastructure

2 Agency commission @ 2%

3 Sub Total (1+2)

4 Taxes (GST, Withholding etc.)

5 Total (3+4)

Total cost for annual maintenance work in words for 03 years

B. Cost of annual operational contract

1 Annual Operation of Trackside Bogie Monitoring System (TBMS)

2 Taxes (GST etc.)

3 Total (1+2)

Total cost for annual operational work in words for 03 years

Note: 1) Overwriting or use of fluid are liable to rejection of offer. 2) No unscheduled item should be included in the Price bid 3) The tenderer should clearly indicate all duties and taxes including local taxes also failing

which it will be taken as these are borne by the contactor. 4) Rate quoted should be in words and figures both. In case of any difference in the rates

quoted in words and the rates quoted in figures, the rates quoted in words only will be considered as correct.

Signature of the Tenderer with Seal Witnessed by: Name, Designation & seal (From tenderer’s side)

Page 25: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 25 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Part – V

The guiding document for

All Indian Railway contracts generally follows the document entitled

“General Conditions of Contract”

which may be downloaded by the following navigation chart

http://www.indianrailways.gov.in/railwayboard/

↓ About Indian Railways

↓ Railway Board Directorates

↓ Transformation Cell

↓ Circulars

↓ The General Conditions of Contract for Service

http://www.indianrailways.gov.in/railwayboard/uploads/directorate/Transformation_Cell/Circulars/GCCS_R.pdf

Page 26: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 26 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Form-I

Details of the Tenderer

Sr. No.

Details Information

1 Full name

2. Address of Registered Head Office

3. Address of Branch office in India, if any

4. Name and address of Indian Agent (if any)

5. Address on which correspondence regarding this tender should be made:

a) Postal Address

b) Telephone No. (including country code)

c) Fax No.

d) E-mail address & website URL

Page 27: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 27 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Form-II

Statement of Deviations from Instructions to Tenderer & Special Tender/Contract conditions and General Conditions of Contract

(Part-I and Part-II of Tender Documents)

Tender No. RDSO/TST.3/GL/TBMS/AMOC/2018

S. No

Reference Clause No. and Description of the clause no. of

Tender Document

Deviation in the Offer Justification/reasons of the Deviation

Part-I/II

Clause No.

Description

Page 28: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 28 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Form-III

Statement of Deviations from Technical Specification of Work (Part-III of Tender Documents)

Tender No. RDSO/TST.3/GL/TBMS/AMOC/2018

S. No

Reference Clause No. and Description of the clause no. of Tender Document

Deviation in the Offer

Justification/reasons of the Deviation

Clause No. Description

Note: If there is no deviation with respect to tender document, “NIL DEVIATION” should be written

in this form. If no text is mentioned in this form, it will be treated as “NIL DEVIATION”.

Page 29: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 29 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Form-IV

Certificate of undertaking to be given by Tenderers who have used tender documents downloaded from RDSO website

Tenderer will give a certificate as under:

(a) Cost of tender documents has been paid as required in tender notice.

(b) “I/We certify that I/we have checked the downloaded tender documents with the tender documents available online at http://www.rdso.indianrailways.gov.in and there is no discrepancy/ variation/ printing mistake and it is further certified that no alteration/ modification has been made in the bid documents. I/We accept that the entire responsibility of ensuring that these documents are as per original available on website is mine/ours. I/We also agree that if anything contrary is found, the decision of RDSO will be final and binding on me/us.”

Signature & Seal of the Tenderer

Full address with contact numbers & names with e-mail address

Page 30: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 30 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Form-V Model Form of Bank Guarantee Bond

GUARANTEE BOND

1. In consideration of the President Of India (hereinafter called “the Government”) having agreed to

exempt _____________ (hereinafter called “then said Contractor(s)”) from the demand , under the terms and conditions of as Agreement dated ____________ made between _______________ and _______________ for ________________ (herein after called “the said Agreement”), or security deposit for the due fulfilment by the said Contractor(s) of the terms and conditions contained in the said Agreement, on production of Bank Guarantee for Rs. ___________ (Rupees ______________________________ only). We, ____________________ (herein after referred to as “The Bank”). (Indicate the name of the Bank) at the request of __________ (contractor(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 Government by reason of any breach of the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We _________________________________do hereby undertake to pay the (Indicate the name of the bank) 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 contain in the said agreement or by reason of the contractor(s) failure to perform the said agreement .Any such demand made on the bank shall be conclusive as regards the amount due and payable by the bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding 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 suit or proceeding before any court of 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 thereunder and the contractor(s)/supplier(s) shall have no claim against us for making such payment.

4. We_____________________ further agree that the guarantee herein contained (Indicate the name of bank)

shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claim satisfied or discharged or till__________ office/Department Ministry of _______________ 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, ____________________ further agree with the Government that the (Indicate the name of the bank)

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 forebear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said contractor(s) or by any forbearance, act or omission on the

Page 31: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 31 of 32 Director Testing / Labs With stamp RDSO / Lucknow

part of the Government or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the Constitution of the bank or the contractor(s)/ supplier(s).

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

Dated the ___________ day of ____20

For _______________________ (Indicate the name of the bank)

Page 32: GOVERNMENT OF INDIA MINISTRY OF RAILWAYS AMOC_T… · Works of Indian Railways as amended/corrected upto latest Correction Slips, copies of which can be seen or obtained from the

Signature of Tenderer Page 32 of 32 Director Testing / Labs With stamp RDSO / Lucknow

Form-VI

(Please see clause-4.15 of Part-III)

PROFORMA FOR AUTHORITY FROM ACTUAL MANUFACTURER OR MAINTAINER OF RAIL ACOUSTIC BEARING MONITORING SYSTEM AND WAYSIDE MONITORING

SYSTEM SOFTWARE No. ………………………… Dated………………………… To THE PRESIDENT OF INDIA, Acting through, the Director Testing / Labs, Research Designs & Standards Organisation, Ministry of Railways, Manak Nagar Lucknow-226011 (UP) INDIA Dear Sir, Subject: Research Designs & Standards Organisation’s Tender No. RDSO/TST.3/GL/TBMS/AMOC/2018 dated …………. We ……………………………………..as established and reputable manufacturer / maintainer of………………………………….having offices at…………………………..do hereby authorise M/s………………………………………….. (Name and address of Agent) to represent us, to bid, negotiate and conclude the contract on our behalf with you against Tender No…………………… No company/ firm or individual other than M/s ………………………………………….. are authorised to represent us in regard to this business against this specific tender. Yours faithfully, (NAME) for & on behalf of M/s………. (Name of Manufacturer / Maintainer) Note: This letter of authority should be on the Letterhead of the Manufacturing / Maintaining the systems concerned and should be signed by a person competent and having the power of attorney to bind the manufacturer / maintainer.