CONTRACT NO.2012/RSF/539/1 (0P-223)JOHNSON ...

17
CONTRACT NO.2012/RSF/539/1 (0P-223)JOHNSON CONTRACT FOR PROCUREMENT OF PASSENGER ESCALATORS (DESIGN, IVIANUFACTURE, SUPPLY, INSTALLATION, TESTING, COMMISSIONING AND MAINTENANCE) AT VARIOUS RAILWAY STATIONS OF INDIAN RAILWAYS PLACED ON M/s. JOHNSON LIFTS PVT LTD., PLOT NO. 147, UDYOG VIEAR, PHASE-I, GURGAON — 122016. 15th MAY, 2012 1

Transcript of CONTRACT NO.2012/RSF/539/1 (0P-223)JOHNSON ...

CONTRACT NO.2012/RSF/539/1 (0P-223)JOHNSON

CONTRACT FOR PROCUREMENT OF PASSENGER

ESCALATORS (DESIGN, IVIANUFACTURE, SUPPLY, INSTALLATION,

TESTING, COMMISSIONING AND MAINTENANCE) AT VARIOUS

RAILWAY STATIONS OF INDIAN RAILWAYS

PLACED ON M/s. JOHNSON LIFTS PVT LTD.,

PLOT NO. 147, UDYOG VIEAR, PHASE-I,

GURGAON — 122016.

15th MAY, 2012

1

INDEX

CLAUSE HEADING

1. INTRODUCTION 2. PURCHASER 3. NAME & ADDRESS OF THE

CONTRACTOR 4. DESCRIPTION OF ITEMS 5. SPECIFICATION 6. MANUFACTURE & MODEL NO. 7. QUANTITY 8. PRICES 9. SALES TAXES/VAT 10. OPTION CLAUSE 11. DELIVERY & LIQUIDATED DAMAGES 12. VARIATON OF HEIGHT 13. PAYMENT 14. WARRANTY 15. ANNUAL MAINTENANCE CONTRACT

(AMC) 16. INSPECTION 17. PENALTY CLAUSE 18. TRAINING 19. CONSIGNEES 20. PERFORMANCE BANK GUARANTEE 21. WARRANTY BANK GUARANTEE 22. CONTRACTOR'S RESPONSIBILITY 23. MONTHLY PROGRESS REPORT 24. ARBITRATION 25. LAWS GOVERNING THE CONTRACT 26. JURISDICTION OF COURTS 27. NOTICES 28. GENERAL 29. OTHER TERMS & CONDITIONS

GOVERNMENT OF INDIA MINISTRY OF RAILWAYS

(RAILWAY BOARD) No.2012/R.SF/539/1(0P-223)JOHNS ON

New Delhi, dated, 15.5 . .12

M/s.Johnson Lifts Pvt. Ltd., Plot No.147, Udyog Vihar, Phase-I, Gurgaon — 122016. FAX — 0124-2340642

Dear Sirs,

Sub: Open Tender OP-223 for procurement of 100 no. Passenger Escalators (Design, manufacture, supply, installation, testing, commissioning and maintenance) at various Railway stations of Indian Railways as per RDSO's specification No. RDSO/PE/SPEC/TL/0095-2008 (Rev. '0') Amdt. 5.

Ref :i) Your commercial offer No.nil dt. 22.12.2010. ii) Your letter dt. 05.05.11 & 24.11.2011. iii) This office letter of even no. dated 20.12.2011 (Letter of acceptance)

With reference to Ministry of Railway's Tender, Tour offer thereto, and Acceptance -letter of even number dt.4.1.2012, referred above it is hereby advised that the President of India is pleased to place an order on you as detailed hereunder. The terms and conditions governing the supply of Passenger Escalators (Design, manufacture, supply, installation, testing, commissioning and maintenance) at various Railway stations of Indian Railways is set forth hereinafter in this contract and the said terms and conditions shall supersede the corresponding provisions, if any, in the Bid Documents and your offer.

2. Purchaser : The President of India. 3. Name & address

of the Contractor M/s.Johnson Lifts Pvt. Ltd., Plot No.147, Udyog Vihar, Phase-I, Gurgaon — 122016.

4. Description of Items

Passenger Escalators (Design, manufacture, supply, installation, testing, commissioning and maintenance) at various Railway stations of Indian Railways

5. Specification • • RDSO's specification No. RDSO/PE/SPEC/TL/0095- 2008(Rev. '0') Amdt.5.

6. Manufacturer - & Model No.

M/s. SJEC Corporation, China.

7. Quantity : 60(Sixty)

3

4

* Firm has advised to confirm compliance of clause 5.15(a) of tender documents related to installation and commissioning of atleast 10 escalators under direct supervision of the manufacturer (M/s. SJEC Corporation, China).

8. Price

S.No. Description Per Escalator FOR Destination Price for Vertical Height of 6 meter on firm price basis, in Rs.

1. Passenger Escalators (Design, manufacture, supply, installation, testing, commissioning and maintenance) at various Railway stations of Indian Railways as per RDSO's specification No. RDSO/PE/SPEC/TL/0095-2008(Rev. `0') Amdt.5

Rs.36,00,000.00 (Rupees Thirty six lakhs only) plus ST/VAT

2. Civil Work Installation and Commissioning

Rs.13,80,000.00(Rupees Thirteen lakhs eighty thousand only)

3. Annual Maintenance Contract(AMC) charges for three years

Rs.1,50,000.00(Rupees one lakh fifty thousand only) per year

4. Service Tax on AMC Extra (Applicable as per Government Notification)

5. Sales Tax Extra (as applicable)as mentioned in column (3) of (1) row above.

6. Other levies, Packing & Forwarding, Freight to Destination and Insurance Charges

Included in the FOR Destination Price

* Firm has indicated exemption of Service taxes in their offer so that they are not eligible for payment of such tax during the currency of the contract.

9. Sales Tax/VAT:

ST/VAT depends upon the place (State) of dispatch and not on the place (State) of receipt. Though quantity distribution in this case has been State (location) wise, rate of ST i.e VAT will be as applicable for the location (State) of dispatch. Also, statutory taxes including ST i.e VAT and duties are to be paid against the requisite declaration/document.

The firm is required to give requisite declaration/documents for payment of ST/VAT as per extent rules 10. Option Clause: Up to plus/minus 30% (Thirty percent) of ordered quantity at the option of purchaser within the currency of the contract.

0'0

11. Delivery: Delivery will commence from 3-4 months from the date of award of contract. 15 Nos. escalators shall be delivered per month and design, manufacture, supply, installation, testing and commissioning of 60 Nos. escalators to be completed within eighteen (18) months from the date of award of contract. Delivery of escalator at different location within total delivery period will be regulated by the Purchaser.

11.1 The priority of supply of escalators will be decided by Railway Board (Annexure-.I)

11.2 In case of failure on the part of contractor to arrange supplies as per the delivery schedule/installments fixed in advance, save force majeure conditions or delays attributable to the purchaser, the purchaser reserves the right to levy "liquidated damages" which shall

be levied as under:

11.3 Liquidated Damages and not by way of penalty, a sum equivalent to 2% ( two percent) of the price of any stores ( including elements of taxes, duties freight etc.) which the contractor has failed to deliver within the period fixed for delivery in the contract or as extended for each month or part of a month during which the delivery of such stores may be in arrears where delivery thereof is accepted after expiry of the aforesaid period, subject to a maximum of ten percent of value of the delayed supplies. For the purpose of "liquidated damages" the date of commissioning of escalator will be considered as delivery period.

114 Delivery Terms: FOR/Destination.

12. Variation in height:

The given rate is for a standard vertical height of escalator of 6 meters. The actual payment to be made to the supplier shall be +0.6% of given rate with variation of vertical heights ,+0.15 meters i.e. if the height become 6.15 meter then the amount paid to bidder will be 1.006 times the given rate and if height becomes 5.85 meter then amount paid will be 0.994 times of given rate.

12.1 Rate variation in the height will be applicable only on ex factory price. No variation in civil work installation and commissioning will be given.

12.2 The contractor shall ascertain the exact height and other details needed for installation and commissioning of the escalators from the CEE of the respective Zonal Railways or their nominated officials i.e Sr.DEE(G)/DEE(G) of the concerned division before commencement of supply.

13.Payment:

The payment terms shall be as per para 5.5 of the bid document, which are as under:

i) 60% of payment will be made after inspection by RDSO at firm works in India supported with Work Test Certificate, inspection certificate and proof of receipt of material at site by consignee;

ii) 20% of payment after successful erection, testing and commissioning of Escalators at site on certification by consignee; and

iii) 20% of payment after one month of successful trial of escalator at site after date of commissioning on certification of the consignee after submitting of bank guarantee of 10% payment value of the stores supplied and commissioned towards warranty as per para 24 of RDSO specification.

The payment shall be made by the FA&CAOs of the respective zonal railways or their authorized representatives (Sr.DFM/DFM of the concerned division).

14. Warranty:

The warranty period of goods will start after successful commissioning of escalators at site (refer: para 4.0 (c) of bid documents) as per warranty clause 24 of RDSO specification i.e the warranty shall be for a period of 24 months from the date of commissioning of the escalator and 30 months from the date of supply whichever is earlier.

14.1 The Contractor shall be responsible for any damage to equipment provided in the escalator, due to defective design, materials, workmanship for a period of 24 months from the date of commissioning of escalator and 30 months from the date of supply, whichever is earlier. The Contractor shall attend to the complaint (including replacement of defective components, if required) within12 hours from the time of receipt of complaint at his own cost.

14.2 The period of warrantee will be extendable in case of recurring problems of defective design, material or manufacturing. The Contractor shall warrant that everything to be furnished hereunder shall be free from all defects and faults in material, workmanship and manufacture and shall be of the highest grade and consistent with established and accepted standards of material of the type ordered and in full conformity with specifications and drawings. The Contractor's liability in this respect of any complaints, defects and for claim shall be limited to furnishing and installation of replacement parts, free of any charge. The warranty clause in commercial agreement, if any, shall prevail.

14.3 The Contractor shall be responsible for carrying out all the modifications at his cost on any part of the equipment during the period of warranty required for satisfactory operation of the equipment as per technical specification. For any technical decision the final authority from the purchaser's side is RDSO.

14.4 All the replacements and repairs, that the purchaser shall call upon, the Contractor to deliver or perform under this warranty shall be delivered and Performed by the Contractor promptly and satisfactory.

14.5 The warranty period would cover comprehensive maintenance inclusive of all spares, material and labour cost.

6

14.6 During warranty period, in case the escalators become non-functional due to any manufacturing defect, then the escalator would be considered under breakdown and the Contractor would be required to rectify the defects.

14.7 The consignee shall ensure that the records of breakdown are maintained on a shift basis.

14.8 The Contractor shall ensure that in case a failure is reported by a consignee, qualified Service Engineers shall visit the site within 12 hours from the time of complaint. This period of 12 hours after the failure report shall be treated as grace period, which will not count towards breakdown time. Complaints shall be lodged by consignee by fax, phone, e-mail or per bearer at address given by the Contractor

15.Annual Maintenance Contract (AMC):

As per clause 3.3 of "Schedule of Requirements" of bid document, AMC agreement shall be entered by the user Zonal Railways as per the accepted rates before expiry of the warranty period. The scope of AMC will be as per the relevant clauses of bid document and RDSO technical specification no. RDSO/PE/SPEC/TI/0095-2008 (Rev '0') Amdt-5.

15.1 The consignees must communicate their option to enter into AMC at least 30 days prior to expiry of warranty. The AMC agreement must be signed within six months prior to the date of expiry of warranty.

15.2 Payment of AMC charges will be made on quarterly basis.

16.Inspection:

Type Test: Firm is required to furnish Work Test Certificates (WTC) from MJs.SJEC at the time of supply in lieu of Type Test. WTC Format will be provided in due course.

Routine inspection: RDSO is required to inspect the material at the contractor's

depot/works site in India.

17.Penalty Clause:

During Warranty period:

Penalty shall be levied on the bidder for maintaining availability below the limit of 95%. Penalty shall be calculated as % age of cost of escalator including cost of commissioning on quarterly basis as given below:-.

Availability Slab Applicable Penalty

95% to 90%

Below 90%

0.5% for every 1% (or part of) reduction in availability of escalator

1% for every 1% (or part of) reduction in availability of escalator maximum upto Rs.3 lakhs per escalator per year

During AMC Period:

Penalty shall be levied on the bidder for maintaining availability below the limit of 95%. Penalty shall be calculated as % age of quarterly payment as given below and will be deducted from the respective quarterly payments. Penalty calculation will be done over

quarterly payment period.

Availability Slab

Applicable Penalty

95% to 90%

Below 90%

0.5% for every 1% (or part of) reduction in availability of escalator.

For every 1%(or part oPrechiction in availability of escalator maximum upto quarterly AMC charges as per AMC contract per quarter.

18. Training:

Training shall be provided with the details as given in clause 27 of RDSO specification and clause 5.14 of the bid document. The contractor shall impart training for 250 mandays as per clause 27.0 of RDSO technical specification limited to 5 locations covering all the zonal Railways. The boarding & lodging arrangement shall be the responsibility of Railways, however, transport to training site, if required, shall be provided

by Contractor.

19. Consignees:

All the ordered stores are to be consigned to the Consignees as mentioned in Annexure-II enclosed with the contract.

20. Performance Bank Guarantee

20.1 Performance Bank Guarantee: The Contractor has furnished a Bank guarantee No.448/il dated 03.01.12 issued by State Bank of Travancore, Chennai for

8

Rs.20,00,000/-(Twenty Lakhs) subject to maximum limit indicated in respective clause of 'if!bid document. On the Performance and completion of the contract in all respects the

Performance Guarantee Bond will be returned to the Contractor without any interest. In case furnishing of an acceptable Performance Guarantee Bond is delayed by the contractor beyond the period provided above and Bond is accepted by the Purchaser, liquidated damages, as provided in clause 11 for the period of delay in submission of the Bond, may be levied. Alternatively, the Purchaser may declare the contract as at an end and enforce clause 20. The PG Bond should be submitted through the issuing bank directly to the purchaser.

20.2 The Performance Guarantee Bond shall remain in full force and effect during the period that would be taken satisfactory performance and fulfilment in all respects of the contract i.e. till satisfactory commissioning of the machine(s) at consignee's works, and shall in the first instance be valid up to twelve months after the date of last shipment/delivery of the goods contracted to be purchased provided that before the expiry of the date of validity of the Performance Guarantee Bond, the Contractor on being called upon by the Purchaser from time to time, shall obtain from the Guarantor Bank, extension of time for validity thereof for a period of six months, on each occasion. The extension or extensions aforesaid, executed on non-judicial stamp paper of appropriate value must reach the purchaser at least thirty days before the date of expiry of the Performance

Guarantee Bond on each occasion.

20.3 As and when an amendment is issued to the contract, the contractor shall, within fifteen days of the receipt of such an amendment furnish to the Purchaser an amendment to the Performance Guarantee Bond rendering the same valid for the contract as amended.

20.4 This Performance Guarantee Bond and/or any amendment thereto shall be executed on stamped paper of requisite money value in accordance with the laws of the country in which the same is/are executed by the party competent to do so. The Performance Guarantee Bonds executed in India shall also be got endorsed by the Collector under Section 32 of the Indian Stamp Act, 1899 for adequacy of the Stamp

Duty, by the contractor. 21.Warranty Bank Guarantee:

As per clause 5.17 of Special Conditions of Contract, you are required to furnish a bank guarantee of 10% value of stores supplied and commissioned while claiming last 20% payment as per Annexure-III.

22.Contractor's Responsibility:

The Contractor shall be solely responsible for the execution of the Contract and supply orders in all respects in accordance with the conditions of the Contract notwithstanding any approval which the Inspecting Officer may have given of materials or other parts of the work involved in the Contract or of tests carried out either by the Contractor or by the Inspecting Officer.

23.Monthly Progress Report:

The contractor shall furnish during the first week of every calendar month, a

progress of execution of the Contract, materials received at site and the works carried out

during the preceding months. As far as possible the presentation shall be neat and tabulation form accompanied by colored diagram wherever applicable. Copies of the progress reports shall also be addressed to (i) Executive Director Railway Stores (P) and (ii) Executive Director, Electrical Engineering (M), Ministry of Railways (Railway Board), New Delhi -

110001.

24. Arbitration

In the event of any dispute or difference between the parties in regard to this contract the same shall be settled through arbitration in line with clause 2900. of the IRS Conditions

of contract.

25. LAWS GOVERNING THE CONTRACT

25.1 This contract shall be governed by the laws of India for the time being in force.

25.2 Irrespective of the place of delivery, the place of performance or place of payment under the contract, the contract shall deemed to have been made at the place in India from where the contract has been issued.

26. JURISDICTIONS OF COURTS.

The courts of the place from where the contract has been issued shall alone have jurisdiction to decide any dispute arising out of or in respect of the contract.

27. NOTICES

Any notice to be given by either party to the other shall be written in English and sent both by facsimile and reputable courier service or delivered personally. Unless otherwise requested by the Contractor, notice to Contractor shall be directed to and addressed as follows:

M/s.Johnson Lifts Pvt. Ltd., Plot No.147,

Udyog Vihar, Phase-I, Gurgaon — 122016

Unless otherwise requested by Purchaser, notices to Purchaser shall be directed to and addressed as follows:

Executive Director Railway Stores (P) Railway Board.,Rail Bhavan New Delhi, 110001, India Phone cum Facsimile No.: 91 1123388394 /

23388598

10

28. GENERAL Any changes to the Contract are only valid if agreed upon in writing. Should any

provisions herein prove to be ineffective, this shall not affect the validity of the remaining conditions.

Attachments No. I - III attached to the Contract form an integral part of the Contract.

The terms and conditions set forth in this Contract are the sole terms of agreement governing Contractor's sale and Purchaser's purchase of the Stores and shall supersede the corresponding provisions, if any, in the bid documents and Contractor's offer.

29.Other Terms and Conditions:

All other terms and conditions of the contract shall be as per Bid Document & IRS Condition of Contract of the Tender No. OP — 223.

The Contract is issued by order and in the name of the President of India.

Yours faithfully,

jeev Misra) ' Di ctor, Railway Stores (F)

Railway Board. For and on behalf of the President of India

Attachments: I -III

To, The President of India

We accept this Contract on the conditions stipulated herein for and behalf of: M/s.Johnson Lifts Pvt. Ltd., Plot No.147, Udyog Vihar, Phase-I, Gurgaon — 122016

By:

Title:

Date:

Witness:1) 2)

No.2012/RSF/53911(0P-223)JOHNSON New Delhi, dated, is s .2012.

Copy forwarded to :

11

1. The FA&CAOs of all concerned Zonal Railways(CR, ER. ECR, EcoR, NR, NFR, SR, SCR, SER, SWR & WR) for making necessary arrangements for payment in terms of clause 13 of the contract.

2. The Director of Audits of all concerned Zonal Railways (CR, ER. ECR, EcoR, NR, NFR, SR, SCR, SER, SWR &WR).

3. ADAI (Railways), Room No. 224, Rail Bhawan, New Delhi . 4. Director General (Quality Assurance), RDSO, Manak Nagar, Lucknow

for Financial Commissioner/Railways

No .2012/RSF/539/1(0P-223)JOHN S ON

New Delhi, dated, is.s -.2012

1. The Controller of Stores, CR, ER. ECR, EcoR, NR, NFR, SR, SCR, SER, SWR & WR Railways.

2. The Dy. Chief Electrical Engineer/D&G, Central Railway, Mumbai CST. 3. The CESE, Eastern Railway, Kolkata. 4. The Dy. Chief Electrical Engineer/G, East Central Railway, Hajipur. 5. The CESE, Eco Railway, Bhubaneshwar. 6. The Chief Electrical Engineer/C, Northern Railway, Tilak Bridge. 7. The Dy. Chief Electrical Engineer/Cord, NF Railway, Guwhati. 8. The CESE, Southern Railway, Chennai. 9. The CEGE, SC Railway, Secunderabad. 10. The Dy. CESE, South Eastern Railway, Kharagpur. 11. The CESE, South Western Railway, Hubli 12. The Chief Electrical Engineer/C, Western Railway, Mumbai Central. 13. The Director General,RDSO, Lucknow. 14. EDEE(M), EDF(S), DEE(PS), DFS(II) & DDFS(I) Railway Board. 15. FS(I), Elect(G), RS(B) & A/c I(BO) Branches, Railway Board.

(Sanj oy Abraham) For Director, Railway Stores (F)

Railway Board

12

) S.No. Name of Station 1 Delhi Main 2 Dadar 3 . Nizarhuddin

Bangalore ' 4 5 : Bangalore .6 f, Secunderabad

7 ; Secunderabad' •

8 ..!. Patna'. i. ' :i 9 Guwhatil

Ahmedabad ' 10 : .1 , 11 I Sealdah

12 Tirupati ! 13 : : 1. Thane 14 Kalyan 15 '. Surat* 1 •

16 Nagpur 17: BRC(Vadodara) 18 Vijayawada..

' 19 EinalcUlulin 20 : Dhanbadji

Muzdfarfiur

' 21 Asaniol ' 22

• Andheril: • 23 24 • Borivali ! 25 . Visalchai3atnam 26 Durgapui 27 Kharagptir

, . 28 Ratlam 29 Dombivali

Central (TVC) • 30 Thiruvananthapuram

State Capital

State Capital State Capital State Capital State Capital State Capital State Capital State Capital State Capital State Capital

State Capital

Details

A-1

A-1 A-1 A-1 A-1 A-1 A-1 A-1.

A-1 A-1

A-1

A

A

•A

C C

A A

A

Priority 1 2

3

4

5

6 .

7

8

" 9

10

- • :11.

12

14

• - 15

16

17 's

18

19

20

21

22

23

24 -

25

26 .

27 28

29

30

Wcn r_Y T

Priority for supply of Escalators of M/s Johnsons Lifts

Po-vn e_x

Priority of supply and commissioning of escalators

Name of Agency M/s.Johnson Lifts Pvt. Ltd., Plot No.1 47, Udyog Vihar Phase-I, Gurgaon-122016

LO A No.: No.2010 RSFIP-539/1 (OP.-223) dated 20-12-2011

Priority of supply ;1. Northern Region

:SN Rly. Static Coordinating Officers Consignee Remarks Height Locations At Divisional level Zonal Railway

• ,Railway Board

Dy.CEE/C/CSB 1st

Af Zonal HQ.

CEE/C/TKJ Site ready SSE/C/CSB at NZM

3 7.0 in PF No.1 First FOB TKD end

Nizamuddin 1 7.0 in Not

feasible Dy.CEE/C/CSB CEEJCIDU SSE/C/CSB at DLI 6.0 in PF No. 1-A, First FOB, Delhi Main

6.0 m Gahizabad end 1 NR

Survey has been conducted by the firm. Work can be started immediately

L Western Zone Dy. . Sr, DEE/G/13B 1st ••

CEE/D&G/CSTM (i) PF No.6 to common (i) 7 m Sr. DEE/G/BB

pasiige• corinecting FOB no. 3 and FOB No.4 (ii) PF no. 3-4, (FOB -05) (ii) 5.5 at Kalyan end

(i) 7 m Sr. DEE/G/BB

Dadar 2

Survey has been conducted by the firm: Work can be started immediately

3rd Sr: DEE/G/BB Dy.• CEE/D&G/CSTM (i) PF no. 4&S to

connecting new FOB(Kasara end) (ii) PF no. 4 & 5 to connecting new FOB(Mumbai end)

Kalyan 4

14 CR

Survey has been conducted by the firm. Work can be started immediately

Dy, Sr. DEE/G/BB 2nd CEE/D&G/CSTM

Sr. DEE/G/BB (i) 7 m (i) PF.no . 11 to FOB no. 03 (near East entry (ii) PF no. 11 to FOB no. 03 (near East entry )

Thane 13 (ii) 7 m

4th CEE/C/WR . DY.CEEJC/BRC Site ready 17 6.0 m SSEJEle.ct/C/PRTN PF-7 BRC(Vadodara) 6.0 m 3rd CEE/C/WR Dy.CEE/C/ADI Site ready 10 6.35m SSE/Elect/C/ADI PF -1 Ahmedabad 7 6.35 m 6th CEE/C/WR Dy.CEE/C/CCG

CEE/C/WR Dy.CEE/C/RTM

Site ready 15 SSE/Elect/C/Power /GTR

SSE/Elect/C/P/RT

6.5 m PF No.1, Surat 8 6.5 m 5th Site ready 28 wiz 6.2 m PF No.7 Ratlam 9 M 6.2 m 1st Dy.CEE/C/CCG Site ready CEE/C/WR 23 6.5 in SSE/Elect/C/Power PF -1 Andheri •10 6.5 m /GTR 2nd Dy.CEE/C/CCG Site ready CEE/C/WR 24 6.5 m SSE/Elect/C/Power 6.5 m /GTR

PF -1 Borivali 11

3. Southern Zone 2nd Sr. DEE.G/TVC CESE/MAS SSE/W/TVC 5.55 m (i)PF 1 (connecting old FOB)

Thiruvananthap uram Central

(TVC)

12 Site ready 30 5.55 m (ii) PF 2& 3 (Connecting

old FOB) SR 1st Sr. DEE.G/TVC CESE/MAS Site ready SSE/W/TVC 19 5.65 m (i) PF No.1 Errtakulum 15 5.68 m (ii) PF•No. 2 & 3 1st Sr. DEE/Ivt/SC SSE/EJM/SC 6.0 m (i)FOB towards Hyderabad

end Secunderabad Site ready 16

CEGE 6.6 m (ii) middle FOB PF 10 & stair case Sr. DEE/M/SC SSE/E/M/SC (i) Island PF no. 6/7 (middle FOB)

Secunderabad Site ready SCR CEGE (ii) Island PF no. 8/9 (middle FOB) 2nd Sr. DEE/M/GTL Site ready 12 SSE/MID:TY 5.75 m CEGE (1) PF-1 Tirupati 17

5.75 m (ii) PF 2&3 Sr. DEE/M/Vijaywad a

SSE/M&PNijaywa da

(i) Island PF No. 4/5 (Ist FOB) (ii) PF No. 10 (1st FOB)

Vijaywada CEGE

I LI

(i) PF 1

(ii) PF 6

SSE/ELG/South/Vi sakhapatnam

Subway 5.4 m SSE/(G)/SDAH-1

7.5 m 7.5 m 7.5 m

m

CESE

3rd

• 25

1st

11

1st '

1st

2nd

3rd

Site ready. However development of site, if required shall be done on availability of drawings etc.

27

- ezisfing - - - ecTe, :o . PY2B.1..7.:••• -

Site ready

1 5

4. Eastern Zone 21

19

20

22

23

24

25

26

27

5 Central Zone 29 CR Nagpur

30 Dombivali

28

3WR

Asansol PF No.2 HWH end

Durgapur PF No.1 (KLK end)

ECR. Patna Entry /Exit -2

Dhanbad PF No. 2 & 3

SER Kharagpur

NFR Guwhati

Bangalore

Sealdah

Muzafarpur • PF -1

•() South side booking office • • (i)Between PF 1 & 3 (Tata end)

(ii PP No. 1

6.4 in (i) PF No. S

1.11111.— •

• Nevi FOB towards 7.3 m SSEJP/GHY Dy.. CEE/CorcVHQ Sr. DEE/GHY

Kamakhya end (North 7.3 m

side)

4.90 in

6.95 m

Sr. DEE/G/NGP Dy.

Sr. DEE/G/NGP CEE/D&G/CSTM

Sr. DEE/G/NGP (i) At PF no.litarsi end (Western side) Sr. DEE/G/NGP (ii) At cast side of Nagpur station PF-1 6.0 m Sr. DEFJG/BB Dy. Sr. DEE/G/BB

6.0 m CEE/D&G/CSTM

7.6 in

W1 Sr. DEE/S BC

5.6 m

5.5 m SSFJ(G)/ASN

75 m • SS E./(G)/UDL. .

6.3 6.0 m SSE/Power/MFP Dy. CEE/G/HQ

6.0 m 7.8 m SSE(EL/South)/KG Dy. CESE/SER

Sr. DEEJSBC

P

CESE/SWR

Sr. DEE/SBO

CESE/ECoR/Bhuba neshwar

CESE/SWR Sr. DEE/SB.0 '

Sr. DEE/G/ECoR/Bit ubaneshwar

Sr: " DEE/G/SDAH

Sr. DEE/G/ASN

Sr. DEE/G/ASN

Sr. DEE/G/DNR

Sr. DEE/G/liHN

Sr...DEEJSEE

Sr. DEFJKGP 1st •

22

Site ready

21 Site ready

1st Site ready

6th

5th

4th

Annexure-III

PROFORMA OF BANK GUARANTEE FOR 10% CONTRACT VALUE TOWARDS

WARRANTY GUARANTEE To, THE PRESIDENT OF INDIA, acting through the Executive Director, Railway Stores (P),

Ministry of Railway, (Railway Board), Rail Bhawan, Raisina Road, New Delhi-110001, INDIA.

Sub.— Guarantee No ....................................... for ..................... (Amount).

Covering equipment (s) Serial no..................................... . ...............................

supplied

to........... , ................................................... . ......... (Consignee/s)

Ref.— Contract No.......................................................... dated ..............................

Placedon M/s .................................................... . .....................................

1. WHEREAS M/s ................................ . .............................. one

of our

constituents, (hereinafter called the "Sellers') have agreed to sell to you (hereinafter referred to as

the "Government) Nos. of .............................................................. .........

(give description) as per contract

No....................................................................... . .............

dated............................................. (hereinafter called the said

contract") 2. AND WHEREAS according to the terms of said contract, it has been stipulated that

payment of 10% of the value of the stores would be made, provided that the

Sellers furnish to the Purchaser a Bank Guarantee from a recognised bank,

acceptable to the Purchaser for 10 per cent of the value of the said contract, valid for a period covering in full the Guarantee Period as per the warranty clause of the said conditions of the contract, being the conditions attached to and forming part of

the

said contract. 3.

AND WHEREAS the Sellers have approached us to give the said Bank Guarantee on their behalf in your favour for an amount representing 10 per cent of the value of (he said contract which you have agreed to accept.

4.That in consideration of the promises and at the request of the said Sellers, we hereby irrevocably undertake and guarantee to pay to the Government of India or at such other place as may be determined by you forthwith on demand and without any demur, any sum upto a maximum amount of ........................ representing 10 per cent of the value of the stores despatched under the said contract in case the seller make default in paying the said sum or make any default in the performance,

observance or discharge of the guarantee contained in the said contract.

5.We agree that the decision of the Government, whether any default has occurred or has been committed by the Sellers in the performance,

16

observance or discharge of the guarantee aforesaid shall be conclusive and binding on us M/s

6. Government shall be at liberty, from time to time, to grant or allow extension of time or give other indulgence to the said Sellers or to modify the terms and conditions of the contract with the said Sellers without affecting or impairing this guarantee or our liability hereunder.

7. We undertake to pay to the Govemment any money so demanded notwithstanding any dispute or disputes raised by the Sellers in any suit or proceeding pending before any Court or Tribunal relating thereto -our liability under this present being absolute and unequivocal. We also undertake to pay to the Government any money so demanded against the Purchaser's claims in any other contracts placed on the said sellers.

The payment so made by us under this bond shall, be a valid discharge of our liability for payment thereunder and the Sellers shall have no claim against us for making such payment.

8. This bank guarantee comes into force when the balance ten percent of the value of the stores, shipped per Vessel vide Bill of Lading No dated or R/RNo dated (in the case of indigenous contracts) under the said contract, has been paid and will remain in full force and effect up to i e. for months counted from the date of placing the stores in service, and shall continue to be enforceable for further five months i.e. up to (date), hereinafter called the said date.

9. This guarantee will not be discharged due to the change in the constitution of the Bank or the Sellers.

10.That no claim under this guarantee shall be entertained by us unless the same has been preferred by the Government within the said dale.

Date

Place

Witness

(Designation)

Signature

Printed Name

Bank's Common Seal

17