MECHANICAL DEPARTMENT STANDARD TENDER ...

45
1 MECHANICAL DEPARTMENT STANDARD TENDER DOCUMENT (Only for E-Tendering) Manual offers are not allowed against this tender, and any such manual offer received shall be ignored. Tender Notice No. 01/CWM-UBLS/2021-22 dated 24.04.2021 Name of the Work. Repair and maintenance of Knorr Bremse make Axle Mounted Disc Brake system in LHB coaches at Carriage Repair Workshop, Hubballi through OEM on single tender basis य कारखाना बधंक का कायालय सवार डबा मरमत कारखाना, दण पिचम रेलवे गदग रोङ, ह बल-५८००२० OFFICE OF THE CHIEF WORKSHOP MANAGER, CARRIAGE REPAIR WORKSHOP, S.W. RAILWAY, GADAG ROAD, HUBBALLI-580 020 (KARNATAKA)

Transcript of MECHANICAL DEPARTMENT STANDARD TENDER ...

1

MECHANICAL DEPARTMENT

STANDARD TENDER DOCUMENT (Only for E-Tendering)

Manual offers are not allowed against this tender, and any such manual offer received shall

be ignored.

Tender Notice No. 01/CWM-UBLS/2021-22 dated 24.04.2021

Name of the Work.

Repair and maintenance of Knorr Bremse make Axle Mounted Disc Brake system in LHB coaches at Carriage Repair Workshop, Hubballi through OEM on single tender basis

म�ुय कारखाना �बधंक का काया�लय

सवार� �ड�बा मर�मत कारखाना,

द��ण पि�चम रेलव े

गदग रोङ, हुबल�-५८००२०

OFFICE OF THE CHIEF WORKSHOP MANAGER,

CARRIAGE REPAIR WORKSHOP,

S.W. RAILWAY, GADAG ROAD,

HUBBALLI-580 020 (KARNATAKA)

2

DETAILS OF INFORMATION FOR SINGLE E-TENDER NOTICE

01/CWM-UBLS/2021-22 dated 24.04.2021

Chief workshop Manager, Carriage Repair Workshop, S.W. Rly, Hubballi-580 020 invites Single E-Tender from OEM for and on behalf of President of India for execution of under mentioned work.

Tender Notice No. 01/CWM-UBLS/2021-22 dated 24.04.2021

Name of the Work.

Repair and Maintenance of Knorr Bremse make Axle Mounted Disc Brake system in LHB coaches at Carriage Repair Workshop, Hubballi through OEM.

Quantity. 30 LHB coach sets.

Completion period. 12 Months from the date issue of Letter Of Acceptance

Office Address and Working Hours.

Chief Workshop Manager’s office, Non Personal Branch, Tender section, Carriage Repair Workshop, S.W. Railway, Gadag Road, Hubballi-580 020.

Office Working Hours: Monday to Friday: 10.00 to 17.30 hours Saturday: 9.15 hours to 13.00 hours.

Date & Time of Closing. At 11-00 hours on 17.05.2021

Date & Time of Opening. At 11-30 hours on or After 17.05.2021

Venue tender document opening.

Asst Works Manager’s, Chamber, Carriage Repair Workshop, South Western Railway, Gadag Road, Hubballi-580 020.

Estimated Cost. Rs. 1,96,40,155-00

Earnest money Deposit. Nil

Tender form cost. Nil

Validity of offer. 45 days from the date of Tender opening.

To visit website www.ireps.gov.in

Site of Work. Carriage Repair Workshop, S.W. Railway, Gadag Road, Hubballi-580 020 (Karnataka).

for Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

3

INSTRUCTIONS TO TENDERERS

Start of Tender Document

Instructions to the Tenderers 1. MEANING OF TERMS

a) Interpretation: These Regulations for Tenders and Contracts shall be read in conjunction with the General Conditions of Contract which are referred to herein and shall be subject to modifications additions or suppression by special conditions of contract and/or special specifications, if any, annexed to the Tender Forms. b) Definition: In these Regulations for Tenders and Contracts the following terms shall have the meanings assigned hereunder except where the context otherwise requires.

i. "Railway” shall mean the President of the Republic of India or the Administrative Officers of the South Western Railway or of the Successor Railway authorized to deal with any matters which these presents are concerned on his behalf.

ii. "General Manager" shall mean the officer in administrative charge of the whole of Railway or exercising the powers of General Manager for the subject contract and shall mean and include the General Manager of the successor Railway.

iii. "Chief Workshop Manager" shall mean the officer in charge of the Carriage Repair Workshop, South Western Railway, Hubballi and shall mean and include the Chief Workshop Manager of the successor Railway.

iv The “Railway Administration’ means Indian Railways, South Western Railway

acting through Chief Workshop Manager, Carriage Repair Workshop, S.W.Rly,

Gadag Road, Hubballi-580020, on behalf of the President of India.

v. "Engineer" shall mean the Executive Engineer in executive charge of the works of the Mechanical Dept. of Carriage Repair workshop, Hubballi, South Western Railway i.e. Production Engineer, Works Manager/Coaching & Box-NR, AWM/Coaching and superior officers of the Mechanical Department and shall mean and include the Engineers of the successor Railway.

iv. "Engineer’s Representative" shall mean Sr. Section Engineer or any Inspector of Carriage Repair workshop, Hubballi nominated by the competent authority and shall mean and include the Engineer's Representative of the successor Railway.

v. "Tenderer" shall mean the person/the firm/co-operative society or company whether incorporated or not who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, successors and permitted assigns.

vi. “Limited Tenders” Shall mean tenders invited from all or some contractors on approved or select list of contractors with Railway.

vii. “Open Tenders” shall mean the tenders invited in open and public manner and with adequate notice.

viii. “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and required to be executed according to the specifications.

ix. “Specifications” shall mean the specifications for Materials and works of the Railway as Specified.

x. “Drawings” shall mean the maps, drawings, plans and tracings or prints thereof annexed to the Tender Forms. Words importing the singular number shall also include the plural and vice versa where the context requires.

4

xi. "Contractor” shall mean the person, firm or company whether incorporated or not who enters into the contract with the Railway and shall include their executor’s administrators, successors and permitted assigns.

xii. “PFA” shall mean Principal Financial Advisor.

xiii. “CWM/UBLS” shall mean Chief Workshop Manager, Carriage Repair Workshop Hubballi.

xiv. “Dy.CWM/UBLS” shall mean Deputy Chief Workshop Manager, Carriage Repair Workshop Hubballi.

xv. “CRWS” shall mean Carriage Repair Workshop, Hubballi.

xvi. “SWR” shall mean South Western Railway.

xvii. “PE” shall mean Production Engineer.

xviii. “AWM” shall mean Assistant Workshop Manager.

xix. “SSE” shall mean Senior Section Engineer.

xx. “LOA” shall mean Letter of Acceptance

xxi. “GCC” shall mean General Conditions of Contract.

xxii. “SD” shall mean Security Deposit.

xxiii. “BGB” Shall mean Bank Guarantee Bond.

xxiv. “FDR” shall mean Fixed Deposit Receipt.

xxv. “RPAD” Shall mean Registered Post Acknowledgement Due.

xxvi. “PG” shall mean Performance Guarantee

xxvii. “GST” shall mean Goods And Service Tax.

xxviii. “EMD” shall mean Earnest Money Deposit.

xxix. “DD” shall mean Demand Drafts.

xxx. “PDF” shall mean Portable Document Format.

xxxi. “PVC” shall mean Price Variation Clause.

xxxii. “JV” shall mean Joint Venture.

xxxiii. “RPUP” Act shall mean Railway Property Un Lawful Possession Act.

vixxxiv. “UBLS “ means Carriage Repair workshop, SWR, HUBLI

2. Singular and Plural Words imparting the singular number shall also include the

plural and vice versa where the context requires.

3. Following documents shall form part of the contract: a. Tender document. b. Indian Railways Standard General Conditions of Contract (GCC) for

works 2020 or latest as amended from time to time.

5

5 Details of Firm: -

a Name of the Firm b Address c Office Phone and Fax No

D Mobile No of Company Director

e Mobile No of Contractor and Representative

f E-mail ID

6. Please ensure that you have filled in all the required columns.

7. Corrigendum/Modification if any to this tender shall be intimated through website only.

The Tenderer/s shall keep themselves updated about any modification in tender

notice and tender document, issued by Railway through website and shall act

accordingly. Any modifications in the tender notice/ document will be uploaded in the

website upto 15 days prior to the opening of the tender. It is the responsibility of the

Tenderer to check any correction or any modifications published subsequently in

Website and the same shall be taken into account while submitting the tender.

Tenderer’s offer is liable to be rejected if all the modifications /corrigendum’s along

with downloaded tender documents are not enclosed.

8. Omissions & Discrepancies:

Should a tenderer find discrepancies in or omissions from the drawings or any of the

Tender Forms or should he be in doubt as to their meaning, he should at once notify the

authority inviting tenders. The tender inviting authority may, if deemed necessary, clarify

the same to all tenderers. It shall be understood that every endeavour has been made to

avoid any error which can materially affect the basis of tender and successful tenderer

shall take upon himself and provide for the risk of any error which may subsequently be

discovered and shall make no subsequent claim on account thereof.

9 Communications to be in Writing: All notices, communications, reference and

complaints made by the Railway or the Engineer or the Engineer's Representative or the

Contractor inter-se concerning the works shall be in writing or e-mail on registered e-mail

IDs and no notice, communication, reference or complaint not in writing or through e-mail,

shall be recognized.

All notice(s), requisition(s) such as letter of Acceptance, Intimation letter, etc., in

pursuance of the contract delivered at, are posted to the contractor’s place of business by

registered post acknowledgement due / E-Mail shall be considered as received by the

contractor.

10 Tenderer may carefully note that their Contract Agreement for this work is liable to be terminated at any time later, in case any of the information furnished by them is found to be untrue or any adverse point comes to light subsequently. The decision of Railway in this regard shall be final and binding.

6

11 Submission of Offers :

a. All offers shall be written neatly without correction and over writings.

b. Any individual(s) signing the tender or other documents connected therewith shall specify whether he is signing.

As sole proprietor of the concern. As a partner or partners of the firm. As a Director, Manager or Secretary of a Limited company duly authorized

by a resolution passed by the board of Director or in pursuance of the authority conferred by memorandum of association.

12 Tenderers shall submit their offers made as per the Indian Railways General condition of contract 2020 as amended time to time, general terms & conditions and Special terms and conditions of contract as mentioned in this tender.

13 The tenderer should avoid ambiguity in his offer and should specifically state them in details without any ambiguity.

14 Local conditions: It will be imperative for each tenderer to fully acquaint himself with all the local conditions and factors which would have any effect of the performance of the contract and the cost of item of works. The “Railways” shall not entertain request for clarification from the tenderer regarding such local conditions. No request for change of price or time schedule of completion of work shall be entertained after the “Railways” accepts the offer. The tenderer can visit the place of proposed work to understand the site conditions and correct appreciation of volume of work to be done.

15 The tenderer may visit the work site, by prior appointment with the authorized

representative of the Chief Workshop Manager, Carriage Repair Workshop, South

Western Railway, Gadag Road, Hubli-580020 and ascertain himself regarding the

local conditions, nature & extent of the work and other limitations, before giving his

offer.

16 Care in Submission of Tenders:

(a) (i) Before submitting a tender, the tenderer will be deemed to have satisfied

himself by actual inspection of the site and locality of the works, that all

conditions liable to be encountered during the execution of the works are

taken into account and that the rates he enters in the tender forms are

adequate and all inclusive to accord with the provisions in Clause-37 of the

Standard General Conditions of Contract for the completion of works to the

entire satisfaction of the Engineer.

(a)(ii) Tenderers will examine the various provisions of The Central Goods and

Services Tax Act, 2017(CGST)/ Integrated Goods and Services Tax Act,

2017(IGST)/ Union Territory Goods and Services Tax Act, 2017(UTGST)/

respective state’s State Goods and Services Tax Act (SGST) also, as notified

by Central/State Govt. & as amended from time to time and applicable taxes

before bidding. Tenderers will ensure that full benefit of Input Tax Credit

(ITC) likely to be availed by them is duly considered while quoting rates.

7

(a)(iii) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required under CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract, without which no payment shall be released to the Contractor. The Contractor shall be responsible for deposition of applicable GST to the concerned authority.

a)(iv) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST from his/their bills under reverse charge mechanism (RCM) and deposit the same to the concerned authority.

(b) When work is tendered for by a firm or company, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf.

(c) The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the Contractor.

for Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

8

CONDITION OF TENDERS

1. For and on behalf of the President of India, Chief workshop Manager, Carriage Repair

Workshop, Hubballi-580020 invites Single E-Tender for Repair and maintenance of

Knorr Bremse make Axle Mounted Disc Brake system in LHB coaches at Carriage

Repair Workshop, Hubballi through OEM.

2 Last Date For receipt of the Tender: The offers complete in all respect should be uploaded/submitted in IREPS portal www.ireps.gov.in not later than schedule date and time of closing.

3. The validity of the tender offer shall be for a period of 45 days from the date of opening

of the tender. The tenderer shall keep the offer open for a period of 45 days from the

date of opening of Tender within which period the Tenderer cannot withdraw his offer.

4. Tender document Cost:- As per Clause No. 3 of Tender form of GCC 2020, all e-tender forms shall be issued free of cost

5. Earnest Money: Rly.Bd vide Letter No.2020/CE-I/CT/3E/GCC/Policy Dated.30.12.2020 has advised to take from bidders Bid Security Certificate in lieu of EMD Bid Security Declaration: I/We, M/s________________________ (Name of bidder) am/are aware that I/We have been exempted from submission of Bid Security/Earnest Money Deposit in lieu of this Bid Security Declaration. I/We understand and accept that if I/We withdraw my/our bid within bid validity period or if awarded the tender and on being called upon to submit the Performance Guarantee/Performance Security fail to submit the same within the stipulated time period mentioned in tender documents or on being called upon to sign the contract agreement fail to sign the same within stipulated period mentioned in tender documents, I/We i.e., the bidder shall be banned from submission of bids in any Works / Service Tender issued by Indian Railways for a period of 12 months from the date of such banning done on e-platform IREPS.

Eligibility Criteria:

6. Not applicable as the Firm is Original Equipment Manufacturer (OEM).

7. The tenderers shall submit a copy of certificate stating that they are not liable to be disqualified and all their statements/ documents submitted along with bid are true and factual. Standard format of the certificate to be submitted by the bidder is enclosed as Annexure-V. Non submission of above certificate by the bidder shall result in summarily rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting documents duly self attested by which they/he are/is qualifying the Qualifying Criteria mentioned in the Tender Document.

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

the tender being rejected

9. No correspondence shall be entertained in respect of consideration of offers after

opening of bid.

10. Alteration, obliteration, overwriting or cutting in the offer shall not be allowed. Any

correction(s) shall be initialed by the tenderer before submission of the bid/ offer.

11 Dispute: Any dispute arising out of interpretation of Drawings, specifications or any terms and conditions including special condition of the contract or arising during the

9

execution of the work/contract, shall be settled by Railways and his decision shall be final and binding on the contractor/tenderer(s).

12 It shall not be obligatory on the said authority to accept the lowest tender and no

tenderer(s) shall demand any explanation for the cause of rejection of his/ their bid.

13 If a Tenderer expires after the submission of tender or after the acceptance of his

tender, the Railway shall deem such tender as cancelled. If a partner of a firm expires

after the submission of their tender or after the acceptance of their tender, the Railway

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

14. The Successful tenderer shall have to execute an agreement with the Railways for

execution of the works as tendered and accepted by Railways.

15 RATE: Rate shall be quoted as per details shown in the Price Schedule. The rate quoted shall be NET and FIRM and not subject to any variations except any statutory changes in taxes and duties (i,e GST) as compared to quoted rates. The unit rate and total amount shall be furnished in the Price Schedule, both in words and figures. In case of any difference in the rates quoted in figures and words, the rates quoted in words only will be considered as correct. The rate furnished shall include labour cost, material cost, transport cost etc, and inclusive of all taxes & duties and work to be done by the contractor as a whole as detailed in the scope of work.

16 GST Registration: The service provider should have registration under “GST Rule”. The firm shall furnish GST Unique identity number (GSTIN) and other related information in the following format to claim the bill.

1.

Name of the supplier / contractor.

2.

Address of the supplier / contractor

3

Principal place of supplier / contractor

4 Email-id 5 Contact Number 6 GSTIN of Supplier 7 Description of Goods / Services 8 HSN code of Goods /Services

17 DUTIES AND TAXES: No payment shall be made by the Railway to the contractor separately as reimbursement of GST that has to be paid by the contractor for the execution of the contract work.

18 In case of any deviation from the requirement of tender specifications. Instructions to Tender or General & Special Conditions of Contract, the same should be brought out by the tenderer in Annexure-IV. .

19 The successful tenderer shall always be in communication with authorized Railway official of Hubballi Workshop in connection with above work and no delays will be accepted for carrying out above work.

20 Legal Charges: A fee of Rs 100/- per legal document, like bank guarantee, partnership deed or power of attorney executed before or after the execution of the contract, will be recovered from the contractor for obtaining legal Advice from Law Officer.

10

21 The contractor shall note that no compensation due to any loss of life or loss of material or any other account be given by the Railway Administration while carrying out the work by the contractor as per agreed terms and the Contractor shall have to pay all the compensation in case of any accident, injury to his labour.

22 Indemnity : The contractor shall at all times indemnify the “Railways” against all claims which may be made in respect of the said work for infringement of any right or Law or Act.

23 Acceptance of tender:

a. The “Railways” may accept the tender for a part of the quantity offered, reject any tender without assigning any reason whatsoever and may not accept the lowest or any tender.

b. Acceptance of tender will be communicated by a formal acceptance letter (by registered post) of the tender, direct to the contractor, which may be deemed to conclude the contract.

for Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

11

CONDITIONS OF CONTRACT

1.

Indian Railway Standard General conditions of Contract for works (GCC) 2020 as amended from time to time are applicable.

Wherever provision under the special conditions of contract is at variance with General Conditions of Contract, the special conditions of contract will prevail.

2 Law Governing the Contract: The contract shall be governed by the law for the time

being in force in the Republic of India. (As per GCC 2020)

3 Compliance to Regulations and Bye-Laws: The Contractor shall conform to the provision of any statute relating to the works and regulations and bye-laws of any local authority and of any water and lighting companies or undertakings, with whose system the work is proposed to be connected and shall before making any variation from the drawings or the specifications that may be necessitated by so confirming give to the Engineer notice specifying the variation proposed to be made and the reason for making the variation and shall not carry out such variation until he has received instructions from the Engineer in respect thereof. The Contractor shall be bound to give all notices required by statute, regulations or bye-laws as aforesaid and to pay all fees and taxes payable to any authority in respect thereof. (As per GCC 2020).

4 Service of Notices on Contractors: The Contractor shall furnish to the Engineer the

name, designation and address of his authorized agent and all complaints, notices,

communications and references shall be deemed to have been duly given to the

Contractor, if delivered to the Contractor or his authorized agent or left at or posted to

the address so given and shall be deemed to have been so given in the case of posting

on day on which they would have reached such address in the ordinary course of post

or on the day on which they were so delivered or left. In the case of contract by

partners, any change in the constitution of the firm shall be forthwith notified by the

Contractor to the Engineer. (As per GCC 2020)

5 Assignment or Subletting of Contract: The Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein any manner whatsoever without the special permission in writing of the Chief Engineer. Any breach of this condition shall entitle the Railway to rescind the contract under Clause 62 of these Conditions and also render the Contractor liable for payment to the Railway in respect of any loss or damage arising or ensuing from such cancellation; provided always that execution of the details of the work by petty Contractor under the direct and personal supervision of the Contractor or his agent shall not be deemed to be sub-letting under this clause. The permitted subletting of work by the Contractor shall not establish any contractual relationship between the sub-contractor and the Railway and shall not relieve the Contractor of any responsibility under the Contract. (As per GCC 2020)

6 Railway Passes: No free railway passes shall be issued by the Railway to the Contractor or any of his employee/worker. (As per GCC 2020)

7 Execution of Contract Document: The Tenderer whose tender is accepted shall be

required to appear in person at the office of General Manager/General Manager

(Construction), Chief Administrative Officer (Construction), Divisional Railway Manager

or concerned Engineer, as the case may be, or if tenderer is a firm or corporation, a

duly authorized representative shall appear and execute the contract agreement within

12

seven days of notice from Railways that the Contract Agreement is ready. The Contract

Agreement shall be entered into by Railway only after submission of valid Performance

Guarantee by the Contractor. Failure to do so shall constitute a breach of the

agreement affected by the acceptance of the tender. In such cases the Railway may

determine that such tenderer has abandoned the contract and there upon his tender

and acceptance thereof shall be treated as cancelled and the Railway shall be entitled

to forfeit the full amount of the Earnest Money and other dues payable to the Contractor

under this contract. The failed Contractor shall be debarred from participating in the

re-tender for that work. (As per GCC 2020)

8 Security Deposit: (As per GCC 2020):

The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as part of security for the due and faithful fulfillment of the contract by the Contractor. The Security Deposit shall be 5% of the contract value. Security Deposit may be deposited by the Contractor before release of first on account bill in cash or Term Deposit Receipt issued from Scheduled Bank, or may be recovered at the rate of 6% of the bill amount till the full Security Deposit is recovered. Provided also that in case of defaulting Contractor, the Railway may retain any amount due for payment to the Contractor on the pending "on account bills" so that the amounts so retained (including amount guaranteed through Performance Guarantee) may not exceed 10% of the total value of the contract. Further, in case of contracts having value equal to or more than ₹ 50 crore (Rs Fifty crore) the Security Deposit may be deposited as Bank Guarantee Bond also, issued by a scheduled bank after execution of contract documents, but before payment of 1 st on account bill. Provided further that the validity of Bank Guarantee Bond shall be extended from time to time, depending upon extension of contract granted in terms of Clause 17 of the Standard General Conditions of Contract. Further, in case Security Deposit has been submitted as Term Deposit Receipt/Bank Guarantee Bond in full amount, the Earnest Money deposited by the Contractor with his tender will be returned by the Railways. Note: After the work is physically completed as certified by competent authority, Security Deposit recovered from the running bills of a Contractor can be returned to him, if he so desires, in lieu of Term Deposit Receipt/irrevocable Bank Guarantee for equivalent amount from Scheduled Bank, to be submitted by him. Refund of Security Deposit: Security Deposit mentioned in sub clause (1) above shall be returned to the Contractor after the following:

(a) Final Payment of the Contract as per clause 51.(1) and (b) Signature of Final Supplementary Agreement or Certification by Engineer that

Railway has No Claim on Contractor and (c) Issue of Maintenance Certificate on expiry of the maintenance period as per clause

50.(1). Forfeiture of Security Deposit: Whenever the contract is rescinded as a whole under

clause 62 (1) of GCC, the Security Deposit already with railways under the contract shall be forfeited. However, in case the contract is rescinded in part or parts under clause 62 (1) of GCC, the Security Deposit shall not be forfeited.

No interest shall be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause 16.(4)(b) of this clause will be payable with interest accrued thereon.

13

9 Performance Guarantee: (As per GCC 2020) The procedure for obtaining Performance Guarantee is outlined below: The successful bidder shall have to submit a Performance Guarantee (PG) within 21 (Twenty one) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 21 (Twenty one) days and upto 60 days from the date of issue of LOA may be given by the Authority who is competent to sign the contract agreement. However, a penal interest of 12% per annum shall be charged for the delay beyond 21 (Twenty one) days, i.e. from 22nd day after the date of issue of LOA. Further, if the 60th day happens to be a declared holiday in the concerned office of the Railway, submission of PG can be accepted on the next working day. In all other cases, if the Contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract is liable to be terminated. In case contract is terminated railway shall be entitled to forfeit Earnest Money Deposit and other dues payable against that contract. In case a tenderer has not submitted Earnest Money Deposit on the strength of their registration as a Startup recognized by Department of Industrial Policy and Promotion (DIPP) under Ministry of Commerce and Industry, DIPP shall be informed to this effect. The failed Contractor shall be debarred from participating in re-tender for that work. b) The successful bidder shall submit the Performance Guarantee (PG) in any of

the following forms, amounting to 3% of the contract value: (i) A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including State Loan Bonds at 5% below the market

value; (iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These

forms of Performance Guarantee could be either of the State Bank of India or of any of the Nationalized Banks;

(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;

(vi) Deposit in the Post Office Saving Bank; (vii) Deposit in the National Savings Certificates; (viii) Twelve years National Defence Certificates; (ix) Ten years Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or at the face value whichever

is less. Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.

c) The Performance Guarantee shall be submitted by the successful bidder after the

Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the Contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

14

The value of PG to be submitted by the Contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 3% (Three percent) for the excess value over the original contract value shall be deposited by the Contractor. On the other hand, if the value of contract decreases by more than 25% of the original contract value, Performance Guarantee amounting to 3% (Three percent) of the decrease in the contract value shall be returned to the Contractor. The PG amount in excess of required PG for decreased contract value, available with Railways, shall be returned to Contractor as per his request duly safeguarding the interest of railways.

d) The Performance Guarantee shall be submitted by the successful bidder after the

Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the Contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

The value of PG to be submitted by the Contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 3% (Three percent) for the excess value over the original contract value shall be deposited by the Contractor. On the other hand, if the value of contract decreases by more than 25% of the original contract value, Performance Guarantee amounting to 3% (Three percent) of the decrease in the contract value shall be returned to the Contractor. The PG amount in excess of required PG for decreased contract value, available with Railways, shall be returned to Contractor as per his request duly safeguarding the interest of railways.

e) The Performance Guarantee (PG) shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the Contractor has completed the work in all respects satisfactorily.

f) Whenever the contract is rescinded, the Performance Guarantee already submitted for the contract shall be en-cashed in addition to forfeiture of Security Deposit available with railway.

g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of:

i) Failure by the Contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee.

ii) Failure by the Contractor to pay President of India any amount due, either as agreed by the Contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer.

iii) The Contract being determined or rescinded under clause 62 of the GCC

15

10 Postponement : The successful tender(s)/Contractor(s) shall have no claim whatsoever against the Railways if the work is postponed to a later date, closed down for completion over a longer period, suspended the course of execution or abandoned either in part or whole in the overall interest of the Railways Administration or for any reason beyond the control of Railways/Administration. The decision of the Railways in this regard shall be final and binding of tenderer (s)/Contractor(s).

11 Force Majeure Clause: As per GCC 2020 or latest.

12 Extension of Time in Contracts: As per GCC 2020 or latest. Extension due to Modification Extension for Delay not due to Railway or Contractor Extension for Delay due to Railways

13 Extension of Time for delay due to Contractor: As per GCC 2020.

14 Illegal Gratification: As per GCC 2020.

15 Damage to Railway Property or Private Life and Property: As per GCC 2020.

16 Price Variation Clause (PVC): As per GCC 2020.

17 Wages to Labour: As per GCC 2020.

18 Provisions of Payments of Wages Act: As per GCC 2020.

19 Provisions of Contract Labour (Regulation and Abolition) Act, 1970: As per GCC 2020.

20 Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952: As per GCC 2020.

21 Reporting of Accidents: As per GCC 2020

22 Provision of Workmen’s Compensation Act: As per GCC 2020

23 Compliance to Rules for Employment of Labour: As per GCC 2020

24 Preservation of Peace: As per GCC 2020

25 Sanitary Arrangements: As per GCC 2020

26 Outbreak of Infectious Disease: As per GCC 2020

27 Treatment of Contractor's Staff in Railway Hospitals: As per GCC 2020

28 Medical Facilities at Site: As per GCC 2020

29 Use of Intoxicants: As per GCC 2020

30 Restrictions on the Employment of Retired Engineers of Railway Services Within One Year of their Retirement: As per GCC 2020.

31 Non-Employment of Labourers below the age of 15: As per GCC 2020.

32 DETERMINATION OF CONTRACT

33 Right of Railway to Determine the Contract: As per Clause 61(1) of GCC 2020.

16

34 Payment on Determination of Contract: As per Clause 61(2) of GCC 2020

35 Determination of Contract owing to Default of Contractor: As per Clause 62(1) of GCC 2020

36 Right of Railway after Rescission of Contract owing to Default of Contractor: As per Clause 62(2) of GCC 2020

37 SETTLEMENT OF DISPUTES – INDIAN RAILWAY ARBITRATION AND CONCILIATION RULES: Reconciliation of disputes: As per Clause 63 of GCC 2020.

38 Matters Finally Determined by the Railway: As per Clause 63.1 of GCC 2020

39 Demand for Arbitration: As per Clause 64(1) of GCC 2020.

40 Obligation During Pendency of Arbitration: As per GCC 2020.

41 Appointment of Arbitrator: As per GCC 2020

42 JURISDICTION OF THE COURTS: The courts at Hubballi shall alone have the jurisdiction in respect of the contract entered into.

43. Quantity variation clause [as per clause No 42 (2 ) of GCC 2020] :

i) Unless otherwise specified in the special conditions of the contract, the accepted variation in quantity of each individual item of the contract would be upto 25% of the quantity originally contracted, except in case of foundation work.

(ii) The Contractor shall be bound to carry out the work at the agreed rates and shall not been titled to any claim or any compensation whatsoever upto the limit of 25% variation in quantity of individual item of works.

I. For increase in quantity

1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this no finance concurrence would be required.

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

a). Operation of an item more than 125% of the agreement quantity needs the approval of an officer of the rank not less than SA Grade.

(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for the item.

(ii) Quantities operated in excess of 140% but upto150% of the agreement quantity of the concerned item, shall be paid at 96% of the rate awarded for the item.

(iii) Variation in quantities of individual items beyond150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid 96% of the rate awarded for the item.

17

II. For decrease in quantity:

The accepting authority can decrease the items up to 25% of the individual item without finance concurrence.

44 VITIATION CLAUSE:

(This clause shall be treated as an “Excepted matter” in terms of para 63 of the GCC). In

the event of vitiation occurring due to increase or decrease in quantities among the first,

second and third lowest valid tenderer, the vitiation shall be to Contractors account. The

total value of the work done shall be calculated at the rate offered by those tenders & the

amount payable shall be limited to the lowest aggregate value as worked out.

45. PAYMENT TERMS:-

1) No advance payments will be made. 100% payments will be made to the contractor by NEFT after completion of the work against documentary evidence i,e., Certification of work Completed by Competent Authority through “on account bill on the basis of actual quantity of work done” after certification supported by relevant documents. The bill for actual quantity of work done may be submitted once in 30 days. All the claims for payment shall be accompanied with following documents.

i. Bill will be certified by SSE/Air Brake/UBLS.

ii. Measurement Book duly signed by the authorized representative of the contractor and authorized representative of Railway i.e., SSE/ Air Brake Shop, filled in for the work completed.

iii. Clearance about satisfactory completion of the work from an officer not below the rank of Junior Scale.

iv. Warranty / Guarantee certificate of the Air brake equipments refurbished is to be

submitted by the contractor.

v. List of coaches for which schedule is attended with report cards as per Annexure ‘D’ in the subject month duly certified by Engineer-in-charge of Workshop for satisfactory maintenance attention.

vi. Items replaced under break down attention shall be certified by representatives of

Engineer-in-charge of Workshop and counter signed by Engineer-in-charge of Workshop respectively.

vii. Acknowledgement for having returned the old / defective items back to Railway duly

certified by nominated representative of Engineer-in-charge of Workshop and counter signed by Engineer-in-charge of Workshop as the case may be. If any condition based item which is not available in the annexure A is replaced, then payment for such item will be made as per LAR of any other Railways.

viii. Wage paid details, ESI and PF paid challans, as applicable and certified by the nominated Railway representative.

ix. The total cost of Condition based spares replacement shall not exceed the limit of 0.56 times of the total cost of must change items. In case of additional requirement beyond estimate provision (0.56 times), same shall be procured separately by Railway as per the rates offered in the Annexure-A.

18

(2) CWM/UBLS will be Bill passing officer and Sr.AFA/W&S/UBL will be Bill Paying officer.

(3) Rounding off amounts: - The total amount due to each certificate shall be rounded off to the nearest rupee i.e. sums less than 50 paise shall be omitted and sums of 50 paise or more up to Re.1/- will be reckoned as Re.1/-.

46 The tenderer shall furnish the following information and NEFT details:

a Name of the City

b Bank Code No

c Name of the Bank

d Branch Address

e Branch Tel/Fax No

f Supplier’s/Contractor’s

Account No

g Type of Account

h IFSC Code for NEFT

i IFSC Code for RTGS

j FIRM’s/Contractor’s name as per account

k Telephone No. of Supplier/Contractor

l Supplier’s/Contractor’s E-mail ID

m PAN No

Tenderer to give consent in a mandate form for receipt of payment through ECS / NEFT. Tenderer to attach certificate from their bank certifying the correctness of all above

mentioned information.

47. The contractor shall be responsible for any loss or damage to railway property which may

occur due to negligence/ carelessness of the contractor/ contractor’s staff while executing

the work. The cost of damage or loss shall be recovered from the contractor’s bill.

48 Contractor is solely responsible and shall take all the safety precautions of his staff

engaged for the execution of the contract work. The contractor shall provide requisite

Personal Protective Equipments to his staff.

49 CONSERVANCY CHARGES: As per Railway Board letter No F (X) I/95/1/1 Dated: 05.12.2016, "Conservancy cess charges" will be deducted at the rates given below from the contractor’s bills based on the average number of labourers / workmen employed per day by the contractor for the work.

Average no. of laborers / work men Conservancy cess charges to be recovered employed per day per month

1 to 5 - Rs.145 /- 6 to 10 Rs.285/- 11 to 25 Rs717/-

For Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

19

SCOPE OF WORK

Tender Notice No. 02/CWM-UBLS/2021-22 dated 24.04.2021

NAME OF THE WORK Repair and maintenance of Knorr Bremse make Axle Mounted Disc Brake

system in LHB coaches at Carriage Repair Workshop, Hubballi through OEM on single tender basis

Firm has to attend the LHB coaches at Carriage Repair workshop, HUBLI. However, in case of

emergency, firm should be ready to attend the coaches at Central workshop Mysore. For the

coaches to be attended at Mysore workshop, the transportation of material will be arranged by

Railways.

1. AMC shall cover Break down maintenance, Overhauling & Testing of Axle Mounted Disc

Brake System completely as per the procedure laid out in following Para’s, confirming to

RDSO Spec No. RDSO/2011/CG-04 and RCF Spec No. MDTS077 REV.03 or as per latest

specification issued by RDSO/RCF. Dismantling of wheel set and changing the Brake disc is

not included in the scope of work of this contract.

2. The list of identified LHB coaches covered under this work will be provided by the Engineer

In charge (SSE/Air Brake shop/UBLS) or his representative

3. Inspection and attention of identified LHB coaches will be as per schedule prescribed in

Annexure ‘C’.

4. Items to be replaced mandatory (Must change) and quantity per coach in different sub

assemblies in EOG coaches cars are listed in Annexure ‘B’.

5. Besides the mandatory replacement specified in Annexure ‘B’, other items listed in Annexure

‘A’ may also be replaced on condition basis.

6. Normally there should not be any need for break down maintenance, however, in the event a

break down occurs, it should be attended and made fit within the specified time limit for free of

cost.

7. Modalities of Work Execution:

7.1. The firm shall take over the coach within 2 working days from the date of intimation, failing

which penalty will be imposed as per penalty clause (the day of intimation is not counted for

penalty calculation).

7.2 In shop schedules i.e., SS-II / SS-III, where complete overhauling is involved, overhauling &

testing of one coach should be completed in 3 working days from the date of allotment of

coach. Disassembling, service & testing of all the parts should be done within 02 days.

Reassembling, testing and commissioning of the system should be done within 01 (one)

working day. Total 03 working days is given for one coach.

7.3 In Para 7.2, disassembling includes dismantling of all the components related to the air

brake system from the coach and assembling of the same on the coach both in SS-II and

SS-III.

20

7.4 Firm shall always ensure availability of 06 coach set material at the workshop so as to

avoid delay in the execution of work.

7.5. Any delays on account of breakdown of the facilities / power failure etc. attributed to

Railway shall be exempted from consideration of period of attention as specified above.

However a certificate to this effect shall be obtained from the engineer in charge.

7.6 At the beginning of the execution of work, joint inspection shall be carried out with Railways

representative, for all the LHB coaches identified by CRWS, UBLS. Based on joint

inspection if any deficiencies/damages are noticed beyond manufacturer warranty, these

are to be replaced by the contractor at agreed rate of spares specified in the contract

agreement.

7.7. After the coach is handed over to the contractor, Shop schedule maintenance (SS2/SS3)

shall be carried out as per the schedule specified in Annexure ‘C’ for which they have to

liaise with the Engineer In-charge of CRWS/UBLS, who will draw out an attention program

to match the schedule specified in Annexure- ‘C’. Coaches should then be attended by the

contractor as per the drawn program

7.8. Some of the coaches may be originally fitted with components of more than one Brake

System manufacturer where the onboard brake system is of KNORR BREMSE (Primary)

and other brake components are of FAIVELEY (Secondary). During shop schedule of such

coaches, firm may be asked to correct such dissimilarity of components to ensure uniformity

and to avoid difficulties in maintaining the coach on service. If Railway desires to set right

such dissimilarities, the contractor while attending such coaches, the released brake system

components should be carefully removed and handed over to SSE/Air Brake /UBLS. The

material for replacement shall be provided by Railways. If such material is not available with

Railway, the firm shall provide the material which shall be treated as condition based

material. The maintenance schedule for such coaches shall be treated based on whichever

schedule is due and paid as such. Railway shall ask the contractor to overhaul KNORR

BREMSE make items only.

7.9. An enclosed report card as per Annexure ‘D’ should be filled by the contractor’s

representative and Railway representative which give details of the date of starting and

completion of work on a coach. This form should be submitted with the bill by the

contractor.

7.10. Tentative year wise coach arising of shop schedules will be provided by the Engineer-in

charge of workshop for planning the work.

Note: The firm shall attend the repair/ maintenance of Axle Mounted Disc Brake System in

LHB coaches only if the manufacturer warranty period is completed.

8. Break Down Maintenance:

8.1 In case of premature failure, break down maintenance support shall be provided by the

contractor. Contractor shall be intimated by e-mail / telephone/fax/SMS or any other latest

technology to the authorized representative to attend the break down maintenance within 24

hours of such message communicated to him, if attention is to be given at depot. Contractor

should attend such breakdown maintenance promptly so as not to cause dislocation of

21

service. The contractor shall provide the mail id , phone, mobile and fax number of his

representative to Engineer In-charge of depot for this purpose and other liaison works.

8.2 All breakdown maintenance & warranty calls shall be attended within the specified time

mentioned above during the period of contract including Sundays & National Holidays

where ever the coach is available over IR.

8.3 The completion time for attending break down maintenance shall depend on the items

attended and within the schedule time specified for overhauling if overhauling of

components is involved.

8.4 If required the contractor may also attend break down maintenance at the washing line/sick

line/workshop/secondary maintenance depot and any station (if situation warrants)

provided it has facility for the same. Any repair/replacement done at secondary point

should be done with approval of Engineer In-charge of depot which can be obtained

telephonically to cut delay in order to rectify the defect in the lie-over period of rake at the

secondary maintenance depot. Items replaced to be returned to Engineer In-charge of

depot or his nominated representative who should acknowledge replacement after

verification.

8.5 A record of such break down maintenance attended by the contractor shall be kept by

Engineer In-charge of depot in the format specified here under. On no account coach

should be out of use when breakdown is attributed to contractors account (defective

material and workmanship leading to defect).

a) Coach No.

b) Date & Time of beak down.

c) Date & Time break down reported to contractor.

d) Method/Means of communication of breakdown - Letter/Phone/Fax/SMS, etc.

e) Date & time of attention of defect by contractor.

f) Date & time of rectification of defect by contractor.

g) Penalties imposed if any.

h) Items attended.

i) Components replaced.

j) Name, signature & designation of nominated Supervisor of Railways and firms

representative.

9. Ownership of replaced items: Items replaced during breakdown maintenance shall be

recorded jointly by Railway representative and contractor’s representative and shall form the

basis for billing material cost. All these items replaced should be returned to Engineer

In charge of depot / workshop; else payment shall not be made for that.

22

10. Normally items are to be supplied by the contractor and repairs are to be attended by them

using his skilled labour. In case OEM material/spares are available with Railway the same

shall be spared for fitment. The contractor shall test the equipment / parts for its function

before fitment in the LHB coaches and will cover under warranty period. No payment for

such item shall be made by the Railways.

11. Break down attention within the prescribed 24 hours period shall also be certified by

Engineer In-charge of depot for billing purpose.

12. All items replaced with new one by the contractor shall be warranted for 12 months from the

date of fitment of items/ the date of repaired / serviced items. Premature replacement if

any required shall be done by the contractor at his cost and means. No payment shall be

made by Railways for such replacements

13. In case during the currency of the contract the coach is not made available to the

contractor due to transfer of coach to other Railway or for any other reason permanently,

nominated Railway representative from Workshop shall intimate the contractor in all such

situations so that contractor shall plan the resource for alternate coaches allotted by the

workshop.

14. Responsibility:

14.1 Responsibility of the contractor:

14.1.1 Normally the firm should set up facility to enable overhauling all the components inside

the Railway premises. However, in exceptional case, if the equipment cannot be repaired

in depot / workshop, it is to be done in firms’ premises for which approval to be obtained

on case to case basis from Engineer In-charge of depot / workshop. Requisite amount of

indemnity bond shall be provided as a MSD by the firm before lifting material from Railway

premises. In case of damage or loss to components by firm the cost shall be recovered

from The firm’s SD or PG or any other deposit/MSD/bill payable to the firm. Transport cost

shall be borne by the contractor in all such cases.

14.1.2 Skilled man power in adequate number required to execute the work without causing

delay and dislocation to Railway operation shall be ensured by the contractor. In no way

Railway will provide manpower for the execution of the work.

14.1.3 All tools, tackles, work benches etc., required for repair shall be arranged and set up by

the contractor.

14.1.4 Contractor shall be responsible for safe custody of their materials and shall be

responsible for safety of their workmen. Necessary guidelines for working in Railway

remises can be provided by Railway if asked by the contractors.

14.1.5 Adequate number of unit exchange spares of different components to be kept ready to

enable quick repair/restoration of coaches to service.

14.2 Responsibility of Railways:

14.2.1 To provide adequate space for contractor to execute the work in depot / workshop if

needed.

23

14.2.2 To provide space for safe custody of materials and tooling instruments as required to

carry out maintenance as per availability in depot / workshop.

14.2.3 To provide authority to the contract staff to work in Railway premises.

14.2.4 To provide pneumatic and electric power supply, material handling equipment required to

carry out the work inside depot / workshop. If coach requires lifting, Railway may lift

coaches but for which Railway authority should be satisfied that such lifting is absolutely

necessary for maintenance of the brake system.

15. In addition to the above, all break down Intimations may be given by Railways to the

contractor.

16. A joint inspection of the brake system to be covered under the contract shall be carried out

by SSE/Air Brake/UBLS & SSE/Inspection/UBLS and the Contractor to record the

deficiencies, if any, in the brake system before start of work. The replacement cost of such

deficiencies shall be borne by the Railway.

17. Being an OEM, the Contractor should be aware of the new items introduced in AB system

and shall give all details thereof and be prepared for the required maintenance or material

supply as the case may be.

18. Ownership of the Rejected and Old Components: All the stripped materials during

conversion work / Schedule attention / repair work shall be handed over to the concerned

Engineer in charge or their representative by the Contractor. The ownership of the rejected

or defective components and / or part of must change items and / or condition based items

is that of Railways against the replacement made by them of the Brake System to make

operative.

19. Shall there be any changes in the frequency of the shop schedule maintenance (SSII/SSIII)

in the future, as per RDSO guidelines, the revised time schedule shall be adhered to by the

firm

20. The predicted quantity of 30 coaches for the Shop Schedule Maintenance is as below:

For Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

YEAR SS-2 YEAR SS-3

2021-22 30 2021-22 05

24

SPECIAL CONDITIONS OF CONTRACT

1. Indian Railways Standard General Conditions of Contract (GCC) for works 2020 or

latest as amended from time to time is applicable.

In the event of conflict between GCC and Special conditions, the special conditions shall prevail.

2. The firm's manager and the supervisor should be available within a day when administration

needs for betterment discussion. They should carry proper identity card issued by contractor

and carry gate pass issued by the competent authority of Carriage Repair Workshop,

Hubballi.

3 Contractor shall have to follow all the applied Central & State Govt./Local Govt. laws, rules & regulations.

4 Execution of work will be supervised by the SSE / Air Brake shop/UBLS

5 The CHIEF WORKSHOP MANAGER or Workshop Officers or his authorized representatives shall have free access to inspect the work and performance of the contractor at all times.

6 The contractor should submit all statutory records to Railway administration for verification as & when called for and the same kept on record.

7 The contractor shall bring required tools, materials, consumables, required spares for subject machine as per the scope to carry out the work and also use his own labour.

8 The delay in execution of work after the agreement/work orders are finalized/ issued due to

labour unrest, non-availability of man-power or any other reason shall not be entertained as

an excuse for delay in execution of contract. In such a situation the Railway administration

shall have the liberty to terminate the contract as per Clause 62 of GCC.

9 Authorization letter to the contractor/ his representative for the execution of contract work shall be issued by competent authority on application The gate pass to the representative/ staff will be issued for a period of 30 calendar days at a time and will be renewed every month. The Contractor shall submit the list of Employees along with their copy of Aadhar Cards, ESI/PF details as applicable at the time of obtaining work permit. The contractor shall not change the employees in between a calendar month. The contract employees should follow the procedures for work permit strictly. Proper permit letter obtained from the Administration should be produced when demanded by the officials.

10 The list of identified LHB coach numbers will be provided by CWM/UBLS representative SSE/Air Break/UBLS at the time of execution of the work. However, the coach numbers provided is subject to change due to unavoidable circumstances such as coaches transferred or discontinued from service, etc.

11 1. Transport: The entire cost of transport including transit insurance between the CRWS, Hubballi and the Contractor’s works place shall be borne by the Contractor. Defaults and delays on account of transport shall not be a reason for extension of the contract period under any circumstances. However, the material handling facilities and loading/unloading facilities within the Workshop premises shall be provided by the Railway to the Contractor’s

25

transport by way of OH EOT Crane, etc. Contractor’s material handling equipment such as road crane, etc. shall be allowed to operate within the Workshops only with prior permission of Railway administration. 2. INDEMNITY: In exceptional cases, if an equipment cannot be repaired in the workshop, the firm may take it to firm’s premises for repair duly obtaining the approval of Railway. However the firm shall provide indemnity bond covering the value of items under contractor’s custody for the purpose of repair.

3. Storage Space: Railway administration will provide adequate space free of cost to the Contractor for keeping the material, required for the day-to-day work and repair / testing of air brake equipment. The area / site shall be decided by Railway and shall be binding on the Contractor. 4. The Railway will provide Welding equipment, lifting facilities like crane / fork lift and pressurized air connection free of cost, as per requirement. Except these items, the Contractor shall arrange all other tools and machines. No man power will be provided by the Railway except for operation of Crane & Fork lift truck. 5. Electricity for the subject work will be provided free of cost.

12 Inspection: 1. Firm shall carry out the Testing of air brake system and WSP system as per the procedure

specified in RDSO/RCF specifications and contractor’s own manual along with SSE/Air Brake & SSE/Inspection/UBLS at CRWS/UBL. If the coach is offered at coaching depot for break down maintenance, inspection shall be carried out along with SSE/Incharge during different schedules. It should pass such testing to the satisfaction of Railway’s nominated representative.

2. Railway officers at various levels shall conduct test check (verification of returned

defective spares, replaced items, schedule attention & final testing of AB system) not below 20% of total work and record the same in the measurement book.

13 Warranty: The contractor shall provide a warranty of 12 months for all replaced items

with new one and 12 months for repaired / serviced items. However, the warranty clause does not cover the failure due to external circumstances such as fire, accident, explosion and theft, etc.

14 Penalty: 1. If the contractor fails to take over the coach within 2 working days from the date of intimation (exclusive of date of intimation), a penalty of Rs.1,000/- per day per coach will be levied on the contractor from the 3rd working day. 2. Any delay by the firm in completing the overhauling activities will affect the running of train services and may cause loss of revenue to the railways. Therefore the railway may recover from the contractor as agreed damages (and not by way of penalties) a token sum as follows: A token penalty of Rs. 1000/- per day for delay of each subsequent day, thereafter in attending the repair work. The total penalty shall not exceed 5% value of the repair lot in default for the coach / coaches schedule. 3. If any loss or damage to Railway property or person occurs, or penalty imposed on Railway because of infringement of any statutory law by the contractor, directly attributed to him, then the contractor shall bear the cost of loss and damage suffered by Railway, which shall be recovered from pending bills or from SD / PG of the contractor.

26

15 Legal Obligations: The contractor shall be responsible for carrying out all legal obligations

as may be required by the law. Broadly they are as under; Contractor Labour (Regulation and Abolition) Act , 1970 Minimum Wages Act 1948 Payment of Wages Act 1936 The Workman’s Compensation Act 1923. Provisions of Employees Provident Fund and Miscellaneous Provisions Act, 1952 Employees State Insurance Act, 1948 Employees Pension Scheme 1995 Factories Act, 1948 Enforcement of Employment of Manual Scavengers and construction of Dry Latrines

(Prohibitions) Act, 1993 Child Labour Act, 1986

Apprentices Act, 1961 Equal Remuneration Act, 1976 Safai Karmacharis Act, 1993 Industrial Disputes Act, 1947 Maternity Benefit Act, 1961 Trade Union Act 1926 Payment of Bonus Act, 1965 Payment of Gratuity Act 1972 Industrial employment (Standing Orders) Act, 1946 Sexual Harassment of Women at Workplace (Prevention, Prohibition and Redressal)

Act, 2013

16 In all matters of dispute, the decision of Chief Workshop Manager, Carriage Repair Workshop, Hubballi shall be final and binding.

17 The contractor shall indemnify and keep staff of Carriage Repair Workshop, Hubballi indemnified and harmless against all actions, suits and claims, demands, cost charges or expenses arising in connection with any accident, death or injury sustained by any person/persons within the Railway premises due to the acts of omission in the contract irrespective of whether such liability arises under the Workmen’s Compensation Act or any other statute in force from time to time.

18

CONTRACT LABOUR: The contractors shall adhere to stipulations in regard to eligibility of labour to be employed as laid down by the state Govt./Labour commissioner including payment of wages as per Govt. Rules.

19 If work is stopped for any reason including strike by the labourer, it will be the responsibility of the contractor to make alternate arrangements to do the contract work.

20 In case of Termination of contract, the contractor shall remove the installed equipment etc., from Railway premises within a stipulated time at his own cost from the date of receipt of intimation of termination notice. If the contractor fails to remove it within the specified period the Railway administration shall be at liberty to dispose of the said material in any manner as it deems fit.

21 The Railway is not responsible to pay compensation/ insurance in case the contractor’s staff, gets injury/an accident or in the event of death during working or in the premises. It is total responsibility of the contractor to take care and liability in such issues

Contractor shall ensure that only identified and authorized persons are engaged by him to carry out the work in the HUBBALLI Workshop premises and they do not create any nuisance or disturbances.

27

22 The contractor shall not allow / entertain any outsider other than the list of labor given by him or in any form in the premises of Hubballi Workshop without the specific permission of the competent authority of UBLS failing which this contract can be terminated & security deposit forfeited

23 The Railway shall not entertain any request or claim by the contractor’s labour for any temporary/casual/permanent employment in the Railway on the basis of work done through this contract at any point of time. The contractor shall make this clear to his labourers.

24 Contractor shall be solely responsible for taking care of their staff & supervisor against any accident or safety risk

25 The contractor shall remain liable for theft of any Railway material by his staff. He must take necessary proceedings against each staff to prevent such occurrence and shall reimburse the cost of any stolen material, which will be determined by the Railway administration. In the event of there being repeated cases, the contract shall be liable to be terminated by giving 7 days notice and the contractor shall be liable for the loss of damage suffered by the administration.

26 ‘’Letter of Credit’ arrangement: 26.1 For all the tenders having advertisement cost of Rs. 10 lakh or above, the contractor shall

have the option to take payment from Railways through a letter of credit (LC) arrangement.

26.2 This option of taking payment through LC arrangement has to be exercised in IREPS (Indian Railway Electronic Procurement System- the e-application on which tenders are called by Railways) by the tenderer at the time of bidding itself, and the tenderer shall affirm having read over and agreed to the terms and conditions of the LC option.

26.3 The option so exercised, shall be an integral part of the bidder’s offer.

26.4 The above option of taking payment through LC arrangement, once exercised by tenderer at the time of bidding, shall be final and no change shall be permitted, thereafter, during execution of contract.

26.5 In case tenderer opts for payment through LC, following shall be the procedure to deal release of payment through LC;

1. The LC shall be a sight LC.

2. The contractor shall select his advising / negotiating bank for LC. The incidental cost towards issue of LC and its operation thereof shall be borne by the contractor.

3. SBI, New Delhi, Main Branch will be the nodal branch for issue of LCs based in online requests received from Railway Accounts Units for tenders opened in financial year 2018-19. SBI branches where the respective Railway Accounts Office has its Account (local SBI branch) will be the issuance / reimbursing branch for LC issued under this arrangement. The Bank shall remain same for this tender till completion of contract. The incidental cost @ 0.15% per annum of LC value, towards issue of LC and operation thereof shall be borne by the contractor and shall be recovered from his bills.

4. The LC shall be opened initially for duration of 180 to 365 days in consultation with

contractor. The LC shall be extended time to time as per the progress of the contract, on the request of the contractor. The value of LC to be opened initially as well as extended thereafter shall be finalized by the engineer in consultation with the contractor on the basis of expected progress of work.

5. The LC terms and conditions shall inter-alia indemnify and save harmless the Railways from and against all losses, claims and demands of every nature and description brought or recovered against the Railways by reason of any act or omission of the contractor, his agents or employees, in relation to the Letter of Credit (LC). All sums payable / borne by Railways on this account shall be considered as reasonable compensation and paid by contractor.

6. The LC terms and conditions shall inter– alia provide that Railways will issue a Document of

28

Authorization after passing the bill for completed work, to enable contractor to claim the authorized amount from their bank.

7. The acceptable, agreed upon document for payments to be released under the LC shall be the Document of Authorization.

8. The Document of Authorization shall be issued by Railway Accounts Office against each bill passed by Railways.

9. On issuance of Document of Authorization, a copy of Document of Authorization shall be posted on IREPS for download by the contractor. A digitally signed copy of document of Authorization shall also be sent by Railway Accounts Office to Railway’s bank (Local SBI Branch).

10. The Contractor shall take print out of the Document of Authorization available on IREPS and present his claim to his bank (advising Bank) for necessary payments as per LC terms and conditions. The claim shall comprise of copy of Document of Authorization, bill of exchange and Bill.

11. The payment against LC shall be subject to verification from Railway’s Bank (Local SBI Branch).

12. The contractor’s bank (advising bank) shall submit the documents to the Railway’s Bank (Local SBI Branch).

13. The Railway’s bank (issuing bank) shall, after verifying the claim so received w.r.t. the digitally signed Document of Authorization received from Railway Accounts Office, release the payment to contractor’s bank (advising bank) for crediting the same to contractor’s account.

14. Any number of bills can be dealt within one LC, provided the sum total of payments to contractor is within the account of which LC has been opened.

15. The LC shall be closed after the release of final payment including PVC amount, if any to the contractor.

16. The release of Performance Guarantee or Security Deposit shall be dealt directly by Railway with the contractor i.e., not through LC.

26.6 For opening of LC, executive department shall make a request letter to concerned Accounts Department.

26.7 Necessary changes in IREPS and IPAS e-applications have already been carried out, for having option for payment to contractors through LC.

27 Updation of Labour data on Railway’s Shramickkalyan Portal by Contractor:

A Contractor is to abide by the provisions of payment of wages act & Minimum wages

act in terms of clause 54 & 55 of Indian Railways General Condition of Contract. In

order to ensure the same, an application has been developed and hosted in website

www.shramikkalyan.indianrailways,gov.in. Contractor shall register his firm / company etc.,

and upload requisite details of labour and their payment in this portal. These details shall

be available in public domain. The Registration / updation of portal shall be done as under.

(a) Contractor shall apply for onetime registration of his company /firm etc., in the

shramikkalyan portal with requisite details subsequent to issue of letter of Acceptance.

Engineer shall approve the contractor’s registration on the portal within 7 days of

receipt of such request.

(b) Contractor once approved by any Engineer, can create password with login ID (PAN

NO.) for subsequent use of portal for all LOAs issued in his favour.

29

(c) The contractor once registered on the portal, shall provide details of his Letter of

Acceptance (LOA) / Contract agreements on shramikkalyan portal within 15 days of

issue of any LOA for approval of concerned engineer. Engineer shall update (if

required) and approve the details of LOA filled by contractor within 7 days of receipt of

such request.

(d) After approval of LOA by Engineer, contractor shall fill the salient details of contract

labours engaged in the contract and ensure updating of each wage payment to them

on shramikkalyan portal on monthly basis.

(e) It shall be mandatory upon the contractor to ensure correct and prompt uploading of all

salient details of engaged contractual labour & payments made thereof after each

wage period.

B While processing payment of any ‘On Account bill” or Final bill or released of Advances or

‘Performance Guarantee / Security deposit, contractor shall submit a certificate to the

Engineer or engineer’s representatives that,

“I have uploaded the correct details of contract labours engaged in connection with this

contract and payments made to them during the wage period in Railway’s Shramikkalyan

portal at www.shramikkalyan.indianrailways.gov.in till ____ month ____ year”

for Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

For and on behalf of the President of India

30

TENDER FORM (First Sheet)

[To be signed and returned along with Tender documents]

E- Tender Notice No. 01/CWM-UBLS/2021-22 dated 24.04.2021

NAME OF THE WORK:- Repair and maintenance of Knorr Bremse make Axle Mounted

Disc Brake system in LHB coaches at Carriage Repair Workshop, Hubballi through OEM on

single tender basis

To

The President of India,

Acting through the Chief Workshop Manager,

Carriage Repair Workshop, South Western Railway,

H U B L I – 580 020

Sir,

1. I/ We, …………………………………………………………………… have read the

various conditions to tender attached hereto hereby agree to abide by the said

condition. I/ We also agree to keep this tender open for acceptance for a period of 45

days from the date fixed for opening the same and in default thereof, I/ We will be

liable for forfeiture of my/ our EMD. I/ We offer to do the work of Repair and

maintenance of Knorr Bremse make Axle Mounted Disc Brake system in LHB coaches

at Carriage Repair Workshop, Hubballi through OEM on single tender basis at the

rates shown in the attached Price Schedule and hereby bind myself/ourselves to

complete the work in all respect within 01 year from the date of issue of LOA.

2. I/ We also hereby agree to abide by the Indian Railways Standard General

Conditions of Contract 2020 or latest correction slip up-to-date and to carry out

the works according to the special conditions of contract and specification of materials

and works as laid down by the South Western Railway in the Annexed Special

Conditions/ Specifications’, schedule of rates with all corrections slips up-to-date for

the present contract.

3. A sum of Rs……………. (Rupees ….....................................................................Only)

in favour of “Principal Financial Advisor, South Western Railway, Hubballi" is

herewith forwarded as Earnest Money. Full value of the earnest Money shall stand

forfeited without prejudice to any other right or remedies in case my/our Tender is

accepted and if:

a. I/ We do not execute the contract documents within 7 days from the date of

receipt of notice issued by Railways that such documents are ready:

AND

b. I/ We do not commence the work(s) within 10 days after receipt of orders to that

effect as specified in the scope of work of tender documents.

4. Until formal agreement is prepared and executed, acceptance of this tender shall

constitute a binding contract between us subject to modification, as may be mutually

agreed to between us and indicated in the letter of acceptance of my/our offer of this

31

work.

Signature of Witness: Yours faithfully

1). Name and Address ………………………..

…………………………………………………..

…………………………………………………..

…………………………………………………..

2). Name and Address ………………………..

…………………………………………………..

…………………………………………………..

…………………………………………………..

Signature of the Tenderer(s).

Date:__________

Address of the Tenderer (s).

for Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubli-580 020.

For and on behalf of the President of India

32

DEVIATION STATEMENT

Clause No Clause as per the Tender document Deviation of the Tenderer

For Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

33

ACCEPTANCE OF TENDER

(Not to be filled by the Contractor. The form to be a part of the contract agreement)

I accept the Tender and agree to pay to ………………………………………………….. at the

rates/ costs (whichever is accepted by the Railway to arrive at a lowest reasonable cost of work)

as entered in the price schedule of rates and quantities by the firm and as accepted by Railway

administration.

For Chief Workshop Manager,

Carriage Repair Workshop

South Western Railway

Gadag Road, Hubballi-580 020.

for and on behalf of the President of India

Witnesses

1…………………………………..

2…………………………………...

34

CONSENT OF THE TENDERER FOR THE CONDITIONS OF CONTRACT

The General Conditions of Contract for works contracts of South Western Railway as amended from

time to time are applicable for this contract.

I/ We have gone through the General conditions of contract governing the performance of work

covered by this Tender. I/ We have kept myself/our-selves fully informed of the provision of these

General/ Special conditions and accept it.

Signature of the contractor

35

CONTRACT AGREEMENT OF WORKS

Contract Agreement No. ---/CWM-UBLS/2021-22 dtd. ---.---.2021

1. Contract Agreement No. --/CWM-UBLS/2021-22 made on ____ day of ____ 2021

between the President of India acting through …………………………………. (hereinafter

called the Railway) which expression shall, unless the context does not so admit include

his successors and assignees in office of the one part and

……………………………………………………………. (hereinafter called the “Contractor”)

which expression shall unless excluded by the context includes his heirs, executors

administrators, successors and permitted assignees) of the other part.

2. Repair and maintenance of Knorr Bremse make Axle Mounted Disc Brake system in LHB

coaches at Carriage Repair Workshop, Hubballi through OEM on single tender basis at

the total cost of Rs…………………………………………………………………………

Only) set forth in the price schedule for a period of …. months from …………………to

…………….. hereto annexed up in the Indian Railways Standard General Conditions of

Contract (GCC) 2020 for works or latest correction slips and the specifications, of the

South Western Railway and the special conditions and special specifications, if any,

3. WHEREAS the balance in the Security Deposit after adjustment of Earnest Money of Rs.

1,08,300/- (Rupees One Lakh Eight Thousand and Three Hundred only) originally paid by

the Contractor is deposited in IREPS Ref ID/ Bank Trans …………………………. is at the

instance of the contractor recovered at 6% of the value of the running bills till the amount

of Security Deposit i.e., ………….. (Rupees ……………………………………. Only) is

fully recovered.

The contractor has submitted -------------------------------- for Rs.____/- (Rupees

_______________________ Only) issued by ___Bank in favour of “Principal Financial

Advisor, South Western Railway, Hubballi" towards the performance guarantee.

4. NOW THIS AGREEMENT WITNESSETH that in consideration of the payments to be

made by the Railway the Contractor will duly perform the said works in the said

schedules set forth and shall execute the same with great promptness, care and

accuracy in a workman like manner to the satisfaction of the Railway and will complete

the same in accordance with the said specifications and said drawings and conditions of

contract on or before the _______and will maintain or Guarantee/Warranty the said works

for period of _____and will observe, fulfill and keep all the conditions therein mentioned

(which shall be deemed and taken to be part of this contract as if the same had been fully

set forth herein), And the Railway both hereby agree that if the contractor shall duly

perform the said works in the manner aforesaid and observe and keep the terms and

conditions, the Railway will pay or cause to be paid to the contractor for the said works on

the final completion thereof, the amount due in respect thereof, at the rates specified in

the schedule hereto set forth in this offer/bid.

36

5. It is hereby agreed and declared that all the provisions of the said specifications,

Conditions of Contract which have been carefully read and understood by the contractor

and the price schedule, including the general instructions contained in pages 47 thereof

shall be as binding upon the contractor and upon the Railway Administration as if the

same had been repeated herein and shall be read as part of these presents.

Signature of Contractor

Address:-

for Chief Workshop Manager Carriage Repair Workshop,

Gadag Road, South Western Railway, HUBBALLI-580 020.

for and on behalf of President of India.

Date :

Witnesses :

1)

2)

37

PRICE SCHEDULE

Tender Notice No: - 01/CWM-UBLS/2021-22 dated 24.04.2021

Name of the Work:- Repair and maintenance of Knorr Bremse make Axle Mounted Disc Brake

system in LHB coaches at Carriage Repair Workshop, Hubballi through OEM on single tender basis

i) Schedule A: Cost of Must Change Items:

Sl.no. Description of work Qty Rate per coach in Rs.

GST @ %

Rate per coach incl of GST

Total value in Rs.

1 Brake system & WSP (EOG SS-II

schedule)

30

2 Brake Cylinder & Brake Calliper (EOG SS-III schedule)

05

Total cost in Rs.

ii) Schedule B: Cost of Condition based Items

Sl.no. Description of work Rate in Rs. GST @ %

Total value in Rs.

1 Condition based items (Total Value of condition based items shall not exceed 0.56 times of the value of must change items) Note: Firm shall quote the rates of individual condition based items shown in the Annexure-A and shall enclose along with offer)

iii) Schedule C: Labour charges:

Sl.no. Description of work Qty Rate per coach in Rs.

GST @ %

Rate per coach incl of GST

Total value in Rs.

1 Brake system & WSP (EOG SS-II

schedule)

30

2 Brake Cylinder & Brake Calliper (EOG SS-III schedule)

05

Total cost in Rs.

NOTE: i

The prices quoted shall be firm and not subject to variations for any reasons whatsoever except any statutory changes in rate of GST. The total amount of works shall be furnished in the Price Schedule both words and figures.

ii Rates should be written in words as well as in figures.

iv. In case of any difference in the rates quoted in figures and words, the rates quoted in words only will be considered as correct.

38

Annexure-V FORMAT FOR CERTIFICATE TO BE SUBMITTED / UPLOADED BY TENDERER ALONGWITH THE TENDER DOCUMENTS

I________________________(Name and des ignat ion ) * * appo in ted as the attorney/ authorised signatory of the tenderer (including its constituents),

M/s _______________________________(hereinafter called the tenderer) for the purpose of the Tender documents for the work of ___________________as per the tender No.________________________________ of ___________ (Railway), do hereby solemnly affirm and state on the behalf of the tenderer including its constituents as under:

1. I/we the tenderer (s) am/are signing this document after carefully reading the contents.

2. I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.

3. I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in. I/we have verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.

4. I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements.

5. I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted alongwith the offer and same shall be binding upon me/us.

6. I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the correctness of the information and documents, submitted by us.

7. I/We undersigned that if the certificates regarding eligibility criteria submitted by us are found to be forged/false or incorrect at any time during process for evaluation of tenders, it shall lead to forfeiture of the tender EMD besides banning of business for a period of up to five year. Further, I/we (insert name of the tenderer)**________and all my/our constituents understand that my / our offer shall be summarily rejected.

8. I/We also understand that if the certificates submitted by us are found to be false/forged or incorrect at any time after the award of the contract, it will lead to termination of the contract, along with forfeiture of EMD/SD and Performance guarantee besides any other action provided in the contract including banning of business for a period of up to five year

SEAL AND SIGNATURE OF THE TENDERER

Place: Dated:

**The contents in Italics are only for guidance purpose. Details as appropriate are to be filled in

suitably by tenderer.

39

Annexure-A

RATES FOR CONDITION BASED ITEMS (To be filled up by the tenderer)

S.No.

Part No. Description Rate per Unit in Rs

1 A63570 COMPRESSION SPRING 2 B33096/03212 BUSH 3 B33096/03215 BUSH 4 B33096/05215 BUSH 5 B52714 COMPRESSION SPRING 6 B56938 VALVE GUIDE 7 B57737 VALVE HEAD 8 B65580/12 BELLOWS 9 B65582/17 COMPRESSION SPRING 10 B74406/1 BRAKE PAD HOLDER 11 B74407/1 BRAKE PAD HOLDER 12 B77830 VALVE HEAD 13 C105255/35F4X BRAKE PAD 14 C131007 Air Reservoir 15 C151253 SNAP ACTION SWITCH 16 C20308/13 HEXAGON NUT 17 C20308/21 Hex Nut 18 C51515/01 PIVOT SCREW 19 C56859 LOCKING SPRING 20 C58566/LP HANDBRAKE LEVER 21 C58574/1LP BRACKET 22 C58819 THREADED ROD 23 C77932 LOCKING GATE 24 C95820/5 THREADED ROD 25 I.2.411/3 AIR STOP COCK

26 I.2.748 ROUTA FONUCA

27 I.2.761 INTERMEDIATE FLANGE 28 I.2.765 DISTRIBUTOR VALVE 29 I.3.757/1 RESERVOIR CLAMP 125LT

30 I.3.757/2 RESERVOIR CLAMP 75LT

31 I.A.1109 JUNCTION BOX 32 I.A.1110 JUNCTION BOX

33 I.P.1605 FLEXBALL KABEL

34 I.P.1606 FLEXBALL KABEL 35 I.P.3083 FLEX BALL CABLE

40

S.No.

Part No. Description Rate per Unit

36 I39369/KI ISOLATING COCK 37 I48102/W INDICATOR 38 I76903/A BRAKE PAD HOLDER 39 I76904/A BRAKE PAD HOLDER 40 I77338 ROLLER LEVER VALVE 41 I79470/07K TEST FITTING 42 I88738 STOPCOCK 43 I89179 EMERG.APPLIC.ACCEL 44 I89554 COVER

45 I90879/6LP YOKE

46 I92268/01813 PRESSURE GOVERNOR

47 I92816/1 SPINDLE 48 I93377/14LP CYLINDER

49 I93377/1P CYLINDER 50 I94023/KI EMERGENCY BRAKE VALVE NB12 51 I98367/1LP SUSPENSION CLIP 52 II16952/V YOKE 53 II17429/1204V BRAKE CYLINDER 54 II17430/125 CONNECTING PART 55 II20882/14SX COCK G1-DN25E 56 II30891/024 VALVE MAGNET 57 II39260/1BZA BRAKE CALIP. UNIT (PC with HB) 58 II39261/1BZA BRAKE CALIP. UNIT (PC) 59 II39261/2BZA BRAKE CALIP. UNIT (PC) 60 II39601/ZB BRAKE CALIPER 61 II39691/1BZA BRAKE CALIPER UNIT EOG COACH 62 II39691/2BZA BRAKE CALIPER UNIT EOG COACH 63 II39699/1LPB PULL-ROD 64 II39700/ZB BRAKE CALIPER WITHOUT BRAKE

CYLINDER FOR EOG COACH

65 II50176/1A1LE BALLCOCK 66 II51645/1341LP

B BRAKE LEVER

67 II51645/1441LPB

BRAKE LEVER

68 II55801/10-001 GAUGE 69 II64108/7050024 ANTI-SKID VALVE 70 II67335 EMERGENCY PULL BOX WITH LED 71 II70567 AIR RESERVOIR 75 LITRES 72 II70568 AIR RESERVOIR 125 LITRES 73 II82515/304LP BRAKE CYLINDER (RH) 74 II82515/704LP BRAKE CYLINDER (LH) 75 II82516/1204LP BRAKE CYLINDER (PC) 76 II84255 Basic Container for EOG coach (SS) 77 II84259 Basic Container for Power Car (SS)

41

Annexure-A

If any other item other than those listed above, require to be changed during overhaul,

will be charged based on the last accepted rates of any other railways.

S.No Part No. Description Rate per Unit

78 II84306

BASIC LHB BRAKE CONTAINER FOR POWER CAR WITH RESERVOIRS WITHOUT DEVICES

79 II95659 LHB CONTAINER 80 K3865 HOUSING 81 K4177 VALVE HEAD 82 K9050 T-HANDLE

83 N62148/10000 CONNECTING CABLE 84 STN25089 POWER SUPPLY PB03A 85

STN25799/01 CIRCUIT BOARD EB01B

86 STN28339/00000

CIRCUIT BOARD MB04B

87 STN30518/0276 WHEEL-SLIDE CONTROL 88 STN30979 SET OF CONNECTORS 89

STN31450/205A18 U

SPEED SENSOR

90 STN38148 BRAKE CONTROL 91 STN38149 SET OF CONNECTORS 92 WB304114F HOUSING 93 WB415501A HANDLE

94 WBAHB230AA002

STOPCOCK

95 WBFIL100AA002

AIR FILTER NW19

96 XKI/KIT/02279 Part list of Junction Box with connectors 97 B21300 CON.SPIRAL SPRING 98 II17943 PISTON 99 II17942/6LP CYLINDER 100 C58575/LP COVER

101 C58572 MOUNTING CLAMP

102 C58830 BEARING

103 C58830/1 BEARING

104 B65582/35 COMPRESSION SPRING

42

Annexure- B

Must Change Items for LHB – EOG Coaches for M36 Schedule

SL.NO

.

DESCRIPTION

QTY / COAC H

UNIT

1 Overhauling Kit for Check Valve RV7-T (Part No. I90476) consisting of 03 items 2 no.

2 Overhauling Kit for Cock DH7–TE (Part No. I88738) consisting of 06 items 2 nos.

3 Overhauling Kit for Cock AHB 200NW19 (Part No. WBAHB230AA002) consisting of 09 items

2 nos.

4 Overhauling Kit for Filter NW 19 (Part No. WBFIL100AA002 or II56242) consisting of 03 items 2 nos.

5 Overhauling Kit for Emergency Brake Cable Box (Part No. II18996 or II67335) consisting of 07 items 9 nos.

6 Overhauling Kit for Emergency Brake Valve (Part no. I94023/A) consisting of 08 items

1 no.

7 Overhauling Kit for Dump Valve (Part no. II34652/15024 or II64108/7050024) consisting of 07 items

4 nos.

8 Overhauling Kit for Indicator (Part no. I48102/W) consisting of 01 item 4 nos.

9 Overhauling Kit for Distributor Valve KE1IPKSL (Part No. I.2.274) consisting of 49 items

1 no.

10 Overhauling Kit for Relay Valve for DV (KR1) consisting of 11 items or Kit for Pressure Convertor (RLV) for DV consisting of 21 items 1 no.

11 Overhauling Kit for Brake Accelerator (Part No. I89179) consisting of 21 items.

1 no.

12 Overhauling Kit for Angle Cock (I.2.411/2) consisting of 04 items 4 nos.

13 Hose Connection 500 mm (I.3.941/1 Or KP0313153) 8 nos.

14 Hose Connection 650 mm (I.3.3503/3 Or KP0274893) 4 nos.

15 Hose Coupling FP (I75882/670/Kl) 2 nos.

16 Hose Coupling BP (I75888/670/Kl) 2 nos.

43

Annexure- B

Must Change Items (M72 Schedule) for LHB EOG coaches for SS3/M72 Schedule

Part Name of item to be

overhauled

Part No. of item to be overhauled

Part No. (Part to be replaced during overhauling)

Part Name (Part to be replaced during overhauling)

QTY/ Unit

As per kit Qty

Brake Caliper

II39601/ZB & II39700/ZB

Overhauling Kit for Brake Caliper 8 nos.

C51515/01 PIVOT SCREW 4 32

466572 LOCKING RING 4 32

C81080/13 FLANGED BUSH 4 32

C56859 LOCKING SPRING 2 16

462523 CLAMPING PIN 2 16

C77932 LOCKING GATE 2 16

C101877 BUSH 2 16

C80809/12 BUSH 2 16

B58532/9 WASHER 2 16

B33096/03212 BUSH 8 64

C58819 THREADED ROD 4 32

477557 WASHER 4 32

C20308/13 HEXAGON NUT 4 32

469548 HEXAGON NUT 2 16

C101892/2 BUSH 2 16

C22894/2 PIN 2 16

C112059/4 APRON 2 16

B33793/20 HOSE CLAMP 2 16

C146738/4 CLAMP RING 2 16

Brake Cylinder

II82515/304LP & II82515/704LP

Overhauling Kit for Brake Cylinder 8 nos.

B23166 THRUST NEEDLE BEAR 1 8

B43640 WASHER 1 8

B53267/A WASHER 1 8

B65557/4 MACHINE SCREW 1 8

462767 SNAP RING 2 16

465121 LOCK WASHER 1 8

B25145/21 SHAFT SEALING RING 1 8

B26669 SPRING WASHER PART NO. 7 56

B30779 O-RING 1 8

469304 CLAMPING PIN 1 8

469310 CLAMPING PIN 1 8

B38079 COLLAR 1 8

B66529/5 BREATHER PLUG 1 8

B75404 PROTECTIVE CAP 1 8

B33793/2 HOSE CLAMP 1 8

B33793/6 HOSE CLAMP 1 8

B33793/8 HOSE CLAMP 1 8

B61190/4 FASTENING WIRE 1 8

466031 LOCKING RING 1 8

B65580/12 BELLOWS 1 8

C90872/4 FLANGED BUSH 4 32

44

Annexure-C

RECOMMENDED SCHEDULE MAINTENANCE ATTENTION FOR LHB COACH EQUIPMENT

Symbol Used For Sl. No. 1 to 28 E Visually examine for loose fastening, leaks or other damage. C Clean D Drain condensate/Dust T Operate and/or check performance T* Operate and/or check performance as part of brake eqpt. system O Overhaul X Renew material G Check gap

Sch. Ref

Description Qly. 36

Months 72

Months

1 Brake Frame E E/C E/C

2 Brake Panel E O O

3 Distributor Valve E/T* O O

4 Control Reservoir E E/D E/D

5 Air Filter for BP & FP E/C O O

6 Cut out Cock for DV T* O O

7 Cut out Cock for DV T* O O

8 Pressure Switch T* X X

9 Check Valve E O O

10 Relay Valve T* O O

11 Auxiliary Reservoir & Door Reservoir

E E/C E/C

12 Drain Cock fitted on reservoir

E/D E/D/T E/D/T

13 End Cocks BP (B3 & B8) E/T X X

14 Hose Coupling BP and FP E X X

15 Pilot Valve for Passenger Alarm (B6)

E/T O O

16 BP Accelerator Valve E/T O O

17 Isolating Cock E/T E/T E/T

18 Emergency Valve E/T O O 19 Double Brake Indicator E/T O O

20 Brake Caliper E/T* E/T* O

21 Brake Actuator E/T* E/T* O

22 Hose connector for Bogie E X X

23 Hose connector for Brake Cylinder

E X X

24 WSP Control unit E/T* E/T* E/T*

25 WSp Control unit cabling E E/T* E/T*

26 Dump valve connector E E/T*/X E/T*/X

27 Dump valve E/T* O O

28 Speed Sensor E/T* E/T*/X*/G E/T*/X*/G

द��ण प��चम रेलव/े SOUTH WESTERN RAILWAY

45

Signature of Tenderer For Chief Workshop Manager/UBLS

Annexure-D

Details of work carried out by the contractor

Signature of Rly. Representative Signature of KB Representative

END OF E-TENDER DOCUMENT

SNo Coach No. Place Activity Informed

on Work

started on Work

completed on Remarks

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20