OPEN E-Tender DOCUMENT - Amazon AWS

26
1 RAIL SPRING KARKHANA, SITHOULI, GWALIOR OPEN E-Tender DOCUMENT Tender No.:_18-19_Consultancy work Name of Work “CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING FACILITY AT RSK, SITHOULI, GWALIOR.” 2018-19 Tender Document Cost : Rs. 2100/- DY.CME RSK/STLI/GWL

Transcript of OPEN E-Tender DOCUMENT - Amazon AWS

1

RAIL SPRING KARKHANA, SITHOULI, GWALIOR

OPEN E-Tender DOCUMENT

Tender No.:_18-19_Consultancy work

Name of Work “CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING FACILITY AT RSK,

SITHOULI, GWALIOR.”

2018-19

Tender Document Cost : Rs. 2100/-

DY.CME RSK/STLI/GWL

2

NORTH CENTRAL RAILWAY

RAIL SPRING KARKHANA, SITHOULI, GWALIOR

Tender Notice No. : TENDER_18-19_ CONSULTANCY WORK FOR AUDIT Tender No. : _18-19_ CONSULTANCY WORK Name of work : “CONSULTANCY WORK FOR AUDIT OF SPRING

MANUFACTURING FACILITY AT RSK, SITHOULI, GWALIOR”

INDEX Page no.

Cover Page 1

Index 2

Form ‘A’ 3

Form A-I 4

Form A-II (Agreement of work) 5

Form A-III (Acceptance of Tender) 6

Part-I Instructions to tenderer with commercial & General condition of contract

7-13

Part-II Scope of Work, Specifications & Special Conditions of Tender 14-17

Bid Offer Form 18

Annexure-I Proforma for statement for last three years 19

Annexure-II Deviation Schedule 20

Annexure-III Form E-5 21

Annexure-IV Proforma for statement of past experience 22

Annexure-V Proforma for details of firm 23

Annexure-VI Proforma for statement of deviations 24

Annexure-VII Check List 25

Issued to :- M/s PAN INDIA CONSULTANT PVT. LTD., 105, PHASE-IV, UDHYOG VIHAR,

GURGAON ( HARYANA)

Date:-

3

FORM ‘A’ (For works costing above Rs. 10,000/-)

NORTH CENTRAL RAILWAY MECHANICAL DEPARTMENT

Regulation for Tenders & Contracts Conditions of Tender and Schedule Rates & Quantities

RAIL SPRING KARKHANA, SITHOULI, GWALIOR

S.No. Heading Description

1. Name of Work

CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING

FACILITY AT RSK, SITHOULI, GWALIOR.”

2. Tender No. 18-19_Consultancy work

3. Tendered value EURO 7500 i.e Rs. 5,63,370/- ( As per conversion rate 1 EURO = 75.116 Rupees as on dated 03/08/2017.)

4. Earnest Money Rs. 11270/-

5. Tender Closing date 25.07.2018 before 15.00 hrs

6. Cost of Tender Form Rs. 2000/- +5% GST= Rs.2100/- Contractors are allowed to make payment against this tender towards tender document cost & earnest money only through payment modes available ON IREPS portal like net banking, debit card, credit card etc. Manual payment through demand draft, bankers cheque, deposit receipts, FDR etc. are not allowed.

7. Tender Document issued to

M/s :- M/s PAN INDIA CONSULTANT PVT. LTD., 105, PHASE-IV,

UDHYOG VIHAR, GURGAON ( HARYANA)

4

Form ‘A-I’

(Declaration by the contractor before filling the tender form) To,

The President of India (Acting through the)/ Chief Workshop Manager Wagon repair workshop, Jhansi

I/we M/s. …………………………………………………………………………………………………… have read the various condition of tender attached here and hereby agree to abide by the said conditions. I/we also agree to keep this Tender open for acceptance for a period of 120 days from the date fixed for opening the same and in default there-of. I/we will be liable for forfeiture of my / our “Earnest Money”. I/we offer to do the work of ‘CONSULTANCY WORK FOR AUDIT OF

SPRING MANUFACTURING FACILITY AT RSK, SITHOULI, GWALIOR.” at the rate quoted in the attached

schedule and hereby bind myself / ourselves to complete/execute the work (fill relevant portion below): Within Period for Contract from the date of issue of acceptance of the letter. For a period of contract or as extended from time to time as per time frame given. I/we also hereby agree to abide by the General and Special Conditions of Contract and to carry out the work according to the specifications for material, terms and conditions laid down by the Railway for the present contract. A sum of Rs. ……..………..……is forwarded herewith as earnest money, in addition to the sum of Rs. …………………as ‘Security Deposit’ mentioned above. The amount is in the form of a………… ……………………………………………………………………………………… The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if :- I/we do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready. I/we do not commence the work within ten days after receipt of orders to that effect. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between myself/ourselves and railway administration subject to modifications as may be mutually agreed to between us and as indicated in the letter of acceptance of my/our offer for this work. In case of any dispute on the provisions of the acceptance letter, our original / negotiated offer shall remain binding as the case may be.

Signature of Contractor Contractor Address

Date:

5

Form ‘A-II’

AGREEMENT OF WORK (Not to be filled at the time of submission of the tender)

CONTRACT AGREEMENT NO. ………………….………………………..Dated …………………… ARTICLES OF AGREEMENT made this …………………………. Day of …………………… 2018 between the president of India acting through the Railway Administration hereinafter called the “RAILWAY” of the one part and ………………………………………………………………. Herein after called CONTRACTOR of the other part. Where as the contractor has agreed with the Railway for the performance of the work “CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING FACILITY AT RSK, SITHOULI, GWALIOR.” not forth in the schedule here to annexed upon the General Conditions of contract

and the specifications of the NORTH CENTRAL RAILWAY and the special condition and special specification, if any one and in conformity with the drawings here up to annexed &where as the performance of the said work is an act in which the public are interested. Now this indenture witness that is consideration of the payments to be made by the Railway. The contractor will duly perform the said works in the said schedule 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 of conditions of contract on or before the ………………………………………day of ………………………………….. 2018 and will maintain the said works for period of ………………………… ……………………………..…. calendar months from the certified date of their completion and will observe , full fill and keep all the condition therein mentioned ( Which shall be deemed and taken to be part this contract as if the same had been fully set-forth herein) and the RAILWAY do hereby agree that if the CONTRACTOR shall duly perform the said work in the manner a foresaid and observe and keep the said terms and conditions, the Railways will pay or cause to be paid to the contractor for the said works on to final completion there of amount due in respect there of at the rates specified in the schedule here to annexed.

Chief Workshop Manager RAILSPRING KARKHANA, SITHOULI, GWALIOR For and on behalf of THE PRESIDENTOF INDIA DATE: Signature of witness 1. Contractor (With address) 2.

6

Form ‘A-III’

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 M/s …………………………………………………

……………….. ………………………………………. At the rates/costs (whichever is accepted by

the railway to arrive at a lowest reasonable cost of work) as entered in the schedule of rates &

quantities by the firm and as accepted by railway administration.

Chief Workshop Manager RAILSPRING KARKHANA, SITHOULI, GWALIOR

For and on behalf of THE PRESIDENT OF INDIA

Date: Witnesses: 1. 2.

7

PART-I COMMERCIAL AND GENERAL CONDITION OF CONTRACT

1. IMPORTANT NOTE:- Instructions to tenderer

i. If any clauses given in Part-III contradict the clauses given in Part-I & II, then the conditions/clauses given in Part-I & II, shall override the conditions/clauses given in Part-III.

ii. Tenderer should quote his rates individual as mentioned in bid column and all the rules of GST w.e.f 01/07/2017, will be followed by the tenderer and the tenderer should quote his rates inclusive with GST as applicable rate.

2. Instructions to tenderer.

a) Payment shall be made as per para 12 below. Every possible fluctuation, in the

rate of job and general commodities and other possibilities of each and every

kind, which may affect rates, should be considered and kept in view before

quoting the rates. No claim on this account shall be entertained by the Railways

under any circumstances.

b) The rates should be quoted in figures as well as in words. If there is variation

between the rates quoted in words and figures, the rates quoted in “words” shall

be taken as correct. If more than one or improper rates are quoted for the same

item, the tender is liable to be rejected.

c) Each page of the tender papers is to be signed and dated by the tenderer/s at the

time of contract agreement or the person/s on his/their behalf who is/are legally

authorized to sign for him/them. It will be considered that tenderer/s has/have

accepted the terms and conditions stipulated there on.

d) Tenders containing erasures and alterations of the tender documents are liable to

be rejected. Any corrections made by the tenderer/s in his/their entries should be

in “INK” and must be attested by him/them under full signature and date.

3. Completion Period: The work as per schedule should be provided for a period of 04

months from the date of start of the work. However the work should be provided within

One week from the date of issue of the acceptance letter. Time is the essence of the

contract. The contractor/s will be required to maintain regular speedy services to the

Satisfaction of the North Central Railway Authority, failing which action may be taken

by the Railway Administration in terms of Clause as per General Conditions of Contract.

4. EARNEST MONEY-

Tenderer shall have to deposit Rs. 11270/- (Rs. Eleven thousand two hundred seventy only) as earnest money in one of the following forms:-

4.1 Contractors are allowed to make payment against this tender towards earnest

money only through payment modes available ON IREPS portal like net banking, debit card, credit card etc. Manual payment through demand draft, bankers cheque, deposit receipts, FDR etc. are not allowed.

8

4.2 The earnest money shall remain deposited with the Railway for a period of at least 120 days from the date of opening of the tender. If the validity of the offer is extended, the earnest money duly extended shall also be furnished, failing which, the offer after the expiry of the aforesaid period, shall not be considered by the Railway.

4.3 No interest shall be payable by the Railway on “Earnest money”. 4.4 The Earnest money deposited is liable to be forfeited if the tenderer withdraws or

amends impairs or derogated from the tender, any condition in any respect within the period of validity of his/her offer.

4.5 If the successful tenderer fails to furnish the performance guaranty bond as required and fails to return the formal agreement with acceptance, then the Earnest Money shall be liable to be “forfeited” by the Railway.

5.0 PERFORMANCE GUARANTEE- 5.1 The successful bidder should give a Performance Guarantee in the following form of

irrevocable bank guarantee amounting to 5% of the contract value. irrevocable Bank Guarantee, Government Securities including State Loan Bonds at 5% below the market value, Deposit receipt, 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; Guarantee Bonds executed or Deposits Receipts tendered all Scheduled Banks; a deposit in the Post Office Saving Bank; a deposit in the National Saving Certificates; Twelve years National Defense Certificates; Ten years Defense Deposits;

National Defense Bonds; and Unit Trust Certificates at 5% below market value or at the face value whichever is less.

FDR in favour of WAO/RSK/STLI/GWALIOR North Central Railway, (free from any encumbrance)

5.2 The performance guarantee bond shall be submitted by success full bidder after the

letter of acceptance has been issued but before the signing of agreement. The contract agreement will be signed within 15 days from the issue of letter of acceptance.

5.3 The performance guarantee shall be initially valid up to the date of completion plus 60

days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of performance guarantee extended to cover such time for completion of work plus 60 days.

5.4 The performance guarantee shall be released after the physical completion of the work

based on the completion Certificate issued by the competent authority stating that the contractor has complete the work in all respects satisfactorily. The security deposit, however, shall be released only after the expiry of the maintenance period and after passing the final bill based on “No Claim Certificate”.

5.5 Wherever the contract rescinded, the security deposit shall be forfeited and the

performance guarantee shall be encashed and the balance work shall be got down independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender of executing the balance work.

9

5.6 The Railway 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: a) Failure by the contractor to extend the validity of the performance guarantee as

described herein above, in which event the Railway may claim the full amount of the performance guarantee.

b) 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 service of notice to this effect by the Railway.

c) The contractor being determined or rescinded under provision of the GCC the performance guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

6.0 SECURITY DEPOSIT- 6.1 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 balance to make up the security deposit may be deposited by contractor in cash.

Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under:-

a) Security Deposit should be 5% of the accepted contract value, b) The rate of recovery should be at the rate of 10 % of the bill amount till the full

security deposit is recovered. c) Security Deposit will be recovered only from the running bills of the contract and

no other mode of collecting SD such as SD in the form of instruments like BG, FD etc shall be accepted towards Security Deposit. Security Deposit Shall be returned to the contractor after the physical completion of the work as certified by the Dy.CME. Before releasing the SD, an unconditional and unequivocal no claim certified from the contractor concerned should be obtained.

6.2 Upon the complete fulfillment of the contract to the satisfaction of the Railway administration the deposit made by the contractor, as aforesaid or so much thereof as shall be standing to the credit of the deposit account shall be returned to the contractor provided that when, such deposits are made in cash.

6.3 No interest will be payable on Security Deposit, Earnest Money & Performance Guarantee by the railway administration.

6.4 Security Deposit amount shall be released after adjustment of dues if any. 7.0 VALIDITY OF OFFER- 7.1 The offer shall be kept valid for acceptance for a minimum period of 120 calendar days

from the date of tender opening irrespective of the market fluctuations. 7.2 The submissions of any offer connected with these specifications and documents shall

constitute an agreement that the tenderer shall have no cause of action or claim, against the Railway for rejection of his offer. The Railways shall always be at liberty to reject or accept any offer at his soul discretions, any such action will not be called in to question, and the tenderer shall have no claim in that regard.

8.0 ACCEPTANCE OF TENDER-

10

Railway may accept a tender in part or whole of quantity offered, reject any tender without assigning any reason and may not accept the lowest or any tender. Railway reserve the right to give the part order by dropping certain items from the Annexure–IV as per requirement of Railway at later stage. However if certain items are dropped after acceptance of tender the payment shall not be made for dropped items. Acceptance of tender will be communicated by formal acceptance letter (by registered post) of tender direct to the contractor, which may be deemed to conclude the contract.

9.0 PRICE VARIATION CLAUSE –

(PVC clause will be applicable only for contracts of value(contract agreement value) Rs.50 Lakhs and more, irrespective of the contract completion period) & PVC shall not be applicable to tenders of value less than Rs. 50 Lakhs. It will be applicable as per Railway board letter No. 2007/CE-I/CT/18 Pt.19 dated 15.10.14 or latest.

10.0 EVALUATION OF TENDER-

10.1 The tenders received will be evaluated by the Railway to ascertain the technically

suitable & overall lowest acceptable tender in the interest of Railway, as specified in the specification and tender documents. The credentials and technical details about work, as submitted by the tenderers will play a major role in finalization of the contract.

10.2 The rates offered by tenderer shall be inclusive of all expenditure & charges Any

Concessional duty, taxes, or rebates should be indicated clearly. In case the taxes, duties & offer charges are as applicable or as EXTRA then the maximum prevailing charges shall be levied on the basic cost of tendered work for commercial evaluation of the tender.

10.3 The contract work shall not be splitted therefore irrespective of lowest rates quoted against few items the contract shall be awarded to technically suitable, workable &overall lowest offer in same order.

11.0 QUANTITY VARIATION –

The quantities indicating in the schedule of work are tentative and are subjected to the variation within the limit of +/- 25% & up to 50% mentioned elsewhere in the tender document as per requirement.

12.0 PAYMENT TERMS –

a) Payment shall be made to the contractor after completion of work.. The contractor

shall submit the bill for the total amount including GST ( The amount break up in

two part i.e basic amount & GST %).

b) The contractor shall submit audit report before submitting the bill and after suitability

of work through executive in charge officer, the bill payment process can be start.

11

c) All payment in respect of the contract during the currency of the contract shall be

made through Electronic Clearing System (ECS) / Electronic Fund Transfer

(NEFT). The successful tenderer on award of contract must submit ECS/NEFT

Mandate Form complete in all respect as detailed at Annexure-III of the tender

document. However, if the facility of ECS/NEFT is not available at a particular

location, the payment shall be made by cheque. In such case the successful

tenderer on award of contract will have to furnish contractor’s Bank Account

Number and name of the Bank against which all payments in respect of the

contract during the currency of contract shall be made).

d) All taxes & other charges as applicable from time to time will be deducted from

the bills at source.

e) No extra payment towards GST, Octroi, service or other taxes will be made to the

contractor.

f) Conversion rate prevailing at the time of quoting offer for the tender will be

considered for converting EURO in terms of Indian Rupees for payment to the

contractor.

13. Bill forwarding Authority: Chief Workshop Manager Rail Spring Karkhana Sithouli,

Gwalior or any other nominee of the CWM/RSK/STLI

b) Paying Authority: WAO/RSK/STLI/Gwalior.

The railway Administration reserve the rights for deduction of Railway dues from

contractor’s security amount/bills on the following grounds:-

i) Any amount imposed as a fine by the railway Administration for irregularity

committed by contractor.

ii) Any amount which Railway Administration becomes liable to pay the Govt. /third

party on behalf of any default of the contractor or any of his servant/agents.

iii) Any payment/fine made under an order/judgment of any court/consumer forum or

law enforcing agency or any person working on his behalf.

iv) In all contractual matters, decision of Principal Chief Mech. Engineer will be final.

PCME/NCR will also be the appellate authority in all matters.

v) All disputes are subject to the Jurisdiction of the Hon’ble High Court, Gwalior `

`and/or its subordinate courts at Gwalior only. 14. PENALTIES-

14.1 The penalty for non-supply and default on any terms and conditions will be

imposed. In case of noncompliance of any of the conditions, penalty up to Rs

1000/- per case shall be imposed on defaulting contractor. 14.2 If contractor does not start work within 30 days of Issue of LOA, penalty of Rs

500/- per day of delay shall be imposed. If delay is on account of Railways, competent authority reserves right to waive off/ reduce the penalty.

15. WAIVING OF PENALTIES-

The penalties levied on the contractor in any one or more of the above mentioned circumstances, can be waived off/reduced with the consent of DY.CME/RSK/STLI or his authorized representative, subject to the submission of convincing and relied reason by the contractor.

12

16. VALIDITY OF OFFER

The offer shall be kept valid for acceptance for a minimum period of 120 days from the

date of opening of the tender.

17. EXECUTION OF CONTRACT DOCUMENT: The Tenderer whose tender is accepted

shall be required to appear in person at the office of Chief Work Shop Manager. or if a

firm or corporation, a duly authorized representative shall so appear and execute the

contract documents within seven days after notice that the contract has been awarded to

him. Failure to do so shall constitute a breach of the agreement affected by the acceptance

of the tender as per GCC,the full value of the earnest money accompanying the tender

shall stand forfeited without prejudice to any other rights or remedies.

In the event of any tenderer whose tender is accepted shall refuse to execute the contract

documents as here in before provided; the Railway may determine that such tenderer has

abandoned the contract and thereupon his tender and acceptance thereof shall be treated

as cancelled and Railway shall be entitled to forfeit the full amount of the earnest money

and to recover the damages for such default.

18. Rights of the Railway to deal with tender: - The authority for the acceptance of the

tender will rest with the Railway. It shall not be obligatory on the said authority to accept

the lowest tender or any other tender and not Tenderer (s) shall demand any explanation

for the cause of rejection of his/their tender nor the Railway undertake to assign reasons

for declining to consider or reject any particular tender or tenders.

19. If the Tenderer (s) deliberately gives/give wrong information in his/their tender or

creates/create circumstances for the acceptance of his/their tender, the Railway reserves

the right to reject such tender at any stage.

20. If the Tenderer (s) expires after the submission of his/their tender of after the acceptance

of his/their tender, the Railway shall deem such tender cancelled. If a partner of a firm

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

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

21. Income Tax clearance certificate:- The tenderer (s) is/are required to produce along

with his/their tender an authorized copy of the Income-Tax Clearance certificate or a

sworn affidavit duly counter signed by the Income-tax Officer to the effect that he

has/they have no taxable income.

22. Partnership deeds, Power of Attorney etc:-The tenderer shall clearly specify whether

the tender is submitted of his own or on behalf of a partnership concern. If the tender is

submitted on behalf of a partnership concern, he should submit the certified copy of

partnership deed along with the tender and authorization to sign the tender documents on

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

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

tender documents. The Railway will not be bound by any power of attorney granted by

13

the tenderer or by changes in the composition of the firm made subsequent to execution

of the contract. It may, however recognize such power of attorney and changes after

obtaining proper legal advice, the cost of which will chargeable to the contractor.

23. The tenderer whether sole proprietor, a limited company or a partnership firm if they

want to act through agent or individual partner (s) should submit along with the tender or

at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or

by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or

any other person specifically authorizing him/them to submit the tender, sign the

agreement, receive money, witness measurements, sign measurement books,

compromise, settle, relinquish any claim(s)preferred by the firm and sign “No Claim

Certificate” and refer all or any disputes to arbitration.

24. Provisions of payment of wages : GCC-55)- The contractor shall comply with the

provisions of Payment of Wages Act, 1936 and the rules made there under in respect of

all employees directly or through petty contactors or sub-contractors employed by him in

the works. If in compliance with the terms on the contract, the contractor directly or

through petty contractors or sub-contractors shall supply any labor to be used wholly or

partly under the direct orders and control of the Engineer whether in connection with the

works to be executed hereunder of otherwise for the purpose of the Engineer such labor

shall nevertheless be deemed to comprise persons employed by the contractor and any

money which may be ordered to be paid by the engineer shall be deemed to be money

payable by the engineer on behalf of the Contractor and the Engineer may on failure of

the Contractor to repay such money to the Railways deducted the same from any money

due to the Contractor in terms of the contract. The Railways shall be entitled to deduct

from any money due to the Contractor (whether under this contract or any other contract)

all money paid or payable by the Railways by way of compensation of aforesaid or for

costs expenses in connection with any claim thereto and the decision of the Engineer

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

binding upon the Contractor.

Signature of the Tenderer (s) Signature .

Date: ---------------------------- Designation

14

(NORTH CENTRAL RAILWAY

SPECIAL TERMS & CONDITIONS OF CONTRACT -- (Part-II)

A. Scope of the work & the schedule of technical Requirement

1.Introduction: Rail spring Karkhana, Gwalior was established with consultant with M/s

GRUBER for production of helical spring ICF design coaches for Indian Railway. Under Fiat

Project the additional facilities have been created for production of Hot coiled cylindrical

springs for FIAT design bogies used in LHB design coach. Fiat springs have different design from

those old helical springs for ICF springs. For improve quality of LHB spring quality audit shall be

conducted from OEM i.e M/s J.P. Gruber Gmbh & CO.KG.

2. Requirement of Audit: J.P.Gruber Gmbh & Co. KG is word largest manufacturing of helical

springs and supplying springs to all major Rolling stock Manufacturers in the world market.

Indian railway is also costumer and purchased LHB Springs from Gruber, because OEM for the

FIAT design Bogie springs. There is no transfer of Technology (TOT) for manufacturing of FIAT

springs at RSK whereas for old design ICF springs transfer of technology (TOT) was done.

3. Present Condition/status: Fiat springs have different design from those old helical springs

for ICF springs. RSK is manufacturing 18 types of LHB spring for Fiat bogie. In Indian market so

many manufacturer are available to manufacture LHB springs and they are competitor. For

improve quality with cost effectiveness of LHB spring quality audit shall be conducted from

OEM i.e M/s J.P. Gruber Gmbh & CO.KG.

4. Scope of the Work:

1. Quality verification of the incoming raw material in the form of bars, as per

specification and advice for its improvement.

2. The process of manufacture and various control parameters like time, dimension

temperature, condition of machine etc. and their suitability for achieving the desired

quality of the springs.

3. Comments on Design and process parameter of all 18 type of LHB springs adapted by

RSK.

15

4. Adequacy of in-process inspection and the final inspection being undertaken by the RSK

for achieving the desired quality.

5. The facilities available for achieving the required qualities in the finished production i.e

springs.

6. The comments on design and manufacturing process of Fiat springs.

7. Comments on Reworking process of LHB springs and preparation of flow diagram of

reworking of springs to finished spring.

8. Comments on phosphoting process /Advice advanced cost effective eco-friendly

alternative coating.

9. The quality of the paint used and its suitability for achieving the minimum life of three

years, including desired paint film thickness or suggestion of new corrosion resistive

coating process.

10. The material handling process employed during various stages of verification and their

suitability for achieving good quality levels.

11. Final acceptance process, packing and transportation of the springs in point of view its

adequacy for achieving the desired quality.

12. Comments on Failure pattern of LBH Springs and advice to reduce the failure

13. The firm shall suggest the additional plant and machinery required to be installed,

process parameters or the processes to be changed/ altered and any other requirement

to achieve the best possible quality of the springs.

14. Study & comments on the RDSO FIAT bogie specification no.

15. Any other suggestion to improve the quality to make it word class.

5) Schedule of technical requirement (special condition of contract)

1-Technical expert team for audit shall be from OEM/Grueber and members of the team should

have sufficient experience in manufacturing hot coiled springs.

2- Technical expert team members educational qualification should be preferably graduation

and at least diploma in relevant stream.

3- The firm has to follow the labour (labor) law for labour (labor) deployed by him.

4-The firm shall follow all statutory requirement and rules of the central & State govt.

5-RSK reserves the right to check/restrict any of the person/ labour(labor) deployed by the firm,

if he is found behaving against the interest of railway.

6-Completion period:-

The completion period of work audit is 120 days from the date of commencement of the work.

7-Quantum of work:-

a).Audit including requirement of raw material, process parameters, quality check parameters

in each step of manufacturing of spring.

b).Auditor will give their suggestion on improvement of the quality of spring for LHB coaches.

c).Flaw in any process shall be advice separately with corrective suggestions.

16

B. SPECIAL TERMS & CONDITIONS OF CONTRACT

1. Name of Work:- CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING FACILITY AT

RSK, SITHOULI, GWALIOR.”

2. This contract shall be governed by “General Conditions of Contract” of the Engineering

Department of North Central Railway with latest amendments. In executing this contract it

would be deemed that the contractor has kept himself fully informed of the provisions of the

GCC including all corrections and amendments. In the event of any conflict or inconsistency

between GCC and Special Conditions of Contract mentioned in the tender document, the

latter will prevail.

3. Tender will not be considered if:

i. Tender received after schedule date and time.

ii. Not submitted on the prescribed form or unsigned.

iii. Not accompanied with requisite earnest money in acceptable form.

iv. The OEM certification for consultancy work should be submitted by contractor

along with tender

4. CREDENTIALS:

The tenderer should submit along with his tender

a) The OEM certification for consultancy work should be submitted by

contractor along with tender.

5. General Conditions:

5.1 The contractor or his authorized representative should be available on phone

round the clock.. In addition the contractor or his authorized representative should

also be available on mobile phones whose numbers have to be intimated to the

Railway Administration in advance. The details of the authorized representative if

any have to be communicated, before start of the work. In case of any change in

the authorized representative or his contact details, it shall be responsibility of the

contractor to inform the Railway Administration in advance.

17

5.2 The tenderer shall be liable to honor Central and State Govt. laws, statutory rules,

regulations, notifications like legislation, local self Govt./Municipal requirements etc. and

shall be solely responsible for any breach thereof. Railway stands indemnified against

any penalty/prosecution consequent to the violations (deliberate or inadvertence) by the

contractor or his employees, representative etc. of such statutory provisions in force.

of workmen, directly or indirectly for performance of work under the contract.

5.3 The Railway reserves the rights to terminate the contract at any time without

assigning any reason thereof by giving one-month notice in advance. The

tenderer/s shall not be entitled for any extra rate on account of this.

5.4 The tenderer shall indemnity the Railway and its employees against any penalties

as PRINCIPAL EMPLOYER, for any failure of the tenderer to honour various

Central/State Government laws/enactments.

5.5 The contract shall be governed by the General Conditions of Contract and security

deposit shall be deducted as per extant rule and income tax also.

5.6 All disputes & differences of any kind what so ever arising out of or in connection

with the contract whether during the progress of the contract or after its

completion shall be referred by the contractor to the Railways and Railway shall

within a reasonable time after receipt of the contractor’s representation, make and

notify decisions on all matters which shall be deemed as accepted matters and

decisions there on shall be final and binding on the contractor.

Chief Workshop Manager

Rail Spring Karkhana

Sithouli,Gwalior

18

NORTH CENTRAL RAILWAY

BID OFFER FORM

Name of Work: CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING FACILITY AT RAIL

SPRING KARKHANA,, SITHOULI, GWALIOR

S.No.

Item No.

Description of item of work Approximate Quantity

Unit Rate per unit (in Rs.)

Total Cost (in Rs.)

1 2 3 4 5 6 7

1

1 CONSULTANCY WORK FOR AUDIT OF SPRING MANUFACTURING FACILITY AT RAIL SPRING KARKHANA,, SITHOULI, GWALIOR

.

01 Job

Lump sump.

In figure….

In words

Note:- 1. Tenderer should quote his rates individual as mentioned in bid column and all the rules

of GST w.e.f 01/07/2017, will be followed by the tenderer and the tenderer should quote his rates are inclusive with GST as applicable rate. The GST% is shown separately.

Signature of the Tenderer (s)

Date: ----------------------------

19

Annexure-I

PERFORMANCE STATEMENT FOR LAST THREE YEARS

S

No.

Order placed

by

(Give full

Address)

Type &

Qty. of

work

Ordered

Period of

contract

From - To

Value of

contract

(In Rs)

Date of

completio

n of

contract*

Payment

Received

(In Rs)

Certificate of successful completion of contract from the contract awarding authority must be

enclosed.

Tenderer/s Signature & Stamp

20

Annexure-II

Deviation Schedule

Clause Comment Deviation(s)

General Conditions:

Special Conditions:

21

Annexure-III

FORMS

Form No. E-5

(appendix-vii)

Electronic Clearing Service (Credit Cleaning) Model Mandate Form

(Investor/customer’s option to receive payments through Credit Clearing Mechanism)

Name of the scheme and the periodicity of payment

No.

1) Investor/customer’s name :

2) Particulars of Bank account :

A Name of the Bank :

B Name of the branch :

Address :

Telephone No. :

C 9- digit code number of the bank and branch appearing on the MICR cheque

issued by the bank:

D Type of the account (S.B. Current or cash Credit)

With code (10/11/13)

E Ledger and Ledger folio number:

F Account number (as appearing on the cheque book) (In lieu of the bank

certificate to be obtained as under.

Please attach a blank cancelled cheque or photocopy of cheque or front page

of your savings bank pass book issued by your bank for verification of the above

particulars)

3) Date of effect:

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

transaction is delayed or not effected at all for reasons of incomplete or incorrect

information. I would not hold the user institution responsible. I have read the option

invitation letter and agree to discharge the responsibility expected of me as a participant

under the scheme.

(________________________________)

Signature of the Investor Customer

Date

Certified that the particulars furnished above are correct as per our records Bank’s Stamp

Signature of the Tenderer/s

22

Annexure-IV

PROFORMA FOR PAST EXPERIENCE & PERFORMACE

Tender no: -

Due date & Time:-

S.

No

.

Name, address,

telephone no, Fax no

etc of

customer/organizati

on

Descriptio

n of Work

done

Value

of

contrac

t (Rs.)

Agreemen

t No. &

Date

Date of

completion

Remark

for late

completio

n

As per

contrac

t

Actua

l

Name of Firm:-

Signature:-

Date

(Name & designation of authorized signatory)

Stamp/Seal of Tenderer

23

Annexure-V

PROFORMA FOR DETAILS OF FIRM

Tender No:- Date & time of opening:-

Name of the firm

1. Name& full address of the

firm/contractor

:_____________________________________

2. Telephone & Telex No office/ Factory/

Works

:_____________________________________

3. Telegraphic address :_____________________________________

4. Details of license, wherever required as

per statutory regulations

:_____________________________________

5.

6.

Details of staff

6. V Validity for above certification

:____________________________________

:_____________________________________

7. GSTN No. of the firm

8.

Signature

Date

(Name & designation of

authorized signatory)

Stamp/Seal of Tenderer

24

Annexure-VI

PROFORMA FOR STATEMENT OF DEVIATIONS

1. The following are the particulars of deviation from the requirements of the Tender,

Special Conditions, General Conditions.

Clause

Deviation

Remark (with justification)

Signature

Date

(Name & designation of

authorized signatory)

Stamp/Seal of Tenderer

25

Annexure-VII

CHECK LIST

Tender no:- Due date:-

Name of Work:-

S.No. Items Write

YES or NO

1. Have you submitted the filled up & duly signed the

forwarding letter as Proforma-A-I

2. Have you submitted the Earnest Money in approved form?

3. Have you furnished the details of past experience as per

Para? (Annexure-1V)

4. Have you submitted the Proforma statement for last three

years (Annexure-I)

5. Have you submitted the proforma E-5 Forms (Annexure-

III)

6. Have you kept your offer valid for 120 Days?

7. Have you submitted the deviation statement? (Annexure-

VI)

8. Have you submitted the details of Firm? (Annexure-V)

9. Have you signed each page of the tender offer?

Signature

Date

(Name & designation of

authorized signatory)

Stamp/Seal of Tenderer

26

****LAST PAGE OF TD WITH CONDITION OF CONTRACT***