27.11.2014 Views

Western Railway - Indian Railway

Western Railway - Indian Railway

Western Railway - Indian Railway

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

COVERING PAGE<br />

WESTERN RAILWAY<br />

GOVERNMENT OF INDIA (BHARAT SARKAR)<br />

CHIEF ENGINEER / TRACK MACHINES<br />

WESTERN RAILWAY<br />

CHURCHGATE<br />

MUMBAI – 400 020<br />

(TRACK MACHINE ORGANISATION)<br />

TENDER No. W641/22/11/197<br />

PROCUREMENT OF WEAR PLATES FOR BCM MACHINES<br />

DATE OF OPENING OF THE TENDER ON 26.6.2012<br />

BOOK No._____<br />

M/s. ____________________________________________<br />

____________________________________________<br />

____________________________________________<br />

_____________________________________________<br />

_____________________________________________<br />

Website: http:/www. wr.indianrail.gov.in<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 1<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


INDEX<br />

No. Details Page<br />

1 COVERING PAGE 1 -<br />

2 INDEX 2 -<br />

3 COVERING LETTER 3 -<br />

4 GENERAL CONDITIONS OF CONTRACT 4 7<br />

5 S137F FORM 8 16<br />

6 S47 F FORM 17 -<br />

7 LIST OF WEAR PLATES 18 -<br />

8 RDSO SPECIFICATIONS 19 20<br />

9 TENDER NOTICE 11 23<br />

TOTAL NO. OF PAGES 1 TO 23 = 23<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 2<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


WESTERN RAILWAY<br />

Chief Engineer/TMC<br />

Engg. Department<br />

Old building, II nd floor<br />

Churchgate, Mumbai–20<br />

Date: 22.05.2012<br />

No. W641/22/11/197<br />

M/s.. AS PER COVERING PAGE.<br />

______________________________<br />

______________________________<br />

______________________________<br />

Sir/Sirs,<br />

Sub: Tender No. W641/22/11/197<br />

1 You are requested to submit your offer by duly filling form No. S47F which is enclosed with<br />

tender documents and submit the same along with following.<br />

i) Earnest Money deposited Rs. 9900/- in proper form as per special conditions Para 1<br />

of S137F enclosed. Earnest Money to be deposited in favour of FA&CAO(X)W.R/ CCG /<br />

Chief Cashier <strong>Western</strong> <strong>Railway</strong> Churchgate payable at Mumbai only. (In allocation No.<br />

00844509(x))<br />

ii) Please read carefully enclosed General conditions of contract/ special conditions of<br />

contract/ Instructions before submitting the offer.<br />

2 Please submit your offer duly signed and stamped, addressed to Executive Engineer/<br />

TMC-CCG in sealed cover with Tender No., date and due date written on the cover<br />

before 14.30 hrs of the due date.<br />

3 Please note that the tender not accompanied with requisite Earnest Money in proper form is<br />

liable to be rejected. However, suppliers falling under categories of Para 2.1, a), b), c), d)<br />

and e) of S137F form special conditions, are exempted from paying the Earnest Money such<br />

suppliers are required to submit relevant documentary proof of their falling in one of these<br />

categories.<br />

4 Firms registered with Controller of Stores, <strong>Western</strong> <strong>Railway</strong> are required to submit their<br />

current registration certificate, indicating trade group for which they are registered. If items<br />

of the tender do not fall in these trade groups, you are required to deposit Earnest Money in<br />

proper form.<br />

5 Firms registered with NSIC are required to submit a copy of their registration certificate<br />

of NSIC.<br />

6 Xerox copies if any submitted by the firm should be duly attested by a Gazetted Officer.<br />

DA: As above.<br />

Yours faithfully,<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 3<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


GENERAL CONDITIONS<br />

1. The tender will be governed by <strong>Indian</strong> <strong>Railway</strong> Revised Standard conditions of contract<br />

1986 and amendments issued up to date and instructions to tenderer and special<br />

conditions and special instructions to tenderer contained and by form S137 F giving<br />

special conditions and instructions for the guidance of tenderer.<br />

2 Inspection: Inspection Authority will be nominated by <strong>Railway</strong> administration, Final<br />

inspection after receipt of material by consignee at SSE/ZMC/BL.<br />

3 Despatches: Tenderer should clearly specify F.O.R. terms at destination while<br />

quoting the rate. Tenderer while quoting their rates should take freight element into<br />

account and no extra freight charges will be allowed.<br />

4 Payment terms: Payment will be made as per IRS conditions of contract. The bills are<br />

to be furnished on <strong>Railway</strong>’s standard computerized bill Performa No.858F/R1m<br />

SB2/ICRGS 2817<br />

obtainable from office of Controller of Stores, W. Rly, Churchgate Mumbai- 400 020.<br />

Failure to furnish the bill in the above Performa would result in the payment not being<br />

made.<br />

All payments shall be subject to deduction of any amount for which the contractor is<br />

liable under this contract or any other contract.<br />

5. Taxes and Duties:<br />

5.1 Sales Tax:- CST @ applicable will be admissible on basic manufacturing cost<br />

excluding of freight. In case of offers stipulating CST as extra, State Sales Tax/VAT<br />

will also be admissible. Any variation or any statutory taxes being imposed during the<br />

currency of the contract is admissible against the documentary proof. Variation or new<br />

statutory taxes imposed during the extended contract shall not be admissible on<br />

supplies made during the extended contract.<br />

5.2 Any decrease in CST-VAT during entire currency of the contract shall be passed on to<br />

the purchaser. Any increase during the original Delivery Period will be reimbursed by<br />

the purchaser subject to production of documentary evidence.<br />

5.3 VAT & VAT credits:<br />

5.3.1 In state where VAT has been implemented instead of local sales TAX / CST, VAT<br />

being a statutory levy will be paid as per VAT rules for the states.<br />

5.3.2 The tenderer should quote the exact percentage of VAT that they will be charging<br />

extra.<br />

5.3.3 While quoting the rates, tenderer should pass on(by way of reduction in prices) the set<br />

off/input tax credit that would become available to them by switching over to the<br />

system of vat from existing system of sales tax, duly stating the quantum of such credit<br />

per unit of the item quoted for.<br />

5.3.4 The tenderer while quoting for tenders should give the following declaration:<br />

“ We agree to pass on such additional set off/input tax credit as may become available<br />

in future in respect of all the inputs used in the manufacture of the final product on the<br />

date of supply under the VAT scheme by way of reduction in price and advise the<br />

purchaser accordingly.”.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 4<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


5.4 Excise Duty:-<br />

5.4.1 If ED legally leviable and paid by the tenderers, the same will be reimbursed by the<br />

purchaser on actual percentage of ED at the time of opening date against<br />

documentary proof. However No ED will be reimbursed in case of misclassification or<br />

turnover basis. However tenderer should indicate the % age of E.D taken into account<br />

in the rates quoted by him. Any variation or any statutory taxes being imposed during<br />

the currency of the contract is admissible against the documentary proof. Variation or<br />

new statutory taxes imposed during the extended contract shall not be admissible on<br />

supplies made during the extended contract.<br />

5.4.2 Modvat:<br />

The accepted contract rates are net of MODVAT Credit available to the firm as on the<br />

date of opening of tender. All MODVAT credits available on inputs on the date of<br />

opening of tender will be fully retained by the supplier, in addition to the contract rates.<br />

Any increase/decrease that takes place during the currency of the contract in<br />

MODVAT on inputs will be to purchaser's account.<br />

5.5 Other Taxes/ Duties:<br />

5.5.1 Any taxes and duties other than Sales Tax, VAT, Excise duty & Octroi levied as<br />

statutory duties will be reimbursed subject to submission of documentary evidence in<br />

respect of payment made by the supplier. However, this will not be reimbursed during<br />

extended delivery period.<br />

5.5.2 Tenderer must indicate the rate / amount for all the taxes like ST / VAT/ ED / Octroi /<br />

freight etc. when these are asked as extra whether at present or even for future. This<br />

is required for proper valuation of offer. In case it is indicated by the tenderer that any<br />

of these taxes will be charged extra at present or without indicating the full amount( if<br />

applicable in future ) in that case, their offer will be loaded with the maximum slab /<br />

rate of these taxes.<br />

5.5.3 Tenderer should also not quote vague terms such as "ED/CST/VAT Nil at present and<br />

shall be borne by the firm if applicable in future". Such conditions are not acceptable.<br />

ED/CST/VAT are required to be specified separately. However, if nothing is<br />

mentioned, the offer shall be considered inclusive of ED/ST and evaluated accordingly.<br />

6 Transit Insurance:<br />

a) The purchaser will not pay separately for transit insurance and the supplier will be<br />

responsible till the entire stores contracted for arrive in good condition at<br />

destination.<br />

b) In case of damaged stores in transit the consignee will take open delivery of the<br />

same and will lodge the claim with the carrier and forward open delivery certificate<br />

survey report within 30 days to the supplier. Thereafter in such cases it is for the<br />

supplier to peruse the claim with the <strong>Railway</strong> and settle the matter.<br />

7. Extension: Extension in the delivery period shall be considered on the specific request<br />

of the supplier reserving <strong>Railway</strong>s right to levy L.D. as per IRS conditions.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 5<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


8. Force Majeure clause: This <strong>Railway</strong>’s standard Force Majeure Clause shall only be<br />

applicable which is as follows:<br />

“In the event of any unforeseen event directly interfering with the supply of stores arising<br />

during the currency of contract such as war, insurrection, restraint imposed by the Govt.<br />

act of legislature or other disorganization of labour, acts of public enemy, acts of God,<br />

Sabotage etc. the contractor shall within a week from the commencement thereof notify<br />

the same in writing to the purchaser with reasonable evidence thereof. If the Force<br />

Majeure Clause mentioned above has in force for a period of 90 days of commencement<br />

of such force majeure, the same should be brought to notice of the purchaser by giving<br />

14 days notice in writing. In case of such terminations no damages shall be claimed by<br />

either party against the others are except those which had accrued under any clause of<br />

this agreement prior to such terminations.<br />

9. Risk purchase:<br />

1) Period of making risk purchase shall be 9 months from the date of completion of<br />

delivery period as indicated in the note appended to the clause 0702 of IRS<br />

conditions of contract.<br />

2) In respect of orders for materials where 10% security deposit, has been taken<br />

from firms Risk purchase clause will not be applicable and in case of default by<br />

such firms the security deposit shall be forfeited. (Authority: Rly Bd's letter No.<br />

2001/RS(G)779/14 Dated 21.9.2007)<br />

3) Risk purchase clause will be applicable for such cases which are not covered<br />

under para2 above, (Authority: Rly Bd's letter No. 2001/RS(G)779/14 Dated<br />

21.9.2007)<br />

10. Technical literature: Technical literature about tendered items should be given by the<br />

firm.<br />

11. Consignee: Material to be delivered to SSE(ZMC)BL.<br />

12 Code: Tenderer /contractor shall have proper identification marks on wear plates for<br />

ensuring proper identification of the manufacturer and Sr. No.<br />

13 Sample: Tenderer must deliver a sample of the material if required by consignee<br />

before making delivery of the supply.<br />

14. Drawings and specifications:<br />

a. RDSO has provided detailed specifications of the wear plates which are enclosed<br />

herewith as Annexure – II. RDSO specifications be treated as suggestive<br />

specifications only and not as mandatory specifications. The tenderer may adopt<br />

his / their own specifications of material for the supply of wear plates to be made<br />

and supplied.<br />

b. Fitment of the wear plates on the BCM machine shall be the responsibility of the<br />

firm solely<br />

15 Delivery period: Material shall be supplied within 60 days, Delivery schedule quoted<br />

contrary to this is liable to be passed over.<br />

16 F.O.R.: FOR will be Senior Section Engineer / ZMC/ BL (ZONAL MAINTENANCE<br />

CENTRE), VALSAD, Gujarat state.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 6<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


17 Validity of offer: Offer should be kept open for 120 days from the date of opening<br />

of tender.<br />

18 In case the purchase order is placed on traders / agents for the items, which are<br />

peculiar to the railways, traders / agents should indicate the source of supply and<br />

inspection to be carried out at their manufacturer's premises rather than traders /<br />

agents premises, to ensure genuineness of quality of material.<br />

19 The tenderer has to submit documentary proof of having used material to<br />

specification as per tender documents.<br />

20 Warranty / Guarantee:<br />

a. The firm should give the minimum performance guarantee of deep screening of<br />

ballast by BCM Machine. In case the supplied plate performs less than the<br />

stipulated guarantee against each wear plate as given in the tender schedule in<br />

Annexure - I, the supplier will required to provide additional plates so as to make<br />

good performance of minimum guarantee.<br />

b. The wear plates to be supplied can be treated for achieving adequate hardness<br />

and toughness to achieve minimum performance guarantee of deep screening as<br />

given in the tender schedule. No deposit of any kind of extra material on wear<br />

plate for surface hardness is permitted.<br />

c. The supplier should deposit security deposit / performance guarantee amounting<br />

10% of the contract value, the performance guarantee and security deposit will<br />

be released only after 3 months beyond expiry of warranty period of satisfactory<br />

performance of wear plates.<br />

21 Option to vary the ordered quantity if applicable: The purchaser at any time<br />

during the currency of contract shall have the right to increase or decrease the<br />

ordered quantity in the contract by not more than 30% at the same price and terms<br />

and conditions as stipulated in the contract and the contractor shall supply the<br />

quantity so varied. The revised delivery schedule would be fixed for the varied<br />

quantity on the basis of original delivery schedule.<br />

22 Octroi: Octroi Exemption Certificate will be issued by <strong>Railway</strong>s and nothing extra<br />

shall be paid on this account.<br />

23 Evaluation of offers:- (Authority- <strong>Railway</strong> board letter No. 2006/RS (G)/779/2)<br />

dated 20.07.07)<br />

I. In case of multi items with single consignee the inter-se position will be decided on<br />

item wise.<br />

II In case of single item with multi consignee the inter-se position will be decided on<br />

consignee wise.<br />

24 Eligibility Criteria:-<br />

a) Tender will be awarded to those firms who have successfully supplied the tendered /<br />

similar item to <strong>Railway</strong>s. Tenderer must attach relevant documents along with the<br />

offer.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 7<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


WESTERN RAILWAY<br />

S137F<br />

SPECIAL CONDITIONS AND INSTRUCTIONS FOR THE GUIDANCE OF THE<br />

CONTRACTORS<br />

Special Conditions<br />

1. Earnest Money - Tenderers are required to deposit the amount specified in the Tender<br />

Form as EARNEST MONEY with the Chief Cashier, <strong>Western</strong> <strong>Railway</strong>, Churchgate,<br />

Mumbai in any one of the following manners.<br />

1.1 In Cash - This should be deposited in cash direct with the Chief Cashier, <strong>Western</strong><br />

<strong>Railway</strong>, Churchgate, Mumbai. CHEQUES WILL NOT BE ACCEPTED. No interest is<br />

payable on cash deposit. The receipt from the Chief Cashier, <strong>Western</strong> <strong>Railway</strong>,<br />

Churchgate, Mumbai must be attached with the tender.<br />

1.2 Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds - These forms<br />

of earnest money deposit could be either of the State Bank of India or of any of the<br />

Nationalized Banks.<br />

1.3 Deposit receipts and guarantee bonds executed by the Scheduled banks approved by<br />

the Reserve Bank of India for the purpose. In this event, this <strong>Railway</strong> will have to obtain<br />

concurrence of Reserve Bank of India before accepting such deposit receipts or<br />

guarantee bonds and as this may entail delay, it will be in tenderers' interest to adopt the<br />

other alternative methods available for depositing earnest money.<br />

1.4 Guarantee bonds executed or deposit receipts tendered by the scheduled banks which<br />

have not been approved by the Reserve Bank of India for the purpose, provided -<br />

1.4.1 The bond in question is countersigned by any of the approved banks (including the State<br />

Bank of India), whereby the latter undertakes full responsibility to indemnify the<br />

Government Department in the case of defaults.<br />

1.4.2 The Bank concerned lodges with the Reserve Bank of India requisite securities, namely,<br />

cash deposits or Government securities in respect of guarantees to be executed or<br />

deposit to be tendered by it.<br />

1.5 Deposit Receipts should be drawn in the name of Assistant Accounts Officer(X),<br />

<strong>Western</strong> <strong>Railway</strong>, Churchgate, Mumbai-400 020.<br />

1.6 7 Years National Savings Certificate (II Issue).<br />

7 Years National Savings Certificate (III Issue).<br />

7 Years National Savings Certificate (IV Issue) and<br />

7 Years National Savings Certificate (V Issue) can be pledged as standing earnest<br />

money.<br />

Note : In respect of the 7 Year National Savings Certificates(III & IV Issue) pledge as<br />

securities, the annual interest is payable to the pledger without reference to the pledger.<br />

It is, however, the responsibility of the pledger to produce the certificate at the counter of<br />

the post office every time he wants to take payments of the annual interest.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 8<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


1.7 Time Deposit Accounts which came into force on 16th March, 1970 and notified under<br />

M.O.F's Notification No.F-3(7) NS-70 dated 28.2.1970 may also be accepted as standing<br />

earnest money.<br />

2 Earnest Money and Security Deposit:<br />

(Authority: Rly Bd's letter No. 2004/RS(G)779/11 Dated 24.7.2007)<br />

2.1. The Earnest Money Deposit (EMD) shall be taken from all tenderers against advertised<br />

tenders subject to following exemptions:<br />

a) Vendors registered with National Small Scale Industrial Corporation upto the<br />

monetary limit of their registration for the items tendered.<br />

b) Vendors registered with <strong>Railway</strong>s upto the monetary limit of their registration for<br />

the items tendered/trade groups of the items tendered.<br />

c) Vendors on approved list of RDSO/PUs/CORE/<strong>Railway</strong>s etc. for those specific<br />

items for which they are on approved list.<br />

d) Manufacturers and their accredited agents.<br />

e) Other <strong>Railway</strong>s, Government Departments.<br />

2.2. Validity of EMD: EMD should remain valid for a period of 45 days beyond the<br />

final bid validity period.<br />

2.3 Return of EMD:<br />

(i)<br />

EMD of the unsuccessful bidders will be returned to them within 30 days after expiry of<br />

final bid validity.<br />

(ii) EMD will be refunded to the successful tenderers on receipt of<br />

Security money.<br />

3 In the case of 2.1 above the exemption allowed is only in the case of<br />

firms/manufacturers who deal with particular item or group or range of similar items.<br />

3.1 Tenderers who do not furnish the earnest money deposit must clearly indicate in their<br />

offer as to why they have not made the earnest money deposit and failure to do so will<br />

be taken as unwillingness on their part to deposit earnest money and such offers are<br />

likely to be passed over.<br />

3.2 Firms who are entitled to exemption for furnishing earnest money deposit vide<br />

para 2.1 above must produce the evidence along with their offer for consideration<br />

of such exemption<br />

3.3 Manufacturers should furnish the necessary evidence duly indicating the details of<br />

purchase orders executed by them for the items or groups or range of similar items<br />

tendered. Accredited agents of manufacturers must produce the necessary certificate<br />

from their principals.<br />

3.4 Small Scale Industrial Units recognized by the National Small Industries Corporation<br />

must furnish their registration certificate with the N.S.I.C.<br />

4 In the event of these successful tenderer(s) failing to furnish the required security deposit<br />

within the appointed time after the acceptance of their tender, the earnest money already<br />

deposited shall be forfeited.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 9<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


5 Security Deposit - The successful tenderer or tenderers shall within 14 days after written<br />

notice of acceptance of tender has been posted to him or them, deposit with the Chief<br />

Cashier, <strong>Western</strong> <strong>Railway</strong>, Churchgate, Mumbai - 400 020.<br />

5.1 The security deposit may be paid in any of the following manner –<br />

5.1.1 In cash or in the form of deposit as prescribed under earnest money, vide Para 1.1 to 1.7.<br />

5.2 In addition, the following deposits can also be made –<br />

5.2.1 Government securities at 5% below the market value.<br />

5.2.2 Deposit in the Post Office Saving Bank.<br />

5.3 Deposits in the Post Office Saving Bank should be hypothecated by the depositor to the<br />

Financial Adviser and Chief Accounts Officer, <strong>Western</strong> <strong>Railway</strong>, Churchgate, Mumbai and<br />

the pass book will remain in the custody of the Chief Cashier, <strong>Western</strong> <strong>Railway</strong>, Mumbai-<br />

400 020.<br />

5.4 When deposits are made in government securities it should be seen that all accrued<br />

interest to the debit on the G. P. Notes is duly collected by the depositors prior to the G. P.<br />

Notes being endorsed to the Financial Adviser and Chief Accounts Officer. There should<br />

be at least two blank cages on the G.P. Notes after the last endorsement by the depositor.<br />

These are necessary to enable further endorsement by the <strong>Railway</strong> to the Reserve Bank<br />

of India.<br />

5.5 In the case of endorsement signed 'PER BEARER FOR, power of attorney is necessary<br />

duly registered and such endorsement needs to be certified by the Public Debt Officer of<br />

the Reserve Bank of India with their rubber stamp before G.P. Notes are delivered to the<br />

<strong>Railway</strong>.<br />

6 (I) Safety items: Security deposit (SD) /performance guarantee shall be taken from all firms<br />

for contracts for all safety items placed against advertised tenders and global tenders<br />

subject to following exemptions:<br />

a) Vendors registered with National Small Scale Industrial Corporation upto the monetary<br />

limit of their registration for the items ordered.<br />

(II) Other than safety items: Security deposit (SD) shall be taken from all firms for<br />

contracts for items other than safety items placed against advertised tenders and global<br />

tenders subject to following exemptions:<br />

a) Vendors registered with National Small Scale Industrial Corporation upto the monetary<br />

limit of their registration for the items ordered.<br />

b) Vendors registered with <strong>Railway</strong>s upto the monetary limit of their registration for the<br />

items ordered/trade groups for items ordered or Vendors on approved list of<br />

RDSO/Pus/CORE/<strong>Railway</strong>s etc. for those specific items for which they are on approved list<br />

or Other <strong>Railway</strong>s, Government Departments on their specific request and on merits of the<br />

case as considered by tender committee<br />

(III) The usual security deposit, shall, however be taken in case the contracts are placed on<br />

unregistered/unapproved firms or for items for which a particular firm is not<br />

registered/approved.<br />

(IV)The amount of SD to be taken, wherever applicable, will be 10% of the total value of<br />

contract subject to upper ceiling of Rs.10 Lakhs for contracts valuing upto Rs.10 Crores and<br />

Rs.20 Lakhs for contracts valuing above Rs.10 Crores.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 10<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


Validity of SD: SD should remain valid for a minimum period of 60 days beyond the date<br />

of completion of all contractual obligations of supplier.<br />

Return of SD: After completion of all contractual obligations, SD will be returned to the<br />

successful supplier within 60 days.<br />

7 In the event of the successful tenderer/tenderers failing to make a security deposit in the<br />

manner aforesaid, the GENERAL MANAGER / CHIEF ENGINEER (TRACK MACHINE)<br />

shall be at liberty to forfeit any money lodged by the tenderer/tenderers with the Chief<br />

Cashier, <strong>Western</strong> <strong>Railway</strong>, Mumbai, against this tender and to cancel the acceptance of<br />

tender.<br />

8. All supplies shall be to the description and to the specification laid down and in strict<br />

accordance with the approved samples. The decision of the CHIEF ENGINEER (TRACK<br />

MACHINES) or an officer designated by him shall be final as to the quality of supplies<br />

received and/ shall be binding upon the Contractor and in case of any other articles<br />

supplied not being approved shall be liable to be rejected.<br />

9 Inspection - All articles ordered are subject to inspection, test and approval by an officer<br />

of the <strong>Railway</strong>, an officer from other <strong>Railway</strong>s, firm or department or by an Inspector of<br />

the Directorate General of Supplies and Disposals (Inspecting Branch) or as may be<br />

otherwise necessary as nominated by the purchaser in the Supply Order. Supplies not in<br />

accordance with the order will be rejected and the Chief Engineer (Track machine) will<br />

be at liberty to cancel the order and to purchase at the risk and cost of the defaulting<br />

firm.<br />

10 Contractor shall have to pay such fees as the Chief Engineer (Track machines) may<br />

require in connection with the analysis or test of materials. But such payment will be<br />

enforced only in the event of supplies or any portion of them being found inferior to<br />

specification or stipulated quality.<br />

11 Stores should not be insured at the cost of the <strong>Railway</strong> but should be securely packed<br />

safe transit in accordance with the conditions laid down in the GOODS TARIFF. The<br />

Contractors may insure consignment at their cost, if considered necessary by them.<br />

12 The Chief Engineer (Track machines) is not bound to accept the lowest or any tender,<br />

nor to assign any reason for not doing so and reserves to himself the right to accept any<br />

tender in respect of the whole or any portion of the items specified in the tender and<br />

contractor shall be required to supply at the rate quoted.<br />

13 Firms should furnish a statement on a proforma as prescribed as per Annexure 'A'<br />

14 Removal of Rejected Stores and Ground Rent - All rejected articles must be removed<br />

by the firm at their own cost within 21 days from the date of rejection notice. Such<br />

rejected stores shall lie at the contractor's risk from the day of rejection. If the rejected<br />

supply is not removed within the specified time, the Chief Engineer (Track machines)<br />

shall have the right to dispose of such stores as he thinks fit at the Contractor's risk and<br />

his account. In the case of stores despatched by rail and rejected at destination the<br />

material will be booked freight "To pay" without any further reference to the firm, if no<br />

information or disposal instructions is received within 21 days, ground rent or demurrage<br />

will be charged @ Rs.1.00 per day for articles weighing 50 Kgs. in weight and @<br />

Rs.5.00 per day for bulkier or heavier articles and these charges shall be payable before<br />

the rejected stores are removed.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 11<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


15.1 Should the rejected articles be returned to suppliers or consigned at his request to any<br />

other station both inward and outward freight thereon will be calculated at public tariff<br />

rate. Should rejected material be taken over by a local agent on behalf of the supplier<br />

and should the said article have been originally booked by the supplier freight "To Pay"<br />

the proportionate inward freight on rejected material will be recovered from the vendor at<br />

public tariff rate.<br />

16 Taxes and Duties are permissible only on the price for delivery at the place of removal<br />

and not on cost of transportation to other places of delivery. The purchaser will not be<br />

responsible for payments of taxes and duty paid by the suppliers under misapprehension<br />

of law and in such cases even if the suppliers bills contain an element of tax or duty<br />

which is not payable by the purchaser, such payments will be disallowed.<br />

17 Book Examination Clause -<br />

(1) The contractor shall whenever called upon and requiring to be produce or cause to<br />

be produced for examination by any Government Officer duly authorised in that behalf<br />

any cost or other account book of account, voucher receipt, letter, memorandum, paper<br />

or writing or any copy of or extract from any such documents and also furnish<br />

information any wise relating to such transaction and procedure before the duly<br />

authorised Government Officer returns verified in such manner as may be required<br />

relating in any way to the execution of this contract or relevant for verifying or<br />

ascertaining the cost of execution of this contract(the decision of such Government<br />

Officer on the question of relevancy of any document information of returns being final<br />

and binding on the parties).<br />

The obligation imposed by this clause is without prejudice to the obligation of the<br />

contractor under any statute, rules or orders shall be binding on the contractor.<br />

(2)The contractor shall, if the authorised Government Officer so requires (whether before<br />

or after the prices have been finally fixed), afford facilities to the Government Officer<br />

concerned to visit the contractor's works for the purpose of examining the processes of a<br />

manufacture and estimating or ascertaining the cost of production of the articles. If any<br />

portion of the work be entrusted or carried out by a sub-contractor or any or its<br />

subsidiary of allied firms or company, the authorised Government Officer shall have the<br />

power to examine all the relevant book of such sub-contractor or any subsidiary of allied<br />

firm or company shall be opened to his inspection as mentioned in clause (I)<br />

(3) If on such examination, it is established that the contracted price is in excess of the<br />

actual cost plus reasonable margin or profit, the purchaser shall have the right to reduce<br />

the price and determine the amount to a reasonable level.<br />

Where a contract provides for book examination clause, the contractor or its agency is<br />

bound to allow examination of its books within a period of 60 days from the date the<br />

notice is received by the contractor or its agencies calling for the production of<br />

documents as under Clause (I) above. In the event of contractor's or his agencies failure<br />

to do so, the contract price would be reduced and determined according to the best<br />

judgement of the purchaser, which would be final and binding on the contractor and his<br />

agencies.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 12<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


Instructions<br />

1. Tenderers must fill in their rates in the tender form and return it duly signed. The<br />

envelope containing the tender form must be sealed and endorsed and should be<br />

dropped in the tender box provided in the Executive Engineer/ TMC’s office, Old<br />

Bldg., 2nd floor, Churchgate, Mumbai 400 020 not later than 14.30. hrs. on the due<br />

date of opening as given in the tender notice. Tenderers who submit their tenders by<br />

post must dispatch them under registered cover acknowledgement due so as to reach<br />

the Office of Executive Engineer/TMC’s office, Old Bldg., 2nd floor, Churchgate, Mumbai<br />

- 400 020 by the due date and time.<br />

1.1 Tenders will be opened publicly at 15.00 hrs. on the specified date of opening in the<br />

Office of the Executive Engineer/ TMC’s office, Old Bldg., 2nd floor, Churchgate,<br />

Mumbai 400 020.<br />

2. Tenderers or their representative may attend the opening of the tenders, if they so<br />

desire.<br />

3. Tenderers are advised, in their own interest, to check their offer before submission.<br />

Request for enhancement or amendment of any of the terms and conditions will, in no<br />

circumstances, be considered after opening of the tender.<br />

3.1 No alteration, erasures or overwriting are permitted on the tender form. The tenders with<br />

alterations, erasures and overwriting are liable to be rejected.<br />

3.2 The terms and language used in filling tenders must be clear and precise.<br />

4. Deviation - Tenderers must note that deviation from the following will not normally be<br />

allowed. If however they are required, the tenderer must clearly indicate cogent reasons,<br />

for deviations indicating the reference of the particular clauses against the following<br />

sections and the deviations offered.<br />

Tender form - Schedule of requirements<br />

Special Conditions.<br />

Instructions<br />

5. The rates quoted in all cases must be firm and inclusive of all charges for free delivery at<br />

as per tender documents, with all packing charges for safe transit by rail.<br />

6. Price quoted should be strictly in accordance with the units specified, otherwise<br />

quotation are liable to be passed over.<br />

6.1 Tenderers should quote firm prices as far as possible. Offers subject to price variation,<br />

are liable to be passed over.<br />

6.2 In case material price escalation clause is accepted all claims made against the clause<br />

will be verified by the Financial Adviser and Chief Accounts Officer of this <strong>Railway</strong> with<br />

reference to firms records. For this purpose the firm should produce complete records<br />

whenever called for, for examination/verification of their claims under escalation.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 13<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


7. If the rates quoted by the tenderers are exclusive of Sales Tax, Central sales Tax or any<br />

other taxes or levies which are payable, in addition, the exact rates at which they are<br />

payable, should be shown clearly in the tenders. In the absence of clear indication that<br />

these levies are payable in addition to the rates quoted, it will be assumed that rates are<br />

inclusive of all taxes and no extras will be claimed. If 'D' Form or 'A' Form or 'AF' Form is<br />

required, it should clearly be indicated in the Tender. Where Sales Tax is claimed and<br />

provided as payable in the supply order, payment of same will not be made by the<br />

Financial Adviser and Chief Accounts Officer unless the following certificate is given<br />

with the bills -<br />

" Certified that the Sales Tax as claimed in this bill is legally payable to buyers and has<br />

been paid/ will be paid by us to the Sales Tax Authorities. Our Sales Tax Registration<br />

No. is ______________________________."<br />

7.1 If in a Contract the movement of goods from abroad into India is as a result of<br />

convenient or incident to the Contract of sale, the sale is in the course of import into the<br />

territory of India under Section 5 (2) of Central Sales Tax Act, and no sales tax is<br />

leviable thereon. It is not necessary, that a sale should precede the import. Tenderers<br />

are, therefore, hereby informed that no sales tax will be paid for in the case of contracts<br />

where goods have to be imported by the suppliers for the performance of the contract is<br />

on f.o.r. c.i.f. and f.o.b. basis.<br />

8 The time in which the material can be supplied from the date of receipt of order must be<br />

clearly stated.<br />

9 Whenever samples are called for, they must be sent so as to reach the office by the<br />

opening date otherwise offers are liable to be rejected.<br />

9.1 Local firms must collect their unaccepted samples within 15 days after the tender is<br />

decided and exhibited at the Information Bureau. Thereafter, they will be disposed of by<br />

the <strong>Railway</strong> without any notice and the firms will have no claim on their samples.<br />

10 If import licence is required, c.i.f. value should be indicated.<br />

11 <strong>Indian</strong> Standard Specifications may be obtained from <strong>Indian</strong> Standards Institution, Manek<br />

Bhavan, 9-Bahadddurshah Zaffar Marg, New Delhi-110 011(TELEGRAPHIC ADDRESS,<br />

MANAK SANSTHA) or from their branches.<br />

12 <strong>Indian</strong> <strong>Railway</strong> Standards Specifications may be obtained from the Manager of<br />

Publications, Civil Line Delhi (TELEGRAPHIC ADDRESS: EX INFOR ,DELHI).<br />

13 The stores should be in accordance with the drawings and specifications indicated against<br />

each item of the schedule or requirements as amended from time to time, the tenderers<br />

may, however, quote for their own products, indicating details of variations from the<br />

drawings and specifications as mentioned in the schedule. In such cases, a certificate<br />

must be furnished that the product offered is acceptable to <strong>Railway</strong>s and that it is in<br />

intensive use on one or more established <strong>Railway</strong>.<br />

14 Last rates quoted against the material supplied to <strong>Western</strong> <strong>Railway</strong>/Other Zonal <strong>Railway</strong>s /<br />

<strong>Railway</strong> Board/DGS&D along with the relevant Supply Order No. & Date should be<br />

recorded by the tenderer as per proforma given below:-<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 14<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


Description of the Supply Order No. and Last Rate quoted by Name of the<br />

Material<br />

Date<br />

the Tenderer Purchaser<br />

1 2 3 4<br />

14.1 In case, the material has not been supplied to Purchasers as above(including <strong>Western</strong><br />

<strong>Railway</strong>), the latest ruling rate at which supplies have been made by the Tenderer to other<br />

firms in the Private/public sector may be quoted by the Tenderer with supply order details:-<br />

Description of the<br />

Material<br />

Supply Order No.<br />

and Date<br />

Latest ruling Rate at<br />

which supplies have<br />

been made<br />

Name of the Purchasing<br />

Firm in the Private/Public<br />

Sector<br />

1 2 3 4<br />

15. In the case of materials coming under the classification of "Excepted Articles" mentioned<br />

in Para 141 of Goods Tariff No. 35, Part I, the prescribed procedure of declaring the<br />

goods and paying percentage charges as per goods tariff should be followed strictly by<br />

the Contractor failing which they will be held solely liable in case of loss, destruction,<br />

damages or deterioration and the <strong>Railway</strong>s will accept no liability.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 15<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


ANNEXURE '.A.'<br />

Performance of Orders by Firms<br />

A. Orders received for_________________________ By Firm_____________________<br />

Details of Orders;-<br />

Performance of Orders.<br />

Sr.<br />

No<br />

Order<br />

place<br />

d by<br />

Order<br />

No. &<br />

Date<br />

No.<br />

of<br />

Ord<br />

er<br />

Qu<br />

anti<br />

ty<br />

Date of<br />

Complet<br />

ion of<br />

Delivery<br />

Details of<br />

complaint if<br />

any,<br />

regarding the<br />

quantity and<br />

poor<br />

performance<br />

When<br />

Bill<br />

was<br />

submit<br />

ted<br />

When<br />

bill<br />

was<br />

paid<br />

If full<br />

pay<br />

ment<br />

of<br />

bill<br />

was<br />

mad<br />

e<br />

1 2 3 4 5 6 7 8 9 10 11<br />

Remark<br />

s<br />

B. Equipment of Staff Statement:-<br />

The place & details of The details of Complaints, if any Remarks<br />

number of type of staff employed at received against the<br />

equipments owned at (I) the firm's particular member or<br />

firm's premises and on premises members of staff in<br />

the details of (ii) field work charge of field work<br />

accommodations stocks<br />

and the turnover<br />

1 2 3 4<br />

Signature of the Tenderer_____________________<br />

Name and Address of the firm____________________.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 16<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


<strong>Western</strong> <strong>Railway</strong><br />

S47F<br />

From (To be filled in by the tenderer)<br />

To,<br />

The President of India,<br />

Through Chief Engineer/TMC/CCG<br />

<strong>Western</strong> <strong>Railway</strong><br />

Regist. No. with W. Rly. Regist. No.<br />

with NSIC<br />

Regist.No. with TMC<br />

Tender No.<br />

W641/22/11/197<br />

Description<br />

Wear plates required for BCM<br />

Machines.<br />

(15 types of wear plates)<br />

Details as per Annexure – I<br />

enclosed.<br />

Make: Indigenous.<br />

Specification/<br />

DRG No.<br />

Date of sale of<br />

tender form –<br />

24.5.2012<br />

Quantity<br />

As per<br />

Annexure - I<br />

Unit<br />

Nos.<br />

Due to opened on –<br />

26.6.2012 at 15.00 Hrs.<br />

Basic Rate at which<br />

plates of one set<br />

will be supplied (In<br />

fig)<br />

CST rate applicable<br />

Sales tax rate<br />

applicable<br />

VAT rate applicable<br />

Excise duty<br />

applicable.<br />

Packing &<br />

Forwarding<br />

Freight<br />

Extras if any<br />

Gross rate in fig<br />

Gross rate in words<br />

Counter offer, if any<br />

Delivery Period<br />

Delivery/F.O.R./Free at<br />

Country of origin<br />

Maker’s<br />

Name/Brand<br />

1. The acceptance of this tender shall constitute a binding contract between me/us and the<br />

President of India acting through Chief Engineer/TMC/CCG, <strong>Western</strong> <strong>Railway</strong>.<br />

2. No C or D form shall be issued.<br />

3. Octroi certificate will be issued on demand.<br />

4. Tenderers are required to quote their rates for individual items in the Annexure – I in<br />

the proforma given above.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 17<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


List of Wear Plates for BCM Machines.<br />

Sr.<br />

No.<br />

Description Part No. Minimum<br />

stipulated<br />

performan<br />

ce life of<br />

individual<br />

plate of<br />

deep<br />

screening.<br />

Quantity<br />

in Nos.<br />

1 Wear Plate 64.08.1469 14 KM 20<br />

2 Wear Plate 64.08.1619 15 KM 15<br />

3 Wear Plate 64.08.1456 25 KM 10<br />

4 Wear Strip 62.08.1299 15 KM 12<br />

5 Wear Plate 64.08.1457 20 KM 04<br />

6 Wear Plate 64.08.1617 20 KM 06<br />

7 Wear Plate 64.08.1329 14 KM 12<br />

8 Wear Arch 64.08.1333 14 KM 12<br />

9 Wear Plate 64.08.1618 20 KM 06<br />

10 Wear Plate 64.08.1620 14 KM 06<br />

11 Wear Plate 62.08.1300 20 KM 10<br />

12 Wear Plate 62.08.1301 15 KM 06<br />

13 Wear Arch 62.08.8033 40 KM & 03<br />

ABOVE<br />

14 Wear Plate 64.08.1451 14 KM 08<br />

15 Wear Plate 64.08.1461 20 KM 10<br />

Annexure - I<br />

Basic Rate in<br />

Rs for each<br />

Make: Indigenous<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 18<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


Annexure - II<br />

RDSO STANDARAD SPECIFICIATON No. TM/HM/6/15 OF WEAR PLATES FOR<br />

BALLAST CLEANING MACHINE ( Provisional ) – 1993 .<br />

1.0 This specification covers the requirements of wear plates for use with the ballast cleaning<br />

machines deployed on <strong>Indian</strong> <strong>Railway</strong>s for deep screening of ballast. There are two<br />

troughs on either side of the machine in which the cutter chain moves and scoops the<br />

material for throwing it onto the screens. These troughs are lined by wear plates which<br />

are bolted to the main body of the troughs to facilitate replacement once these get worn<br />

out.<br />

2.0 This specification is provisional and subject to modification based on experience<br />

gained during service performance.<br />

3.0 MATERIAL AND PHYSICAL PROPERTIES.<br />

(a) Recommended Steel Grade 826 N 31 to BS 970: Pt. II 1970<br />

Material<br />

(Specification for wrought steel).<br />

(b) Hardness 341 to 401 BHN<br />

(c) Heat Treatment After suitable heat treatment the mechanical<br />

properties should conform the requirements of<br />

steel Gr. 826 M 31 to BS 970: Pt. II: 1970 keeping<br />

the limiting ruling section 2.5” in view.<br />

4.0 MANUFACTURE<br />

Manufacture should have the essential facilities required for manufacture of the above<br />

component as appended below:<br />

4.1 The items shall be procured from the reputed steel makers in the rolled condition and the<br />

following requirement shall be satisfied.<br />

• The steel shall be killed.<br />

• Use of wide – end up moulds desired.<br />

• Minimum 10% top discard and 4% bottom discard.<br />

• For ingot practice 16.1, and for continuously casting practice 8.1 reduction ratio<br />

are to be ensured.<br />

• Two stage rolling with intermediate dressing to be required.<br />

• All the materials procured, shall be covered with proper test certificates<br />

indicating the complete test results to ensure that they conform to the<br />

requirements of the relevant specifications.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 19<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


4.2 Heat Treatment<br />

• Oil fired / electric furnace equipped with temperature indicating – cum –<br />

recording facilities.<br />

• Quenching tank with suitable agitating system.<br />

4.3 The supplier shall carry out the detailed cross check of the components, procured by him<br />

for which following facilities are required at his end.<br />

• Chemical analysis (Instrumental / Wet method )<br />

• Hardness testing Brinell / Reckwell )<br />

• Tensile<br />

• Bend<br />

• Izod / Charpy impact test<br />

• Macroscopic test<br />

• Microscopic test with magnification 100 x min. ( Photography attachment<br />

preferable ).<br />

……………<br />

Authority RDSO’s Specification No. TM/HM/6/15 issued vide letter No. TM/HM/6 dated 30/04/1993.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 20<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


WESTERN RAILWAY<br />

Track Machine Organisation (Engg. Deptt.)<br />

Tender Notice No.W641/TMC/2012 - 13 / 02 Date 15.5.2012<br />

1 Sealed tenders for and on behalf of The President of India, are invited by Chief Engineer<br />

(Track Machines), <strong>Western</strong> <strong>Railway</strong>, Churchgate, Mumbai for the supply of spares<br />

/repairs and maintenance work of track machines as per annexure attached subject to<br />

following conditions.<br />

a) The tender offer should be submitted only in the non-transferable tender document form.<br />

b) The cost of the tender documents is not refundable.<br />

2 Tender documents can be obtained from the office of ‘Executive Engineer (TMC),<br />

<strong>Western</strong> <strong>Railway</strong>, Head Quarter office, old building, (II floor), Churchgate, Mumbai - 400<br />

020, on working days between 10.30 hrs. to 17.00 hrs. against production of necessary<br />

Cash Receipt for the cost of tender fee issued by Chief Cashier, <strong>Western</strong> <strong>Railway</strong>,<br />

Churchgate, Mumbai -400 020 or against crossed A/c. payee Postal order or demand<br />

draft / Pay order drawn in the name of Chief Cashier, <strong>Western</strong> <strong>Railway</strong>, Churchgate,<br />

Mumbai-400 020. The cash payment receipt / A/c Payee postal order/ Demand draft<br />

/Pay order should be enclosed with the application for the tender document. Money<br />

orders or Cheques will not be accepted. The tender documents will not be issued<br />

after 12:00 hrs on the due date of opening of tender. Earnest Money Deposit can also<br />

be made as above.<br />

3 Tenderers desiring tender documents by Registered Post or Speed Post should pay<br />

additional Rs.50/- & Rs.100/- respectively in addition to the amount mentioned for the<br />

purchase of tender documents in the annexure attached.<br />

4 Tender documents will be issued free of cost to NSIC registered firms who are<br />

registered for a particular item/Trade group of tendered items, on submission of relevant<br />

valid NSIC Certificate duly attested along with their requisition for tender forms. If such<br />

firms desire to receive tender documents by post, they are required to send additional<br />

postal charges of Rs.50/- for registered AD and Rs.100/- for speed post.<br />

5 The offers must be submitted in the prescribed form failing which it is liable to be<br />

summarily rejected.<br />

6 Tender duly filled in the prescribed form and duly signed and stamped on all the pages,<br />

should reach the Office of ‘Executive Engineer (TMC) <strong>Western</strong> <strong>Railway</strong>, Head Quarter<br />

office, old building, (II floor), Churchgate, Mumbai - 400 020, latest by 14.30 hrs. on or<br />

before the due date of opening shown in the annexure attached. Tender will be opened<br />

at 15.00 hrs. on the due date in the presence of the authorized representative of firms<br />

who want to be present. If the due date happens to be Holiday, the tender will be<br />

opened on the next working day at the same time.<br />

Tenderer/s should quote Tender No, due date, firm’s name, brief particulars of<br />

tendered items and their full postal address on the sealed envelope.<br />

7 Firms not qualifying for exemption of Earnest Money as per the categories given in the<br />

“Additional Special Conditions“ of tender document must deposit the requisite Earnest<br />

Money along with the tender document. Earnest Money deposited subsequent to the<br />

opening of the tender will not be considered as valid. Tender without valid EMD will be<br />

rejected. The tenderer must read concerned para about EMD in the tender form<br />

carefully.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 21<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


8 Tender documents can also be downloaded from <strong>Western</strong> <strong>Railway</strong>’s Internet website<br />

www.wr.indianrail.gov.in Tenderers downloading the tender documents through<br />

internet shall enclose a separate Demand Draft towards the cost of tender documents<br />

and separate Demand Draft towards Earnest Money Deposit, in favour of “Chief<br />

Cashier, <strong>Western</strong> <strong>Railway</strong>, Churchgate, Mumbai-400 020”, failing which tenders are<br />

liable to be rejected. In case the firms are eligible for getting Tender documents free of<br />

cost as per para 4 above, firms can submit the offer in the downloaded Tender<br />

documents along with attested copy of valid certificate of “National Small Industries<br />

Corporation” for concerned tendered items otherwise their offer will be liable to be<br />

rejected.<br />

9 The tenderers who are found to be indulging in changing/adding or deleting the contents,<br />

of the downloaded tender documents will be liable to face necessary action as per extant<br />

instructions which could be removal from approved list, banning suspension of business<br />

dealing etc.<br />

10 In case of any discrepancy between the tender documents downloaded from internet<br />

and the master copy available in the office, the latter shall prevail and will be binding on<br />

the Tenderer(s). No claim on this account will be entertained.<br />

11 <strong>Railway</strong> reserves right to accept or reject any tender in full or part or reject all the<br />

tenders without assigning any reason whatsoever and <strong>Railway</strong>s decision will be final and<br />

binding.<br />

12 Late / delayed tenders will not be considered.<br />

13 <strong>Railway</strong>s do not take responsibility for delay/loss/non receipt of tender documents sent<br />

by post.<br />

14 Incomplete offers are liable to be rejected.<br />

15 Eligibility Criteria:-<br />

a) Tender will be awarded to those firms who have successfully supplied the tendered /<br />

similar item to <strong>Railway</strong>s. Tenderer must attach relevant documents along with the<br />

offer.<br />

TENDERER’S SIGNATURE for CE/TMC/CCG 22<br />

WITH RUBBER STAMP<br />

WESTERN RAILWAY<br />

for and on behalf of President of India


Sr.<br />

No<br />

Tender Notice No.W641/TMC/2012 - 13 / 02<br />

Tender No. Description of item Tender<br />

Value in Rs<br />

1 W641/22/11/197 Procurement of wear plates<br />

required for BCM Machines.<br />

(15 types of wear plates)<br />

Make: Indigenous.<br />

Earnest<br />

Money<br />

in Rs.<br />

Delivery<br />

Period<br />

Tender<br />

documents<br />

available<br />

for sale<br />

from<br />

Due date<br />

of opening<br />

of tender<br />

Cost of Tender<br />

documents in Rs.<br />

Mode of delivery<br />

Direct<br />

sale<br />

By<br />

Regd.<br />

A/D<br />

By<br />

speed<br />

post<br />

495307/- 9900/- 60 days 24.5.2012 26.6.2012 150 200 250<br />

TENDERER’S SIGNATURE for CE/TMC/CCG<br />

WITH RUBBER STAMP WESTERN RAILWAY<br />

for and on behalf of President of India<br />

23

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!