N O T I C E - Indian Railways



[pic]

TENDERES ARE ADVISED TO SUBMIT THEIR OFFER IN SEALED ENVELOPE/COVER

[pic]

|For |

|Annual Maintenance Contract |

|of |

|Local Area Network |

|In |

|DMW, Patiala |

Tender Closing : 28.10.2015 Time : 15:00 Hrs

Tender Opening: 28.10.2015 Time : 15:30 Hrs

Cost of Tender Document – Rs. 2,000/-

(To download from website)

Cost of Tender Document – Rs. 2,500/-

(By post)

Earnest Money - Rs. 20,950/-

Index

|SN |Section |Subject |Page No. |

|1. |Name of Work |Annual Maintenance Contract of Local Area Network in DMW/ Patiala for |1 |

| | |one year (extendable for 2nd & 3rd year). | |

|2. |Index |Index |2 |

|3. |Cost sheet |Cost Sheet |3 |

|4. |Top Sheet |Top Sheet |4 |

|5. |Declaration |Declaration |5 |

|6. |Part I |Preamble |6 |

|7. |Part II |Tender Conditions and Instructions to Tenderer/s |7-15 |

|8. |Part III |Definitions |16-17 |

|9. |Part IV |Special Terms & Conditions |18-23 |

|10. |Part V |Special conditions for using downloaded tender document (applicable to |24 |

| | |those Tenderer/s using downloaded documents) | |

|11. |Part VI |Scope and Details of Work |25-29 |

|12. |Part VII |Schedule of quantities and Performa for Quoting Rates |30-33 |

|13. |Part VIII |Documents Filled-up & Submitted |34 |

|14. |Annexure-I to VIII |Proforma`s |35-42 |

|15. |Map |Location Map of DMW |43 |

|16. |Diagram |Network Diagram of LAN in DMW, Patiala |44 |

DMW-PATIALA

Office of the

Sr.EDPM

EDP Centre

DMW, Patiala

147003

COST SHEET

Open Tender Notice No. Tender No: DMW/EDP/LAN/AMC/115 Part-III

Name of Work: Annual Maintenance Contract of Local Area Network in DMW/ Patiala

|S. No. |Particulars |Details |

|1. |Approximate Cost |Rs 10,47,367/- |

| | |(Inclusive of all taxes) |

|2. |Earnest Money |Rs 20,950/- |

|3. |Last Date and time of submission of Tender | 28.10.2015 at 15:00 Hrs |

|4 |Date and time of opening of tender | 28.10.2015 at 15:30 Hrs |

|5 |Place of tender submission |Office of Sr.EDPM, DMW, Patiala |

|6. |Completion Period |One year, extendable for 2nd & 3rd year |

|7. |Validity of Offer |120 days from the date of opening |

|Name and address of the party to whom tender | |To be filled by Tenderer |

|sold/ downloaded. | |Earnest Money/ Tender Document Cost: |

M/s. ________________________________ DD/FDR/CR No./dt.: ______________

____________________________________ Amount Rs. : ___________________

____________________________________ Issued By : ____________________

TOP SHEET

Tender No: TENDER NO: DMW/EDP/LAN/AMC/115 Part-III

|1. |Name of work |: |Annual Maintenance Contract for the Local Area Network in |

| | | |DMW/ Patiala |

|2. |Approx. Value of this tender |: |Rs 10,47,367/- |

| | | |(Inclusive of all taxes) |

|3. |Completion period |: |1 year |

| | | |(Extendable for 2nd & 3rd year) |

|4. |Earnest Money |: |Rs 20,950/- |

|5. |Date of opening |: |28.10.2015 (15:30 hrs.) |

|6. |Name & address of party to whom tender sold. |: | |

|7. |Whether the partnership and constitution deed with the tender|: | |

| |attached. | | |

|8. |Whether partnership deed and power of attorney furnished with|: | |

| |the tender. | | |

|9. |Whether all pages of tender form have been signed by the |: | |

| |Tenderer/s. | | |

|10. |Whether a list of work completed, with their value and |: | |

| |agreement No. with the tender submitted. | | |

|N.B. |The above information may please be furnished invariably. |

| |It is verified that the requisite earnest money is in proper form and information as above has been furnished. |

| | | Signature of the Tenderer(s) |

DECLARATION

DMW Patiala

The President of India,

Acting through the Sr.EDPM,

DMW Patiala,

Patiala (Punjab).

1. I/ We ______________________________________________have read the various conditions of the tender attached hereto 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 thereto, I/ We will be liable for forfeiture of my/our “Earnest Money”.

2. I/ We offer to do the work for “As on Ist sheet, at the rates quoted in the attached schedule and hereby bind myself/ ourselves to complete the work in all respects within 12 months from the date of issue of letter of acceptance of the tender. I/ We also hereby agree to abide by the General and Special Conditions of Contract and to carry out the works according to the specifications for materials and works laid down by the Railway for the Present Contract.

3. A sum of Rs. __________________________________ is herewith forwarded as Earnest Money. The full value of the earnest money shall stand forfeited without prejudice to any other right or remedies under this contract and the Railway is also bound to recover the balance amount of losses suffered on this work to be got executed through other agencies under the contract if :-

a. I/ We withdraw the offer within the validity period.

or

b. I/ We do not execute the contract documents within 7 days after receipt of notice issued by the Railways that such documents are ready.

or

C. I/ We do not commence the work within 10 days after the receipt of the order to that effect.

The amount of earnest money in the form of Pay Order, Deposit Receipt, Demand Draft, No:________________________ dated ____________________ is attached herewith.

4. Until a formal agreement is prepared and executed acceptance of this tender shall constitute a binding contract between us as indicated in the letter of acceptance for this work.

|Tenderer/s Address |Signature of the Tenderer/s |

| | |

| |Dated___________________ |

| | |

| |Signature of Witness: |

| | |

PART- I

PREAMBLE

1. The Ministry of Railways, Government of India has a production Unit by name DMW Patiala (DMW). DMW is located in Patiala (Punjab) at a distance of approximately 4 Kms. from the Patiala Railway Station.

2. Integrity of System: To provide uninterrupted services of LAN, which is required for the smooth running of Material Management, Financial Accounting & Payroll management Software Applications in DMW. These applications are closely integrated to each other.

3. Sr. EDPM, DMW Patiala, on behalf of the President of India invites sealed tenders for Annual Maintenance Contract of Local Area Network in DMW/ Patiala for one year (extendable for 2nd & 3rd year) as detailed in Part-VI of this document, which would include:

1. Maintenance and configuration of Central, Distribution & Edge Switches, Wi-Fi Access points and fiber modules i.e. active components (as listed at clause Part-VI).

2. Maintenance of other passive equipment listed in this tender document (as listed at Part-VI).

PART- II TENDER CONDITIONS AND INSTRUCTIONS TO TENDERER/S

1. The powers conferred upon the President by these conditions and all directions, discretion, and approvals to be given by him may, unless otherwise expressly provided by these conditions, be exercised by Sr. EDPM for the time being or any other officer deputed by the FA&CAO.

2. ELIGIBILITY CRITERIA

As per conditions laid down in Part-IV (Special Terms & Conditions).

3. Documents in support of eligibility criteria to be submitted as per ‘Annexure-II’.

4. AVAILABILITY OF TENDER FORM

Tender documents can be obtained from:

i. Office of the Sr.EDPM, EDP Centre, Adm. Building, DMW, Patiala (Punjab) on any working day from Monday to Friday from 10:00 hrs to 15:00 hrs. before 28.10.2015 and upto 11:30 hrs. on 28.10.2015 on payment of Rs. 2,000/- (Rs. Two Thousand only) per tender document in form of Cash Receipt obtained from Assistant Chief Cashier, Cash & Pay Office, Accounts Deptt., DMW, Patiala or Demand Draft in favour of FA&CAO, DMW, Patiala’ payable at any nationalized/ scheduled bank at Patiala .

ii. Tender forms can be downloaded from DMW website dmw..in. The offers submitted on prescribed form downloaded from the website must be accompanied with cost of tender documents i.e. Rs. 2000/- in the form of Demand Draft in favour of ’FA&CAO/DMW, Patiala’ payable at any nationalized/ scheduled bank at Patiala, for proof of having submitted the cost of tender document.

In case, the tender documents are required by registered post, additional Rs. 500/- have to be added in the tender cost (Rs. 2,000). The cost of tender document is neither refundable nor transferable. All the tender documents must be submitted in a sealed cover, super scribed as “Annual Maintenance Contract of Local Area Network in DMW/ Patiala” and should be deposited in the tender box in the Office of Sr.EDPM/DMW/Patiala, up to 15.00 hrs on or before 28.10.2015. The tenders will be opened soon after at 15.30 hrs and the rates will read out in the presence of such Tenderer/s as are present. The tenders received after the time and date specified above may not be considered. In case, the intended date for opening of tender is declared a holiday, the tenders will be opened on the next full working day at the same time and place.

5. VALIDITY OF OFFER

120 days from the date of opening of the tender.

6. CONDITIONS OF CONTRACT AND SPECIFICATION

6.1 Indian Railway General Conditions of Contract (Works) and specifications of 2014 as current on the date of the agreement, subject to modifications or supplementary instructions to Contractor and also any terms and conditions as specified in this document or as may be stipulated by the DMW Patiala shall govern this contract. Wherever, Conditions of these documents are in conflict with the other said documents, the provisions of this document shall prevail.

6.2 “The General Manager” appearing in the Indian Railway General Conditions of contract (works) as mentioned above shall mean CAO/R, DMW Patiala. All other stipulations appearing in the said conditions shall apply to DMW Patiala, mutatis-mutandis.

6.3 All fluctuations in the rate of labour, materials, and general commodities and other possibilities of each and every kind should be considered before quoting the rates and no claim on this account shall be entertained by the Railway under any circumstances.

6.4 All the Taxes/levies by the Central or State Govt. or local bodies i.e. VAT, Sales tax. Works contract tax, octroi, service tax, income tax etc shall be borne by the Tenderer/s. No part of such Taxes on contractors labour or material will be paid by the Railway. This should be kept in view before submitting tender and rates/cost offered should be all inclusive.

However, if there is any change in the statutory taxes such as VAT, PVAT, Sales tax. Works contract tax, octroi, service tax etc (except Income Tax), the increase in the Tax amount shall be refunded on submission of proof of payment. Similarly, the decrease if any in the Taxes will be recovered from the bill, which is to be declared by the firm while submitting bill.

7. MATTERS FINALLY DETERMINED BY THE RAILWAY

All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the works or after their completion and whether before or after the determination of the contract, shall be referred by the contractor to the Railway and the Railway shall within a reasonable time after their presentation make and notify decisions thereon in writing. The decisions, directions and certificates with respect to any matters the decisions of which is specially provided for by these or other special conditions, given and made by the DMW, represented by Sr.EDPM and shall be final and binding upon the contractor and shall not be set aside on account of any informality, omission, delay, or error in proceedings, in or about the same or any other ground or for any other reason and shall be without appeal.

8. COMPLETION OF TENDER DOCUMENTS

The tenderer/s shall quote rates of individual items in the attached PART VII – PROFORMA FOR QUOTING RATES, against each item, in figures as well as words.

i. The Tenderer/s should quote their most competitive prices and it should be noted that their quotations will not ordinarily be subject to further negotiations. Negotiations may however, be carried out by the DMW, whenever it is considered justified and DMW's decision therein shall be final.

ii. Schedule of quantities (Part VII) attached with the tender gives the approximate quantities. The tenderer/s should note that the quantities of various items as shown are approximate and are given as a guide. These are subject to variations depending on the final requirement of the Railway. Any variations (additions, reduction and omissions) in the quantum of work to be actually carried out shall not form the basis of any dispute regarding the rates to be paid and Railway shall not give any claim or compensation on account of any increase or decrease either in the quantities or in the contract value. Contractor will have to complete the work as per caption of the work at the original rates quoted by them irrespective of variation involved in the work. The contractor/ Tenderer/s will not be allowed to increase his/ their rates till the completion of the work.

iii. Each page of the tender document is required to be signed by the Tenderer/s or such persons(s) on his/ their behalf who, is/are legally authorized to sign for him/ them.

Tenders containing erasures, correction, fluid and alterations are liable to be rejected, if not authenticated (if any corrections become necessary). These must be made in ink and all such alterations must be attested by the full signature of the Tenderer/s).

iv. Additional conditions or stipulations, if any, must be mentioned by the tenderer/s in covering letter with the tender. It should however, be noted that the Railway reserves the right not to consider conditional tenders and reject the same without assigning any reason. Only those additional conditions which are explicitly accepted by the Railway shall form part of the contract.

v. The tender is not transferable. The tenderer should sign each page of the tender document and should submit all of them with the tender, failing which the tender is liable to be rejected.

vi. The prices quoted shall be firm throughout the period of the validity of the offer and during the currency of the contract subsequently including extended validity of offer and/or contract if any and shall not be subject to any variation.

9. QUOTING OF RATES

The Tenderer/s should quote their most competitive rates. The rates shall be quoted on yearly basis for each item in the given schedule of quantities and rates. The rates quoted shall be FIRM and the all taxes, duties, levies applied from time to time by the Govt./ local bodies should be clearly mentioned. No extra whatsoever shall be paid by railway on this account.

9.1 SCHEDULES FOR QUOTING RATES

Quotation must be according to the schedule given at Part–VII of this tender document.

a. All rates of should be clearly quoted inclusive of all taxes and written both in ‘Figures’, and ‘Words’. In case of any discrepancies, the rate quoted in words will be treated as final.

b. Tenderer/s, in their own interest, should avoid alterations or corrections in the Rates submitted by them. However, if alterations or corrections in Rates are inescapable then each alteration or correction should be indicated both in ‘Figures’ and ‘Words’ and also duly attested under the full signature of the Tenderer.

c. Page numbering: Each page of the quotation should be numbered consecutively and should bear the ‘Tender number’ and ‘Date’ at the top of each page and should be signed by the Tenderer, at the bottom of the page. Reference to the number of pages comprising the offer may also be indicated on the 1st sheet, possibly as an index.

d. Signature(s) on Quotation: The tender being submitted by a firm must be signed by the Sole Proprietor, in case of Proprietary firm and by at least one of the Partners, if the firm is a partnership firm, stating clearly that the Tender is being submitted on behalf of the Partnership firm and the tender is being signed on the firm's behalf by a person holding a Power of Attorney. Where, the tenderer is a company registered under Companies Act, tender shall be submitted in a manner as directed in the Company's Articles of Association.

e. Tenderer must ensure that the conditions laid down for the submission of the offers are completely and correctly fulfilled. Tenders, which are not complete as stipulated above, shall be summarily rejected.

10. PRE TENDER SURVEY

The Tenderer/s in their own interest may survey all the network components/ equipments of DMW where the project has to be executed before submitting their quotation and satisfy themselves that they have the necessary financial background, Technical Know-how and Material / man-support to complete the work within the stipulated time frame. Prior appointment may please be sought for such a survey from S.EDPM/DMW/Patiala.

11. SUBMISSION OF TENDERS

i. The offers should be submitted in the prescribed format provided in Part VII of this tender document in sealed envelope marked as:

Offer from .................................................................................. (Name of the firm)

Against tender no. : TENDER NO: DMW/EDP/LAN/AMC/115 Part-III

To be opened at 15:30 hrs on 28.10.2015, and addressed to Sr.EDPM, DMW, Patiala and dropped in the tender box kept in the office of the Sr.EDPM by 15:00 hrs on 28.10.2015. Completed tender forms can also be sent by registered post addressed to the Sr.EDPM, Admin Building, EDP Centre, DMW Patiala, Punjab PIN – 147 003. Tender documents delivered or sent otherwise will be at the risk of the tenderer/s.

ii. All these documents must be submitted together as one set and in a SEALED ENVELOPE/COVER, superscripted as “Annual Maintenance Contract of Local Area Network in DMW/ Patiala ” failing which, the tender is liable to be rejected.

iii. Tenderer/s using the downloaded document must also complete and submit the ‘Special Conditions for using Downloaded Document’ duly signed. It is available as PART-V of this document. It is also available on DMW website at dmw..in.

iv. Apart from the original tender to be submitted in the manner detailed above, copies shall not be sent to any other office of DMW or any other Railway and they will not be considered as quotations. Quotation through fax/e-mail is not acceptable.

v. The tender will be opened the same day i.e. tender opening date 28.10.2015 at 15:30 hrs and the rates read out in the presence of such Tenderer/s as are present. Tenders which are received after the due time and date specified above will not be considered. In case of closure of office on 28.10.2015 on account of any government holiday or otherwise, the last day of sale of tender documents, submission of completed tender forms and Opening of Tenders would be shifted to the next full working day.

vi. DMW shall, in no way be responsible for late receipt or lost documents due to postal delays or otherwise.

12. The tenderer/s shall submit an analysis of rates if called upon to do so.

13. Non Compliance of any of the tender condition may be liable for rejection of tender.

14. TENDERER’S CREDENTIALS

14.1 The tenderer must satisfy the provisions in Part IV (Special Terms & Conditions). The individual contract value mentioned in Part IV (Special Terms & Conditions) is the contract value of Annual Maintenance Contract. Certificates to this effect from the customer shall be attached. They may also furnish the details of any collaboration they have with OEMs and the technical support from them.

14.2 The tenderer/s should furnish full details of their credentials along with tender as per the Performa given in Annexure. These credential should be in separate sheets. It must be noted that information asked for is very important to consider the acceptability of the credential of the Tenderer/s to enable the Railway Administration to decide whether the tenders should be consider or not. Tenders not accompanied with the requisite information specified in these Annexure are likely to be rejected straight away for want of credential.

15. WRONG INFORMATION

If the tenderer deliberately gives wrong information in his tender or wrongfully creates circumstances for the acceptance of his tender, DMW reserves the right to reject such tender at any stage.

16. ACCEPTANCE OF OFFER

i. DMW reserves the right to accept a tender in full or part, rejecting any tender without assigning any reason, and may or may not accept the lowest tender.

ii. Acceptance of tender will be communicated by Express Letter or formal acceptance of tender. In case where acceptance is indicated by express letter, the formal acceptance of tender will be forwarded to the Contractor as soon as possible but the Express letter should be deemed to conclude the Contract.

17. EARNEST MONEY

i. The tender must be accompanied by a sum of Rs. 20,950/- (Rs. Twenty Thousand Nine Hundred Fifty Only) as earnest money in the manner prescribed in para 17(ii) below, failing which the tender shall be summarily rejected.

ii. The tenderer/s shall keep the offer open for a period of 120 days from the date of opening of the tender in which period tenderer/s cannot withdraw his/ their offer subject to period being extended further, if required by mutual agreement from time to time. It should be understood that the tender documents have been sold/ issued to the tenderer/s and the tenderer/s is/ are being permitted to tender in consideration of stipulation on his/ their part that after submitting his/ their tender. He/ they shall not resile from his/ their part offer or modify the terms and conditions thereof in a manner not acceptable to the Administration.

The tenderer/s fail to observe or comply with the foregoing stipulation, his whole of the earnest money indicated in para 17(i) will be forfeited. This amount is security to keep the offer open for the specified period. If the tender is accepted, the amount of total earnest money shall be retained as part of security deposit for the due and faithful fulfillment of the contract in terms of Clause 16 of Indian Railway General Condition of Contract. The earnest money of the unsuccessful tenderer/s shall as herein before provided be returned to him/ them within a reasonable time, neither Railway is responsible for any loss or depreciation that may happen to the security for due performance of the stipulation to keep the offer open for the stipulated period nor the Railway will be liable to pay interest thereon, while in possession of earnest money.

iii. The earnest money of the requisite amount referred to in para 17(i) above is required to be deposited either in cash with Cash Office, Accounts Section, DMW Patiala, on any working day before 15:00 hrs (from Monday to Friday) upto the date of opening of the tender or is required to be deposited in any of the following forms in favor of FA&CAO, DMW Patiala.

The Earnest Money should be in cash or in any of the following forms:

a. Deposit receipts, Pay Orders, Demand Drafts. These forms of earnest money could be either of the State Bank of India or of any of the nationalized banks (except Punjab & Sindh Bank). No confirmatory advice from the Reserve Bank of India will be necessary.

b. Deposit receipts executed by the Scheduled Banks (other than the State Bank of India and the Nationalized Banks) approved by the Reserve Bank of India for this purpose. The Railways will not, however, accept deposit receipt without getting in writing the concurrence of the Reserve Bank of India.

NOTE: - No interest shall be paid on Earnest Money.

18. SECURITY DEPOSIT AND PERFORMANCE GUARANTEE

18.1 Security Deposit :- On receipt of the order from the Railway Administration/DMW, Patiala a security deposit for the due and faithful fulfillment of the contract by him will be recovered as follows:-

a) Security deposit for each work shall be 5% of the contract value as well as on extended period value/cost.

b) The rate of recovery shall be @ 10% of the bill amount till the full security deposit is recovered.

c) Security deposits will be recovered only from the running bills of the contract and no other mode of collecting SD.

The Earnest Money may, at the discretion of the contractor, be adjusted towards security deposit.

No interest will be allowed or paid for the amount deposited, which will be refunded duly discharged on the completion of the contract, viz. the completion of the guarantee period.

Security deposit shall be released to the contractor only after the expiry of completion of the work as certified by the Competent Authority and after passing of final bill based on "NO CLAIM CERTIFICATE". The competent authority shall normally be the authority who is competent to sign the contract. If, this competent authority is of the rank lower than J.A. Grade then a J.A. Grade officer (concerned with the work) should issue the certificate. The certificate inter-alia, should mention that the work has been maintained properly in all respects and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contractor to Railways against the contract concerned. Before releasing the Security Deposit and unconditional and un-equivocal no claim certificate from the contractor concerned is to be obtained.

18.2 The total security deposit recoverable from the contractor including the amount of Earnest money deposited with the tender as given in Para 18.1 above, if treated as SD on the written request of the contractor.

|18.3 PERFORMANCE GUARANTEE ON ACCEPTANCE OF TENDER: |

|The procedure for obtaining Performance Guarantee is outlined below:- |

| The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter Of Acceptance |

|(LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto 60 days from the date of issue of LOA may be given by the Authority |

|who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (thirty) days, |

|i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue|

|of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be |

|debarred from participating in re-tender for that work. |

| |

|(b) The successful bidder shall submit the Performance Guarantee(PG) in any of the following forms, amounting to 5% of the contract value: |

|A deposit of Cash; |

|Irrevocable Bank Guarantee. |

|Government Securities including State Loan Bonds at 5% below the market value; |

|Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of Performance Guarantee could be either of the State Bank of India or |

|of any of the Nationalized Banks; (except Punjab & Sind Bank) |

|Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks; |

|A Deposit in the Post Office Saving Bank; |

|A Deposit in the National Savings Certificates; |

|Twelve years National Defence Certificates; |

|Ten years Defence Deposits; |

|National Defence Bonds and |

|Unit Trust Certificates at 5% below market value or at the face value whichever is less. |

| |

|Also, FDR in favour of FA&CAO, DMW/Patiala (free from any encumbrance) may be accepted. |

| |

|NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance. |

| |

|(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter Of Acceptance (LOA) has been issued, but before signing |

|of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for|

|completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 |

|days. |

| |

|Initially obtained Performance Guarantee will be used for next extension period of AMC. No further additional amount of PG will be required |

|on further extension. However, PG and deducted amount of security deposit from bills will be released only after completion of AMC |

|work, including extended period. |

| |

|The Performance Guarantee (PG) shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent |

|authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only |

|after expiry of the maintenance period and after passing the final biII based on 'No Claim Certificate' from the contractor. Whenever the contract |

|is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done |

|independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing |

|the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from |

|participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm. |

| |

|The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the |

|contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of : |

| |

|(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim |

|the full amount of the Performance Guarantee. |

| |

|(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the |

|Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer. |

| |

|(iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be |

|absolutely at the disposal of the President of India. |

19. EXECUTION OF CONTRACT DOCUMENTS

I. The Tenderer/s whose tender is accepted shall be required to appear at the office of Sr.EDPM/DMW/Patiala, in person or a duly authorized representative of a firm/company/corporation, to execute the agreement within seven days after notice that the tender has been awarded to him. Failure to do so shall constitute a breach of the agreement effected by the acceptance of the tender in which case the full value of the Earnest Money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies.

II. The cost of stamps, if any, for the agreement will be borne by DMW Patiala. In the event of any Tenderer/s whose tender is/are accepted shall refuse to execute the contract documents as herein before provided, the Railway may determine that such Tenderer/s has/have abandoned the contract and there upon his tender and the acceptance thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of the Earnest money and recover the liquidated damages for such default.

III. No RMC or priority certificates shall be issued for carriage of tools, plants and other materials belonging to the contractor.

IV. In case the Railway Administration negotiates for reduction of rates, such negotiations shall not amount to cancellations or withdrawal of the original offer and rates originally quoted will be binding on the tenderer/s till the completion of work.

V. The tender form is not transferable.

VI. Non Compliance of any of the conditions set forth above is liable to result in the tender being rejected.

20. GENERAL

21.1 The tenderer/s shall not increase his/their rates in case the Railway Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellations or withdrawal of the original offer and rates originally quoted will be binding on the tenderer/s in case of failure of the negotiations.

21.2 The tenderer/s shall submit an analysis of rates if called upon to do so.

21.3 The tender form is not transferable.

21.4 The contractor shall be responsible for the observance of the statutory rules and regulations of the Central Govt. and State Govt. as amended from time to time.

21.5 The contractor is required to produce a license as enjoined in the Govt. of India contract labour Regulations and abolition Act-1970. They shall not be allowed to undertake or execute any work through contract labour except under and in accordance with a license issued under the said act on that behalf by the authorized licensing officer.

21.5.1 The contractor and his/ their staff, other than laborers and their families requiring medical aid from the Railway hospital and dispensaries will be treated as private patients and charged accordingly. The contactors labour and their families will be granted treatment in Railway Hospital and Dispensaries where no other hospitals and dispensaries are available provided the contractors pay the cost of medicines, dressing and diet money according to the normal scale and additional charges of special examinations, such as pathological and bacteriological examination, X-rays etc., and for operations.

21.6 The contractors operations and proceedings in connection with the works shall at all times be conducted during the continuance of contract in accordance with the laws, ordinances, rules and regulations as are for the time being in force and the contractor shall further observe and comply with the bye-laws and regulations of the Govt. of India, State Govt. and other Local Authorities having jurisdiction in connection with the work or site over operations such as these are carried out by the contractors and shall give all notice required by such bye-laws and regulations. The hospital and medical regulations in force for the time being shall also be complied with by the contractor/s and his/their workmen.

21.7 The contractor shall at all time keep the Railway Administration indemnified against all penalties that may be imposed by the Govt. of India or State Govt. for infringement of any clause of the Acts and Rules.

21.8 Payment for the work done will be made to the contractor only after the formal agreement has been executed between the parties.

22. VARIATION IN CONTRACT QUANTITIES

The procedure as detailed below shall be adopted for dealing with variation in quantities during execution of works contracts:-

a. Any increase/decrease in the items during the currency of AMC will be based on the actual requirement.

b. Items added/deleted during the course of AMC will be informed in writing, which will be bases for workout of total quantity of work of AMC. Accordingly payment will be made.

c. If any item added/deleted, its payment will be worked out and made on prorata basis.

23. CONSTITUTION OF FIRM

i. The tenderer/s who are the constituent of a firm, company, association or society must forward copies of the constitution of their concern, power of attorney & partnership deed with their tender duly attested by Notary Public or Executive Magistrate, if not already furnished. The tender documents in such cases are to be signed by such persons as may be legally competent to sign on behalf of the firm, company, association or society as the case may be. The tenderer will have to produce original copy of the documents as mentioned herein to the Railway as desired by Railway Administration. If a tenderer does not produce these documents in time, his tender may be rejected.

ii. Tenders, which are not accompanied by the above document, are liable to be rejected. The Railways will not be bound by any power of attorney granted by the tender/s or by changes of the composition of the firm made subsequent to execution of the contract. The Railways may, however, recognize such power of attorney any changes after obtaining proper legal advice, cost of which will be chargeable to the contractor.

iii. If a tenderer expires after the submission of his tender or after the acceptance of his tender. The Railway shall deem such tender contract as cancelled. If the contractor’s firm is dissolved on account of death or retirement of any partner for any reasons what-so-ever before fully completing the whole work or any part of it, the partners shall remain jointly, severally and personally liable to complete the whole work to the satisfaction of the Railway and to pay compensation for loss sustained, if any, by the Railway due to such dissolution. The amount of such compensation shall be decided by the CAO/DMW, DMW Patiala, Patiala and his decision in the matter shall be final and binding on the contractor.

iv. The cancellation of any documents such as Power of Attorney, Partnership deed etc. shall forthwith be communicated to the Railway in writing failing which the Railway shall have no responsibility or liability for any action taken on the strength of the said documents.

V. Should a tender or contractor as an individual or a partner in the case of a partnership firm or a share holder of company incorporated under the Indian companies law has a relative employed in any capacity in DMW Patiala, the authority inviting the tender shall be informed of the fact at the time of submission of tender, failing which the tender may be rejected or if such fact consequently comes to light, the contract may be rescinded in accordance with the provision of clause 62 of Indian Railway General Condition of the Contract of the Works Hand Book–2014.

24. EXTENSION OF TIME ON RAILWAY'S ACCOUNT

In the event of any failure or delay by the Railway to furnish the contractor data and other salient particulars necessary for progressing with the design/drawings/tender schedules or to give the necessary notice to commence the works or any other delay caused by the Railway due to any other cause whatsoever, then such failure or delay shall in no way affect or vitiate the contract or alter the character thereof or entitle the contractor to damages or compensation thereof but in any such case the Railway may grant such extension or extensions of the completion date as may be considered reasonable.

(Signature of the Tenderer/s)

PART-III DEFINITIONS

In these conditions of contract, the following terms shall have the meaning hereby assigned to them except where the context otherwise requires

“DMW” (DMW Patiala) - This shall mean the President of the Republic of India represented by the CAO/R and any person or agency authorized to act on behalf of the President and his permitted assignees. This includes the Successor Railway authorized to deal with any matter which these presents are concerned on his behalf. “DMW” stands for Diesel Loco Modernisation Works, Patiala.

1. The term “User” have been used synonymously as DMW and at various places with this Tender/Agreement.

2. “CAO/R” shall mean the overall in charge of DMW.

3. “SR.EDPM” shall mean the officer in administrative in charge of EDP Deptt. of DMW.

4. “Contract” shall mean and include the form of agreement, Preamble, General Instructions and instructions to tenderer/s, Special Terms and conditions of tender, Scope and details of services, advance acceptance of tender particulars and other conditions specified in the tender, acceptance of tender, Indian Railway conditions of Contract, special conditions of contract, drawings, and a formal agreement if executed and any other document referred to in the agreement.

5. RAILWAY’S CONDITIONS OF CONTRACT : This shall mean the conditions published by Ministry of Railways inclusive of all correction slips issued upto the date of signing of agreement with respect to supply of stores generally known as “ Indian Railways” standard conditions of contract and General Conditions of contract of Indian Railways.

6. “Writing” includes all matters written, typewritten or printed, reproduced either in whole or in part.

7. “Working Hours” Working hours with the said work will be from 0900 hrs to 1730 hrs on all days including Sundays and holidays.

8. “Non-Working Hours” Working hours with the said work will be from 1730 hrs to 0900 hrs on all day including Sundays and holidays.

9. “Calendar Day” shall mean from 00:00 Hrs of current day to 00:00 Hrs of next day or part thereof.

10. “Month Days” shall mean 30 days for all calculation purposes.

11. “Mean of Communication” shall mean E-mail/ telephonic communication will be the normal mean of communication apart form other means i.e. fax, written communication on papers, etc.

12. “Half Yearly Amount” shall mean 50% amount of AMC rate of the equipments.

13. “Per day AMC charges” shall mean the one day AMC charges of the equipment i.e. total AMC charges for the equipment for one year/365 days.

14. “Overall Downtime” shall mean total downtime during the billing period.

15. EQUIPMENT : Equipment means -

i. Active components : such as Core Switches, Distribution Switches & Edge Switches, Wi-Fi Access points & Fibre Modules through which users can purposefully interact with and/or utilize resources of Servers, PCs and Local Area Network .

ii. Passive components: such as LAN Nodes, Fibre/UTPUTP cables, cabling accessories like different types of connectors and other components which are interconnected in a Local Area Network.

16. INTEGRATION OF EQUIPMENT: "Integration of Equipment" means and includes all activities inter-alia suitably connecting various equipment including Servers which constitutes whole of Local Area Network or a part/ segment of Local Area Network to make the equipment function properly. It includes monitoring of LAN through Server.

PART-IV SPECIAL TERMS AND CONDITIONS

This part lays down the Special conditions which shall govern the contract and it shall form an integral part of the contract.

These special conditions of contract supplement the Preamble and Tender conditions and Instructions to Tenderer/s, Indian Railway Standard Conditions of Contract, Scope and details of Services, Forms of tender and drawings. Wherever the special conditions of contract are in conflict with the other said documents, the provisions of Special Conditions of Contract shall prevail.

The firm must fulfill the following conditions on the date of tender opening for the eligibility, failing which the offer is liable to be rejected -

1. The firm must submit self declaration regarding the network components support from the OEM i.e. 3COM, Extreme, HP and Aruba along with the tender document at the time of bid as DMW is having active components of these brands.

2. The firm must ensure they were not declared under Black List Category by any of the Central/State Government or PSU. A certificate from the firm must be attached with the tender.

3. The firm must be ISO 9001-2008 certified (latest valid certificate should be attached with the offer) for providing services in the Local Area Network maintenance only.

4. The firm must have sufficient technical expert team in the backup office, so that in the event of any major problem, the services of the same can be utilized & parts damaged may be replaced quickly.

5. The DMW authorized representative, if required at tender stage would visit the sites mentioned by the bidder to verify the technical & professional abilities of the firm.

6. ELIGIBILITY CRITERIA Certificate

Since this is specialised nature of work, following minimum eligibility criteria be

required –

a) Single work of similar nature (i.e. provision and Maintenance of Local Area Network with posting of resident Engineers) should have been completed of minimum 35% of the advertised tender value of work during the last three financial years and current financial year in any Govt./PSU/Semi Govt. organization only, on the date of tender opening.

(b) The total contract amount received/worked during the last three financial years and current financial year should be a minimum of 150% of advertised tender value of work, on the date of tender opening.

(c) DMW has the right to connect any of the existing computers and/ or future purchases of computers by it or any of the peripherals to the Local Area Network. Necessary technical guidance in this regard shall be provided by the contractor during the Contract period if required.

Note

I. Documentary evidence for verifying the credentials of the tenderer, duly certified by Chartered Accountant/Company Auditor, audited balance sheet, certificate issued shall also be submitted along with the offer.

II. To evaluate the tenders, all valid offers will be checked technically first. Thereafter, only Technically suitable tenders minimum eligibility criteria as above 2(a) and 2(b) will be checked.

III. Tabulation for ranking the offers will be made taking into account offered rates of all items, irrespective of item falling under AMC or Not during the year.

IV. If rates of any item of work is not given, it will be presumed as zero, and its value will be treated as included in other items of work.

7. Contractor shall attend the DMW/Patiala for any meeting with Sr.EDPM or any other

nominated officer whenever call by them and he should be present in DMW within 72

Hrs of the call.

1. All technical disputes, arising at the time of execution of contract shall be amicably settled by the contractor. Decision of Sr.EDPM will be final and binding on the contractor in all cases of unresolved disputes. A competent representative of the contractor shall have to answer the call and present himself at DMW, if desired by Sr.EDPM, within the next working day of receiving such a call.

2. The authority for acceptance of the tenders will rest with DMW and it will not be binding on DMW to accept the lowest or any other tender, nor does it undertake to assign reasons for declining to consider any particular tender or tenders. DMW also reserves the right to accept the tender in full or in part without assigning any reason.

8.0 PAYMENTS AND DEDUCTIONS FROM THE PAYMENT

The payment under this contract shall be made as follows -

1. Payment schedule: Payment shall be made by DMW Patiala, due to maintenance services at the end of each span after completion of half yearly maintenance period starting from the date of start of contract for which bills shall be submitted by the contractor. The Tenderer(s) shall mention explicitly that the above payment terms are acceptable to him/ them.

2. The Service Tax shall be paid at the prevailing rate i.e 14% or as applicable.

3. Deduction from payments: The deduction in a half yearly payment will be done w.r.t. clause no. 8.4 & 8.5. For this purpose a, half year span (six months) shall be all working days including Sundays and Holidays.

4. Attending of Complaint: A qualified resident Engineer along with Technician (see detail at sl. No. 1.4, Part-VI) shall attend the DMW from 09.00 hrs. to 17.30 hrs. in all days excluding Sundays and holidays, however in case of any emergency he can be called on Sundays & holiday also. They will mark attendance in the register kept in the EDP Centre and in case of leave/absence due to any reason, the firm will depute substitute Engineer/Technician for the same.

4. LATE RECTIFICATION PENALTY CLAUSE

The penalty will be charged for cumulative period (from the time of lodging of complaint), if complaint is not resolved within stipulated time as given below :

The complaint should be resolved on same day up to 17.00 hrs if complaint is received up to 13.00 hrs.. If complaint is lodged after 13.00 hrs. then it should be resolved before 12.00 hrs. of the next working day (in case of critical components). For passive components , the complaints should be resolved with in 24 hrs. of lodging of complaints.

|S. |Delay |Critical items |Passive Components |Remarks |

|No. | |(as per clause 1.1.1 of |(as per clause 1.1.2 of | |

| | |Part-VI) |Part-VI) | |

| |Less than or equal to |1000 per day |Rs. 200/- per day |Switches will be considered “UP” only |

| |3 Working days. | | |when the repaired hardware has been |

| | | | |put back into operation duly |

| | | | |re-configuring it. |

| |More than 3 working days|3000 per day |Rs. 400/- per day | |

| |but less than 25 days | | | |

| |More than 25 working |In addition to above penalty, No AMC payment will be made for the particular item for the |

| |days. |system, which has become non-functional, for the half yearly period under consideration. |

For the purpose of calculating the penalty, those items that become non-operational due to cascading effect (dependent on directly failed item) will also be included.

8.5 Service Engineer/Technician Penalty

In case the service Engineer/Technician remains absent from the duty and no alternate Service Engineer/Technician deputed , a penalty of @ Rs. 700/- per day for Service Engineer & Rs. 500/- per day for Technician shall be deducted from the Contractor’s bill. Repeated failure to provide alternate manpower will have serious consequences and competent authority will be free to take suitable action including harsh penalty other than specified above.

9. Days Calculation for Deductions: For the calculation of deductions, a half year shall be assumed to have 180 days and downtime will be calculated for down days including the free time.

10. LODGING/ REPORTING OF COMPLAINTS

The complaints regarding any failure or breakdown of equipments shall be reported by the Sr.EDPM or any nominated staff by telephonically, Email or verbally to the Resident Engineer. The complaint shall itself be final and binding on the contractor without waiting for any written request. He will maintain the complaint register with particulars as advised by Sr.EDPM or nominated officials.

11. System Up Time: The contractor shall ensure a minimum up-time of Network @ 96% during the each of the half yearly AMC period.

Non compliance of these up times will constitute deficient performance of the contract.

The up-time shall be calculated on half yearly basis, taking into account cumulative of all the short time/ breakdowns occurred during the half yearly at different occasions for that group of equipment like Switches, Fibre Modules , Fibre/UTP Cable, I/O`s etc. If stipulated Up Time is not maintained during a half year, then the penalties shall be applicable for each day failure beyond the allowed limit of down time in the half yearly and penalties will be charged as per “LATE RECTIFICATION PENALTY CLAUSE 8.4.

12.0 ASSIGNMENTS

12.1 On behalf of DMW Patiala, the SR.EDPM, DMW Patiala or his/her nominee shall observe the terms and conditions under this agreement.

2. Either party shall not assign or sublet its obligations under this agreement or any part thereof without the other's written acceptance.

3. Contract continuity: This contract shall continue to remain in force even after the completion of period of contract. The contract can be terminated only by explicit correspondence to that effect as detailed elsewhere in this document.

12. SYSTEM UTILIZATION BY DMW

DMW Patiala, has the right to connect, upgrade any of the Switch and / or in future purchase systems in addition to those that shall exist in DMW at any time. Conversely, DMW also has the right to disconnect, downgrade or dispose of any Switch/Segment from within the scope of this contract. Contractor will be given a week’s notice while adding or removing/ any of the systems. Such changes will be effective from 8th day from the date of issue of such notice of changes by DMW Patiala. The contractor will give the maintenance services to such effected changes as given before such changes.

13. Changes in the list of Critical equipment: DMW Patiala reserves right to make changes in the list of critical equipment including their locations to suit DMW Patiala's convenience by giving a notice of 10 (ten) days to the contractor. Such changes will be effective from 11th (eleventh) day from the date of issue of such notice of changes by DMW Patiala.

14. Repair through other agencies: Failure on the part of the contractor to provide maintenance support services as contemplated in this contract or in case an alternative system with equivalent or better capabilities is not supplied within a period of 7 (seven) days for Active components/Critical components and 12 (twelve) days for Passive components, from the day of hand over of the failure / complaint then DMW at its discretion can get the system repaired / replaced from any other agency and that shall entitle DMW Patiala to recover from the contractor extra costs/ expenditure incurred therein, from the bill of the firm, that DMW Patiala may put towards the maintenance of equipment under AMC by another agency or as in-house effort. The amount recoverable from the contractor shall be determined by DMW Patiala who shall have the right to adjust such amount from any dues payable by any of the organizations of the Indian Railways to the contractor, in the event of the contractor's failure to settle DMW Patiala's claims in this regard within a reasonable period.

15. Working space: DMW Patiala shall give the contractor full access to the system to enable the contractor in obtaining necessary information on problems encountered during operations and provide suitable working space, tools if available and suitable safe storage of maintenance equipment.

16. Working Day: For the purpose of this Contract, all days including Sunday and holidays are working days. A working day shall mean 09.00 hrs to 17.30 hrs IST on any working day of the week.

17. The contractor’s support and other technical expertise (Resident Engineer/Technician or technical expert) shall be available round the clock on free of cost in case of system breakdown.

18. Loss on Contractor's account: The contractor shall be liable for any loss which DMW may sustain due to damage to the equipment/ loss of service, on account of omissions/ commissions done by the contractor.

19. Risk coverage: The contractor should take necessary measures to cover any loss or damage caused to person or property as a consequence of any action done by the contractor. DMW shall not be liable for any claims in any such case. Further DMW shall not be liable for similar claims on account of the contractor's representatives suffering any loss or damage to person or property. DMW Patiala will not take any responsibility towards insurance and other such liability.

20. Security procedures at DMW: The contractor personnel will follow all security procedures as prescribed by DMW Patiala from time to time, for entry of personnel or bringing in or taking out material.

21. DMW's staff association: DMW shall have the right to associate its personnel with the entire work in all its phases with a view to develop their skills and understanding of systems. The contractor shall provide such personnel with all-necessary information and facilities. The fact that some DMW staff is associated with the contractor shall in no way reduce the responsibility of the contractor in any manner, whatsoever.

22. Normal Contract Completion:

23.1 The obligations, under this contract, shall be (if DMW Patiala does not invoke other clauses under this contract to terminate the agreement) as per clauses detailed elsewhere in this document.

23.2 On contract completion, both the parties shall return to the other, all the equipment of the other taken over by each at the time of commencement/ during the contract, in the same condition and free from any defects. Each party shall assist the other in the orderly completion of the agreement for the non-disrupted continuance of functioning of the other party.

23.3 After the conclusion of the contract, DMW Patiala will issue a certificate of cessation of obligations of contractor under this agreement, which will be a conclusive evidence of cessation of all obligations of the contractor.

24. Termination of contract:

DMW may at any time, by notice in writing summarily determine the contract without compensation to the Contractor in any of the following events, that is to say:

24.1 Termination of the contract may be enforced as per ‘Clause-19 of Part-II’.

24.2 If the contractor being an individual or if a firm, any partner thereof, shall at any time, be adjudged insolvent or shall have a receiving order or order for administration of his estate made against him or shall take any proceeding composition under any insolvency Act for time being in force or make any conveyance or assignment of his effects or enter into any assignment or composition with his creditors or suspend payment or if the firm be dissolved under the partnership Act; or

24.3 If the Contractor being a company is wound up voluntarily or by the order of a Court or a Receiver, Liquidator, or Manager on behalf of the debenture holders is appointed, or circumstances shall have arisen which entity the Court or Debenture holders to appoint a Receiver, Liquidator or Manager or

1 24.4 If the contractor commits any breach of the contract not herein specially provided for that such determination shall not prejudice any right of action, remedy which shall have accrued or shall accrue thereafter to the DMW and provided also the Contractor shall be liable to pay to DMW, any extra expenditure, DMW is thereby put to and the Contractor shall, under no circumstances, be entitled to any gain on re-purchase.

24.5 DMW Patiala, without prejudice to any other remedy for breach of contract by written notice of default sent to the Contractor may terminate this Contract in whole or part:

a. If the Contractor fails to perform any other obligation(s) under the contract.

b. If the Contractor, in the judgment of the DMW Patiala has engaged in corrupt or fraudulent practices in executing the contract.

24.6 All other conditions regarding termination shall be governed by Indian Railway General Conditions of Contract, 2014 as current on the date of agreement.

25. Power supply conditions: The contractor should satisfy himself that the power supply conditions are satisfactory for all equipment covered under this agreement at a periodicity in a each quarter. Whenever the periodicity of preventive maintenance is less than six months, power supply condition should be checked while carrying out preventive maintenance. He should periodically monitor the power supply conditions and be able to demonstrate any unacceptable variations. Any irregularities noticed during the preventive / break down maintenance should be brought to the knowledge of the DMW for rectification. The details of the items to be checked will be given by DMW. The checking will necessarily be inclusive of :

i) Check for proper earthing.

ii) Check for proper voltage

iii) Check for any loose connection if any.

iv) The firm should give the details of any checks other than mentioned above to satisfy himself, for satisfactory power supply condition.

v) The firm should switch off the system in case of unsatisfactory power supply.

26. REVIEW MEETING

A qualified technical expert shall visit DMW whenever called by the Sr.EDPM at DMW, Patiala to assist in solving/resolving problems that the local service engineers are unable to resolve and suggest remedial measures for repetitive problems.

27. STATUTORY TAX DEDUCTIONS

The contractor shall pay all statutory taxes as applicable from time to time. The DMW shall deduct the statutory taxes (WCT, Income tax, Conservancy Cess & other applicable taxes etc.) from the bills of the contractor under this contract.

28. The successful tenderer/s shall be required to execute an agreement with the President of India acting through the DMW Patiala, for carrying out the work according to the Indian Railway Engineering Department “General Condition of Contract 2014”. Indian Railway Engineering Deptt “Standard Specifications for materials and Works-2014 and the “Special Terms and Conditions” attached herewith. The cost of stamps if any, for the agreement will be borne by the Contractor.

29. The contractor is required to produce a license as enjoined in the Government of India, Contract Regulation and Abolition Act-1970. They shall not be allowed to undertake or execute any work through contract labour except in accordance with the license issued under the said Act by the authorized licensing officers.

30. The contractor’s operations and proceedings in connection with the work shall at all times be conducted during the continuance of contract in accordance with the laws, ordinate, rules and regulations as are for the time being in force and the contractor shall further observe and comply with the bye-laws and regulations of the Government of India and State Government and of Municipal and other authorities. The contractor shall give all notices required by such law in force for the time being.

31. The contactor shall not employ children below the age of 18 years as labours directly or through petty contractor or sub contractors for the execution of work.

32. Payments for the work done will be made to the contractor only after formal agreement has been executed between the parties.

Sr.EDPM, DMW/Patiala

For & on behalf of the President of India.

I agree with the above.

Signature of tenderer

PART V - SPECIAL CONDITIONS FOR USING DOWNLOADED TENDER DOCUMENTS

PLEASE GO THROUGH FOLLOWING INSTRUCTIONS AND SUBMIT THE SAME DULY FILLED AND SIGNED WITH YOUR OFFER. PLEASE NOTE THAT OFFERS NOT ACCOMPANYING FOLLOWING PAGE DULY SIGNED ARE LIABLE TO BE REJECTED.

1. The Tender document cost in acceptable form must accompany the offer . The cost of Tender document is payable in cash or demand draft in favour of FA&CAO/DMW/Patiala, payable at Patiala. Cash will only be accepted at Cash & Pay office, Adm. Building, DMW/Patiala.

2. The Tenderer should note that no alteration must be done in downloaded tender documents. The tender documents along with corrigendum’s, if any, available at DMW only will be considered authorized version in case of any dispute / variation. It must be noted that the Tenderer/s / firms who are found to be indulging in altering / adding or deleting the contents of tender documents, will be liable to face suitable action which could be removal from approved list / banning / suspension of business dealings etc.

Though all efforts have been made to ensure the correctness of all information in web version of tender documents, however DMW administration disowns any responsibility regarding incorrectness / data corruption etc.

DECLARATION

a. I/We have read and understood the above instructions and hereby agree to abide by them.

b. I/We am/ are enclosing tender document cost Rs. ..................................................... vide Demand Draft No. .................... Dated ................... issued by …......................... ............................ ………………………………………………………………………..

c. We are enclosing requisite Earnest Money of Rs. ...................................................... vide Demand Draft / Cash Receipt dated ................. issued by ................................ ……………………………………………………………………………………………..

d. We have filled and signed the tender documents and the same are enclosed herewith.

|   |Signature and Seal of Tenderer |

| |Name : |

| | |

| |Capacity / Authority to sign. |

| |Full Address : |

| | |

| | |

| | |

PART VI – SCOPE AND DETAILS OF WORK

Scope:

Annual Maintenance Contract of the Local Area Network in DMW/ Patiala for one year. Annual Maintenance Contract of the Local Area Network in DMW/ Patiala can be extended by Sr.EDPM for 2nd & 3rd year on same terms & conditions and rates, which will depend upon performance of firm. However, firm has no right to get it extended.

1.0. MAINTENANCE

The contractor shall provide maintenance service to keep the equipment covered as under in good and efficient working order. The service consists of preventive and corrective/ breakdown maintenance of LAN in DMW, replacement of faulty spares, upgrading firmware of switches etc.

1. System classification: System shall be classified as under:

1. “Critical/Active Equipment” - Efficient and flawless functioning of active components like Central Switch, Distribution Switches, Edge Switches, Wi-fi access points & Fibre Modules (LX & SX) is very important and which are mentioned below in this part of tender document.

2. "Passive/Other systems" includes all equipment other than Critical Equipments as mentioned in this document.

2. Maintenance Services

Maintenance is done for the purpose of preventing a situation from arising, which could have negative impact on the working of DMW. Maintenance includes prediction and prevention of problem with specific intent to preclude such situation. Any problems related to the system covered under this contract which have an impact on working of the same shall be attended to promptly by the contractor, otherwise suitable deterrent provisions of the maintenance agreement will be invoked as mentioned elsewhere in this document.

3. Posting of Resident Engineer/Technician :

The firm should post one resident engineer and one Technician for the Network support in DMW. The duty timings of the Engineer/Technician is listed at sl. No. 8.3, Part-IV)

The Resident Engineer & Technician should wear formal uniform with nameplate on pocket.

4. Qualification of Resident Engineer & Technician

The resident engineer should be technically qualified like Degree/Diploma in Computers with CCNA/CCNP certification. He must have at least 4-5 years experience in Network environment. He must be capable in the management of switches, optimization of the network, diagnosing & solution of network chocking etc. The Technician should be 10th class passed & well trained in the fixing of Cap & Casing/Conduit pipes, I/O`s, racks and also in the laying of fibre & UTP cables.

5. List of Equipments required also needs to be submitted by the successful bidder to be used as Standby during AMC in the EDP centre :

|Sl. No. |ITEM |QTY. |

| |Edge Switch- 24 10/100 Base T ports,2 SFP ports. (3COM or Extreme Make) |01 no. |

| |Wi-Fi Access point |01 No. |

| |LC-SC Duplex Fibre Patch Cord SM 3 Mtr. |05 |

| |SC-SC Duplex Fibre Patch Cord SM 3 Mtr. |05 |

| |LC-SC Duplex Fibre Patch Cord MM 3 Mtr. |05 |

| |I/O`s |10 |

| |UTP Patch Cords |20 |

| |UTP Patch Cords |20 |

| |Drilling machine for drilling in walls |01 |

| |Hammer |02 |

| |LAN tester |02 |

| |Screw Driver |02 |

| |Clamps for holding conduit pipe |50 nos. |

| |Screws for fixing Clamps & I/Os |05 packets |

| |Crimping Tool |02 |

| |Punching Tool |02 |

| |RJ45 Connectors (branded) |50 nos. |

| |Aluminum ladder 10 feet. (foldable) |01no. |

| |Laptop |01 no. |

| |Fibre Module (LX) |01 no. |

1.6 Preventive Maintenance Schedule for Network Switches : PM for Network Switches is to be carried out quarterly basis as per the Performa given by DMW. Generally, the following items have to be attended during the preventive maintenance schedule of all the Network Switches.

1) Internal and outer cleaning. 2) Power supply of adopter. 3) Dust cleaning of Ports. 4) Checking of Network health. 5) Tracing of defective ports or system on Network which are broad casting junk traffic on the network 6) Cleaning of Racks. 7)To fix any Loose wire(patch chord/UTP cables and others).

2. Corrective and Breakdown Maintenance: The contractor shall provide breakdown or corrective maintenance as and when required. Such maintenance shall include inspection of the hardware, testing, diagnostics, necessary repairs, cleaning, dust/dirt removal from the interior of the racks. The network system will be treated to be in working condition, when DMW shall verify it after the said maintenance. It shall necessarily include the repair and replacement of any malfunctioning/non-functioning component(s), at contractor's cost. Defective spares shall become the property of the contractor. It shall be the contractor's responsibility to guarantee that there are no consequential damages after rectification. In case of damage to the network systems, the contractor shall rectify the same at his cost.

3. System Configuring: The scope of AMC shall also cover configuring & management of Switches.

4. Spares:

The network maintenance support would be of comprehensive nature except for the 02 nos. of Central Switches mentioned at clause 5 of Part-VI during the AMC period, for which firm will provide standby equipment for two months and the repair cost of the damaged switches if any will be borne by DMW separately. No other ‘spares’ or ‘any part of equipment’ will be arranged by DMW. The contractor should keep sufficient inventory of essential ‘spares’ at DMW as per list at clause 1.5 of part-VI.

5. List of the equipments covered under this contract - details of the

systems are as under:

|Sl.No |Item |Description |Qty of items |Scope |

|SERVICES |

|1 |Service of Resident Engineer |1 No |As per clause 8.3 of Part-IV |

|2 |Service of Resident Technician |1 No |As per clause 8.3 of Part-IV |

|SWITCHES |

|3 |Central Switch (make 3 | Layer 3 Core Switch with 24 |2 Nos |With provision of Standby switch for|

| |COM) |10/100/1000BaseT ports, 12 SFP ports. (Make| |two months. For repair or |

| | |: 3 COM model 7758 08 Slot Chasis) | |replacement, cost is to be borne by |

| | | | |the DMW |

|4 |Distribution Switch (make 3 |Layer 3 distribution Switch with 24 |4 Nos |Comprehensive AMC |

| |COM) |10/100/1000BaseT ports,4 SFP ports. (Make :| | |

| | |3 COM model 5500 G) | | |

|5 |Distribution Switch (make EXTREME) |Layer 3 distribution Switch with 24 |4 Nos |01 No is under warranty upto |

| | |10/100/1000BaseT ports,4 SFP ports. (Make :| |04.07.2017 |

| | |EXTREME model X450e) | | |

|6 |Edge Switches (Make 3 COM) |Ethernet Layer-2 edge Switch with 24 |25 Nos |Comprehensive AMC |

| | |10/100 Base TX plus 2 combo 10/100/1000/SFP| | |

| | |(Make : 3 COM model 4200 ) | | |

|7 |Ethernet switch (make |08 port Manageable switch, 100 mbps |2 Nos |Comprehensive AMC |

| |EXTREME) | | | |

|8 |Ethernet switch (Make |08 port Manageable switch, 100 mbps |2 Nos |Comprehensive AMC |

| |DLINK) | | | |

|9 |Edge Switches (Make EXTREME)|Ethernet Layer-2 edge Switch with 24 |8 Nos |03 Nos are under warranty upto |

| | |10/100/1000 Base TX plus 2 combo | |04.07.2017 |

| | |10/100/1000/SFP (Make : Extreme model X150 | | |

| | |) | | |

|10 |Edge Switches (Make HP) |Ethernet Layer-2 edge Switch with 24 |12 Nos |12 Nos are under warranty upto |

| | |10/100 Base TX plus 2 combo 10/100/1000/SFP| |30.09.2017 |

| | |(Make : HP ) | | |

|11 |Edge Switches (Make HP) |Ethernet Layer-2 edge Switch with 12 |12 Nos |12 Nos are under warranty upto |

| | |10/100 Base TX plus 2 combo 10/100/ | |30.09.2017 |

| | |1000/SFP (Make : HP ) | | |

|12 |Ethernet switch (Make HCl) |24 port Unmanageable switch, 100 mbps |1 No |Comprehensive AMC |

|13 |Access point make Aruba |Wi-Fi |19 Nos |19 Nos are under warranty upto |

| | | | |30.09.2017 |

|Fibre Modules |

|14 |Fibre Gigabit Interface Cards |1000 Base Sx SFP / GBIC Module |14 Nos |02 Nos are under warranty upto |

| | | | |04.07.2017 |

| | |1000 Base Lx SFP / GBIC Module |81 Nos |22 Nos are under warranty upto |

| | | | |30.09.2017 |

|Fibre Components |

|15 |Rack mount fibre panel |24 port fibre rack mount patch panel |39 Nos |Comprehensive AMC |

|16 |Connectors |Single mode |528 Nos |Comprehensive AMC |

|17 |Connectors(SC) |MM |12 Nos |Comprehensive AMC |

|18 |Coupler |Single mode |528 Nos |Comprehensive AMC |

|19 |1x6 SC Adaptor module |MM |14 Nos |Comprehensive AMC |

|20 |Fibre Cable |6 Core Outdoor Armoured Single Mode 9 |12309 mtr |Comprehensive AMC |

| | |micron Fibre Optics Cable | | |

| | |6 Core Outdoor Armoured Multi Mode Fibre |1542 mtr |Comprehensive AMC |

| | |Optic Cable | | |

| | |6 Core Indoor Single Mode Fibre Optics |540 mtr |Comprehensive AMC |

| | |Cable | | |

|21 |Fibre Patch Cord |LC-SC Duplex Fibre Patch Cord SM 3 Mtr. |82 Nos |Comprehensive AMC |

| | |SC-SC Duplex Fibre Patch Cord SM 3 Mtr. |1 No |Comprehensive AMC |

| | |LC-SC Duplex Fibre Patch Cord MM 3 Mtr. |13 Nos |Comprehensive AMC |

|UTP components |

|22 |UTP Cable |CAT 6 UTP Cable |30945 mtr |Comprehensive AMC |

|23 |UTP Cable |CAT 5 E UTP Cable |7930 mtr |Comprehensive AMC |

|24 |STP Cable |CAT 5 E STP Cable |1511 mtr |Comprehensive AMC |

|25 |Jack Panel |CAT 6 UTP 24 Port Jack Panel |40 Nos |Comprehensive AMC |

|26 |Patch Cords |CAT 5E UTP 3 mtrs. |110 Nos |Comprehensive AMC |

| | |CAT 5E UTP 1 mtrs. |22 Nos |Comprehensive AMC |

|27 |Mounting Cords I/O's |CAT 6 UTP Modular Patch Cords 1 Mtr. |791 Nos |Comprehensive AMC |

| | |CAT 6 UTP Modular Patch Cords 3 Mtr. |733 Nos |Comprehensive AMC |

| | |CAT 5 E surface mount single INFO outlet |178 Nos |Comprehensive AMC |

|28 |I/O's |CAT-6 Information Outlet |799 Nos |Comprehensive AMC |

|29 |Face Plate |Single Face plate with Gang Box |734 Nos |Comprehensive AMC |

|30 |Discrete Panel |Discrete Jack Panel unloaded for 24 Port |21 Nos |Comprehensive AMC |

|31 |LIU with ST connector |12 port fully loaded |4 Nos |Comprehensive AMC |

|32 |Lan Extender (Mrotek) |  |4 Nos |Comprehensive AMC |

|33 |Racks |18 U |2 Nos |Comprehensive AMC |

| | |6 U |50 Nos |Comprehensive AMC |

| | |9 U |9 Nos |Comprehensive AMC |

6. List of the present Critical items/system/Services

|S.No |Description |Quantity |

|SWITCHES |

|1 |Central Switch (Make 3 COM, Model 7758) |2 |

|2 |Distribution Switch (Make 3 COM, Model 5500 G) |4 |

|3 |Distribution Switch (Make Extreme, Model X450e) |4 |

|4 |Edge Switch (Make 3 COM 4200) |25 |

|5 |Edge Switch (Make Extreme model- X150 ) |8 |

|6 |Edge Switch 24 10/100 Base TX plus(Make HP) |12 |

|7 |Edge Switch 12 10/100/1000/SFP(Make HP) |12 |

|8 |24 port unmanagable switch (make: HCL) |1 |

|9 |8 port Edge Switch (Make : Extreme) |2 |

|10 |8 port Edge Switch (Make : D link) |2 |

|11 |Wi-Fi Access point |19 |

|Fibre Modules | |

|12 |Fibre Gigabit Interface Cards 1000 Base Sx SFP / GBIC Module |14 |

|13 |Fibre Gigabit Interface Cards1000 Base Lx SFP / GBIC Module |81 |

7. Up-gradation of Equipment: DMW Patiala has the right to enhance the configuration of the any equipment such as up gradation . For this DMW may use his own spares.

8. Trouble shooting : Contractor will provide the solutions of the followings if needed;

Optimization and tuning of network switches.

Contractor will also check the working environment of equipment and ensure that the power supply to the equipment is proper. He will inform in written regarding any environmental deficiency.

9. Increase/ Decrease of equipment: DMW has right to increase or decrease the quantity of equipment in the AMC with a prior notice of 2 weeks.

PART – VII SCHEDULE OF QUANTITIES AND PERFORMA FOR QUOTATING RATES

The Tenderer/s shall quote item-wise Cost/rates both in words and figures against each item in the schedule given below. In case of discrepancies between figures & words, the rate quoted in words will be taken as final. It should be noted that rates/discounts quoted anywhere else other than the schedule given for the purpose below shall not be considered . The details of the equipments may be seen in Part-VI of the tender document, the Tenderer/s are requested to go through the complete tender document carefully before quoting their yearly competitive rates:-

NOTE:

Quantities of items as above are tentative. It may vary up or down while some items may be added / deleted during the currency of the contract. Payment will be made on pro-rata bases considering the nos. of days in service.

SCHEDULE OF RATES

For comprehensive Annual Maintenance Contract (AMC) of LAN

|Sl.No |Item |Description |Qty of items |Total Cost of AMC for total item of work (per |

| | | | |Annum) |

| | | | |In figures (Rs.) |In words (Rs.) |

|SERVICES |

|1 |Service of Resident Engineer |1 No |  |  |

|2 |Service of Resident Technician |1 No |  |  |

|SWITCHES |

|3 |Central Switch | Layer 3 Core Switch with 24 10/100/1000 |2 Nos |  |  |

| |(make 3 COM) |BaseT ports, 12 SFP ports. (Make : 3 COM | | | |

| | |model 7758 08 Slot Chasis) | | | |

|4 |Distribution Switch |Layer 3 distribution Switch with 24 |4 Nos |  |  |

| |(make 3 COM) |10/100/1000BaseT ports,4 SFP ports. (Make : 3| | | |

| | |COM model 5500 G) | | | |

|5 |Distribution Switch (make |Layer 3 distribution Switch with 24 |4 Nos |  |  |

| |EXTREME) |10/100/1000BaseT ports,4 SFP ports. (Make : | | | |

| | |EXTREME model X450e) | | | |

|6 |Edge Switches (Make 3 |Ethernet Layer-2 edge Switch with 24 10/100 |25 Nos |  |  |

| |COM) |Base TX plus 2 combo 10/100/1000/SFP (Make : | | | |

| | |3 COM model 4200 ) | | | |

|7 |Ethernet switch |08 port Manageable switch, 100 mbps |2 Nos |  |  |

| |(make EXTREME) | | | | |

|8 |Ethernet switch |08 port Manageable switch, 100 mbps |2 Nos |  |  |

| |(Make DLINK) | | | | |

|9 |Edge Switches |Ethernet Layer-2 edge Switch with 24 10/100 |8 Nos |  |  |

| |(Make EXTREME) |Base TX plus 2 combo 10/100/1000/SFP (Make : | | | |

| | |Extreme model X150 ) | | | |

|10 |Edge Switches (Make HP)|Ethernet Layer-2 edge Switch with 24 10/100 |12 Nos |  |  |

| | |Base TX plus 2 combo 10/100/1000/SFP (Make : | | | |

| | |HP ) | | | |

|11 |Edge Switches (Make |Ethernet Layer-2 edge Switch with 12 |12 Nos |  |  |

| |HP) |10/100/1000 Base TX plus 2 combo | | | |

| | |10/100/1000/SFP (Make : HP ) | | | |

|12 |Ethernet switch (Make |24 port Unmanageable switch, 100 mbps |1 No |  |  |

| |HCl) | | | | |

|13 |Access point make Aruba |Wi-Fi |19 Nos |  |  |

|Fibre Modules |

|14 |Fibre Gigabit Interface Cards |1000 Base Sx SFP / GBIC Module |14 Nos |  |  |

| | |1000 Base Lx SFP / GBIC Module |81 Nos |  |  |

|Fibre Components |

|15 |Rack mount fibre panel |24 port fibre rack mount patch panel |39 Nos |  |  |

|16 |Connectors |Single mode |528 Nos |  |  |

|17 |Connectors(SC) |MM |12 Nos |  |  |

|18 |Coupler |Single mode |528 Nos |  |  |

|19 |1x6 SC Adaptor module |MM |14 Nos |  |  |

|20 |Fibre Cable |6 Core Outdoor Armoured Single Mode 9 |12309 mtrs. |  |  |

| | |micron Fibre Optics Cable | | | |

| | |6 Core Outdoor Armoured Multi Mode Fibre |1542 mtrs. |  |  |

| | |Optic Cable | | | |

| | |6 Core Indoor Single Mode Fibre Optics |540 mtrs |  |  |

| | |Cable | | | |

|21 |Fibre Patch Cord |LC-SC Duplex Fibre Patch Cord SM 3 Mtr. |82 Nos |  |  |

| | |SC-SC Duplex Fibre Patch Cord SM 3 Mtr. |1 No |  |  |

| | |LC-SC Duplex Fibre Patch Cord MM 3 Mtr. |13 Nos |  |  |

|UTP components |

|22 |UTP Cable |CAT 6 UTP Cable |30945 mtr |  |  |

|23 |UTP Cable |CAT 5 E UTP Cable |7930 mtr |  |  |

|24 |STP Cable |CAT 5 E STP Cable |1511 mtr |  |  |

|25 |Jack Panel |CAT 6 UTP 24 Port Jack Panel |40 Nos |  |  |

|26 |Patch Cords |CAT 5E UTP 3 mtrs. |110 Nos |  |  |

| | |CAT 5E UTP 1 mtrs. |22 Nos |  |  |

|27 |Mounting Cords |CAT 6 UTP Modular Patch Cords 1 Mtr. |791 Nos |  |  |

| |I/O's | | | | |

| | |CAT 6 UTP Modular Patch Cords 3 Mtr. |733 Nos |  |  |

| | |CAT 5 E surface mount single INFO outlet |178 Nos |  |  |

|28 |I/O's |CAT-6 Information Outlet |799 Nos |  |  |

|29 |Face Plate |Single Face plate with Gang Box |734 Nos |  |  |

|30 |Discrete Panel |Discrete Jack Panel unloaded for 24 Port |21 Nos |  |  |

|31 |LIU with ST connector |12 port fully loaded |4 Nos |  |  |

|32 |Lan Extender (Mrotek) |  |4 Nos |  |  |

|33 |Racks |18 U |2 Nos |  |  |

| | |6 U |50 Nos |  |  |

| | |9 U |9 Nos |  |  |

Items are under warranty with period as mentioned below :-

|Distribution Switch (Item no. 5) : 01 No. of Extreme make Warranty up to 04.07.2017 |

|Edge Switch (Item no. 9) : 03 Nos. of Extreme make are under warranty up to 04.07.2017 |

|Edge Switch (Item no. 10) : 12 Nos. of HP make are under warranty up to 30.09.2017 |

|Edge Switch (Item no. 11) : 12 Nos. of HP make are under warranty up to 30.09.2017 |

|Wi-Fi Access Point (Item no.13) : 19 Nos. of Aruba make are under warranty upto 30.09.2017 |

|Fibre Gigabit Interface cards (Item no. 14) :02 nos. of Fibre modules (Sx) are under warranty upto 04.07.2017 & 22 Nos of Fibre Modules (Lx) are |

|under warranty upto 30.09.2017 |

Note –

a. Total cost/rates of Annual Maintenance Contract (AMC) of each item of work must be submitted separately, which will be the basis to calculate total offered cost of AMC. Total cost so arrived at by DMW, Patiala in the tabulation Statement will be the basis for ranking the tenderer position/ranking.

b. If rates of any item of Annual Maintenance Contract (AMC) work is not given, it will be presumed as Zero while tabulation of offer, and its value will be treated as included in other items of work.

c. Annual Maintenance Contract (AMC) all rates/cost should be clearly quoted inclusive of all taxes and written both in ‘Figures’, and ‘Words’. In case of any discrepancies between rates written in figures and words, the rate quoted in words will be treated as final.

d. Payment will be made based on actual items of work maintained as per prorata rates worked out for each day. For the purpose of calculation of any new item added/deleted, 365 days in a year will be taken. As such, number of item may increase/decrease due to some of exiting items under warranty

e. In case of any dispute/difference of opinion regarding clarification / interpretation etc, decision of Sr.EDPM, DMW,Patiala will be final and will be binding on tenderer, without any right of appeal/representation etc by the tenderer.

f. Initially, Annual Maintenance Contract of the Local Area Network in DMW/ Patiala is for one year which may be extended by the Sr.EDPM, DMW, Patiala for 2nd & 3rd year depending upon the performance of firm.

g. Audited balance sheet, and other documentary evidence duly certified by Chartered Accountant/Company Auditor, for verifying the financial credentials of the tenderer, must be submitted along with the offer.

PART VIII - DOCUMENTS FILLED UP AND SUBMITTED

Please fill up the relevant portions of the tender document (in 47 pages) and submit the same along with annexure.

Please ensure that following sections/ parts of this Tender Document are properly filled up -

i. Top sheet

ii. Declaration

iii. Part V (if tender document is downloaded)

iv. Part VII

v. Annexure I & VII (as per directives)

Important: Please check whether the following documents have been attached:

|SN |DESCRIPTION OF DOCUMENT ATTACHED |NATURE OF DOCUMENT |WHETHER ATTACHED (Y |PAGE NO. REFERENCE |

| | | |/ N) | |

|1 |Documentary proof of eligibility (Para 2 of Part-II) |Essential | | |

|2 |Copy of constitution of firm/ company/ association/ society |Essential and as | | |

| |(attested by Notary Public or Executive Magistrate) |applicable | | |

|3 |Copy of Power of attorney (attested by Notary Public or |If applicable | | |

| |Executive Magistrate) | | | |

|4 |Copy of Partnership deed (attested by Notary Public or |If applicable | | |

| |Executive Magistrate) | | | |

|5 |List of relatives employed in DMW |If applicable | | |

|6 |Tenderer’ Credentials | | | |

| |Previous experience supported by certificates and Testimonials |Essential | | |

| |Financial status supported by Bank reference or any other | | | |

| |document |Essential | | |

|7 |Proof of payment towards cost of tender document. |Essential | | |

|8 |Earnest Money of requisite amount |Essential | | |

|9 |Document required as per Part-IV Special Term and Condition |Essential | | |

|10 |Mandate to receive payment through EFT in their Bank |Essential | | |

| |Account | | | |

|11 |Any other document |Optional | | |

Please ensure –

• Each page of this tender document and attachments made by the tenderer should signed.

• Each page of attachments with the offer should be serial numbered.

DO NOT NUMBER THE CHEQUES/ BANK DRAFTS/ BANK GUARANTEES enclosed with this.

Annexure-I

PARTICULARS OF THE FIRM AND PROFESSIONAL STANDING

(To be attached with tender documents)

|SNo |Item description |Remarks |

|1. |a) |Full name of contractor/ Firm | |

| |b) |Year of establishment | |

|2. | |Registered HD office Address | |

| |a) |Telephone No | |

| |b) |Fax No | |

| |c) |Mobile No | |

|3. | |Form of business whether | |

| |a) |Sole proprietor | |

| |b) |Partnership | |

| |c) |Company | |

|4. |a) |Constitution of firm, give full details including name | |

| | |of partners registered | |

| |b) |Name of Directors | |

|5. | |Whether the business partnership is registered | |

|6. | |Whether registered with: | |

| |a) |CPWD | |

| |b) |PWD | |

| |c) |Railways | |

| |d) |MES | |

| |e) |Any other Govt/ Public Section Undertaking | |

| | |Note : Furnish copies of registration certificates | |

|7. | |Capital | |

| |a) |Authorised | |

| |b) |Paid up capital | |

| |c) |Copy of articles of association | |

|8. | |Total turnover (in lacs) in each year & income tax paid| |

| | |during last 3 yrs. | |

| | |Note: Proof of turn over and Tax paid should be | |

| | |submitted as per tender conditions for financial | |

| | |eligibility criteria. | |

ANNEXURE-II

EXPERIENCE OF WORKS COMPLETED (As per clause 4 (a) of Part-IV)

(To be attached with tender documents)

(Completed during 01.04.10 to 31.03.13)

|Year |Name of work |Address of controlling officer |Agreement Cost |Date of Award |Stipulated date |Actual date of |

| | |& contracting organization |(Lacs) | |of completion |completion |

|1 |2 |3 |4 |5 |6 |7 |

| | | | | | | |

| | | | | | | |

| | | | | | | |

Enclose certificates and testimonials, copies of letter of contract from organization for whom works have been done.

HUMAN RESOURCES

Particulars of Personnel Employed as Resident Engineer and Technician

(Copies of the Certificates/Testimonials should be enclosed with tender documents)

| SN |Name & Designation |Qualifications |Professional experience |Remarks |

|1 |2 |3 |4 |5 |

| | | | | |

| | | | | |

Annexure-III

Proforma for Contract Agreement

(Not to be filled with Tender)

CONTRACT AGREEMENT NO. Date:

|I) |ARTICLES OF AGREEMENT made this day of ______________________________ 2013 between the President of India acting through the |

| |Diesel Loco Modernization Works, Patiala herein after called the Railway of the one part and |

| |___________________________________ herein after called the Contractor of the other part . |

|II) |WHEREAS THE Contractor has agreed with the Railway for performance of the work ______________________________ set forth in the |

| |schedule here to annexed upon as - |

| |i. |Preamble and General Instructions to Tenderer |

| |ii. |Special conditions of the Tender/Contract. |

| |iii. |Price and Payment |

|III) |AND WDHEREAS THE CONTRACTOR has furnished/agreed to furnish within fifteen days of the signing of the agreement a guarantee bond|

| |from an approved bank or cash for prescribed value of the contract towards security deposit for faithful fulfillment of the |

| |contract. |

|IV) |Now this INDENTURE witness that in consideration of the payments to be made by the Railways, the contractor will duly perform the|

| |said work in the said schedules set forth and shall execute the same with great promptness, care and accuracy in a workman like |

| |manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and the said |

| |conditions of the contract on or before the _______________________ and will further operate and maintain the said works for a |

| |period _______________ and will further undertake to fulfill all warranty obligations in respect of the said work for the period |

| |stipulated din the contract and would observe fulfill and keep all the conditions herein mentioned (which shall be deemed and |

| |taken to the part of this contract as if the same had been fully set forth herein), And the Railway both hereby agree that if |

| |the Contractor shall fully perform the said work in the manner aforesaid and observe and keep the terms and conditions, the |

| |Railway will pay or cause to be paid to the Contractor for the said works on the final completion thereof the amount due in the |

| |respect there of at the rates specified in the schedule here to annexed. |

|V) |It is hereby agreed and declared that all the provisions and conditions of contract in the schedule annexed which have been |

| |carefully read and understood by the contractor shall be as binding upon the contractor and upon the Railway as if the same had |

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

|VI) |The cost of stamp duty on the agreement shall be borne by the Railway. |

|Sr.EDPM, DMW, Patiala. |Contractor __________________ |

|Diesel Loco Modernization Works Patiala |Address_________________________ |

|For and behalf of the |____________________________________ |

|President of India |Dated ____________________ |

| | |

|Witness |Signature of Witness with address to Signature of Contractor. |

Annexure-IV

PROFORMA

Bank Guarantee for Performance Guarantee/Security for contract period

(Not to be filled with Tender)

To, B.G. No.

Dated :

FA & CAO , Amount :Rs.

DMW/Patiala. Valid Up to :

1. In consideration of the President of India (herein after called the Govt.) having agreed to accept ________________________________________________ (hereinafter called the said contractor ) from the demand, under the terms and conditions of an AGREEMENT NO. _______________________________ made between Deputy Chief Mechanical Engineer/ ------/ Diesel Loco Modernization Works, Ministry of Railway, Patiala and _______________________________________for the ________________________

_____________________________________________ as per Tender Specification (herein after called the said Agreement) of Security for Performance Guarantee for the due fulfillment by the said contractor(s) of the terms and conditions contained in the said Agreement on production of Bank Guarantee for Rs.__________________________________

We _________________________________________(hereinafter referred to as the Bank ) do hereby undertake to pay to the Government an amount not exceeding Rs. _________________

Rs. __________ Only) against any loss or damage caused to or suffered by the Government by reason of any breach by the said contractor(s) of any of the terms or conditions contained in the said agreement.

2. We _________________________________Bank ______________________________

do hereby undertake to pay the amounts due amount payable under this guarantee without any demur merely on a demand from the Govt. station that the amount claimed is due by way of loss or damage cause to or would be caused to or suffered by the Govt. by reason of any breach by the said contractor(s) of any of the terms for conditions sustained in the said Agreement or by reason of the contractors failure to perform the said Agreement. Any such demand ma de on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ___________

3. We further agree that the guarantee herein contained shall remain in full force and affect during the period that would be taken for the performance of the said agreement and it shall continue to be enforceable till all the dues of the Govt. “Under or by virtue of said agreement have been fully paid and it claim satisfied for discharged or till Sr. EDPM ,Diesel Loco Modernization Works, Patiala certified that the terms and conditions of the said agreement have been fully and properly carried out by the said contractor(s) and accordingly” discharges the guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before________(Validity date) the we shall be discharged from all liability under the Guarantee thereafter.

3A. Not withstanding anything to the contrary contained herein the liability of the Bank under this guarantee will remain in force and effect until such time as the guarantee is discharged in writing by the Government or until ___________ whichever is earlier and no claim shall be valid under this guarantee unless notice in writing thereof is given by the Government with in 2 months from the date of aforesaid.

3B. Provided always that We _____________________________________________ Bank unconditionally undertakes to renew this guarantee or to extend the period of guarantee from year to year within two months before the expiry of the period of the extended period of the guarantee, as the case may be, on being called upon to do so by the Government. If the guarantee is not renewed or the period extended on demand, we ________________________________ Bank shall pay the Government the full amount of the guarantees on demand and without demur.

4. We ____________________________________ Bank further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance of the said contractor( s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the Government against the said Contractor(s) and to for bear of enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor(s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said Contractor or by any , such matter or thing whatsoever which under the law relating to sureties would but this provisions have affect if so relieving from our liability.

5. We _____________________________________________ Bank lastly undertake not to revoke this guarantee during its currency except with the previous consent of the payment in writing. This guarantee will not be revoked by any change of the constitution of the Bank or of the surety.

6. Not withstanding anything contained herein before this guarantee is restricted to

Rs. ________________________________________ our guarantee shall remain in force till

__________________________________________ unless claim is made on us on or before that date, all your rights under the said guarantee shall be forfeited and we shall be released and discharged from all liability there under.

|Date_____________________________ |Seal of Bank |

|Attested by Notary Public with his Seal |with Signature of the Agent M. |

Annexure - V

( To be given in duplicate with Tender Documents)

Mandate to be given by the Contractor (of DMW Patiala) to receive their payment through EFT in their Bank Account.

1. Name of the Firm/Contractor ___________________________________

2. Address of the Firm ___________________________________

3. Account Number __________________________________

4. Type of Account (Current/Saving) ______________________________

5. Bank Name __________________________________

6. Address of Bank Branch __________________________________

7. MICR Code __________________________________

8. IFS Code __________________________________

Note - In token of correctness of above information, please enclose one cancelled cheque of beneficiary bank account.

|Above particulars are certified |I/We_____ hereby authorize |

| |FA&CAO/DMW/Patiala to credit out all payments through Electronic |

| |transfer in our Bank Account as per mandate given above. |

|(Signature & Name of Bank | |

|Branch along with | |

|Stamp). |(Signature and Name of person authorised) |

| | |

| |M/s. ____________________________ |

| |_________________________________ |

| | |

| |( Stamp of the firm) |

Annexure - VI

C E R T I F I C A T E

(To be attached with tender documents)

I hereby declared that amounting to Rs. _____________________ will be paid to Service Engineer per month and Rs. _________________ will be paid to Technician per month.

(The above is only for calculation of service tax as service tax is payable on the charges of service provided and not for valuation for tender purpose or any related decision.)

Signature & Seal of the Tenderer

Annexure-VII

CONSERVANCY CESS CHARGES

Rate of Recovery with effect from 01.07.2012

(Annexure to Board’s letter No. F(X)/1/1 dated 16.07.2012

| |Railway Contractors |Average No. of Labourers or |Proposed Conservancy Cess |

| | |Workmen employed per day |Charges to be recovered - |

| | | |PER MONTH |

|a |Engg. Works Contractors (Engg., Elect., Mech., Signal |1 to 5 |[pic] 106/- |

| |etc.) |6 to 10 |[pic] 208/- |

| | |11 to 25 |[pic] 523/- |

|b |Genl. Goods handling Contractors including Contractors |26 to 50 |[pic] 762/- |

| |awarded by Stores deptt. |51 to 100 |1023/- |

| | |101 to 200 |[pic] 1285/- |

|c |Coal handling ashpit cleaning contractors |201 to 300 |[pic] 1546/- |

|d |Railway siding used by the contractors |301 to 750 |[pic] 1785/- |

| | |751 to 1500 |[pic] 3590/- |

|e |Contractors supplying water to engines |1501 to 3000 |[pic] 7182/- |

| | |3001 & over |[pic] 14345/- |

| |Catering Contractors: | | |

|a |Refreshment Rooms | |[pic] 310/- |

|b |Restaurants | |[pic] 310/- |

|c |Platform Refreshment Stall | |[pic] 310/- |

| |Major Station | | |

| |Minor Station | | |

|d |Stall including Tea Stall, Juice Stall | |[pic] 208/- |

|e |Tea/Coffee Vending Machine | |[pic] 106/- |

|f |Vendors with trays on heads | |[pic] 106/- |

|g |Venders with Trolleys on wheels | |[pic] 106/- |

Location Map of DMW

| |

|[pic] |

How to Reach :-

Existing LAN diagram of DMW, Patiala

[pic][pic]

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download