Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
Office of the
Controller of Stores,
Hajipur/Patna.
1. Maker’s name and address and Brand of the stores offered must be stated if
required as per drawing/ specification; otherwise offers are liable to be
rejected.
3. The purchaser reserves the right to vary the ordered quantity by (+) 30% at
any time, till final delivery date of the contract. Even though the quantity
ordered initially has been supplied in full before the last date of delivery
period.
4. Tenderers are advised to quote for minimum 50% of the Tender Quantity
failing which their offers are liable to be ignored.
6. EMD/ SD:
6.1 EMD
6.1.2 Earnest Money Deposit (EMD) will be taken from all tenderers subject to
following exemption:
a. Vendors registered with NSIC up to the monetary limit of their registration
for the item tendered.
b. Vendors registered with railways up to their monetary limit of registration
for the items tendered/trade groups of the items tendered.
c. Vendors on approved list of RDSO/PUs/CORE/Railways etc. for those specific
items for which they are on approved list.
d. Manufacturers and their accredited agents
e. Other railways, govt departments
6.1.3 Validity of EMD: EMD should remain valid for a period of 45 days beyond
the final bid validity period.
6.2 SD
6.2.2 Safety Items: The Security Deposit (SD) / Performance Guarantee shall be
taken from all firms for contracts for all safety items
6.2.3 Other than Safety Items: The security Deposit shall be taken from all
firms for contracts for items other than safety items placed against advertised
tenders and global tenders subject to the following exemptions:
a. Vendors registered with NSIC up to the monetary limit of their registration
for the items ordered.
2
b. Vendors registered with railways up to the monetary limit of their
registration for the items ordered/trade groups for items ordered or vendors on
approved list of RDSO/PUs/CORE/Railways etc for these specific items for which
they are on approved list of other railways, govt departments on their specific
request and on merits of the case as considered by the tender committee.
6.2.4 The usual security deposit, should, however be taken in case the
contracts are placed on unregistered/unapproved firms or for items for which a
particular firm is not registered/approved.
NB: Above para are applicable for non-M&P and non-global tender
except 6.2.1
7. The Contracts and the supply will be governed by the Indian Railways
Standard Conditions of Contract (Latest) and Instruction for Guidance of the
Contractors issued by the Stores Department of East Central Railway.
8. Firms other than those registered with this Railway are required to submit
with their tender each of the following documents failing which their offers are
liable to be ignored.
b. Tenderers other than the OEM, if quoting as per their own drawing,
should submit two copies of their drawing along with their quotation
for proper technical evaluation of their offer failing which offers are
liable to be ignored.
3
b. If the quoted rate attracts any Excise Duty to be payable extra by the
purchaser (Railways), the ex-works price and the rate of Excise Duty
will have to be spelt out by the tenderers clearly. Failure by the
tenderers to do so shall render the tender offer being loaded with the
highest standard rate of ED as applicable to any manufacturers of the
particular item, for the purpose of decision on the tender case.
d. If the tendering firm does not reserve their rights to claim excise duty/
sales tax variation in future then no upward variation in contract price
even on grounds of statutory variation will be admissible by the
purchaser.
4
j. Tenderers must clearly indicate the exact rate/amount of CST/VAT
claimed by them, as applicable in the state of seller. They should also
provide copies of relevant notification/circular indicating the
schedule/section and percentage of VAT applicable for the tendered
item in the state of the seller, based on which a rate of CST/VAT has
been quoted.
m. Tenderers should confirm whether material offered for sale fall in the
category of goods of special importance (declared goods) as
incorporated in section 14 of CST Act,1956.
11. Octroi / Entry Tax : In case any Octroi duty or Entry Tax is
leviable, the same should be borne by the suppliers and will not
be reimbursed.
5
invariably abide with the following standard PVC formulae and confirm
the acceptance of the same in their offer.
e. For IS: 2062 Gr A material: PVC will be acceptable only as per M/s
SAIL’s base price. Firm, however, will have to quote a clear-cut
formula to define the PVC. Base price, as existing one month prior to
the month of inspection, which has been quoted by the tenderer as
base rate will only be applicable for calculation of price variation.
6
c. In case of imported items, successful firms will be required to submit
copy of Commercial Invoice of their principals, Customs out passed
Bill of Entry, Bill of Lading/ AWB etc. along with their supplies, in
support of genuineness of materials.
e. The firm has to agree for payment of Agency Commission to our Indian Agencies in Non
Convertible Indian Rupees
14. ECR/ CLW/ DLW/ DCW/ ICF/ RCF/ RDSO/ CORE Restricted
Items:
a. The Railways reserve the right to procure entire or bulk quantity from
ECR/ CLW/ DLW/ DCW/ ICF/ RCF/ RDSO/ CORE approved sources.
7
25% of the net procurable quantity in a given procurement case with
another 5% on a new source in deserving cases and with strict
compliance of extant procedure on such educational ordering. That is
to say, the ordering quantity on Part II source can be up to 15% or the
highest quantity of a past order, successfully executed in the
preceding three years in the same railway unit or other railway
units/PUs, whichever is higher, subject to maximum of 25 % of the net
procurable quantity in the given procurement case.
g. It is also likely that there may be cases where more than one part II sources
are within the zone of consideration on the basis of competitive price
ranking with satisfactory past performance on any railway/PU. In such cases,
each part II source can be considered for ordering in the same manner as
indicated above.
b. The Railways reserve the right to place orders for either entire or bulk
quantity on firms having proven satisfactory past performance and may
consider other firms for educational orders only provided they submit
credentials like copies of Purchase Orders for same or similar items of other
8
Zonal Railways along with I/C & R/ Note along with their offer failing which
offer is liable to be ignored.
15.2 For the electrical items like frost free refrigerators, fluorescent tube
lights, room air conditioners and distribution transformers, unless the
specification indicated in the contract, only products with at least 3
(three) star rating will be considered for purchase.
a. The Railway reserves the right to order entire or Bulk quantity on main
producers, i.e., M/s SAIL/ IISCO/ TISCO or sources approved by RDSO for IS:
2062 Grade B/ C in part-I list or BIS approved sources for IS: 2062 Grade A.
Firms to quote with copy of current & valid approval letter.
b. If the tendering firm is a re-roller (approved by RDSO/ BIS) then they should
comply with the following:
i) They must indicate the name of the RDSO approved steel maker/
integrated steel making unit/ main producers from where they shall take
supplies of Ingot/ Billets/ Blooms to manufacture material under
procurement.
ii) If the tenderer happens to procure Ingot/ Billets/ Blooms from RDSO
approved steel maker unit/ integrated steel unit then:
i. A certificate in original from such RDSO approved steel maker/
integrated steel making unit confirming the arrangement between
the tenderer and themselves and also confirming that Ingot/
Billets/ Blooms shall conform to the governing specification is to be
furnished. Such certificate should be specific with reference to the
tender under consideration.
ii. Such RDSO approved steel/ integrated steel unit should furnish the
details of MIC number, detailed chemical analysis of the heats
against which Ingot/ Billets/ Blooms have been manufactured to
facilitate inspection by the nominated inspection agencies. The
tenanting firm, i.e., the said re-roller is to submit relevant
documents like signed commercial invoice etc. to establish that
the required ingot etc. actually have been purchased by them
from the concerned RDSO approved source. Such details and
documents are to be produced at the time of inspection and also
with each consignment.
iii) If tenderer happens to procure Ingot/ Billets/ Blooms from main
producers, then the tenderer will submit relevant documents like
9
material test certificate, commercial invoice etc. issued by such
main producer to establish that the Ingot/ Billets/ Blooms have
actually been produced from such main producers. These
documents are to be produced at the time of inspection and also
along with each consignment.
iv) Nominated Inspecting Authority must categorically confirm in the
inspection certificate that material has been inspected at the
works of the firm with further clarification as to where the ingots
have been made and rolled.
v) Failure to comply with the aforesaid conditions will make the offer
liable to be ignored.
a. Supplier will not be entitled to any benefit due to change of any statutory
levies, custom duty variation, Exchange rate variation and any change in
price element whatsoever those affect the total value of the Purchase Order,
which come after expiry of the original Delivery Period as per Purchase
Order/ Letter of Credit.
b. Purchaser will not be entitled to any benefit due to change of any statutory
levies and any change in price element whatsoever those affect the total
value of Purchase Order, which come after expiry of Original delivery Period
as per Purchase order/ Letter of Credit.
a. Materials peculiar to Railway such as parts & fittings of Rolling stock except
raw material, which have been found rectified during inspection and which
could not be rectified are required to be defaced by the inspecting authority
to avoid recycling of such rejected materials and to avoid ultimate failures of
assets. All such rejected materials peculiar to Railways should be
mechanically defaced to prevent sale to Railways again.
b. In case the firms fail to offer the material for inspection against inspection
call issued to inspecting agency or if the material have to be re-inspected
due to rejection of the material at firm’s premises by inspecting agency or
due to non despatch of material within validity of inspection certificate then
50% of the inspection charges applicable for the offered quantity subject to
maximum of Rs. 5,000/- and actual test charges incurred will be paid by the
supplier to inspecting agency.
c. In case the purchase orders are placed on traders/ agents for the items,
which are peculiar to the Railways, traders/ agents should indicate the
source of supply and inspection to be carried out at their manufacturer’s
premises rather than traders/ agents’ premises, to ensure genuineness of
quality of the materials. Above conditions will not be applicable for the items
10
where inspection is being carried out against MTC/ GC or by the Consignee
in view of urgency.
21. Validity of Offers: Offers should be valid for 120 days failing which it will
be considered as deviation from tender condition. Such offers will be treated as
unresponsive offer and the same will be liable to be ignored.
22. Rates:
a. If the rates are not quoted on F.O.R destination basis, the amount
of freight charges by Goods/ Passenger train/ Road transport should
be indicated clearly & separately. The firm should note that they would
be responsible till the safe arrival of the goods at the consignee’s end.
Purchaser will not pay separately for transit insurance, if any, i.e., transit
insurance shall be borne by the supplier. The offer form is available at
chapter III & IV
b. Conditional discount other than discounts offered for quantity will not be
considered for adjudging the inter-se position.
24. All Non- IRS conditions of Contract must be avoided. Firm should
accept the IRS conditions.
25.Intending tenderers may attend opening on due date. Tenders with estimated
cost below Rs. 10 lakhs will not be read out.
26. Payment Terms: Payments terms given below are ECR’s normal payment
terms. Offers deviating from this are liable to be ignored without any back
reference to the tenderer.
11
a. For orders valuing up to Rs. 1 Lakh, 100% payment will only be made
against R/ Note for stock items and on acceptance of the material by
consignee for Non-stock items and no part payment will be made.
b. For orders valuing more than Rs. 1 Lakh, the normal acceptable payment
terms is 95% Advance payment against proof of despatch/ receipt and I/C
and balance 5% against R/ Note or 100% against R/ Note.
c. For orders valuing more than Rs. 1 Lakh, no part payment below Rs. 1 Lakh
will be made unless it is against the last supply.
d. For M&P items, the normal acceptable payment term is 80% Advance
payment against receipt of material and I/C and balance 20% after
successful commissioning/installation of the equipment with BG if
applicable.
e. Tax Credit for VAT: The firm will submit its bill with the following
certificate:- We hereby declare that additional set offs input tax credit
to the tune of Rs----( in figures and words) has accrued and
accordingly the same is being passed on to the purchaser and to that
effect the payable amount may be adjusted.
27.
a. It should be noted that if a contract is placed on a higher tenderer as a
result of invitation of tender, in preference to a lower acceptable offer, in
consideration of offer of earlier delivery, the contractor will be liable to
pay the Government the difference between the contract rate and that of
the lowest acceptable tender on the basis of final price F.O.R destination
including all elements of freight, Sales Tax, Local taxes, duties and other
incidentals in case of failure to complete supplies in terms of such
contract within the date of delivery specified in tender and
incorporated in the contract. This is in addition and without
prejudice to other rights under the terms of contract.
b. Any firm quoting on behalf of OEM or any approved source/manufacturer
(as the case may be) must submit valid and current agency
agreement/dealership certificate along with their offer and agree for
inspection by the nominated agency (as the case may be) at the
premises of the manufacturing unit of their principal, failing which the
offer is liable to be rejected.
c. The unregistered/untried new tenderers must submit the credentials of
the manufacturer and Bankers’ solvency certificate & evidence of
financial standings.
d. Wherever all or most of the approved firms quote equal rates and cartel
formation is suspected, Railways reserve the right to place order on one
or more firms with exclusion of the rest without assigning any reasons
thereof.
e. Firms are expected to quote for a quantity not less than 50% of tendered
quantity. Offers for quantity less than 50% of tendered quantity will be
considered un-responsive and liable to be rejected in case cartel
formation is suspected. Railways, however, reserve the right to order on
one or more firm any quantity.
12
f. The firms who quote in cartel may please note that their names may be
deleted from the list of approved sources.
28. Time is the essence of contract and time required for effecting the
supplies should be stated in unambiguous terms. Earliest guaranteed
delivery should be quoted. The Tenderers should indicate the date of
commencement of supply and the date of completion of supply with monthly
supply schedule. The Penalties for defaults, arbitration and L/D clauses
will be as per IRS conditions of contract.
13
maintenance, safety, etc of the Railways, regardless of inter-se ranking of
the tenderes and in a fair and transparent manner with due conformity to
the principle of natural justice and equity
29.2 It may be noted that ordering on part II approved vendors, as per
extant directives of Board, shall not construe splitting of the procurable
quantity.
30. Firms quoting any deviations from the tender conditions/ requirements should
specifically mention all such counter offers in a separate sheet.
31. Recovery of Liquidated Damages for delayed supplies
during extended delivery period in supply of contract.
(a) Upper limit for recovery of Liquidated damages in supply contracts will
be 10% (Ten percent) of value of delayed supplies irrespective of delays,
unless otherwise provided, specifically in the contract.
(b) “Railway should recover from the contractor as agreed liquidated
damages and not by way of penalty, a sum equivalent to 2% (Two
percent) of the price of any stores (including elements of taxes, duties,
freight, etc.) which the contractor has failed to deliver within the period
fixed for delivery in the contract or as extended for each month or part of
a month during which the delivery of such stores may be in arrears
where delivery thereof is accepted after expiry of the aforesaid period,
subject to a maximum of ten percent of value of the delayed supplies.”
14
NSK/Japan make and M/s Timken India for Timken/USA make, then they
may be exempted from depositing SD.
f) For imported consignments, firms will have to give consent to furnish
copy of custom out passed Bill of Entry, maker’s test and guarantee
certificate relevant to each consignment, copy of bill of lading/AWB
relevant to each consignment, copy of commercial invoice of the foreign
makers at the time of inspection and supply.
g) In case of order being placed on authorized agents, the manufacturers
will have to give a guarantee for satisfactory execution of the contract by
their authorized agents by issuing letter to that effect.
h) The bearings are to be supplied in makers original cartoon and from the
country of origin as approved by RDSO/CLW (as the case may be).
b) Packing Clause:
i Aluminium Paints to IS: 4Ltr. New Dual non-returnable metal
2339/63 containers .
ii Knifing Stopper Putty to 20 Kg. to 35 Kg. new non-returnable metal
IS: 5083/88 containers confirming to IS: 2552/89, Grade-
15
BII
iii All other paint items 20 Ltr. New non-returnable metal containers
conforming to IS: 2552/89,Grade-BII
Any counter offer in this packing clause as mentioned above will render the
offer to be ignored.
iv. Tenderers, who are OEM. must give undertaking for supply of spare parts
for a period of expected life of the machine/equipment. Other tenderers
must submit undertaking from OEM for supply of spare parts for a period
of expected life of the machine/equipment. The expected life/duty cycle
shall be specified.
16
v. Purchase shall be made from the manufacturer or their authorized agent.
Name, Address & Fax numbers of the manufacturer should be mentioned
and valid manufacturer’s authorization, in case of authorized agent,
should be submitted along with the offer, failing which the offer is liable
to be ignored. If any Indian agent quotes for any imported product, they
should submit principal’s proforma invoice indicating Nett/Gross FOB/CIF
cost and agency commission included therein along with their offer,
failing which the offer is liable to be ignored.
vi. In case the Tenderers quote for purchase order to be placed on agents,
for the items which are peculiar to Railways they should indicate the
source of supply, place of manufacture and place of inspection to be
carried out at their manufacture’s premises/agents premises, to ensure
genuineness of quality of the material.
viii. Warranty:- warranty period for M&P will be 24 (twenty four) months
from the date of commissioning and proving out of M&P. A maximum
period of 2 (two) weeks will be allowed for attending and rectification of
faults during the warranty period. Maximum down time during the
warranty period will be 2% (two percent) for online M&P and 10% (Ten
percent) for off line M&P calculated on quarterly basis.
ix. The BG shall remain valid for 30 months from the date of commissioning
which will include 24 Months warranty period and & six months claim
period. The Bank Guarantee shall be released only after satisfactory
performance of machine for a period of 24 Months from the date of
commissioning of the machine.
x. Tenderers are required to quote their rates in Indian currency only unless
the tender are invited otherwise.
xii. Payment term: To be as per clause 32C of general conditions of the bid
document charges for installation and commissioning separately quoted
if any, shall be released only after successful installation/commissioning
and prove out of the machine by the indentor. The contractor during
commissioning of the equipment will also train Railway staff in operation
and maintenance of equipment supplied.
17
a. Tenderers are required to mention such AMC schedule of such
Annual periodic maintenance along with offers giving the charges
for AMC maintenance schedule and other details of items to be
used in such preventive maintenance.
d. The terms & conditions of AMC must clearly specify the maximum
down time and maximum response time.
18
calculated during whole of warrantee period and after that
if there is any delay on the part of supplier, purchaser shall
be entitled for encashment of WG Bonds, In such cases the
bad performance of firm during the warranty period, the
same will be recorded and circulated to all Railways. The
same will be given due regard in deciding future orders on
the firm and when evidence to the contrary is not available,
the firm’s offer may be even rejected.
xv. Packing:- The contractor shall pack at his own cost the stores
sufficiently and properly for transit by Rail/Road/Air and/ or sea as
provided in the contract so as to ensure their being free from loss or
damage on arrival at their destination. The Inspecting Officer may reject
the stores if the stores are not packed and/or marked as aforesaid and in
case where the packing materials are separately prescribed, if such
materials are not in accordance with the terms of the contract. Such
rejection of the stores by the inspecting officer shall be final and binding
on the contractor.
xvi. The contractor shall be responsible for all loss, destruction, damage or
deterioration of or to the stores from any cause whatsoever while the
stores after approval by the inspecting officer are awaiting dispatch or
delivery or are in the course of transit from the contractors to the
consignee or, as the case may be, interim consignee.
xvii. The contractor shall alone be entitled and responsible to make claims
against a Railway administration or other carrier in respect of non-
delivery, short delivery, misdelivery, loss, destruction, damage or
deterioration of the goods entrusted to such carrier by the contractor for
transmission to the consignee or the interim consignee as the case may
be.
35. Lowest offerer’s Evaluation Criteria: For multi item or single item with
multiple consignees – inter-se position will be decided on aggregate i.e. total
case value wise unless otherwise indicated in terms of
(a) item-wise (b) consignee wise (c) Item + consignee wise
19
PROFORMA FOR PERFORMANCE STATEMENT
5. Details of Plant & machinery erected and functioning in each department (monograph & description
pamphlets be supplied, if available)
6. Production capacity of the item(s) quoted for, with the existing plant & machinery
6.1. Normal
6.2. Maximum
7. Details of arrangement for quality control of products such as laboratory testing equipments etc.
8. Details of staff
9. Are you registered with the Directorate General of Supplies & Disposal, New Delhi, India or any of the
Zonal Railways/ Production units? If so, furnish particulars of registration, period of currency, etc.
10. Are you a small scale unit registered with the NSIC, India? If so, furnish particulars of registration, period
of currency, etc.
11. Is your unit an ISO certified unit? If so, furnish particulars of registration, period of currency, etc.
20
Check sheet for bidders.
The bidders are requested to check the tender forms before submission of the
same with special reference to the following:
• If the material is being offered as per firm’s own drawing, copies of the
same have been enclosed.
21