NORTH WESTERN RAILWAY Tender No. Med./SAG/645/01/11/11-13/AC Veh. Name of work: Hiring of AC vehicle (Bolero or equivalent) or similar type including maintenance, major/minor repairs, cost of lubricants, Drivers, fuel & other consumables etc. including all so as to cover 2000 km per month for the use of CMS/Railway Hospital, Ajmer. Between 08.00 am to 20.00 Hrs. everyday. Vehicle should not be older than year 2009. for a period of 24 months. 2011-2013. To, The President of India, Acting through the, Chief Medical superintendent N.W.Rly, Ajmer. I/We_____________________________________have read the various conditions to tender attached here to and hereby agree to abide the said conditions. I/We also agree to keep the tender open for acceptance for a period………………………days from the date fixed for opening the same and in default thereof, I/We will be liable for forfeiture of my/our earnest money. I/We offer to do the work for North Western Railway at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in …………………………weeks/months from the date of issue of letter of acceptance of tender. I/we also hereby agree to abide by general and special conditions of contract and to carry out the work according to the specification for material and work and laid down by the Railway for the present contract. 2- A sum of Rs. ………………………Is hereby forwarded as earnest money. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if. (a) I/We do not execute the contract document within seven days after receipt of notice issued by Railway that such documents are ready. OR I/We do not commence the work within ten days after receipt of orders to that effect. (b) Until a agreement is prepared and executed acceptance of this tender shall constitute biding contract between us subject to modification, as may be mutually agree to between us and indicated in the letter of acceptance of my/our offer of this work. Signature of Contractor Chief Medical Superintendent / N.W.Rly. Ajmer. NOTE 1- PLEASE NOTE : Failure to submit the above from duly filled in and signed will be treated as incomplete offer and liable to be summarily rejected. 2(a) Single person trading under his own name should sign his name in full. 3(a) Single person trading under firms name should first write the firms name and than underneath his own name in full with a declaration that it is sole proprietary firm. 4- In case of a firm of more than one person the names of the partners must be filled as above and tender signed by one of the partners who should sign first, the firm’s name and than underneath his won name in full indicating that he signed as a partner. 5- In the case where the tender is signed by a person as partner of the firm for and on behalf of the proprietor or other partners of the firm, the tender under takes the whole responsibility in rest of authority in favour of such person as are referred to above to sign the tender amount and to bind the firm and he shall produce power of attorney issued in favour of the signatory if and when called upon. 6- Person tendering must specify their business name and the constitution of their firm. 7- In case of limited company, one of the director or a manager duly empowered should sign thus. Signature of Contractor Chief Medical Superintendent / N.W.Rly. Ajmer. Tender No. Med./SAG/645/01/11/11-13/AC Veh. Name of work: Hiring of AC vehicle (Bolero or equivalent) or similar type including maintenance, major/minor repairs, cost of lubricants, Drivers, fuel & other consumables etc. including all so as to cover 2000 km per month for the use of CMS/Railway Hospital, Ajmer. Between 08.00 am to 20.00 Hrs. everyday. Vehicle should not be older than year 2009. for a period of 24 months. 2011-2013. S.No Description Quantity 1. Name of work: Hiring of AC vehicle 01 (Bolero or equivalent) or similar type including maintenance, major/minor repairs, cost of lubricants, Drivers, fuel & other consumables etc. including all so as to cover 2000 km per month for the use of CMS/Railway Hospital, Ajmer. Between 08.00 am to 20.00 Hrs. everyday. Vehicle should not be older than year 2009. for a period of 24 months. 2011-2013. (a) Hiring Charges (b) (c) (d) Unit Per month Two Year Per month Extra charges beyond 2000 KM 500-KM Per-KM in a month. Over time charges beyond 2000 km 30 hours Per hours Night halt charges. 02.5 Per Nights night Rate (per Amount (for month) (Rs.) two year) (Rs.) 24167 580008 21312 511488 2000 48000 22-00 15840 195-00 4680 Total 580008 NOTE:- The quantities mentioned are tentative and only to give an idea of quantity involved, Railway reserves the right to delete, increase or decrease the quantities up to 25%. (i) In case the value of contract goes beyond 25% of the original agreemental value, for the first 15% increase in the value beyond 25% of the agreemental value, the rates will have a reduction of 2% in the incremental value of the agreement and for the next 10% increase in the value rates will have an additional reduction of 2% in the further incremental value of the agreement. (ii) Execution of quantities beyond (+) 50% of the overall agreemental value, if found necessary shall be through fresh tenders or by negotiating fresh rates with existing contractor as per procedure laid down by Railway Board. NORTH WESTERN RAILWAY OFFER Tender No. Med./SAG/645/01/11/11-13/AC Veh. Name of work: Hiring of AC vehicle (Bolero or equivalent) or similar type including maintenance, major/minor repairs, cost of lubricants, Drivers, fuel & other consumables etc. including all so as to cover 2000 km per month for the use of CMS/Railway Hospital, Ajmer. Between 08.00 am to 20.00 Hrs. everyday. Vehicle should not be older than year 2009. for a period of 24 months. 2011-2013. --I/We offer and agree to execute the work as per the tender schedule at the rate _____________%(Rs.___________________________________________)Above ______________%(Rs.__________________________________________) Below (In figures) (In words) The total estimated value of Rs. 580008/- (Rupees Five Lac Eighty thousand and eight only) 2. I am/We are singing this document after carefully reading the contents. 3. I/We also accept all the conditions of the tender & have signed all pages in confirmation thereof. Signature of Contractor Chief Medical Superintendent / N.W.Rly. Ajmer. PREAMBLE & SPECIAL CONDITION OF TENDER 1.0 2.0 Tender No.:Name of work:- Med./SAG/645/01/11/11-13/AC Veh. Name of work: Hiring of AC vehicle (Bolero or equivalent) or similar type including maintenance, major/minor repairs, cost of lubricants, Drivers, fuel & other consumables etc. including all so as to cover 2000 km per month for the use of CMS/Railway Hospital, Ajmer. Between 08.00 am to 20.00 Hrs. everyday. Vehicle should not be older than year 2009. for a period of 24 months. 2011-2013. 3.0 Scope of the work:As per terms & conditions 4.0 Location:NWR Zone/Ajmer Division 5.0 Cost of work:Rs. 580008/6.0 Tender Papers :The complete tender papers can be obtained from the office of the CMS/ NWR office Ajmer from 07-7-11 till 17-8-11 12.00 hrs. on submitting of original cash receipt of Rs. 2,000/- per set and if by post the cash receipt shall be of Rs. 2,500/- deposited to any Station Master of North Western Railway.. This amount is non- refundable. 7.0 Last date of receipt The tender shall be submitted in the manner prescribed of tender:not later than 15.00 hrs. on 17-08-11 in the office of the CMS NWR, Ajmer. 8.0 Date of opening The tender shall be opened at 15.30 hrs. 17.08.11 in the of tender:office of the CMS/NWR, Ajmer in the presence of the tenderer’s or their representative who may choose to attend the opening of the tender. In case the indicated date of opening of the tenderer’s cannot withdraw his offers subject to the period being extended further if required by mutual agreement from time to time. 9.0 Validity of offer:The tenderer shall keep their offer open for a minimum period of 90 days from the date of opening of the tenders within which period tenderer’s cannot withdraw his offers subject to the period being extended further if required by mutual agreement from time to time. 10.0 Period of completion (Contract) This work is for the period of two years. Two years(Twenty four months) 11.0 Adherence to the completion The contract is liable to be rescinded if the progress of period:the work is not satisfactory by taking action as per extent rules. 12.0 Eligibility Criteria:As per terms and conditions. Signature of Contractor CMS/NWR/Ajmer. 13- EARNEST MONEY 13.1 The tenderer’s is/are required to deposit earnest money sum of Rs.11,600/- (Rupees:Eleven thousand six hundred only) with the tender for the due performance of the stipulation to keep the offer open for the period specified below:The tenderer shall hold the offer open for a period of 90 days from the date fixed for opening the same. It is understood that the tender document have been sold/issued to the tenderer and the tenderer is being permitted to tender is consideration of the stipulation on his part that after submitting his tender he will not resale from his offer or modify the terms and conditions therefore in a matter not acceptable to the CMS of North Western Railway, should the tenderer fails to observe or comply with the for going stipulation, the aforesaid amount of Rs. 11,600/-shall be liable to be forfeited. 13.2 Earnest money shall be included @ 2% of the estimated tender value as per Amendment to General Conditions of Contract (works contracts) vide Railway Board’s letter No. 2003/CE-I/CT/4/PT.I dtd. 12/16-05-2006. 13.3 (i) EARNEST MONEY SHOULD BE IN CASH OF ANY IN THE FOLLOWING FORMS Deposit receipt, 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 No confirmatory advice from the Reserve Bank of India will be necessary. Deposit receipts executed by the schedule banks (other than the State bank of India and the Nationalized Banks) approved by Reserve bank of India for this purpose. The Railway will not, however, accept receipt without getting in writing the concurrence of the Reserve Bank of India. (ii) NOTE:(1) Deposit receipts/Pay orders and demand drafts should be drawn in favour of Sr.DFM North Western Railway, Ajmer. (2) FDR/TDR duly discharged by the tenderer on its reverse affixing revenue stamps and stamp of the firm. (3) Earnest money in the form of Government Securities (Stock certificates/Bearer Bonds, Promissory Notes) and cash deposited with stations will not be accepted. (4) Standing earnest money with any other department of Railway/or any other government organization would not be accepted and the tender would be treated as invalid being without earnest money. 13.4 No interest will be paid on the earnest money, it will be refunded in full to the unsuccessful tenderer on application. In the case of successful tenderer, deposit will be retained as part of the payment of the security deposit for due fulfillment of contract. 13.5 The total earnest money shall be forfeited if the contractor fails to execute the agreement or does not start the work within a reasonable time, to be determined by Chief Medical Superintendent/ North Western Railway, or his successor/nominee (whose address will be intimated in the due course) after the notification f the acceptance of his/their t5ender. Signature of tenderer CMS/Ajmer. 14(A) SECURITY DEPOSIT (i) The amount of security is required to be included as per amendment to General Condition of Contract (Works contracts) vide Railway board’s letter No. 2003/CE-I /CT/4/PTI dated 12/1605-2006 and clause No. 16 of GCC. (ii) The Earnest Money deposited by the contractor with his tender will be retained by the Railway as part of security for the due and faithful fulfillment of the contract by the contractor. The balance to make up the security deposit, the rates for which are given below, may be deposited by the Contractor in cash or may be recovered by percentage deduction from the contractor’s “on account” bills. Provided also that in case of defaulting contractor the railway may retain any amount due for payment to the contractor on the pending “on account bills” so that the amount so retained may not exceed 10% of the total value of the contract. (iii) Unless other wise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under:(a) Security Deposit for each work should be 5% of the contract value. (b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security Deposit is recovered. Security Deposit shall be returned to the contractor after physical completion of the work as certified by the competent authority. The competent authority shall normally be the authority who is competent to sign the contract. If competent authority is of the rank lower than JA grade officer (concerned with the work) should issue the certificate. The certificates interalia, should mentioned that the work has been completed in all respect and that all the contractual obligations have been fulfilled by the contractors and that there is no due from the contactor to Railways against the contract concerned. Before releasing the S.D, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtained. (iv) No interest will be payable upon earnest money and the security deposit of amount payable to the contractor under the contract but the Government security deposits in terms of the sub clause No. 1 of clause No. 16 of GCC will be repayable with the interest accrued thereon. Signature of tenderer CMS/Ajmer. 14-B INTRODUCTION OF PERFORMANCE GUARANTEE The procedure for obtaining performance guarantee is outlined below :- (a) The successful bidder should give a Performance Guarantee in the form of an irrevocable bank guarantee amounting to 5% of the contract value. (b) The performance Guarantee should be furnished by the successful contractor after the letter of acceptance has been issued, but before singing of the agreement and should be valid up to expiry of the maintenance period. The agreement should normally be signed within 15 (Fifteen) days after the issue of LOA and Performance Guarantee should also be submitted within this time limit. (c) Performance Guarantee shall be released after satisfactory completion of the work and maintenance period is over. The procedure for releasing should be same as for Security Deposit. (d) Wherever the contracts are rescinded, the security deposit should be forfeited and the performance Guarantee shall be encashed and the balance work should be got done separately. (e) The balance work shall be got done independently without risk and cost of the original contractor. (f) The original 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 would be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/Partnership firm. 15- TERMS OF PAYMENT :As per Terms & Conditions & General Condition pf contract. Signature of Contractor Chief Medical Superintendent / N.W.Rly. Ajmer. 16- IT & RST The recovery of Income tax, S/charge, Scales Tax, S/Charge will be made from bills as per extent rules in force. 17.0 17.1 PRICES Prices quoted by the tenderer should be firm commercially and inclusive of all taxes, duties liable including Sales Tax on works contract, if any, Successful tenderer shall produce documentary evidence of Taxes/duties paid by him to the State Govt./Central Govt. while claiming the payment. This is necessary to ensure whether the contractor has already paid dues to the government. 17.2 Octroi charges, if any, will have to be paid by the contractor and his prices in the tender should include the Octroi charges, No octroi exemption certificates will be issued. 17.3 The tenderer should quote his offer in percentage above/below the schedule. No individual rates to be quoted by the tenderer. Percentage above or below should be should be quoted by them both in figures and words. The prices should be commercially firm and without any ambiguity. Such incomplete offer will summarily rejected. 17.4 Contractor shall not be allowed to sublet the contract fully or partly to any other contractor. 18- PARTNERSHIP DEEDS POWER OF ATTORNEY ETC. The tenderer/s shall clearly specify whether the tender is submitted on his own behalf or on behalf of the partnership concern. If the tender is submitted on behalf of the partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign. The tender documents not enclosed along with the partnership deed, will be treated as having been submitted by individual singing the tender documents. The Railway will not be bound by any power of attorney granted by the tenderer by changes in the composition of the firm made subsequent to the executing of the contract. It may, however, recognize such power of attorney and changes after obtaining proper legal advise, the cost of which will be chargeable to the contractor, these charges have been fixed at Rs. 100/- payable by the tenderer at the time of submitting the power of attorney for scrutiny and legal advise. If the power of attorney is not accepted, otherwise than for legal defect, the charges will be refunded. If the power of attorney is returned on account of legal defect for correction separate charges of Rs.50/- for scrutiny of corrected power of attorney will be payable by the tenderer while resubmitting power of attorney. Signature of tenderer CMS/Ajmer. The same charges will be recoverable for scrutiny of all documents. 19- No power of attorney in favour of an individual person will be accepted if it is irrecoverable except when it is in favour of bank. In case, where the power of attorney partnership deed has not been executed in English, the true and authenticated copies of the translation of the same by advocate, authorized translation of courts and licensed petitions writers should be supplied by the contractor/while tendering for the work. 20- Tender must be enclosed in sealed covered cover super/scribed. Tender No. Med./SAG/645/01/11/11-13/AC Veh. AII and must be sent by registered post at the address of the CMS N.W.Rly. Ajmer so as to reach this office not later than 15.00 hrs on 17-08-11 or deposited in the special box allotted for the purpose in the office of CMS North Western Railway Ajmer. This will be sealed at 15.00 hrs. on 17-08-11. The tender will be opened on the same day at 15.30. The tender paper will not be sold after 15.00 hrs. 21- Non compliance with any of the conditions set forth herein above is liable to result in the tender being rejected. 22- RIGHTS OF RAILWAY TO DEAL WITH TENDERS:The authority for the acceptance of the tender will rest with the Railways which does not bind itself to accept the lowest or an other tender nor does the Rly. Undertake to assign reason for declining to consider or reject any particular tender or tenders. 23.0 EXECUTION OF CONTRACT DOCUMENTS:- 23.1 The successful tenderer(s) shall be required to execute an agreement with the Railway for carrying out the work according to special conditions/specifications for this work annexed to this tender & General conditions of contract. 23.2 The tenderer/s whose tender is accepted shall be required to appear at the office of the Chief Medical Superintendent N.W.Rly. Ajmer in person or in case of a firm or corporation, authorized representative shall so appear and to execute the contract documents within seven days after receipt of notice that the contract 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 full value of the earnest money accompanying the tender shall stand forfeited without prejudice to any other rights or remedies. Signature of tenderer CMS/Ajmer. 23.3 In the event of any tenderer/s whose tender is accepted refusing to execute the contract documents as herein before provided, the Rly may determine that such tenderer/s has/have abandoned the contract and thereof shall be treated as cancelled and the Rly. shall be entitled to forfeit the full amount of the earnest money and to recover the liquidated damages for such default. 24.0 SALES TAX All the elements of sales tax, if any shall be considered to included in the rates quoted for various items in the schedule of quantities and rates and no extra payment in this regard shall be payable to the contractor/s. 25(a) (b) (d) Tender Documents are not transferable. No unsealed tender or tenders without the deposit receipt will be accepted. The tenderer should quote rates in figures as well in words rates of tenders should be inclusive of all taxes and levies etc. If there is any variation between rates quoted in figures and in words, the rate quoted in words will be taken as correct. If more than or improper rates are tendered for the same item the tender is liable to be rejected. Income Tax 2% & 2.5% surcharge & 2.05% Education cess on IT. There on will be recovered. The tender is governed by General condition of contract. 26- The terms and condition of this contract shall also be governed with G.C.C. (1) RECOVERY OF CONSERVANCY CESS CHARGES W.E.F. 01-06-2006 (c) Average No. of labour or Workman Conservancy and cess charges to the recovered employed per day per month or part there of. 1 to 05 Rs. 64.00 As per Dy. Director Finance (Exp.) Rly. Bd. Letter No. F(X)I/95/1/1 dated 31-05-2006. 6 to 10 Rs. 126.00 11 to 25 Rs. 317.00 26 to 50 Rs. 462.00 51 to 100 Rs. 620.00 101 to 200 Rs. 779.00 Signature of Contractor Chief Medical Superintendent / N.W.Rly. Ajmer. NORTH WESTERN RAILWAY Deptt:Medical Unit:CMS-Ajmer TERMS & CONDITIONS Scope of work: Tender No. Med./SAG/645/01/11/11-13/AC Veh. Name of work: Hiring of AC vehicle (Bolero or equivalent) or similar type including maintenance, major/minor repairs, cost of lubricants, Drivers, fuel & other consumables etc. including all so as to cover 2000 km per month for the use of CMS/Railway Hospital, Ajmer. Between 08.00 am to 20.00 Hrs. everyday. Vehicle should not be older than year 2009. for a period of 24 months. 2011-2013. SPECIAL CONDITION/SPECIFICATION OF CONTRACT 1.0 2.0 2.1 2.2 2.3 3.0 4.0 4.1 4.2 5.0 The scope of work involves the hiring of AC vehicle (Bolero or equivalent)or similar type in perfectly good condition for CMS/NWR, Ajmer. Period of Tender – The tender will be valid for two years (24 months) from the date of commencement. The period of hiring shown is approximate and Railway reserves the right to delete, increase or decrease the number of months by 25% on either side for which the tenderer shall not be entitle for any extra payment but shall be paid at the accepted rate. The Railway reserves the right to terminate the tender at any time without assigning any reason there of by giving one month notice. Tenderer shall not be entitled for any compensation in case of such termination. The following definitions shall be applicable for the purpose of this tender. (a) One hour is of 60 minutes. For the purpose of payment of charges, a fraction up to 30 minutes shall not be taken in to account and more than 30 minutes shall be treated as an hour (b) Day means a calendar day starting from 00 hours to 24 hours. (c) Vehicle shall mean the (Bolero or equivalent) colour) or similar type (As required and approved by Railway Administration). The colour of vehicle shall preferably be white with white colour back seat replaceable covers. The tenderer shall supply the vehicle perfectly in good and working condition and vehicle shall be maintained in good condition throughout the period of validity of contract so as to ensure satisfactory service under the contract. Railway w\shall have the right to reject the vehicle if not found in satisfactory manner. The vehicle model so offered shall not be older than two years & current year. Year of manufacturing before 2009 will not be acceptable. The tenderer shall necessarily indicate following regarding the offered vehicle. (a) Type of vehicle. (b) Diesel driven. (c) Year of model. (d) Seating capacity. The tenderer shall quote a monthly rate for hiring of vehicle. The rate shall be deemed to be inclusive of the following. Signature of tenderer CMS/Ajmer. 5.1 5.2 5.3 5.4 5.5 5.6 5.7 6.0 6.1 6.2 6.3 6.4 7.0 7.1 8.0 9.0 10.0 All maintenance expenditure of the vehicle i.e. major and minor repairs required for good running of the vehicles, lubricants, all consumables other than diesel, which shall be included as given below. Vehicle will be required to run only where over Jurisdiction of NWRly. Rate shall include cost of diesel for running of vehicle up to 2000 K.M. per month. Rate shall include the driver’s salary and other charges. Rate shall include payments to R.T.O. labour authorities, local municipal authorities, and taxes, levy fees, tool and all other charges, which are necessary for the continuances of the services under the tender. Rate shall include hiring of vehicle for normally 12 hours in a day (Normally the day will be considered from 8.00 am to 8.00 pm including half an hour lunch) between 06 hours to 22 hours decided by the officer. The normal working hour may be changed between 6 hours to 22 hours. The change in specified working hours should be advised to the tenderer at least one day in advance. Any other changes required for execution of this contact except as laid down in clause 6.0 below. In addition to above monthly rate following extra charges shall be payable whenever the need arises. In case the vehicle is required to run beyond 2000 KM in a month an extra payment shall made @ of Rs. 04.00 per Km beyond 2000 Km. In case vehicle is used beyond vehicle is used beyond 12½ hours in a day, extra payment shall be made @ Rs. 21 per hour. In case the driver has to make a night outside the place where the vehicle is based the night allowance shall be payable @ Rs. 78/- per night, in that case the over time shall also be payable beyond 12½ hours run. The rate quoted on monthly basis i.e. unit of per month, however daily rate purpose of payments shall be as under. Daily rate = Monthly hire charges/30 or 31. The tender shall be operated by CMS/Ajmer. The head quarter of the vehicle shall be at Ajmer. One weekly off on any nominated day of the week will be permitted to the driver normally how ever nominated day can be adjusted on any other day with the consent of officer and alternative arrangement shall be made by the contractor on that day. The driver of the vehicle will maintain KM record of each day at time of signing in and signing off for the day and same will be verified by the concern officer. It will be the responsibility of the driver of the vehicle to ensure proper KM record duly filled in and verified by the officer-using vehicle. Cutting/overwriting in record if any should be countersigned by the officer using the vehicle i.e. normally used by nominated officer/by any other officer allowed by the nominated officer. Tenderer shall ensure that enough fuel is available in the vehicle at all the time. Signature of tenderer CMS/Ajmer. 11.0 12.0 13.0 14.0 15.0 16.0 17.0 18.0 19.0 20.0 21.0 Tenderer shall ensure all the meters particularly KM, fuel and other services of vehicle are in proper working condition in case defect got developed and are pointed out by Railway authority, repair and replacement necessary should be carried out immediately by the tenderer at his own cost, failing which kilometers certified by the officer using the vehicle will be final and not other claim will be entertained. To avoid any mishap or accident during the operation of vehicle, the tenderer shall ensure that only skilled staff with sufficient experience in their respective trade are deployed on the job and are not put to over exertion as per labour law. The driver should possess the necessary driving license issued by the transport authority. Tenderer shall provide a good condition spare wheel and tools kit with each vehicle. The Tenderer shall ensure that the vehicle is available every day. In case of failure to provide vehicle a penalty of double the rate shall be levied for each day. Any authorized absent on a particular day will be adjusted against the weekly rest with mutual consent of driver/tenderer and officer using the vehicle. In the event of breakdown of vehicle enroute during the course of operation, contractor has to provide a substitute vehicle with in two hours plus reasonable running time from garage of contractor to the place of breakdown, failing which a penalty of double the daily rate shall be levied for delay of each day. The tenderer shall ensure that vehicle is made available every time to the officer in charge failing which the penalty shall be imposed at the double the daily rate as calculated as under :Daily rate = Monthly hire charges/30 or 31. The tenderer shall be required to submit attested copies of all papers/Certificates alongwith the tender (i.e. registration certificate, fitness certificate and insurance policy etc. for verification by the officer for the vehicle registered in his name or an agreement with the person in whose name the registration is there at the time of submission of tender and original paper within ten days of the date of acceptance of the offer. “The above necessary documents to be submitted along with tender offer. “No post tender opening submission of necessary documents shall be permitted.” The driver put on the job by the tenderer must always posses valid driving license, the driver must always carry registration papers, road tax paid receipts etc. with him. The vehicle should have permit for Rajasthan. The driver/staff provided with the vehicle must be physically/medically fit, professionally sound & legally competent in all respect holding valid license prescribed under prevailing motor vehicle act and Rules. The vehicle deployed on the job should be fit in all respect for operation in accordance with the prevailing motor vehicle Act and rules amended from time to time and all their relevant valid RTO documents like RC book Insurance certificate, fitness certificate etc. must be available with taxes levies fees etc. paid up to date. The contractor shall be exclusively & solely responsible for any lapse in this regard & Railway stands completely indemnified by the contractor against such defaults. Signature of tenderer CMS/Ajmer. 22.0 23.0 24.0 25.0 26.0 27.0 The tenderer shall be liable to honour the Central & State Government laws, statutory Rules regulations notification like legislation local self Government Municipal requirement etc. and shall be solely responsible for any breach there of Railway stands indemnified against any penalty/prosecution consequent to the violation (deliberate or inadvertent) by the contractor or his employee, representative etc, of such statutory provision. In force. The tenderer shall indemnify Railway against any or all claims, which may rise under accident, motor vehicles Act. Labour law Act, workman compensation Act or any other Act or stature having bearing over the services and for engagement of workmen, directly or indirectly for performance of work under the contract. The tenderer shall indemnify the Railway and its employees against any penalties as PRINCIPAL EMPLOYER for any failure of the tenderer to honour various central/state Govt’s Laws/enactments. Income Tax 2%, Surcharge on Income Tax 2.50%, Education cess @ 2.05% and Security Deposit deducted at source i.e. on gross amount of the bill shall be deducted from bills as per the extent rules. (GCC). In case of accident the tenderer will be fully responsible & will have to bear all the expenses, claims etc. Tenderer shall provide a mobile phone to Driver of hired vehicle. Signature of tenderer CMS/Ajmer.
© Copyright 2025 Paperzz