1
TENDER NOTICE
INTEGRAL COACH FACTORY, CHENNAI-38
Chief Medical Officer, Integral Coach Factory invites sealed tenders for
the entering into Rate Contract for Washing of Linen of ICF Hospital for a period of two
years.
TENDER NOTICE NO. MD/ICF/ 203/DHOBI DT: 05/08.02.2016.
1. Last Date & Time of Issue of Tender forms 02.04.2016 at 12.00 Hrs
2. Last Date of Receipt 04.04.2016 at 15.30 Hrs
3. Date of Tender Opening 04.04.2016 at 16.00 Hrs
Non-transferable tender forms can be obtained from the Office of the Chief Medical
Officer, Integral Coach Factory Hospital, Chennai-38. The cost of the tender document is
Rs.2000/- .The tender documents will be available for sale on any working day from
Monday to Friday from 10.00 Hours to 12.00 Hrs from 01.03.2016 on payment of
Rs.2000/- (Rupees Two thousand and One Hundred and Ninety Two) by cash or DD per
set, in favour of FA&CAO/ICF. Alternatively, the tender form/documents can be
downloaded from the ICF website www.icf.indianrailways.gov.in. In this case, the tender
can be submitted along with a separate demand draft for Rs.2000/- towards the cost of
tender form/document, drawn in favour of FA&CAO/ICF. Tenderers are required to
refer the tender documents regarding eligibility and other conditions. If the date of receipt
and opening of tender happens to be a holiday due to unforeseen circumstances, the same
will be opened on the next working day.
The tender cost is non-refundable and offers received without the tender cost will not be
considered.
1. Period of Contract : Two Years
2. Value : Rs.6,03,144/- 3. EMD : Rs.12,063/-
4. Contact Phone No. : 044 26146640, 26146639 & 26146641.
CHIEF MEDICAL OFFICER
For and on behalf of the President of India
2
CHECK LIST FOR THE TENDERER
(Tenderes are requested to attach all the papers with the schedule in the following
order)
Name of the
works
Washing of Linen of ICF Hospital for a period of two years.
Name and
Address of the
Tenderer
EMD should be in the form of FDR,DD or
Pay orders executed State Bank of India or
any of the Nationalized Bank in favour of
FA&CAO/ICF, Chennai 600 038
Document Charge should be in the form of
DD executed State Bank of India or any of
the Nationalized Bank in favour of
FA&CAO/ICF, Chennai 600 038
FDR/DD No :
Dated :
For Rs. Rs. 12,063/- Drawn on
Bank
Branch
In favour of FA&CAO/ICF, Chennai 600
038
DD No :
Dated :
For Rs.2000/-
Drawn on
Bank
Branch
In favour of FA&CAO/ICF, Chennai 600
038
Supportive documents for fulfilling eligibility criteria, to be submitted by all tenderers
1. Performance guarantee
2. Turnover
3. a, List of Personnel or details of labour arrangement
b, List of Plant & Machinery
c, List of completed contract, if any
d, List of contract on hand, if any
Note
In case of items © and (d) above, supportive documents/ certificate from the
organization with whom they worked will be enclosed.
Certificate from private individuals for whom such works are executed/ being
executed will not be accepted.
4. TIN No./ PAN No. (Mandatory)
5. For new entrant in ICF – Documents as per (5(a) of tender schedule are required
to be submitted in addition to the above to establish his/their position as on
independent contractor, financial position, previous experience etc
6. NEFT code number regarding – Mandatory – placed at the documents.
Signature of the Tenderes/Contractor
Date
Address
3
CONTRACT FOR WASHING OF LINEN OF ICF HOSPITAL FOR A PERIOD
OF TWO YEARS.
CHAPTER - I
PREAMBLE
1.0 NAME OF WORK:
Contract for Washing of Linen of ICF Hospital for a period of two years.
2.0 SCOPE OF WORK:
Washing of all linen items of ICF Hospital (Wollen Blankets and Bed Sheets, Pillow
Cases, Towels, Coats, Pant, Dhothi, Screen Cloth, Gown, Pant, Saree, Apron, Vest, Trouser,
Frock, Petticoats, Leggins, Glove Bag , Cutlery Cover, Cover for chairs etc as per the direction
of Chief Matron/ ICF Hospital for a period of 24 months.
2.1 The tender must be submitted strictly in accordance with schedule of requirements
and as per the Proforma given in this tender form.
2.2. SUBMISSION OF TENDERS
The tenderer must submit his/their offer in single packet as prescribed in
“Instruction to Tenderers and Special Conditions of Contract and Other Conditions given
in this tender document”. The packet containing tender papers should be super scribed
as “ENTERING INTO RATE CONTRACT FOR WASHING OF LINEN OF ICF
HOSPITAL FOR A PERIOD OF TWO YEARS against Open Tender Notice NO.
MD/ICF/203/DHOBI Dt: 05/08.02.2016, due for opening at 16.00 hrs. 04.04.2016.
2.3 LAST DATE OF SUBMISSION :
The Tender documents shall be received up to 15.30 hrs. on 04.04.2016 in the
Office of the Chief Medical Officer, Integral Coach Factory Hospital, Chennai-600 038.
2.4 DATE OF OPENING OF TENDER:
The tender will be opened at 16.00 hrs. on 04.04.2016 in the Chamber of Chief
Staff Surgeon/Admn, Integral Coach Factory Hospital, Chennai-600 038.
4
3. FOLLOWING DETAILS SHALL BE FURNISHED (IRRESPECTIVE OF THE
MONETARY VALUE) - COMPANY PROFILE:
3.1 The tenderer should have adequate service personnel. List of personnel,
Organization available on hand and proposed to be engaged for this work should
be submitted along with the tender. The service personnel deputed for the subject
work must have an experience and thorough knowledge of emergency repairs
etc).
3.2 List of contracts, if any or regular services rendered to a fixed hospital in the last
three financial years and approximate value of the contract at the time of award,
date of completion of the services should be given along with the offer as per
format given in Chapter-VII. Otherwise total turnover for the last three years
must be furnished
3.3 List of services on hand indicating contract value, and date of award should also
be given along with the order as per format given in Chapter-V B.
3.4 The tenderer must have a local office in Chennai.
3.5 The tenderer must have the facility with telephone numbers, provided with
adequate lines, for the purpose of registering the complaints received from the
patients and staff of ICF Hospital during the course of services.
DOCUMENTARY EVIDENCE: Supportive documents/certificates from the
organizations with whom they have provided service/ having similar contract with
other hospitals/ institutions should be enclosed, for which contract for service
support has been entered into. The tenderer should submit documentary evidence
in support of all the above eligibility criteria, failing which the tender will not be
considered.
PERFORMANCE: The tenderer must provide details of similar projects executed
earlier as per proforma given in Chapter - V. The tenderer must also attach all
necessary documentary evidence.
3.6 Address to which correspondence and documents relating to the contract should
be sent to: Chief Medical Officer, Integral Coach Factory Hospital Chennai-600
038. Telephone No. : 044- 26146640,26146639 & 26146641
3.7 GENERAL
3.7.1 The tenderers will be required to keep their offers open for 180 days from the date
of opening of tender.
3.7.2 Only authorized agents are allowed to buy the tender documents on behalf of their
principals.
5
3.7.3 Tenders submitted by the tenderers who have not purchased the tender documents
themselves or through their agents and tenders from agents without letter of
authority from the principals, will be summarily rejected.
3.7.4 Telex/Fax /Telegram and Letter Head offers will be summarily rejected.
3.7.5 Incomplete tenders/offers will also be summarily rejected.
3.7.6 It shall not be obligatory on the said authority to accept the lowest tender and
No Tenderer / Tenderers shall demand any explanation for the cause of rejection
of his/their tender.
4. SPECIAL CONDITIONS
1. The tenderer should quote the rates as shown below. S.No Item Flat Rate per each
01
Bed Sheets, Pillow Cases, Towels, Coats, Pant, Dhothi, Screen
Cloth, Gown, Pant, Saree, Apron, Vest, Trouser, Frock,
Petticoats, Leggins, Glove Bag , Cutlery Cover, Cover for chairs
etc
02. Blanket – Wollen
2. The Linen must be collected from the respective areas of the hospital once in
three days and deliver the washed items once in three days.
3. The Linen must be washed very neat and tidy without any stains and also
ironed before delivery.
4. The Linen taken and delivered must be endorsed in the register maintained by
the Chief Matron/Matron/Ic of collection areas in the hospital for which a
receipt (acknowledgement) must be submitted to them or authorized
representative and retain the duplicate for accounting.
5. The Washing Bill must be sent to Chief Medical Officer /ICF before the 5th
of
every Month. The Bill will be certified by the Chief Matron/Matron/Ic on
comparison with the registers of various collection areas of ICF Hospital.
6. The Contractor when returning the washed clothes, carpets etc., shall arrange
to have them sorted out as required checking and the contractor shall be
responsible for the shortages and if contractor fail to return the shortage with
in a reasonable time, the contractor shall arrange for replacement or pay the
cost thereof as may be levied. The contractor shall be responsible for any
damage to the clothing etc., when they are in contractor’s custody and the cost
of clothing etc, damaged will be at the contractor account and shall be
recovered from contractor’s bills.
7. Following penalties can be levelled on to the contractor under the
circumstances given below: a, A lump sum penalty of Rs. 1000/- per day will be charged if the contractor fails
to carry out the work entrusted.
6
b, A separate penalty register will be maintained by the Chief Matron/Matron/Ic
where in the details of penalty proposed to be imposed will be recorded. It will
be contractors responsibility to sign register on the same day when the penalty is
imposed.
c, If a particular item of linen is not washed properly to the satisfaction of Chief
Matron the same will be given for re-washing and no charges will be paid for
rewashing.
CHAPTER-II
INSTRUCTIONS TO TENDERERS – GENERAL INSTRUCTIONS, SUBMISSION
OF OFFERS, RATES, SPECIAL CONDITIONS, EMD, PERFORMANCE
GUARANTEE AND SECURITY DEPOSIT OF THE CONTRACT.
I. GENERAL INSTRUCTIONS
1.0 Tenders are invited on behalf of President of India from established and reliable
tenderers for entering into contract for Washing of Linen of ICF Hospital for a
period of two years
1.1 Any clarifications required by the tenderer may be obtained from the office of
the Chief Medical Officer /Integral Coach Factory Hospital/ Chennai-600038.
1.2 All information in the tender must be in English. Information in any other
language must be accompanied by authenticated translation in English. Failure
to comply with this may render the offer liable to be rejected. In the event of any
discrepancy between the offer in a language other than English and its English
translation, the English translation will prevail.
1.3 The term “Tenderer” is used in the tender documents shall mean the Dhobi ghat
on whose behalf the tender form has been submitted. It is further clarified that
the individual signing the tender or other documents should be authorized
signatory of the Dhobi ghat.
1.4 Tenderers are advised to study the tender document carefully. Submission of
offers shall be deemed to have done after careful study and examination of the
tender document with full understanding of its implications. Sealed offers
prepared in accordance with the procedure enumerated herein should be
submitted to Chief Medical Officer, ICF Hospital, Chennai – 600 038, not later
than date and time laid down.
1.5 All offers in the prescribed forms should be submitted before the time and date
fixed for the receipt of the offers. Offers received after the stipulated time and
date will be summarily rejected. Postal delays will not be accepted as a valid
reason for submission of late/delayed tender. Late / delayed tenders will be
summarily rejected.
1.6 In case the date of opening happens to be a holiday, the tender will be received
and opened at the same time on the next working day.
1.7 It will be imperative for each tenderer to fully acquaint him with the locations &
conditions and factors, which would have any effect on the performance of the
contract and/or the cost.
7
1.8 Offers shall be either type written or written neatly in indelible ink in English
and shall be submitted duly signed in ink by the tenderer on each page,
including closing page, in token of his having studied the Tender papers
carefully.
1.9 All prices and other information like discounts/ wastage allowance etc. having a
bearing on the price shall be written both in figures and in words. In case of
difference in words and figures the amount written in words will be taken into
consideration.
1.10 No scribbling is permissible in the tender documents. Tender containing
erasures and alterations in the tender documents are liable to be rejected. Any
correction made by the tenderer/ tenderers in his/their entries must be attested by
him/them.
1.11 This tender document is not transferable.
1.12 The Bid prepared by the tenderer shall comprise required information along with
supporting documents.
1.13 Tenderer shall specify the official mailing address and fax numbers to which all
correspondences shall be sent by ICF Hospital Administration
1.14 The tenderer shall keep the offer open for a minimum period of 180 days from
the date of opening of tender. Within that period, the tenderer cannot withdraw
his offer subject to the period being extended further if required by mutual
agreement from time to time.
1.15 If the tenderer/s deliberately gives/give wrong information in his/their tender,
creates/create circumstances for the acceptance of his/their tender, the Railway
reserve the right to reject such tender at any stage.
2.0 Submission of offers:
2.1 The offers should be submitted duly filled in, in the purchased Tender Forms in
the prescribed formats only as provided in this tender. Offers should be
submitted in a sealed envelope. The envelope should contain on the outer side of
the envelope details like –
Offer from: _________________
For : Rate Contract for “ENTERING INTO RATE CONTRACT WASHING OF
LINEN OF ICF HOSPITAL FOR A PERIOD OF TWO YEARS. against
Tender No MD/ICF/ 203/ Dhobi Dated 05/08.02.2016 - To be opened at 16.00
hrs. on 04.04.2016.
The envelope should be addressed to the CHIEF MEDICAL OFFICER, ICF
HOSPITAL, Chennai-600038 and posted/submitted to his office in order to
reach before 15.30 hours on the opening date.
2.2 Offers submitted otherwise shall be dropped in the Tender Box provided for the
purpose in the chamber of the Chief Staff Surgeon/Admn/ ICF Hospital,, ICF,
Chennai.-38.
8
2.3 Apart from the original quotation to be submitted in the manner detailed above,
copies shall not be sent to any other office of ICF and they will not be
considered as quotations. Offers sent through telegram /telex and offers not
submitted in the standard formats given in the tender document shall be
summarily rejected.
2.4 No erasures, alterations or overwriting are permitted on the tender form and
ambiguity should be avoided in filling tenders.
2.5 In the event of tender being submitted by a firm, it must be signed by the Sole
Proprietor or in the event of the firm being a partnership, by at least one of the
partners of the said partnership firm, indicating clearly that the tender is on
behalf of the partnership firm and the tender is being signed on (their 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.
2.6 In particular, the firms who submit their tenders by post should ensure in their
own interest that the tenders reach the ICF office before the stipulated time and
date. ICF shall in no way be responsible for any delay in receipt of offers by
postal authorities or any other reasons and offers received late are liable to be
summarily rejected.
3.0 RATES:
3.1 The tenderers should quote their most competitive rates for each test and it
should be noted that their quotations will not ordinarily be subject to further
negotiations. Negotiations may however, be conducted by the Administration of
ICF Hospital, whenever it is considered justified and the decision of ICF
Hospital Administration is final.
3.2 The rate should be clearly written both in figures and words. The rate should be
filled in the required format in the evaluation sheet. Tenderers in their own
interest should avoid alterations/corrections in the rates, submitted by them.
However, if alterations/corrections in rates are inescapable each
alteration/correction should be indicated both in figures and words and also duly
attested under the full signature of the Tenderer.
3.3 The rates quoted shall be in INR (Indian Rupees) and shall remain firm
throughout the period of the validity of the offer and subsequently during the
currency of the contract and shall not be subject to any variation.
3.4 The tenderer shall quote service tax and other duties as applicable. No price
variation is permissible during the contract period. However, taxes as applicable
from time to time during the contract period will be charged and the benefits, if
any, availed by the contractor during the contract period, shall be passed on to
the Railways.
9
II SPECIAL CONDITIONS
1. In case any of the terms and conditions of this invitation to tender is not
acceptable, the same should be clearly specified in the bid. Tenderer shall
indicate for each section of the tender document that either his tender complies
in every respect with the requirements of each clause and sub clause or if not,
precisely how they differ from the requirements of the tenderer. In latter case,
the tenderer shall enclose a separate statement indicating only the deviations for
any clause or sub clause with detailed deviations proposed. ICF reserves the
right to accept or reject these deviations and the decision of ICF thereon shall be
final.
2. ICF reserves the right to place rate contract on more than one vendor at varied
rates in such a manner as may be deemed fit/convenient.
3. When deemed necessary, ICF may seek clarifications on any aspect from the
tenderer. ICF may ask the tenderer to give presentation for the purpose. All
expenses for this purpose as also for the preparation of documents and other
meeting shall be borne by the tenderer.
4. ICF may at any point of time, by a written order given to the tenderer, make
changes within the work scope of contract/order.
5. ICF reserves the right to accept any bid, annul the tender process and reject all
bids at any time prior to the award of contract without incurring any liability to
the affected tenderer and/or without any obligation to inform the affected
tenderer of the grounds for its action.
6. The rates finalized shall be binding on the contractor and no increase whatsoever
due to any reason will be acceded to during the validity of the contract.
7. The contract is not transferable and subcontracting in part or full will not be
permitted. The tenderer shall not assign in whole or part of its obligation to
perform under the contract to others.
8. ICF may at any time terminate the contract by giving written notice to the
tenderer, if tenderer, becomes bankrupt or otherwise insolvent, provided that
such termination will not prejudice or affect any right of action or remedy which
has accrued or will accrue thereafter to ICF.
15. ICF may without prejudice to any other remedy for breach of contract by written
notice or default sent to the tenderer, terminate the contract if :-
o The tenderer fails to deliver any or all of the obligations / satisfactory
performance within the time period specified in the contract, or any
extension thereof granted by ICF.
o The tenderer fails to perform any or all obligations under the contract.
10
16 Arbitration: In the event of any dispute or difference between the parties as to
the construction or operation of the contract or the respective rights and
liabilities of the parties on any matters in question, such of those matters shall be
referred to arbitration as per the arbitration clause enjoined in the ICF’s General
conditions of Contract for Works as corrected and updated.
17 All disputes and difference arising out of the performance of the contract shall
be referred to the General Manager/ICF, who will be the sole arbitrator and his
decision is final and binding on both the parties.
18 Any dispute or difference arising out of this contract shall be within the
jurisdiction of courts in Chennai only.
19 The authority for the acceptance of the tender in whole/partial rests with the
ICF. The ICF shall not be bound to accept the lowest or any tender or to assign
any reason for non-acceptance or rejection of a tender. The ICF reserves the
right to accept any tender in respect of the whole or any portion of the work
specified in the tender paper or to sub-divide the work among different
Tenderers or to reduce the work or to accept any tender for less than the
tendered quantities without assigning any reason whatsoever.
20 Terms of Payment cannot be different from what are provided by the terms and
conditions of the Tender. Advance payment or any payment merely on delivery
is NOT permitted. Offers not complying with this condition will be summarily
rejected.
21 Acceptance of tender will be communicated by Telegram, or formal acceptance
of tender. In case where acceptance is indicated by telegram, express letter, the
formal acceptance of tender will be forwarded to the Contractor as soon as
possible but the Telegram should be deemed to effect the acceptance of the
Contract.
22 Execution of Agreement: The successful tenderer shall be required to execute an
agreement for executing the works according to the conditions of
tender/contract, accepted rates, specifications, schedule of prices and time
schedules. Such an agreement shall be executed with the President of India
acting through the Chief Medical Officer /ICF. The cost of the stamp duty on the
agreement shall be borne by the successful tenderer.
23 The powers conferred upon the President of India and all directions, discretions,
and approvals to be given by him may, unless otherwise expressly provided by
these conditions, be exercised and given by Chief Medical Officer, ICF Hospital
for the time being or any other officer deputed by the Chief Medical Officer,
ICF
24 The Tenderer, whose tender is accepted, is hereinafter called the
CONTRACTOR.
11
25 Any notice to be served on the Contractor shall be deemed to be sufficiently
served, if delivered, left at or sent by Registered Post addressed to the
Contractor at his last known place of business. Any notice to be served by the
Contractor on the President of India under this tender shall be deemed to be
sufficiently served, if sent by Registered Post addressed to the Chief Medical
Officer, Integral Coach Factory, Chennai-600038.
26 Income Tax & Other Taxes: The contractor and all personnel employed by him
shall pay such taxes like income tax as payable under statutory laws of India and
the ICF WILL NOT ACCEPT any liability for the same.
27 Communication to be in writing: All notices, communications, reference and
complaints made by ICF or ICF's representative or the contractor inter-se
concerning the works shall be in writing and no notices, communications,
reference or complaints not in writing shall be recognized.
28 Service of Notice on the Contractor: The contractor shall furnish to the ICF, the
name, designation and addresses of his authorized agent at Chennai and all
complaints, notices, communications and references shall be deemed to have
been duly given to the contractor if delivered to the contractor or his authorized
agent or left at or posted to the address so given and shall be deemed to have
been so given in the case of posting on the day on which they would have
reached such address in the ordinary course of post or on the day on which they
were so delivered or left. In the case of contract by partners, any change in the
constitution of the firm shall be forthwith notified by the contractor to the ICF.
29 The contract document shall be signed in by ICF and the CONTRACTOR. The
contract documents are complementary and what is called for by any one shall
be as binding as if called by all.
30 The documents comprising this agreement consisting of the agreement between
the parties hereto, shall supercede and cancel all previous negotiations, writings,
commitments or agreements as provided herein. This agreement may not be
released discharged, abandoned, changed or modified in any manner orally or
otherwise except by an instrument in writing, signed by duly authorized Officers
of representatives of each of the parties hereto.
31. Income Tax: Income tax will be deducted at source by the consignee as per the
extant rules.
32.The Tender shall support service directly and shall not do through franchisee or
other third party.
12
33. The contractor shall be responsible to see that the work executed by him does
not if any way infringe or damage the existing structures or other works in the
area. The contractor is liable to take responsibility and rectify for the damage if
any caused to the ICF property during the execution of their work.
34. The tendered shall be required to deposit appropriate EMD as prescribed in the
Tender notice to keep the offer open till the acceptance / rejection thereof is
communicated by the Railway administration or till 90 days from the date of
receipt and opening of tenders, whichever is earlier. The tender without EMD
will be rejected summarily. The earnest money deposit should be in cash or in
any of the following forms.
(i) The earnest money deposit must be remitted in cash for Rs.12,063/- (2% of
approximate value of the contract) to the Asst. Chief Cashier/ICF, Chennai –
600 038 and cash receipt to be enclosed with the tender. EMD may also be
remitted in the form of Deposit receipts or Demand draft drawn in favour of
FA&CAO/ICF, Chennai – 600 038. The deposit in any other form other than
as stipulated will not be accepted.
(ii) Deposit receipts/pay orders or demand drafts. These forms of earnest money
could be from any nationalized banks. No confirmatory advice from the
Reserve Bank of India will be necessary.
(iii) Deposit receipts executed by the Scheduled Banks (Other than the
Nationalized Bank) approved by the Reserve Bank of India for this purpose.
The ICF Administration will not. However, accept deposit receipt without
getting in writing the concurrence of the Reserve Bank of India.
(iv) No interest will be paid on the EMD.
The tenders will not be considered unless the EMD is deposited in accordance with
the stipulation of this para No.8 of the General Conditions of Tender failing which the
tender will summarily be rejected.
(v) The EMD deposited by the successful tenderer will be adjusted against the
Security deposit payable by the successful tenderer. The EMD of the
unsuccessful tenderer will be refunded as soon as the tender is finalized.
13
35 PERFORMANCE GUARANTEE:
35.1 The successful bidder should give a performance guarantee amounting to 5 % of
the work order value in any of the following forms:-
(i) A deposit of cash;
(ii) Irrevocable Bank Guarantee;
(iii) Government Securities including State Loan Bonds at 5 per cent
below the market value;
(iv) Deposit Receipts, Pay Orders, Demand Draft and Guarantee Bonds.
These forms of Performance Guarantee could be either of the State Bank
of India or of any of the Nationalised Banks;
(v) Guarantee Bonds executed or Deposit Receipts tendered by all
Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve Years National Defense Certificates;
(ix) Ten Years Defense Deposits;
(x) National Defense Bonds; and
(xi) Unit Trust Certificates at 5 per cent below market value or at the face
value whichever is less.
Also, FDR in favour of FA&CAO/Integral Coach Factory (free of any
encumbrance) shall be accepted.
35.2 The Performance guarantee should be furnished by the contractor on obtaining
written communication from CMO/ICF Hospital and prior to issue of the work
order. The performance guarantee should be valid up to expiry of the Rate
Contract period.
35.3 Performance guarantee shall be released after satisfactory completion of the work.
The procedure for releasing should be same as for security deposit.
35.4 Wherever the contracts are rescinded, the security deposit will be forfeited and the
performance guarantee will be encashed.
36 SECURITY DEPOSIT:
36.1 Security deposit for each work should be 5% of the value of the work order. This
sum will be for the due and faithful fulfillment of the contract by the contractor.
The security deposit, the rates for which are given below, may be deposited by the
contractor in cash or may be recovered.
14
36.2 The security deposit/rate of recovery / mode of recovery shall be as under:-
Security deposit for each work should be 5% of the value of the work order.
The rate of recovery should be at the rate of 10% of the bill amount till the full
security deposit is recovered
Security deposits will be recovered only from the running bills of the contract and
no other mode of collecting SD such as SD in the form of instruments like Bank
Guarantee, Fixed Deposit etc.
36.3 The security deposit would be returned to the contractor after the satisfactorily
completion of the work as certified by the Competent Authority.
36.4 Security Deposit will bear no interest.
36.5 Security deposit shall be returned to the contractor after the completion of the
work as certified by the competent authority, after adjustment of any dues payable
by the contractor. Before releasing the SD, an unconditional and unequivocal “No
claim Certificate” will be obtained from the contractor.
15
CHAPTER-III
VARIATION CLAUSE
Variation in quantities:
a) The quantities of various items given in the schedules for the works to be
executed are only approximate and are only for the guidance of the contractor.
As far a possible, they have been assessed correctly but are likely to vary
during the execution of the work. The contractor’s attention is drawn to clause
42 of the General conditions of contract, dealing with variation in quantities.
b) Individual Standard & Non Standard (NS) items, Area of work and Value of
the work in contracts, shall be operated with variation of plus of minus 25%
and payment would be made as per the agreement rate.
c) In case of increase in quantity of an individual/area/value of the work by more
than 25% of the agreement quantity is considered as unavoidable, negotiations
would be held with the contractor for arriving at reasonable rates for
additional quantities in excess of 125% of agreement quantity.
VATIATION CLAUSE
In the event of vitiation occurring due to increase or decrease in
quantities up to 25% among the first, second and third lowest valid tenderer, the
vitiation shall be to contractor’s account. The total value of the work done shall
be calculated at the rate offered by those tenderers and the amount payable shall
be limited to the lowest aggregate value as worked out. Vitiation as above shall
be worked out as a whole agreement including all variation in quantities
ADDITIONAL CALUSES
1. CLAUSE OF PENALTY
Wherever the contracts are rescinded, the security deposit will be forfeited and the
performance guarantee will be encashed..
2. PAYMENT TERMS
Payment :- The payment will be made once in a month. The contractor should
sent a statement of linen washed in the respective month along with Bills to Chief
Medical Officer on or before 3rd
next month. The bill and statement will be
scrutinized and certified by Chief Matron/Matron/Ic after comparison with all the
registers of collection areas.
3 The Contractor should indemnify and keep the purchaser indemnified and
harmless against all actions, suits, claims, demands costs charges or expenses
16
arising in connection with any accident, death or injury, sustained by any person
or persons within the railway premises and any loss or damage to railway
property sustained due to the acts or omissions of the contractor irrespective of
whether such liability arises under the workmen’s compensation act or the fatal
accidents act or any other statute in force from time to time
4. The contractors attention is drawn to Clause 55A of the General conditions of
contract regarding provision of contract labour(Regulation and abolition Act
1970) and the contractor shall comply with the provision in all respects to the
extent applicable under this contract and shall face consequences at his risk and
responsibilities for any lapses on his part.
5.. The tenderer while quoting should indicate their TIN No. & PAN No.
6. PAYMENT OF CONTRACTORS BILLS THROUGH NATIONAL
ELECTRONIC FUND TRANSFER (NEFT)
6.1. The tenderer should submit the consent in a mandate form for receipt of payment
through NEFT and provide the details of bank A/c in line with RBI guidelines for
the same. These details will include bank name, branch name & address, A/c type,
bank A/c no. and bank and branch code as appearing on MICR cheque issued by
bank. Further, the tenderer should also submit certificate from their bank
certifying the correctness of all above mentioned information in the mandate
form. In case of non-payment through NEFT or where NEFT facility is not
available, payment will released through cheque through RPAD.
6.2 The Tenderer / contractor should indicate their NEFT (National Electronic Fund
Transfer) contractor code number (allotted, if any) for payment NEFT contractor
code no. :
6.2.1 The payment for supplies made to this administration and for works executed will
paid through Cheques and sent through the Speed Post Acknowledgment Due,
duly recovering the actual cost from the Firms/ Contractors’ bills. However, if
the firm/contractor desires to receive the cheque by RPAD, they have to explicitly
state the same on the bill and the cost of RPAD will be borne by the
Administration
17
OPTION FORM FOR RECEIVING PAYMENT THROUGH NEFT
1. Name of the Firm :
2. Vendor ID allotted* :
3. Address :
4. Name of the Bank :
5. Branch :
6. Address of the Bank Branch :
7. Account Number :
8. Type of Account :
9. IFS Code of the Branch :
10. MICR Code of the branch :
Authorised signatory of the firm with seal
CERTIFICATION FROM THE BANK AUTHORITY
Certified that the information furnished above are correct. Our Branch is
participating in the NEFT System.
Authorised signatory of the Bank with seal
Note:
1. Account Number and IFS Code should be furnished exactly as appearing in the
Cheque Book and the same may be verified with the Bank.
2. A cancelled cheque may be enclosed for verification.
The contractor shall abide by all the requirements of Environmental Management
System (EMS) being imposed from time to time.
***
18
CHAPTER – IV
PROFORMA FOR SUBMISSION OF THE TENDER
To
The President of India,
Through Chief Medical Officer,
Integral Coach Factory Hospital,
Chennai - 600 038.
Sir,
Sub: Tender No. MD/ICF/203/DHOBI Dated 05.02.2016.
FOR CONTRACT WASHING OF LINEN OF ICF HOSPITAL FOR A
PERIOD OF TWO YEARS.
1. I/ We ………………………. have read the various conditions to 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 180 days from the date fixed for
opening the same and in default thereof. I/We offer to do the work
for……………. at the rates quoted in the attached schedule and hereby bind
myself / ourselves to maintain the work for the period mentioned in the Tender
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
work according to the specifications for materials and works laid down by the
Railway for the present contract.
2. Any legal/penal action can be taken without prejudice to any other rights or
remedies if;
(a) I/ We do not execute the contract documents within seven days after receipt of
notice issued by the Railway that such documents are ready; or
(b) I/ We do not commence the work within three days after receipts of orders to
that effect.
3. Until a formal agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between us subject to modifications as may be
mutually agreed to between us and indicated in the letter of acceptance of my/our
offer for this work.
Signature of the Tenderer
Date :
Full Address :
Local Address :
Registered Office Address :
Telephone Nos. :
Telegraphic Address :
Telex No. :
Fax No. :
E-Mail Address :
Seal
19
CHAPTER – V
PAST PERFORMANCE OF THE AGENCY
a) COMPLETED WORKS
Sl.No. Client’s
Name
Description of
the work
Date of award
of work
Date of
Completion
Total Value
(in Rs.)
1
2
3
b) WORKS ON HAND
Sl.No. Client’s
Name
Description of
the work
Date of award
of work
Expected Date of
Completion
Total
Value
(in Rs.)
1
2
3
20
CHAPTER - VI
Documents for new entrant
A contractor who has not carried over any work on this Railway should furnish
particulars regarding:
a) His position as an independent Contractor
b) His capacity to undertake and carry out works satisfactorily, as couched
for by a responsible official or firm
c) His Previous experience on works similar to that to be contracted for, in
proof of which original certificates or testimonials may be called for and
their genuineness verified, if needed be, by reference to the signatories
thereof.
d) His knowledge from actual personal investigation of the resources of the
zone or zones in which he offers to work.
e) His ability to supervise the or personally or by competent and duly
authorized agents.
f) His financial position.
Signature of the Tenderer/Contractor
Date
Address