Professional Documents
Culture Documents
__________________________________
__________________________________
(NOT TRANSFERABLE)
FORM-‘A’
(For works and supplies above Rs.10,000/-)
***
Name of work: Maintenance and repairs of Personal Computers including all peripherals and
Windows 2003 LAN system, as per schedule, in CAO/C’s office, S.C.Railway,
Secunderabad for a period of 2 (Two) Years.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 2
I/We offer to do the work “Maintenance and repairs of Personal Computers including
all peripherals and Windows 2003 LAN system, as per schedule, in CAO/C’s office,
S.C.Railway, Secunderabad for a period of 2 (Two) Years” at the rates quoted by me/us in the
attached schedule and bind myself/ourselves to maintain the computers for period of 2 (Two)
Years from the date of issue of letter of acceptance of this tender. I/We also hereby agree to abide
by the General and Special Conditions of contract and to carry out the works according to the
specification of materials and works laid down by south Central Railway for the present contract.
2. A sum of Rs.2,840/- is herewith forwarded as earnest money deposit. 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 notice of
issued by the Railway that such documents are ready:
OR
b) I/We do not commence the work within ten days after receipt 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.
4 Payment of stamp duty on the agreement to be executed in pursuance of this tender will be
borne by the Railway.
Signature of witnesses:
1.
2.
Signature of contractor (s) & Date
Contractor’s address:
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 3
I ACCEPT THE TENDER AND AGREE TO PAY THE RATES AS ENTERED IN THE
SCHEDULES.
CHIEF ENGINEER(CONSTRUCTION),
S.C.RAILWAY : SECUNDERABAD.
FOR AND ON BEHALF OF THE
PRESIDENT OF INDIA.
WITNESSES:
1.
2.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 4
MEANING OF TERMS:
DEFINITIONS:
1. In these regulations for tenders and contracts the following terms shall have the meaning
assigned hereunder except where the context otherwise requires:
(a) “RAILWAY” shall mean the president of the Republic of India or the Administrative
Officers of the South Central Railway or of the successor Rly. authorized to invite tenders
and enter into contracts for works on his behalf.
(b) “GENERAL MANAGER” shall mean the Officer in Administrative charge of the whole
of South Central Railway and shall mean and include the General Manager of the successor
Railway.
(e) “DEPUTY CHIEF ENGINEER (CONSTRUCTION) shall mean the deputy Chief
Engineer (Construction) of the south Central Railway or the successor Railway.
(h) “TENDERER” shall mean the person, the firm or company who tenders for the work with
a view to execute the work of contract with the railway and shall include their personal
representatives, successors and permitted assigns.
(i) “LIMITED TENDERS” shall mean tenders invited from all or some contractors on the
approved list of contractors with the railway.
(j) “OPEN TENDERS” shall mean tenders invited in Open and Public manner and with
adequate notice.
(k) “WORKS” shall mean the works contemplated in the drawings and schedules set forth in
the tender forms and description of contract and required to be executed according to
specifications.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 5
(l) “SPECIFICATIONS’ shall mean the specifications for materials and works, South Central
Railway, issued under the authority of the chief engineer or as amplified, added to or
superceded by special specifications, if any, appended to the tender forms.
(m) “SCHEDULE OF RATES, SOUTH CENTRAL RAILWAY” shall mean the schedule of
rates issued under authority of the chief engineer from time to time.
(n) “DRAWINGS” shall mean the drawings, plans and tracings or prints thereof annexed to the
tender forms.
2. Words imparting the singular number shall also include the plural SINGULAR
vice versa where the context requires. PLURAL
4. A contractor who has not carried out any work so far on this CONTRACTOR’S
Railway should furnish particulars regarding – CREDENTIALS
6a The tenderer shall be required to deposit Earnest Money with the EARNEST
tender for the due performance with the stipulation to keep the MONEY
offer open till such date as specified in the tender, under the
conditions of tender. The Earnest Money shall be 2% of the
Estimated Tender Value costing upto Rs.1 Crore and for works
estimated to cost more than Rs.1 Crore the earnest money shall be
Rs.2 lakhs plus 1/2 % (half percent) of the excess of estimated cost
of work beyond Rs.1 Crore subject to a maximum of Rs.1 Crore
i.e., Rs. 2,840/- as indicated in the Tender Notice.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 6
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 7
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 8
The rate of recovery will be at the rate of 10% of the bill amount
till the full Security Deposit is recovered.
Security Deposit 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 Receipt
etc., shall be accepted towards Security deposit.
The security deposit shall be released only after the expiry of the
maintenance period and after passing the final bill based on ‘No
Claim Certificate’.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 9
PLACE :
DATE :
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 10
The tenderers who fulfils the following ELIGIBILITY CRITERIA are only eligible to
quote:
1.1 a) The tenderer(s) should have physically completed at least one similar single work
executed for Government departments or Semi Government / Public Sector undertaking
viz., “Maintenance and Repairs of Personal computers, Servers, Printers and Plotter
including all peripherals and Windows NT/2003 System” for a minimum value of 35%
of advertised tender value in the last three financial years (ie., current financial year and
three financial years).
1.2 The total contract amount received during the last 3 financial years should be a minimum of
150% of advertised tender value. Tenderer(s) should submit to this effect current ITCC or
attested certificate from the Central Govt./Public Sector under takings for the work done for
them or Audited balance sheet duly certified by the Chartered Accountant.
1.3 The value of work completed will not include the cost of any materials issued free of cost by
the Railway/ Department concerned. Only cash value of the Agreement and executed cash
value will reckon for eligibility.
1.4 Certificates from private individuals for whom such works are executed/being executed will
not be accepted.
1.5 The works executed by the tenderer for Government Departments or Semi
Governments/Public Sector undertaking shall only be considered for eligibility. Works
executed for private parties shall not be considered. The experience certificate shall issued
by a Junior Administrative Grade Officer or Superintending Engineer or equivalent grade in
other departments indicating therein the name of works executed, value of works and period
during which completed, bills paid etc., The certificate should bear the signature and seal of
the Officer and attested by Railway Officer ( Gazetted).
1.6 i)In case the tenderer is a partnership firm(s), the experience, and turnover shall be in the
name and style of the firm only.
ii) If the Tenderer is a partnership firm, all the partners shall be jointly and severely liable for
successful completion of the work and no request for change on the constitution of the Firm
shall be entertained.
iii) During the currency of the contract, no partner of the firm shall be permitted to withdraw
from the partnership business and in such an event it shall be treated as breach of trust and
abandonment of contract.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 11
1.8 The tenderer(s) shall also submit the following documents along with his/their tender.
a. List of personnel, organization available on hand and proposed to be engaged for the
subject work.
b. List of plant and machinery available on hand (own) and proposed to inducted (own
and hired to be given separately) for the subject work.
c. List of works completed in the last three financial years giving description of work,
organization for whom executed, approximate value of contract at the time of award,
date of award and date of scheduled completion of work. Date of actual start, actual
completion and final value of contract should also be given.
d. List of works on hand indicating description of work, contract value, and
approximate value of balance work yet to be done and date of award.
1.9 In case of Clause 1.8 (c) and (d) mentioned above, supportive documents/ certificates from
the organizations with whom they worked/are working should be enclosed.
NOTE: The tenderer who do not fulfill the requisite qualifications and who do not furnish
documentary evidence along with Tender document will be summarily rejected. Any
misleading information will be rescinded and will lead to disqualification of tender.
2.0 General conditions of contract and specifications for materials and works of south Central
Railway, be seen in the office of the Chief Administrative Officer (Construction)
S.C.Railway/Secunderabad or had on payment at the rates fixed for each book from time to
time.
3.0 The tenderers are required to take note of all the taxes including service tax and cess
leviable under works contract and quote their rates inclusive of all taxes and cess.
4.0 The tenderer shall quote percentage rate on total value as stipulated in the schedule.
5.0 Tenders containing erasures and alterations of the tender documents are liable to be
rejected. Any corrections made by the tenderer/tenderers in his/their entries must be
attested by him/them.
6.0 The work are required to be completed within a period of (24) months from the date of issue
of acceptance letter including intervening monsoon period.
7.0 The work is maintenance of computers for a period of 2 (Two) Years from the date of
issue of acceptance letter including intervening monsoon period.
8.0 The tender must be accompanied with Earnest Money Deposit of Rs.2,840 i.e 2 % of the
Estimated Tender Value deposited in cash / DD / FDR failing which, the tender will not be
considered and will be summarily rejected.
(i) In cash, paid to the Railway Administration’s chief cashier at Secunderabad or Divisional
Cashier (Pay)/Secunderabad, Vijayawada, Guntakal, Guntur and Nanded.
(ii) By bank instruments as mentioned in para 6(d) of regulations for tenders and contracts.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 12
NOTE:
(1) Cash remittances will not be accepted by Chief Cashier or Divisional Cashier/Pay after
10.00 hrs on 18.02.2010 (i.e., Tender opening day). .
Cheques, War Bonds and government Promissory Notes will not be accepted towards the
earnest money.No interest shall be allowed on the earnest money.
The tenderer shall hold the offer open till such date as may be specified in the tender. It is
understood that the tender documents have been sold/issued to the tenderer and the
tenderer is being permitted to tender in consideration of the stipulation on his part that after
submitting his tender he will not resole from his offer or modify the terms and conditions
thereof in a manner not acceptable to the Chief Administrative Officer (Const)/Chief
Engineer(Const)/South Central Railway/ Secunderabad.
Should the tenderer fail to observe or comply with the foregoing stipulation, the amount
deposited as security for the due performance of the above stipulation shall be forfeited to
the Railway. If the tender is accepted, the amount of Earnest Money will be held as security
deposit for the due and faithful fulfillment of the contract. The earnest monies of
unsuccessful tenderers will save as herein before provided be returned to the unsuccessful
tenderers but the Railway shall not be responsible for any loss or depreciation that may
happen to the security for the due performance of the stipulation to keep the offer open for
the period specified in the tender documents or to the earnest money while in their
possession nor be liable to pay interest thereon.
9.0 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.
10.0 If the tenderer deliberately gives/tenderers deliberately give wrong information in his/their
tender or creates/create circumstances for the acceptance of his/their tender, the Railway
reserves the right to reject such tender at any stage.
11.0 If a tenderer expires after the submission of his tender or after the acceptance of his tender,
the railway shall deem such tender is cancelled. If a partner of a firm expires after the
submission of their tender or after the acceptance of their tender, the Railway shall deem
such tender as cancelled, unless the firm retains its character.
12.0 Tenders must be enclosed in a sealed cover, subscribed with the name of the work as
appearing on the top sheet and must be sent by registered post to the address of the Chief
Administrative Officer (construction)South Central Railway/Secunderabad-500 071 or so
as to reach this office not less than 11.00 hrs on 18.02.2010 or deposited in the box allotted
for the purpose in the Tender Hall adjacent to main gate of office of Chief
Administrative Officer /Construction / S. C. Railway, Secunderabad. The Boxes will be
closed and sealed at 11.00 hrs on 18.02.2010 and will be opened at 11.30 hrson
18.02.2010 at the places mentioned above.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 13
13.0 Non-compliance with any of the condition set forth herein above is liable to result in the
tender being rejected.
14.0 The authority for acceptance of the tender will rest with the Chief Engineer
(Construction)/S.C.Railway/Secunderabad who does not bind himself to accept the
lowest or any other tender nor does he undertake to assign reasons for declining to
consider any particular tender or tenders.
15.0 The successful tenderer/tenderers shall be required to execute an agreement with the
president of India acting through the chief Engineer (Const)/Divisional Railway Manager,
Divisional Engineer, superintending engineer of the Railway for carrying out the work
according to the General Conditions of contract and specifications for works and materials,
1970 of south Central Railway including correction slips issued from time to time.
16.0 The tenderer shall keep the offer open for a minimum period of 90 days from the date
of Opening of the tender, within which period, the tenderer cannot withdraw his offer,
subject to the period being extended further if required , by mutual agreement from time to
time. Any contravention of the above condition will make the tenderer liable for forfeiture
of Earnest Money Deposit for due performance of the foregoing stipulations.
17.0 Should the Railway decide to negotiate with a view to bring down the rates, the tenderer
called for negotiations should furnish the following form of declaration before
commencement of negotiations.
18.0. Should a tenderer be a retired Engineer of the gazetted rank or any other gazetted officer
working before his retirement, whether in the executive or administrative capacity, or
whether holding a pension able post or not, in the Engineering department of any of the
Railways owned and administered by the President of India for the time being or should a
tenderer being Partnership Firm have as one of its partners a Retired Engineer or a retired
gazetted officer as aforesaid, or should a tenderer being an incorporated Company have, any
such retired Engineer or retired officer as one of its directors, or should a tenderer have, in
his employment any retired Engineer or retired Gazetted Officer as aforesaid, the full
information as to the date of retirement of such Engineer or gazetted officer from the said
service and in cases where such Engineer or officer had not retired from Government
service,atleast two years prior to the date of submission of the tender as to whether
permission for taking such contract, or if the contractor be a Partnership firm or an
Incorporated Company, to become a partner or director as case may be, or to make
employment under the contractor has been obtained by the tenderers or the Engineer or the
Officer as the case may be from the President of India or any officer duly authorized by him
in this behalf, shall be clearly stated in writing at the time of submitting the tender.
Tenderers without the information above referred to or a statement to the effect that no such
retired Engineer or retired gazetted officer is so associated with the tenderer, as the case
may be shall be rejected.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 14
19.0 Should a tenderer or contractor being an individual on the list of approved contractors, have
a relative employed in the gazetted capacity in the Engineering department of the South
Central Railway or in the case of partnership firm or Company incorporated under the
Indian company Law should a partner or a relative of the partner or a share holder or a
relative of shareholder be employed in gazetted capacity in the Engineering department of
the south Central Railway, the authority inviting tenders shall be informed of the fact at the
time of submission of tenders, failing which the tender may be rejected, or if such fact
subsequently come to light, the contract may be rescinded in accordance with the provision
in clause 62 of the General conditions of contract.
21.0 Tenderers are required to submit the following documents along with the tender;
i). EMD
ii) Certificate in support of credentials.
iii) DD towards the cost of tender form in case it is downloaded.
iv) Turnover certificate
v) Any other document specified by the Railway for the tender work.
21.1 If the tender is not accompanied by any of the documents mentioned above, the tender shall
be summarily rejected. No post tender correspondence will be entertained, however, if any
clarification is required by Railway, the same may be sought from the tenderer.
21.2 i) The onus of establishing the credentials of the tenderer(s) from the Office records or
other wise does not lie with the Railway. Railway shall evaluate the offer only from the
certificates/documents (as referred above) submitted along with the tender offer.
ii) Any Certificate/Documents offered after the tender opening shall not be given any
credit and shall not be considered.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 15
The General Conditions of Contract governing the performance of the works covered by
this tender are the “General conditions of Contract” of the Engineering Department of the South
Central Railway, as amended from time to time up to date. A copy of the book-let incorporating
the above “General Conditions of Contract” may be perused in the office of the Chief
Administrative Officer/Construction/South Central Railway Secunderabad-500 071.
In submitting his tender it would be deemed that the tenderer has kept himself fully
Informed of the provision of the General Conditions of contract including all corrections and
Amendments issued up to date.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 16
The S.C.Railway is desirous of entrusting to the Tenderer for maintenance and repair of the
computer equipment located at Secunderabad, as per SCHEDULE and described herein under
referred to as EQUIPMENT.
And whereas the Tenderer has agreed to undertake such maintenance, as per the terms and
conditions set out hereunder in ANNEXURE.
1.0 SCOPE:
1.1 The Tenderer by acceptance of this tender by South Central Railway hereof agrees to
undertake the maintenance of the said EQUIPMENT installed at Secunderabad so as to
make it fit for normal usage on the terms conditions contained in this agreement. The
service consists of preventive and corrective maintenance and includes carrying out
the necessary repairs and providing and fitting parts in replacement as required
(including HDD, Monitor, Mother Board, Processor, SMPS, FDD, RAM, CD ROM
drives, CD writers, Printer heads, Ethernet cards etc. ). The Windows 2003 Server
maintenance system includes corrective maintenance and carrying out repairs &
replacement as required to Net Work accessories. The successful Tenderer should ensure
to keep the equipment in good functional and efficient order. This includes providing
temporarily free of charge an alternative equipment in the duration of down time of
equipment.
1.2 At least one Service Engineer should be report daily on all working days i.e from 09.30 AM
to 05.30 PM and on holidays if the need arises to carry out corrective and preventive
maintenance on daily basis. Tenderer has to appoint one resident engineer who is familiar
with all types of computer and peripherals maintenance.
1.3 The S.C.Railway shall provide full and free access of the said EQUIPMENT to the
Tenderer’s representatives for the performance of this agreement, subject to security
procedures prescribed by the S.C.Railway for entry of personnel or bringing in or taking out
material.
1.4 The S.C.Railway shall also provide adequate working space including necessary
conditioned environment, electrical power and such other facilities as required for the use of
representatives of successful Tenderer. These facilities shall be within a reasonable
distance of the said EQUIPMENT to be serviced and shall be provided free of charge to
Tenderer.
1.5 The REPRESENTATIVES of successful Tenderer alone shall undertake the maintenance
and repairs to the EQUIPMENT. If persons other than the representatives of the Tenderer
perform maintenance, or repair, or effect modifications to the said EQUIPMENT, the
Tenderer shall be discharged of his obligations under the agreement. In such an event if any
special maintenance service is required to restore the said EQUIPMENT to operating
conditions, the same may be provided by the successful Tenderer on such terms and
conditions as are mutually agreed upon in writing.
1.6 Consumables like printer stationery, printer ribbons etc., are not covered under the
agreement.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 17
Neither the S.C.Railway nor the Tenderer, shall be liable to the other for any delay in or
failure of their respective obligations under this agreement caused by occurrence beyond the
control of S.C.Railway or the Tenderer, as the case may be including ( but not limited to )
fire, explosion, floods, power shortage, acts of God, hostility, acts of public enemy, wars,
insurrections, riots, strikes, lock-outs, sabotage, any law, state of ordinance, order, action of
regulations of the Government, local or other public authorities. Either party shall promptly
( but not later than 30 days of the commencement thereof ) notify the other in writing of
such contingency and prove that such is beyond the control and affects the implementation
of this agreement adversely and materially. If such contingency continues beyond 90 days,
both the parties agree to discuss and agree upon an equitable solution for termination of the
agreement or otherwise decide the course of action to be adopted.
1.8 The successful Tenderer herein after called the contractor shall only be responsible for
rendering maintenance and repair service to the said EQUIPMENT, but shall not be
responsible for the consequential damages arising out of any mal-functioning or non-
availability of the said EQUIPMENT.
1.9 In case, if any new EQUIPMENT is procured by SOUTH CENTRAL RAILWAY, the same
will be covered under this agreement after the expiry of warranty period and will be aligned
to the nearest quarter by charging on prorata basis. In such case the relevant item of
schedule which is nearer to the newly procured EQUIPMENT (as decided by S.C.Railway)
will be operated.
1.10 In case if any part of the EQUIPMENT is withdrawn from the service (by S.C. Railway)
under the agreement by prior notice in writing to the tenderer, the corresponding charges for
the un-utilised period will be adjusted in the bills.
2.1 The agreement will remain in force for a period of Two years from the date of
commencement of AMC period.
3.1 The Contractor, agrees to provide maintenance services for the said EQUIPMENT at their
office at Secunderabad, on all days during working hours, i.e. 9 A.M. to 6 P.M., excluding
Sundays and Holidays for which the Contractor's employees are eligible. Such period is
hereinafter referred to as the Principal period. Services rendered during Principal period
shall be charged as per specified in Clause 4.1.
3.2 Preventive maintenance has to be done by the Contractor, monthly. A schedule for the
preventive maintenance will be drawn by the Tenderer, and the time for carrying out the
same will be decided upon mutually by both the parties. The maintenance includes
problems arising out of software and hardware.
3.3 If any sub-system or component (Computer accessories like Modems, CD Writers etc.) are
added to the said EQUIPMENT, Installation of Hardware, Software related configuration
shall be done by Contractor at free of charge. This should be taken into consideration while
quoting for items.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 18
3.5.1 In the event S.C.Railway is desirous of having any alternative arrangement to be made by
the Contractor, during the period of reconditioning of any part of the said EQUIPMENT,
which is likely to involve a long idle period, the Contractor, shall agree to such an
arrangement. Payment for such arrangement will be made as if the said Railways
EQUIPMENT is maintained by the Tenderer in the normal course.
3.6 Data recovery should be done by the firm with their data recovery software or tools. The
firm should ensure that no data is lost during recovery.
3.7 The systems are connected in LAN/Railnet. The firm should insured that Networking is
available always without any interpution. Data recovery and Networking charges as per
item in the schedule which includes spares such as network card, cable, jumper, IO Boxes
etc.,
3.8 The data recovery, virus removal, software and operating system trouble shooting, printer
driver installation to be carried out without any extra charges for All Systems & Printers.
3.9 The maintenance service does not include electrical work external to the machines or other
devices not covered under the agreement.
3.10 Any damage to systems occurring due to rat or pest attack, physical damage, electrical
mishap, fire or breakage because of mishandling is not covered under the scope of contract.
3.11 The required software/media such as OS, drivers etc, are to be provided by the Railway.
4.1 Two years from the date of acceptance of AMC by the contractor with a provision of
extending further period of one year on mutually acceptable terms and conditions.
5.1 The S.C.Railway shall be liable to pay the charges as quoted in SCHEDULE for the
maintenance services during the principal period.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 19
PAYMENT TERMS:
6.1 The cost of maintenance service charges includes both the charges for the normal
preventive maintenance and during breakdown.
6.2 The charges quoted by the firm will be firm and not subjected to any price variations and
the rates should be inclusive of all Taxes.
6.3 The Railway will pay the maintenance charges in four half yearly installments each, each
installment becoming payable at the end of 6 months period from the beginning of the
contract. The Tenderer, shall submit half yearly bills to the S.C.Railway.
6.4 All other charges payable by the S.C.Railway not covered in SCHEDULE of this agreement
shall be billed separately by the Tenderer, after mutually agreeing to the rates.
6.5 During the down time of any equipment the contractor shall provide free of charge, an
alternative equipment to enable Railway works to continue normally. In case he fails to do
so, Pro-rata deduction will be made in the half yearly maintenance charges for each full
working day the computer EQUIPMENT is down during the currency of the agreement. For
purpose of calculation, any fraction of a day in excess of one working day during which the
EQUIPMENT is down will also be counted as a day, if the fraction exceeds 3 working
hours.
6.6 The computer equipment, is said to be down if either CPU or any one of the peripherals is
malfunctioning with the result the system cannot be effectively put to use.
6.7 In case of part of the computer system (not leading to total break down of the system), is
down for more than TWO continuous days in a month, prorata deduction shall be made
from the maintenance charges of that month.
6.8 Defective spare parts should be replaced by the successful Tenderer at his own cost within
two days of the call.
6.9 The Tenderer has to deposit 10% of the value of the contract value, towards security
deposit, at the time of awarding of contract.
7.0 TAXES
7.1 The rates are deemed to include all Taxes, leaviable under Central, State or Local bodies
Act or Rules, Octroies, Toolas, Royalties, Seignioages Cess and similar imposts that may be
prevailing from time to time in respect of Land structures and all materials supplied in the
performance of this contract.
8.2 If the shifting of the said EQUIPMENT is beyond 25 kms. from the existing location, the
Contract shall be discharged of the obligations under this agreement, unless the terms and
conditions of this agreement are extended on mutual consent to the said EQUIPMENT at the
location to which it is shifted on such further terms and conditions as agreed by both the parties.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 20
9.1 Not withstanding the provision of Article 2, S.C.Railway can terminate the agreement with
three month’s notice in writing for non-performance of any of the articles of this agreement by
the contractor or for any other reason.
9.2 Personnel sponsored by S.C.Railway will be allowed to observe maintenance work by the
Contractor's Engineers for a period of 4 weeks prior to the termination of the contract to gain
practical knowledge on the maintenance of the system.
10.0 ARBITRATION
10.1 In the event of any question, dispute or difference arising under this conditions of or in
connection with this contract (except as to any matters the exclusion of which is specially
provided for this condition) the same shall be referred to the Sole Arbitrator of gazetted
RAILWAY OFFICER to be appointed as Arbitrator by the PCE, South Central Railway,
secunderabad. The award of arbitrator shall be final and binding on the parties to this
contract.
10.2 Subject as aforesaid, the arbitrator and conciliation Act 1996, shall apply to the rules there
under and any statutory modifications there of for the being in force in Andhra Pradesh
shall be deemed to apply to the Aribitration proceedings under this section.
10.3 The venue of arbitration shall be the place from which the acceptance certificate is issued or
such other places as the Arbitrator at the discretion may determine. In this section, the
authority to appoint the arbitrator include, if there be no such authority, the Officer who is
for the time being discharging the functions of that authority whether in relation to other
function otherwise.
11.0 JURISDICTION:
1.1 Subject to the Arbitration herein above, provided. Any suit or proceedings to enforce the rights
of either of the parties hereto under this agreement shall be instituted in and tried only by the
Courts in the city of Hyderabad/Secunderabad and by no other Court, and both the parties
hereto, hereby expressly agree to submit to the jurisdiction of such Court.
11.2 In witnesses thereof the parties thereto acting through their properly constituted
representatives thereupon duly authorised, have caused these presents to be signed and
executed for in their respective names and on their behalf on the days, month and year first
above written at SECUNDERABAD.
11.3 “SOUTH CENTRAL RAILWAY” standard conditions of contract (for works) also apply
to this contract. They are deemed to be a part of this agreement. In case any of the conditions
given in this contract conflict with standard conditions, the former prevails.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 21
GUARANTEE BOND
To
FA&CAO/Construction/S.C.Railway,
Secunderabad.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder and the contractor(s)/supplier(s) shall have no claim against us for making
such payment.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010 (ITEM-3) Page - 22
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
Contractor(s)/ Supplier(s).
for _____________________________
(indicate the name of bank)
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page23
2 CE/C/I IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated Integrated AGP controller with 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM
3 CE/C/IV HP compaq SG 3570 Intel core2 DUO E7300 2.66 Ghz, Inrtel Mother Board
1 GB DDR RAM, 80 GB HDD, 10/100 Mbps Integrated LAN, CD ROM,
1100
17" TFT Monitor
4 CE/C/V IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated Integrated AGP controller with 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM
5 Secy to CAO/C HP D 330 PIV 2.6 GHZ 512 KB Cache Intel 865 chipset, 1 GB RAM,
40GB HDD, 1.44 MB FDD, Keyboard, mouse, 6 bays (4 external & 2
Internal), 6 USB ports, 52 x CD ROM drive 10/000 NIC card, Combo drive, 1100
IBM 15" TFT monitor.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page24
7 Dy.CE/C/Stores HCL Infiniti pro BL 1200 P IV 3 GHZ 512 KB Cache, Intel 915 G Chp set
512 MB DDR RAM, 80 GB HDD, 1.44 MB FDD, Combo Drive, key
Board, Mouse, 15" HCL Monitor 6 USB ports, 10/00/1000 Integerated LAN 1100
8 Dy.COM/C/SC HP D 330 PIV 2.6 GHZ 512 KB Cache Intel 865 chipset,256 MB RAM,
40GB HDD, 1.44 MB FDD, Keyboard, mouse, 6 bays (4 external & 2
Internal), 6 USB ports, 52 x CD ROM drive CD writer, 10/000 NK card, 1100
Combo drive, IBM 15" TFT monitor.
9 Dy.CE/C/Designs HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 1GB RAM , 40 GB
DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 15" HP Monitor.
10 Sr. Law Officer HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 256 MB RAM , 40
GB DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 15" HP Monitor.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page25
12 PS TO CAO/C HP D 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 256 MB RAM, 40
GB HDD, 1.44 MB FDD, Keyboard, mouse. 6 bays (4 external & 2 Internal)
1100
6 USB ports, 52xCD ROM, CD writer 15" HP Monitor.
13 PS to CE/C/II IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB DDR SDRAM, 80 GB HDD
10/100 Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 1100
serial & 1 parallel port/optical mouse, keyboard CD ROM,
14 PS to CE/C/III IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 512 MB RAM, 80 GB HDD 10/100
Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 serial & 1 1100
parallel port/optical mouse, keyboard CD ROM, COM
15 PS to CE/C/IV HP D 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 256 MB RAM, 40
GB HDD, 1.44 MB FDD, Keyboard, mouse. 6 bays (4 external & 2 Internal)
1100
6 USB ports, 52xCD ROM, CD writer 15" HP Monitor.
16 PS to CE/C/VI HCL Infiniti Pro BL 1090 MV 2.8 GHz, HCL Mother Board 800 FSB, 512
Cache, 256MB RAM, 40 GB ATA, 1.44 MB FDD 100 IDE HOD, 52 x CD
1100
ROM Drive, CD RW Drive, Keyboard, Mouse, 15" Monitor.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page26
19 Arbitration IBM Think Centre , Intel PIV 3.0 GHZ EM 647 processor, 953 FSB, IMB
Cache, 915 GV Chipset 1.44 MB FDD, 1 GB DDR RAM, 80 GB HDD,
10/100 MBPS Integrated LAN/Integrated AGP contfroller, 4 USB ports, 2 1100
serial 21 parallel port optical mouse, key board, CD ROM,
20 Non-P.way Section Intel P IV 1.7 GHZ 845 chipset, 384 MB RAM, 40 GB HDD, 1.44 MB
FDD, keyboard ATX cabinet 52 x CD ROM, CD writer 15" monitor 1100
21 Hindi Section Acer power series Intel P IV 3 GHZ, MBL2 Cache 800MHZ, Intel 915G
MB, 256 MB RAM, 80 GB SATA HOD,1.44 MB FDD, 104 keys keyboard,
mouse, 6USB ports, 10/100/10000 NIC Card, CD ROM, CD Writer, 17" 1100
SVGA Digital Monitor.
22 Hindi Section Acer power series Intel P IV 3 GHZ, MBL2 Cache 800MHZ, Intel 915G
MB, 256 MB RAM, 80 GB SATA HOD,1.44 MB FDD, 104 keys keyboard,
mouse, 6USB ports, 10/100/10000 NIC Card, CD ROM, CD Writer, 17" 1100
SVGA Digital Monitor.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page27
24 Design Section IBM think centre A, Intel PIV 3.0 GHZ EM647 processor, 953 FSB1MB
cache, 915 G V chipset, 1.44 MB FDD, 1 GB RAM, 80 GB HDD 10/100
Mbps Integrated LAN,Integrated AGP controller, 4 USB portgs 2 serial & 1 1100
parallel port/optical mouse, keyboard CD ROM, COMBO
25 Design Section HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 640 MB RAM , 40
GB DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 17" TFT Monitor.
26 Design Section HP D 330 PIV 2.6GHZ 512 KB cache Intel 865 chipset 1GB RAM , 40 GB
DMA 100 HDD, 1.44 MBFDD, 122 Keys KB, Scroll Mouse, 6 Bays (4
External & 2 Internal), 6 USB Ports 52xCD ROM Drive, CD writer, 10/100 1100
NIC Card, 15" TFT Monitor.
27 Dy.CE/C/Works HP D 330M PIV 2.66 GHZ, 512 KB Cache, Intel 865G Chipset, 1 GB RAM
Office 40 GB HDD, 6 Bays (4 External & 2 Internal), 6 USB Ports, 52 x CD ROM
1100
Drive, CD writer 15" HP Monitor.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page28
30 Computer Cell HCL Infiniti Pro BL 1200 Intel, PIV 3 GHZ, 1 MB 22 Cache Memory, 800
MHZ, Intel 915G chipset, 5123 MB DDR2RAM 80GB SATA HDD, 1.44
MB FDD, 2 Bays (2 external & 2 internal 6 USB ports, 10/100/1000 NIC, 1100
48 x CD RDM Drive, Sony DVD writer, 15" monitor.
31 Computer Cell HCL Infiniti Pro BL 1200 Intel, PIV 3 GHZ, 1 MB 22 Cache Memory, 800
MHZ, Intel 915G chipset, 512 MB DDR2RAM 80GB SATA HDD, 1.44
MB FDD, 2 Bays (2 external & 2 internal 6 USB ports, 10/100/1000 NIC, 1100
48 x CD RoM Drive, Sony DVD writer, 15" monitor.
32 Computer Cell HP d 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 1 GB RAM, 40
GB HDD, 1.44 MB FDD, 6 Bays (4 external & 2 internal 6 USB ports, 52 x 1100
CDROM Drive, CD writer, 15" HP Monitor.
33 Computer Cell HP d 330 PIV 2.6 GHZ, 512 KB cache, Intel 865 chipset 1 GB RAM, 40
GB HDD, 1.44 MB FDD, 6 Bays (4 external & 2 internal 6 USB ports, 52 x 1100
CDROM Drive, CD writer, 15" HP Monitor.
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page29
35 Computer Cell HCL Infiniti Pro BL 1090 PIV 2.8 GHZ, 800 FSB, 512 KB Cache 128 MB
DDR RAM 40 GB ATA/100 1 DE HDD, HCL Mother Board, 52x CD RO
Drive, CD RW Drive, Key Board, Mouse, 1.44MB FDD, 15" Monitor. 1100
36 Computer Cell HCL Infiniti Pro BL 1090 PIV 2.8 GHZ, 800 FSB, 512 KB Cache 128 MB
DDR RAM 40 GB ATA/100 1 DE HDD, HCL Mother Board, 52x CD RO
Drive, CD RW Drive, Key Board, Mouse, 1.44MB FDD, 15" Monitor. 1100
37
CAO/C HP 2608 All in one printer 1000
38
CE/C/I HP Office jet all in one 6188 printerr 1000
39
CE/C/II HP Office jet all in one 6188 printer 1000
40
CE/C/IV HP PSC 2608 All in one printer 1000
41
CE/C/V HP Deskjet 1180C printer 1000
42
CE/C/VI HP Office jet J 6488 All in one printer 1000
43
Secy to CAO/C HP Deskjet 1180C printer 1000
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page30
Signature of Tenderer/Contractor
01/CAO/C/SC/2010,DT:08.01.2010(ITEM-3) Page31
Signature of Tenderer/Contractor