TENDER NOTICE SOUTH EASTERN RAILWAY

Tender notice no: C 206/UTS-PRS (AMC)/Equip/16-17 Dated: 08.04.16

On behalf of President of acting through Divisional Railway Manager (Commercial), South Eastern Railway, Adra invites sealed tender in prescribed form for the following annual maintenance contract (AMC) work of UTS/PRS locations of Adra Division of South Eastern Railway.

1. a) Name of the Work: Annual maintenance contract (AMC) of a) 65 no thin clients with key board and monitors b) 76 nos report printers c) 146 nos dumb terminals with key boards d) 48 nos terminal servers (e) 23 nos automatic printer switch f) 208 nos ticket printers g) 22 nos UTS-cum-PRS ticket printers h) 04 nos heavy duty chart printer installed at Adra, , , Road, , , Peardoba, Bishnupur, Ramsagar, Ondagram, Bankura, Chatna, Jhantipahari, Sirjam, Indrabil, Sonamukhi, Joychandipahar, Bero, Ramkanali, Muradih, Madhukunda, Damodar, Burnpur, Garhdubeswar, Anara, Bagalia, Kustaur, Chharra, Purulia, Tamna, Kantadih, Urma, Barabhum, Biramdih, Nimdih, Chandil, Gourinathdham, Tupkadih, Radhagaon, Pundag, Kotsila, Bokaro Steel City, Sanka, Rukni, Santaldih, Bhojudih, Sudamdih, Bhowrah, Bhaga, Layabad, Malkera, Mahuda, Khanudih, Shewbabudih, Talgoria, BKCP, CHAS for 01 (one) year. b) Approximate cost of the Tender: Rs.554156 /- including all taxes (five lakhs fifty four thousand one hundred fifty six only) for one year. c) Earnest Money: 2% of the total value i.e. Rs. 11083/- (eleven thousand eighty three only). d) Cost of the tender form: Rs. 2000/- (two thousand only) + 290/- (14.5% service tax) Rs. 2290/- e) Date of opening of sale of tender forms: 11.04.16 at 11.00 hrs f) Tender forms will be sold up to: 10.05.16 up to 12.00 hrs. g) Last date & time of receipt of tender forms: 10.05.16 up to 13.00 hrs h) Date & Time of opening tender forms: 10.05.16 at 16.00 hrs. i) Completion period for the work: One year j) Validity of tender: 120 (one hundred twenty) days

Divl. Comml. Manager/Adra

P/1

TOP SHEET

Srl. No 1 Name of the Zone South Eastern Railway 2 Name of the Division ADRA 3 Department COMMERCIAL 4 Name of the work Annual maintenance contract (AMC) of a) 65 no thin clients with board and monitors b) 47 nos report printers c) 82 nos dumb terminals with key boards d) 48 nos terminal servers e) 23 nos automatic printer switch f) 139 nos ticket printers g) 22 nos UTS-cum- PRS ticket printers installed at Adra, Godapiasal, Salboni, Chandrakona Road, Garbeta, Goaltore/PRS, Peardoba, Bishnupur, Ramsagar, Ondagram, Bankura, Chhatna, Jhantipahari, Sirjam, Indrabil, Sona, Joychandipahar, Bero, Ramkanali, Muradih, Madhukunda, Damodar, Burnpur, Garhdubeswar, Anara, Bagalia, Kustaur, Chharra, Purulia, Tamna, Kantadih, Urma, Barabhum, Biramdih, Nimdih, Chandil, Gourinathdham, Tupkadih, Radhagaon, Pundag, Kotsila, Bokaro Steel City, Sanka, Rukni, Santaldih, Bhojudih, Sudamdih, Bhowrah, Bhaga, Layabad, Malkera, Mahuda, Khanudih, Shewbabudih, Talgoria, BKCP and CHAS/PRS for 01 (one) year. 5 Approximate cost of the Rs. 554156/- including all taxes. work 6 Earnest Money Rs. 11083/ - 7 Cost of the tender form Rs. 2000/ - 8 Tenure of the work ONE YEAR 9 Date & time of opening 11 .04.16 at 11.00 hrs sale of tender form 10 Date & time up to which 10 .0 5.16 up to 12.00 hrs. tender form will be sold 11 Date & time up to which 10.0 5.16 up to 13.00 hrs tender form will be accepted 12 Date & time of opening 10.0 5.16 at 16.00 hrs. tender form

Divl. Comml. Manager/Adra

P/2

COMMERCIAL DEPARTMENT TENDER DOCUMENT Tender notice no: C 206/UTS-PRS (AMC)/Equip/16-17 Dated: 08.04.16

1. a) Name of the Work: Annual maintenance contract (AMC) of a) 65 no thin clients with key board and monitors b) 76 nos report printers c) 146 nos dumb terminals with key boards d) 48 nos terminal servers (e) 23 nos automatic printer switch f) 208 nos ticket printers g) 22 nos UTS-cum-PRS ticket printers h) 04 nos heavy duty chart printer installed at Adra, Godapiasal, Salboni, Chandrakona Road, Garbeta, Goaltore, Peardoba, Bishnupur, Ramsagar, Ondagram, Bankura, Chatna, Jhantipahari, Sirjam, Indrabil, Sona, Joychandipahar, Bero, Ramkanali, Muradih, Madhukunda, Damodar, Burnpur, Garhdubeswar, Anara, Bagalia, Kustaur, Chharra, Purulia, Tamna, Kantadih, Urma, Barabhum, Biramdih, Nimdih, Chandil, Gourinathdham, Tupkadih, Radhagaon, Pundag, Kotsila, Bokaro Steel City, Sanka, Rukni, Santaldih, Bhojudih, Sudamdih, Bhowrah, Bhaga, Layabad, Malkera, Mahuda, Khanudih, Shewbabudih, Talgoria, BKCP, CHAS for 01 (one) year. b) Approximate cost of the Tender: Rs. 554156/- including all taxes ( five lakh fifty four thousand one hundred fifty six only). c) Earnest Money: 2% of the total value i.e. Rs. 11083/- (eleven thousand eighty three only). d) Cost of the tender form: Rs. 2290/- including ST. e) Date of opening of sale of tender forms: 11.04.16 at 11.00 hrs f) Tender forms will be sold up to: 10.05.16 up to 12.00 hrs. g) Last date & time of receipt of tender forms: 10.05.16 up to 13.00 hrs h) Date & Time of opening tender forms: 10.05.16 at 16.00 hrs. i) Completion period for the work: One year j) Validity of tender: 120 (one hundred twenty) days

Divl. Comml. Manager/Adra

p/3

CHECK LIST OF ITEMS TO BE COMPLIED BY THE TENDERER

Srl. No ITEM 1 Submission of tender forms duly signed by the tenderer in every page 2 All documents to be furnished in English 3 Partnership deed, if any, Constitution of the firm and copies of connected legal document 4 Full and clear postal address for communication 5 Earnest money in FDR/Demand Draft etc to be valid up to six months. FDR/DD to be drawn in favour of FA & CAO/S. E. Railway/Garden Reach/Kolkata-43. 6 Validity of the tender offer – 120 (one hundred twenty days) 7 Credentials required in support: a) Experience and expertise in field of proposed tender work b) Details of technical personnel with qualification and experience employed by the firm. 8 Acknowledgement of letter of acceptance within seven days from the date of issue of LOA. 9 Contract agreem ent to be executed by the successful tendered within a period of thirty days from the date of issue of acceptance letter. 10 The tenderer should quote only PERCENTAGE above or below the schedule rate in the PRICE BID only. 11 For successful tenderer, the EMD to be retained by the Railways as a part of security deposit. 12 Corrections, if any, made by the tenderer to be duly attested.

NOTE: The above check list is not exhaustive. The tenderer must go through carefully the entire BOOKLET and submit the tender complying with all conditions, provisions/instructions mentioned therein irrespective of the fact that they have been highlighted or not.

p/4

i) The contractors who have sufficient experience of similar nature of work and possessing credentials in support of execution of such work previously may collect tender form in person or through the authorized representative from the office of Sr. DCM’s office/S. E. Railway/Adra PO-ADRA on any working day in between 11.00 hrs to 16.00 hrs. on payment of Rs.2290/- per set payable to DC/SER/Adra under allocation head –Z- 650. No tender form will be sent or received by post. The tender document can be downloaded from official website of S. E. Railway, which is www.ser.indianrailways.gov.in . Downloaded tender document must be attached with demand draft of Rs. 2290/- per set being the cost of tender form, to be drawn in favour of FA & CAO, S.E. Railway, Garden Reach, Kolkata-43 payable at Kolkata. 3. Special Conditions :

i) Qualification Criteria :

a. Tenderer should furnish documentary evidence in support of experience, expertise & manpower. b. The contractors will be bound to fulfill the special conditions of contract as Contained in tender booklet.

4. The tender must be submitted in sealed envelope super scribed the “name of the work:” and “Tender Notice No” duly addressed to Sr. Divl. Comml. Manager, S. E. Railway/Adra. Any tender received after the time and date specified above will not be considered. 5. Railway administration reserves the right to accept/reject any/all offers without assigning any reason.

Divisional Railway Manager (Comml) South Eastern Railway/ADRA For & on behalf of President of India

p/5

SOUTH EASTERN RAILWAY

Tender notice no: C 206/UTS-PRS (AMC)/Equip/16-17 Dated: 08.04.16

Sub: Tender enquiry for entering in to Annual maintenance contract (AMC) of a) 65 no thin clients with key board and monitors b) 76 nos report printers c) 146 nos dumb terminals with key boards d) 48 nos terminal servers (e) 23 nos automatic printer switch f) 208 nos ticket printers g) 22 nos UTS-cum-PRS ticket printers h) 04 nos heavy duty chart printer

Open tenders are invited for entering in to Annual maintenance contract (AMC) of a) 65 no thin clients with key board and monitors b) 76 nos report printers c) 146 nos dumb terminals with key boards d) 48 nos terminal servers (e) 23 nos automatic printer switch f) 208 nos ticket printers g) 22 nos UTS-cum-PRS ticket printers h) 04 nos heavy duty chart printer installed at various locations over Adra Division in South Eastern Railway. The following terms and conditions may be kept in view while quoting the rates: -

1. The contractual period shall be for one year only. 2. All the components mentioned in the schedule of quantities and rates will be within the ambit of Maintenance Contract and no relaxation can be given in this regard. Consumables like printer head, printer ribbon will not be covered under maintenance contract. Maintenance Contract covers repairs and replacement of defective parts by new parts free of cost. 3. The payment will be released on quarterly basis after satisfactory completion of maintenance for the equipments for the quarter. The office of Sr. DCM/Adra will arrange the payment on receipt of bill from the contractor. 4. The contractor will maintain a list of all equipments, which are covered under maintenance contract. For this purpose separate distinct number/code is to be given to each equipment and other equipments by way of marking or pasting sticker. 5. If the performance is not satisfactory, the office of Sr. DCM/SER/Adra will review the performance and reserves the right to terminate the contract with a notice of one month. 6. Maintenance should be ON-SITE . In exceptional cases, if any equipment is to be taken to firm’s premises, the firm should make a standby provision of similar capacity to the system so that day- to-day work does not suffer. It will be responsibility of the firm to keep minimum critical spares at site. 7. Earnest money amounting to Rs. 11083/- is to be deposited along with the offer. 8. The rates are inclusive of all taxes including commercial tax where applicable and other charges leviable by the Government. 9. The validity of the tender for acceptance should be 120 (ninety) days from the date of opening of the tender. 10. Service calls as and when required will be attended within 06 (six) hours of receipt of complaints. Repairs/replacement should be arranged within 06 (six) hours from the time of attending complaint. For failure to attend complaint and repair/replacement in time, penalty will be imposed @ Rs. 10/- per hour for first 24 hours and Rs. 20/- for rest hours. The maximum penalty will be 10% of the quarterly bill. 11. Firm should mention the information channels for fault reporting indicating their phone no etc.

P/6

12. The repair or replacement should be equal to the original hardware. A certificate in this connection should be submitted by the firm at time of replacement/repair. The firm should specially indicate its supply arrangements of spares with the OEM (Original Equipment Manufactures). 13. The coverage should be for round the clock and for 365 days. 14. The systems are all functioning in non-air-conditioned/air conditioned environment. 15. Preventive maintenance is to be done in each location once in two months limited to equipments only on any working day (Monday to Saturday) between 10.00 hrs to 17.00 hrs. If any location is not covered by preventive maintenance at any period, then a fine of Rs. 200/- will be levied on the contractor for each location for each occasion. 16. Vendor should propose his plan of keeping the PCs virus frees (Anti Virus updates). 17. Before taking major repairing the firm should ensure the safety of the data of the user. If required, the firm should make suitable back up arrangement. 18. Earnest money of Rs. is to be deposited along with the offer. The earnest money should be in the form of cash deposit receipt, pay order, demand draft executed by the SBI or any nationalized bank to be drawn in favour of FA & CAO, S. E. Railway/Garden Reach, Kolkata-43. Earnest money of the successful tenderer will be kept as security deposit for the period of “AMC”. Earnest money in the form of bank guarantee will not be accepted. Tenders unaccompanied by required earnest money will be summarily rejected. 19. The rates should be quoted in figures and words in case of difference between the two, rates quoted in words will be taken as correct. The attached schedule of quantities and rates should be filled up and rate should be quoted in column for this purpose and the same should be submitted duly signed and stamped by the tenderer. Provisions of General conditions of contract will also be applicable. 20. 3% of the value of contract as security deposit will be deducted from the first quarterly bill and the same will be refunded after successful completion of contractual period i. e. one year. 21. The firm/contractor who will be awarded the work of AMC will have to execute an agreement with the President of India acting through the Sr. Divl. Comml. Manager/S. E. Railway/Adra within 30 (thirty) days of receipt of LOA. 22. Installation of thin clients/software etc at any location will be the responsibility of the contractor. 23. The contactor will engage one service engineer at BKSC, who will look after the maintenance work of the stations like GTD, KSX, PNW, RDF, BKSC, BKCP, CHAS, TKB, KNF, MHQ, MLQ. And one service engineer will be at ADRA, who will look after the work of rest stations of the Division. Recoveries if any on account of penalty shall be recovered while releasing the security deposit as well as final payment.

Divl. Comml. Manager/Adra

p/7

SOUTH EASTERN RAILWAY COMMERCIAL DEPARTMENT GENERAL CONDITIONS OF TENDER

1. TENDER DOCUMENT :

Intending tenderer are advised to study the General Condition of Tender, General Conditions of contract, instruction to the tenderer and conditions, special condition of contract etc (all of which shall be read as parts of the tender and are hereinafter collectively referred to as “Tender Document”). The tenderer shall be deemed to have carefully examined the tender document and understood the implications thereof. The tenderer may inspect the site of work and acquaint him with all the local conditions, nature of work and materials pertaining thereto, if he considers it necessary.

2. OFFICIAL TENDER FORM AND SCHEDULES :

Tenderer must submit his tender in time within the last date of submission of the tender to the Sr. Divisional Commercial Manager/S. E. Railway/Adra duly signed in every page and having filled in the schedule/s in ink stating therein all the rates, amounts, prices and charges of the tenderer (both in figures and words), giving all information and particulars asked for. The tenderer shall submit in the same envelope of his tender, if required, but such memorandum or any letter accompanying the tender submitted by him shall form part of the tender. He may also enclose a descriptive matter for consideration.

3. SCHEDULE / SCHEDULES The tenderer shall quote the rate as per proforma schedule/s for all works involved in maintenance for specified period etc. in accordance with the tender requirements. The tenderer should note that “Tenderer are liable to be ignored if not submitted as per details given in schedule/schedules”.

3.1 The rates tendered for in the schedule/s attached to the tender and accepted by the railway shall form the basis for payment for works done/materials supplied by the contactor.

3.2 The rates quoted by the contractor shall take in to account the difficulties and delays encountered in course of work and nothing extra on these accounts shall be paid for. The cost/fare involved in transportation of men & materials to be borne by the tenderer.

3.3 Should the tenderer be unable to comply with any conditions referred to in tender document, he shall mention all such proposed departure/s their form clearly.

4. NO ERASURE OR ALTERATION IN TENDER : No erasure or alteration in the text of the Tender to be submitted by the Tenderer is permitted and any such erasure and or alteration will either be disregarded or render the whole tender void at the option of the Railway. Any correction by the Tenderer in his entries must be attested by him.

5. GENERAL REQUIREMENT

All documents to be submitted in connection with this tender form will be written in English.

6. COMMENCEMENT AND COMPLETION DATES: 6.1 The contract covered by this tender shall be deemed to commence from the date of issue of Acceptance letter. p/8 7. PERFORMANCE GUARANTEE AND SECURITY DEPOSIT : 7.1 The tenderer shall also be required to deposit the prescribed amount as security deposit, performance guarantee if his tender is accepted. This security deposit & performance guarantee by the successful tenderer together with the amount deposited earlier as Earnest Money for the due performance of the stipulation to keep the offer open, will be retained as part of security deposit for the due and faithful fulfillment of the contract. After completion of the AMC period, both the PG and SD will be refunded.

8. SUBMISSION OF RECEIPT OF EARNEST MONEY/SECURITY DEPOSIT 8.1.1 The tenderer shall attach official receipt for having deposited the earnest money/security deposit as above, failing which the tender will not be considered. 8.1.2 In case the security deposit is deposited in the form of guarantee bond, the validity of the guarantee bond should be at least cover a period of two months beyond the date of guarantee bond. The guarantee bond should also be certified by the collector of stamps that the requisite stamp duty has been paid on the instrument. 9. SIGNING OF TENDER AND TENDERER’S ADDRESS: 9.1.1 Any individual or individuals signing the tender and the documents connected therewith should specify whether he/they is/are signing. 9.1.2 In the case of a firm not being registered under the Indian partnership Act, all the partners of the firm or the constituted attorney duly authorized by all of them should sign the tender and all other relevant documents. A copy of the documents empowering the individuals to sign should also be sent with tender. In any case, the tenderer should disclose his constitution fully and copies of all necessary legal documents in support thereof should be submitted with the tender and originals thereof should be produced as and when called for. 9.1.3 Every tenderer shall state in the tender his postal address shall be deemed to have reached the tenderer, duly and timely, notwithstanding the fact that the communication could not reach at all or in time because of any inaccuracy or defect in the said address or any postal delay. 10. PREVIOUS EXPERIENCE AND DECLARATION OF CREDENTIAL :

The tenderer shall furnish the following particulars along with the tender. 10.1 The resourcefulness of the tenderer in respect of the assured supply of the materials. 10.2 Previous experience and expertise in the field of maintenance works of PCs and the detail of the works already executed and technical personnel with their qualification and experience working in the firm. 10.3 Supervisors and skilled and unskilled staff with qualification and experience proposed to be engaged by the tenderer for field supervising and execution of subject tender work.

11. THE RAILWAY NOT BOUND TO ACCEPT ANY TENDER : The railway shall not be bound to accept the lowest or any tender or to assign any reason for non- acceptance or rejection of a tender. No tender shall, be deemed to have been accepted unless such acceptance shall have been notified in writing to the successful tenderer by the railway. The railway reserves the right to accept any tender in respect of the whole or any portion of the work specified in the tender to divide or reduce the work or to accept any tender for less then the tendered quantity without assigning any whatsoever.

p/9

12. EARNEST MONEY (EMD): In case of the successful tenderer, the EMD/SD already submitted will be retained by the railway as part of SD in terms of GCC. EMD deposited through Cheque will not be accepted . 13 The tender shall remain open for acceptance by the railway for the period specified in the tender form, the date on which tender will be opened and during which period the tender shall not withdraw offers, nor amend impair or derogate the form. Every tenderer shall be deemed to have agreed as aforesaid in consideration of his tender being considered by the railway. If the tenderer is notified in writing at his address given in the tender. Within the said period that his tender whether in whole or in part has been accepted by the Railway, he shall be bound by the terms of agreement constituted by his tender in respect of any pert of the work specified in the tender document.

14. DETAILS CONFIDENTIAL :

The tender (whether his tender be accepted or not) shall treat the contents of the tender papers as private and confidential.

15. CANVASSING AND BRIBERY :

15.1 No tenderer shall canvass any Government officials or the Railway officer with respect to his or any other tender. Contravention of this condition will involve rejection of the tender. This clause shall not be deemed to prevent the tenderer from supplying the Railway any information asked for from him. 15.2 Any bribe, commission, gift or advantage given, promised or offered by or on behalf of the contractor or his partner, agent or servant, representative or agent of the railway or any person on his or their behalf, in relation to the obtaining or to the execution of this or any other contract with the railway shall in addition to the criminal liability, he/they may incur under the prevention of corruption act 1908, subject to the contractor to cancellation of this and other contracts, and also to payment of any loss resulting from any such cancellation, and the railway shall be entitled to deduct the amounts so payable, from any moneys and railway’s decision shall be final and conclusive in the matter. 16. EXECUTION OF CONTRACT AGREEMENT : 16.1 Any tenderer whose tender the railway elects to accept, shall, after having been advised by the railway through acceptance letter, be bound to execute an agreement based on accepted rates and conditions in such form as the railway may prescribe, and lodge the same with the railway together with the conditions of contract, specification and schedules referred to therein duly completed within the period as specified in the letter of acceptance. 16.2 Failure on the part of the tenderer to execute the agreement within the time as stated herein before will constitute breach of contract and the contractor’s Earnest Money/Security Deposit shall be liable to forfeiture.

p/10

GENERAL CONDITION OF CONTRACT 17. INTERPRETATION : The words/expressions given below and occurring in the Tender Document shall unless excluded by or repugnant to the context have the interpretation indicated against them respectively. 17.1 “Tenderer” shall mean and include any firm of Engineers or contractors or any company or body corporate or otherwise, who shall submit the tender, which has been invited. 17.2 “Contract” shall mean that contract resulting from the acceptance by the railway of any tender, either in whole or in part. 17.3 “*Contractor” shall mean the successful tenderer i.e the tenderer whose tender has been accepted, either in whole or in part. 17.4 “Railway” shall mean the South Eastern Railway administration and include the President and the Government of the Republic of India, Ministry of Railway (Railway Board). 17.5 “GM-S. E. Railway” shall mean the officers for the time being of the railway who shall be designated as such by the railway. Their postal address is 11, Garden Reach Road, Kolkata-43. 18. No railway quarter/railway space shall normally be provided by the railway for the accommodation of the contractor or any of his staff employed on the work. 19. CONVEYANCE OF STAFF AND CARRIAGE OF MATERIALS OF CONTRACTOR: 19.1 The contractor shall arrange his own transport for movement of his persons/staff. 19.2 No railway pass for the conveyance of contractor or his agents or his labour and or stores by train will be granted.

20. ASSIGNMENT OR SUBLETTING OF CONTRACT : The contractor shall not assign/sublet the contract or any part thereof or shall allow any person to become interested therein in any manner whatsoever without the special permission of the railway. Any breach of this condition shall entitle the Railway to reject the contract and also the tenderer/contractor is liable for payment to the railway in respect of any loss or damage arising or ensuing from such cancellation provided always that execution of the details of the works by petty contract under the direct and personal supervision of the contractor or his agent shall not establish any contractual relationship between the sub-contractor and the Railway and shall not relieve the contractor of any responsibility under the contract. 21. DEMAND FOR ARBITRATION (Clause 64 of GCC) i) In the even of any dispute or difference between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties on any matter in question, dispute or difference on any account, or as to the withholding by the Railway of any certificate to which the Contractor may claim to be entitled to, or if the Railway fails to make a decision within 120 days then in any such case, but except in any of the "excepted matter" referred to in clause 63 (of GCC) of these conditions, the Contractor after 120 days but within 180 days of his presenting his final claim on disputed matters, shall demand in writing that the dispute or difference be referred to arbitration. he demand for arbitration shall specify the matters, which are in question or subject of the dispute or difference as also the amount of claims item wise. Only such dispute(s) or difference(s) in respect of which the demand has been made together with counter claim or set off shall be referred to arbitration and other matter shall not be included in the reference.

p/11

ii) The arbitration proceeding shall be assumed to have commenced from the day a written and valid demand for arbitration is received by the Railway. iii) The claimant shall submit his claim stating the facts supporting the claims along with all relevant documents and the relief or remedy sought against each claim within a period of 30 days from the date of appointment of the Arbitral Tribunal. iv) The Railway shall submit its defence statement and counter claim(s), if any, within a period of 60 days of receipt of copy of claims from the Tribunal thereafter, unless otherwise extension has been granted by the Tribunal. v) No new claim shall be added during proceeding by Tribunal party. However, a party may amend or supplement the original claim or defence thereof during the course of arbitration proceeding subject to acceptance by the Tribunal having due regard to the delay in making it. vi) If the Contractor(s) does/do not prefer his/their specific and final claims in writing with a period of 90 days of receiving the intimation from the Government that the final bill is ready for payment, he/they will be deemed to have waived his/their claim(s) and the Railway shall be discharged and release of all liabilities under the contract in respect of these claims.

22. Obligation during pendency of ARBITRATION (Clause 64(2) of GCC):

Work under the contract, shall, unless otherwise directed by the CPO (A), continue during the arbitration proceeding, and no payment due or payable by the Railway shall be withheld on account of such proceedings provided, however, it shall be open for the Arbitral Tribunal to consider and decide whether or not such work should continue during the arbitration proceedings. Clause 64(3) (a) (i) of GCC. In case where the total value of all claims in question added together does not exceed Rs.10, 000, 00/- (ten lakhs only), the Arbitral Tribunal consist of a sole Arbitral who shall be either the General Manager or a Gazetted officer of Railway not below JA grade nominated by the General Manager in that behalf. The sole arbitrator shall be appointed within 60 days from the day when a written and valid demand for arbitration by the Railway. Clause 64(3) (a) (ii ), in cases not covered by clause 64 (3) (a) (i) above, the Arbitral Tribunal shall consist of a panel of three Gazetted Railway Officers not below JA grade, as the arbitrators. For this purpose, the Railway will send a panel more than three names of Gazetted Railway Officers of one or more department, of the Railway to the contractor who will be asked to suggest to General Manager up to two names out of the panel for appointment as Contractor's nominee. The General Manager shall appoint at least one out of them as the Contractor nominee and will, also simultaneously, appoint the balance number of arbitrators either from the panel or from outside the panel, duly indicating the presiding arbitrator from amongst the three arbitrators so appointed. While nominating the arbitrators it will be necessary to ensure that one of them is from the Accounts Department, An officer of selection grade of the Accounts department shall be considered of equal status to the officers in SA grade of other department of the Railways for the purpose of appointment of arbitrators. p/12

Clause 64(3) (a) (iii), If one or more of the arbitrator(s) appointed as above refuse(s) to act as arbitrator(s), withdraw(s) from his/ their office as arbitrator(s) or vacate(s) his/their office/Offices or is/are unable or unwilling to perform his/their function as arbitrator(s) in any reason whatsoever or die(S) or in the opining of General Manager fail(s) to act without undue delay, the General Manager shall manner in which the earlier arbitrator/arbitrators had been appointed. Such re-constituted Tribunal may, at its discretion, proceed with the reference from the stage at which it was left by the previous arbitrator(s). Clause 64(3) (a) (iv ). The Arbitral Tribunal shall have power to call for such evidence by way of affidavits or otherwise as the Arbitral Tribunal shall think proper, and shall be the duty of the parties hereto do or cause to be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without any delay. Clause 64(3) (a) (v). While appointing arbitrator{s) under sub-clause (i), (ii) and (iii) above, due care shall be taken that he/they is/are not one/those who had an opportunity to deal with the matters to which the contract relates or any of the matters under dispute or differences. The proceeding of the Arbitral Tribunal will, however, not be invalid merely for the reasons that on or more arbitrator had, in the course of his service. opportunity to deal with the matters to which the contract relates or who in the course of his/their duties expressed views on all or any of the matters under dispute. Clause 64(3){b)(i). The Arbitral awarded shall state item-wise, the sum and reasons upon which it is based. Clause 64 (3) (b) (ii). A party may apply for corrections of any computational errors, any typographical or clerical errors or any other errors of similar nature occurring in the award and interpretation of a specific point of award to Tribunal within 30 days of receipt of the award. Clause 64(3)(b)(iii). A party may apply to Tribunal within 30 days of receipt of the award to make an additional award as to claim presented in the Arbitral proceedings but omitted from the Arbitral award. 64.4 . In case of the Tribunal, comprising of three members, any ruling or awarded shall be made majority of members of Tribunal. In the absence of such a majority, the views of the presiding arbitrator shall prevai1. 64.5. Where the Arbitral awarded is for the payment of money, no interest shall be payable on whole or any part of the money for any period till the date on which the award is made. 64.6. The cost of arbitration shall be borne by the respective parties. The cost shall inter- alia include fee of the arbitrator(s) as per the rate fixed by the Railway Administration from time to time. 64.7. Subject to the provisions of the aforesaid Arbitrator and Conciliation Act 1996 and the rules there under and any statutory modification thereof shall apply to the arbitration proceeding under this clause. 1. If the Railway is not satisfied that the maintenance work of the Contractor and in the event of failure on the part of the Contractor to do the maintenance work upto the satisfaction of Sr. DCM/Adra the Railway shall be entitled without prejudice to any other right or remedy available on that behalf, to appropriate the Contractor's Security Deposit and 'rescind the contract under clause 62 of General Conditions of Contract, Vol-2, 1994, where or not actual damage is caused by such default. Sr. DCM/ Adra for the time being in office shall be the sole authority to decide the extent of the default of the Contractor and amount to be the recovered from the Contractor as liquidated damages under this clause and his decision shall be final and binding. The retention of such sum shall not relive the Contractor from his obligation (to complete the work or from his/other obligations) and liabilities under the contract. In other cases, during the subsistence of the contract, This agreement may be terminated by Railway Administration by giving one calendar month's notice. 2. The Contractor shall not assign or sublet the contract or any part thereof or allow any person to become interested therein in any manner whatsoever without the special permission of the Railway. Any breach of these conditions & words shall entitle the Railway Administration to rescind the contract and also tender of the contractor liable for payment to the Railway I respect of any loss or damage arising from such cancellation. The details of the works by petty contracts under the direct and personal supervision of the contractor or his agent shall not be deemed to be subletting under this clause. The permitted subletting of by the contractor shall not establish any contractual relationship between the subcontractor and the Railway and shall not relieve the contractor of any responsibility under the contract.

P/13

SOUTH EASTERN RAILWAY

SCHEDULE OF QUANTITIES “A”

Name of the Work: Annual maintenance contract (AMC) of a) 65 no thin clients with key board and monitors b) 76 nos report printers c) 146 nos dumb terminals with key boards d) 48 nos terminal servers (e) 23 nos automatic printer switch f) 208 nos ticket printers g) 22 nos UTS-cum-PRS ticket printers h) 04 nos heavy duty chart printer

Tender Notice No: C 206/UTS-PRS (AMC)/Equip/16-17 Dt. 08.04.16

Quoted Tender Rates Reserved Price for Item, Description &Quantity one year a) 65 no thin clients with key board and monitors Rs. 554156/ - (HCL make) including all taxes. b) 76 nos report printers (TVS make), c) 146 nos dumb terminals with key boards (HCL make) d) 48 nos terminal servers (Cygnus make) e) 23 nos automatic printer switch (Cygnus make) f) 208 nos ticket printers (TVS make) g) 22 nos UTS -cum -PRS ticket printers (TVS pro X 900 make/model). h) 04 nos heavy duty chart printer

TOTAL Rupees Five lakhs fifty four thousand one hunded fifty six only.

NOTE: The Tenderer should quote only uniform (percentage only) above /below the rate separately for all items given in the schedule “A”. Any Tender received with different percentage will be rejected.

Conditional tender will also be summarily rejected.

Al the credentials to be submitted along with the tender form, in absence of which the tender may liable to be rejected.

p/14

Hardware equipments of UTS (Phase-I, II & II) locations of the Division

Srl Name of the No of Dumb terminal with Thin client Report Ticket printer no location counters key board with monitor printer & key board 1 BKSC 05 05 01 02 06 2 PRR 03 03 01 01 04 3 ADRA 04 05 01 04 05 4 BURN 04 04 01 02 05 5 BQA 03 04 01 01 04 6 VSU 02 02 01 01 03 7 JOC 02 02 X 01 03 8 BERO 02 02 X 01 02 9 RKI 02 02 X 01 02 10 MDF 02 02 01 01 02 11 MDKD 02 02 01 01 02 12 CDGR 02 02 X 01 02 13 GBA 02 02 X 01 02 14 BBM 02 02 X 01 02 15 VAA 02 02 X 01 02 TOTAL 39 41 08 20 46

List of UTS locations of the Division installed during Phase-IV

GSL, SLB, PBA, RSG, ODM, CJN, JPH, SRJM, IBL, DMA, GRB, ANR, BGA, KSU, CHRA, TAO, KTD, URA, BRMD, NIM, CNI, SNKR, RUI, SNTD, BJE, SDMD, BCB, LYD, MLQ, MHQ, KNF, TKB, RDF, PNW, KSX, GTD, SONA, SBW, TLE=39 LOCATIONS “Maintenance contract” for the above locations available for two years from 28.05.14 to 27.05.16.

These 39 locations includes 19 UTS-cum- PRS locations (SLB, CDGR, GBA, ODM, JOC, MDKD, ANR, BBM, CNI, RUI, SNTD, BJE, SDMD, VAA, MHQ, KNF, TKB, PNW, KSX).

Status of hardware equipments of PRS locations of the Division

Srl Name of the No of Dumb terminal Chart Ticket Heavy duty chart no location counters with key board printer printer printer 1 BKSC 02 03 01 03 02 2 PRR 02 03 01 03 01 3 ADRA 01 02 02 02 x 4 BURN 02 03 01 03 x 5 BQA 01 02 01 02 01 6 VSU 01 02 01 02 x 7 BKCP 03 05 01 05 x 8 CHAS 01 02 01 02 x 9 GHTR 01 01 X 01 x TOTAL 14 23 09 23 04

P/15

Hardware equipments of UTS LOCATIONS within “Maintenance contract” Srl Name of the No of Thin client with Dumb terminal with Report Terminal Automatic Ticket UTS- no location counters monitor & KB KB printer server printer printer cum- switch PRS tkt printer 1 BKSC 05 05 05 2 PRR 03 04 05 3 ADRA 04 05 07 07 07 04 20 04 4 BURN 04 03 03 5 BQA 03 03 03 6 VSU 02 03 03 7 JOC 02 01 8 BERO 02 01 9 RKI 02 01 10 MDF 02 03 02 11 MDKD 02 03 02 12 CDGR 02 03 01 03 13 GBA 02 01 01 02 14 BBM 02 02 02 15 VAA 02 02 1 1 02 16 SONA 01 01 01 17 GSL 01 01 1 1 01 18 SLB 02 01 02 1 1 1 03 1 19 PBA 02 01 02 1 1 1 02 1 20 ODM 02 01 03 1 1 1 03 1 21 CJN 02 01 02 1 1 1 02 1 22 JPH 02 01 02 1 1 1 02 1 23 SRJM 02 01 02 1 1 02 24 IBL 02 01 02 1 1 1 02 1 25 DMA 02 01 1 1 01 26 GRB 02 02 1 1 02 27 ANR 02 01 02 1 1 1 02 1 28 BGA 02 02 1 1 01 29 KSU 02 02 1 1 02 30 CHRA 02 02 1 1 02 31 TAO 02 01 02 1 1 1 02 1 32 KTD 02 01 02 1 1 02 33 URA 02 02 1 1 02 34 BRMD 02 02 1 1 02 35 NIM 02 02 1 1 02 36 CNI 02 02 1 1 1 03 1 37 SNKR 02 01 01 1 1 1 02 1 38 RUI 02 01 02 1 1 1 02 1 39 SNTD 02 01 02 1 1 1 02 1 40 BJE 02 01 02 2 2 1 03 1 41 SDMD 02 01 02 1 1 1 02 1 42 BCB 02 02 1 1 03 43 LYD 02 02 1 1 02 44 MLQ 02 01 02 1 1 02 45 MHQ 02 02 1 1 1 04 1 46 KNF 02 02 1 1 02 47 TKB 02 01 02 1 1 1 02 1 48 RDF 02 01 1 1 02 49 PNW 02 02 1 1 1 02 1 50 KSX 02 02 02 1 1 1 03 1 51 GTD 02 02 1 1 02 52 SBW 02 01 1 1 02 53 TLE 02 02 1 1 02 54 GHTR 01 01 1 1 55 RSG 01 01 01 1 1 02 TOTAL 57 82 47 48 23 139 22 P/16

SOUTII EASTERN RAILWAY FORM OF TENDER From :- Full Address: ------The President of India Through the Sr. Divisional Commercial Manager South Eastern Railway, Adra. Sir, I/We ______have read the various conditions of the tender attached thereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of _____ days from the date fixed for opening the same and in default thereof. I1We will be able for forfeiture my/our SECURITY DEPOSIT. I1We offer to do that work for the above, at the rates quoted to the attached schedules and hereby bind myset1lourselves to complete all the works as per clause of additional special condition of contract. I1We also hereby agree to abide by the General and Special Conditions of contract and to carry out the work according to the Specification for materials and works laid down by the Railway for the present contract. 2. A sum of Rs. ______ls herewith forwarded as Earnest Money, in addition to the sum of Rs. ______as "Security Deposit" mentioned above. The full value of the Earnest Money shall stand forfeited without prejudice to any other rights of remedies if; a) I1We do not execute the contract documents within seven days after receipt of notice issued by the Railway that such documents are ready or b) IlWe 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 the tenders shall constitute a binding contract between as subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my / our offer this work. 4. a) I/We attacb herewith Divl.Cashier, South Eastern Railway, Adra's receipt No. ______dated ______showing deposit of Earnest Money including security amount of Rs. ______*b) I/We have already made a standing deposit of Rs. ______with the ______Railway, vide Agreement No. ______dated ______and as such no fresh Earnest Money is being deposited in terms of the "Instruction to Tenders" and I/We further agree and declare that in case I1We fail to abide by the conditions of keeping open this offer for a period 60 days, I1We shall have no objection to the forfeiture of the Security Deposit portion of the earnest money amounting to Rs. ______and the said amount may be released by the President of India also from my/our said lump sum deposit of Rs. ______Address ______Signature of Tenderer(s) ______Dated ____ _ Signature of witness to tbe Signature of Tenderer(s). (1) ______(2) ______Address ______Address ______'* Strike out whichever is not applicable.

p/17

DECLARATION

(TO BE FILLED IN BY THE TENDERER AT THE TIME OF TENDERING)

1. Name of the Firm/*Contractor :

2. Name of other works in hand (other works shall include all those awarded to the tenderer not only in the Railway but also other Govt. Dept’s both central & the state & PSU”s

3. Total Cost of the Works in Hand

4. Progress in percentages on work as on the Date of the tenderer in hand.

5. Dates of award of each contract in hand.

6. Scheduled date of completion of each contract in hand.

7. Full Address of the Controlling officer in charge of each contract in hand.

Signature of the Tenderer/ *Contractor

p/18