Download as pdf or txt
Download as pdf or txt
You are on page 1of 26

WESTERN RAILWAY

Tender No. EL90/MX/2019-20/13

TENDER DOCUMENT

Tender No: EL90/MX/2019-20/13


Name of work: Energy Audit for EMU Workshop, Mahalaxmi for Energy Conservation as
per scope of work

OFFICE OF THE
CHIEF WORKSHOP MANAGER (EMU WORKSHOP),
WESTERN RAILWAY,
MAHALAXMI-400 013.
Mode of Tender : E. Tender
App. cost of work : Rs. 1,70,033
Earnest Money : Rs. 3400
Completion Period : 02 months.
Cost of Tender Document : Rs. 1000(Rupees One Thousand Only)
--------------------------------------------------------------------------------------------------
Tender closing date & time : 14.02.2020 (Friday) (at 15.00 Hrs)

Note: - i) Tender documents are not transferable.


ii) While submitting the offer, requisite amount of tender cost shall be submitted
without which the offer shall be summarily be rejected.
iii) For execution of agreement – “The agreement shall be executed based on the
hard copy available in the Railway’s Office”.
iv) The firm shall upload the tender document digitally signed accepting the
tender conditions
v) Any deviation from the tender conditions specified in the tender document should
be uploaded along with the tender document.

Signature Not
Verified
Digitally signed by
PUSHPENDRA
KUMAR YADAV Chief Workshop Manager
Date: 2020.01.16 (EMU Workshop)
12:38:16 IST
Reason: IREPS-CRIS Western Railway Mahalaxmi.
Location: New Delhi
1
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

II. INDEX

Sr. No. Description of Items Page No

1 Cover Sheet 1

2 Index 2

3 Instructions to tenderer/s regarding documents downloaded from 3-4

internet

4 Tender at glance 5

5 Tender notice and corrigendum to tender notice 6

6 Tender form (first sheet)- Declaration 7

7 Tender form (Second sheet)- Instructions to the tenderer 8-20

8 Scope and Special conditions of Work (Technical) 21-25

9 Schedule of Rate 26

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

2
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS ON INTERNET

1. Offer for the Tender is to be submitted online through E-Tender Portal


www.ireps.gov.in and details are to be entered by the tenderer online. It is advisable
to download and study the tender document before submitting their offers.
Submission of Physical copy of the offers or tender document is prohibited.

2. This tender is required to be submitted as per the tender conditions in through


online portal www.ireps.gov.in before the date and time stipulated in the tender
document. The tender details are available on E-Tender portal www.ireps.gov.in
and the same can be used while submitting the offer. Tenderers will require a valid
Class III Digital Signature certificate to register and submit their offer through E –
Tender mode. The cost of tender document as indicated on the website
www.ireps.gov.in will have to be deposited by the tenderer through net banking or
Payment gateway. Without depositing the cost of tender document and EMD tender
will be summarily rejected.

3. Tenderers are advised to register their agency well in advance on E-Tender portal of
www.ireps.gov.in and submit their offer through E-Tender before the stipulated
time. It is responsibility of the tenderer to check any correction or any modifications
published subsequently in Website and the same shall be taken into account while
submitting the tender online. Tenderer shall download corrigendum (if any), print it
out, sign and upload it with the main tender document. Tender document not
accompanied by published corrigendum/s is liable to be rejected. The Railway will
not be responsible for any delay in submitting through online portal
www.ireps.gov.in.

4. Tenderer/s are free to download tender document at their own risk and cost, for the
purpose of perusal and accustomed themselves regarding instructions, scope and
location of work, Technical and Non-Technical special conditions, etc. stipulated in
the tender document. After award of work, an agreement will be prepared based on
the master copy of tender document available in the office.

5. If any change/addition/deletion is made by the Tenderer/Contractor and the same is


detected at any stage even after the award of the tender, full earnest money deposit
will be forfeited and the contract will be terminated at his/their risk and cost. The
tenderer is also liable to be banned from doing business with Railways and/or
prosecuted.

6. The tenderers will be considered to have agreed the following declaration while
submitting their offer.
a) I/We have submitted the tender form from the Internet site www.ireps.gov.in. In
case, any discrepancy is found, I/We understand that my/our tender will be
summarily rejected and full earnest money deposit will be forfeited and I/We am/are
liable to be banned from doing business with Railways and/or prosecuted.

7. a) The Railway reserves the right to verify all statements, information


and documents submitted by the bidder in his tender offer, and the bidder
shall, when so required by the Railway, make available all such
information, evidence and documents as may be necessary for such

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

3
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
verification. Any such verification or lack of such verification by the railway
shall not relieve the bidder of its obligations or liabilities hereunder nor
will it affect any rights of the railway thereunder.

b) In case of any wrong information submitted by tenderer, the


contract shall be terminated, Earnest Money Deposit (EMO) , Performance
Guarantee (PG) and Security Deposit (SO) of contract forfeited and
agency barred for doing business on entire Indian Railways for 5 (five)
years.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

4
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

III. Tender at a glance

Name of work: Energy Audit for EMU Workshop, Mahalaxmi for Energy Conservation as
per scope of work

2. Mode of Tender : E. Tender

3. App. cost of work : Rs. 1,70,033/-

4. Earnest Money : Rs. 3400/-

5. Completion Period : 02 months.

6. Cost of Tender Document : Rs. 1000 (Rupees One Thousand Only)


--------------------------------------------------------------------------------------------------
Tender closing date & time : 14.02.2020 (Friday) (at 15.00 Hrs)

--------------------------------------------------------------------------------------------------
IMPORTANT NOTE: Tenderer may please take note of following:-
1. The offer must be submitted online at E. Tender Portal www.ireps.gov.in.
2. The required EMD and cost of tender document must be submitted along with the
tender Document as instructed on www.ireps.gov.in. only. Otherwise, the tender
shall be summarily rejected.
3. Tenderer(s) must give their complete postal address of correspondence correctly with
PIN code in the “Mandate Form” as provided in the tender document.
4. The copies of the varies letters/documentary proofs/statements etc. should be
uploaded with tender document and shall be properly indexed.
5. The tenderer/s shall quote his/their rate percentage above/below/at par under
relevant column against specified schedules in the rate sheet only.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

5
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

IV. Tender notice and corrigendum to tender notice

For and on behalf of the President of India, Chief Workshop Manager (EMU Workshop)
Western Railway, Mahalaxmi, Mumbai – 400 013 invites E. tenders as per the details
given below and the mode of tendering is through E-Tendering.

1.0 Tender Notice as published in News Paper


i) Tender No. : EL90/MX/2019-20/13
ii) Name of Work : Energy Audit for EMU Workshop, Mahalaxmi for Energy
Conservation as per scope of work
iii) Approx. Cost : Rs. 1,70,033/-
iv) Cost of tender form : –Rs.1000/- (Rs. One Thousand only)
v) Tender forms can be seen on E-Tender portal www.ireps.gov.in during
working hours on any working day from 31.01.2020 (Friday) onwards up
to 14.02.2020 (Friday)
vi) Earnest Money to be deposited : Rs. 3400/-
vii) Completion period of work : 02 months

viii) Completed tender can be submitted up to 15.00 Hrs. on 14.02.2020 (Friday) on


E. tender portal www.ireps.gov.in. the Railways website.

ix) The complete details of the tender including eligibility criteria are available on E-
Tender portal www.ireps.gov.in. and at the Notice Board in the above office. In case
of any clarification, the firms may contact at the above office during working hours in
person or at office telephone No. (022) 67646658.

2 Tender Details

2.1 EMD Particulars


2.1.1 The tender must accompany with the requisite Earnest Money.
2.1.2 Tenders without earnest money shall be summarily rejected.
2.1.3 The earnest money should be paid through net banking for payment gateway as
instructed on the web site www.ireps.gov.in.

2.1.4 Earnest Money in the form of Bank Guarantee / Government Securities (Stock
Certificates / Bearer Bond), Promissory note / Cash Bond will not be accepted.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

6
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

Tender form (FIRST SHEET) : Declaration

Name of work : Energy Audit for EMU Workshop, Mahalaxmi for Energy Conservation as
per scope of work

To
The President of India,
Acting through the Chief Workshop Manager,(EMU)
Western Railway, Mahalaxmi, Mumbai-400 013

1. I/We ____________________ have read the various conditions to tender attached hereto
and agree to abide by the said conditions. I/We also agree to keep this tender open
for acceptance for a period of 90 days from the date fixed for opening the same and
in default thereof, I/We will be liable for forfeiture of my/our “Earnest Money”. I/We
offer to do the work for Chief Workshop Manager, EMU Workshop, Mahalaxmi,
Mumbai – 400 013 Railway, at the rates quoted in the attached schedule and hereby
bind myself/ourselves to complete the work in all respects within ____________
months from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide by the Indian Railways Standard General Conditions
Of Contract, with all correction slips up-to-date and to carry out the work according
to the Special Conditions of Contract and Specifications of materials and works as
laid down by Railway in the annexed Special

3. A sum of Rs. 3400/- ( Rs. Three Thousand four hundred only ) is herewith
forwarded as Earnest Money. Full value of the earnest Money shall stand forfeited
without prejudice to any other right or remedies in case my/our Tender is accepted
and 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; and
(b) I/We do not commence the work within fifteen days after receipt of orders to that
effect.

4. 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.

5. I/We am/are a Micro and Small Enterprise registered from …………… (body
approved by Ministry of MSME) with registration No. ………………. And terminal
validity up to …………… for similar services contracts.

Signature of Witness.
(1) _____________________________ Signature of Tenderer(s)
(2) _____________________________ Date _________________
Tenderer/s address
_____________________________

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

7
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

VI. Tender Form (SECOND SHEET)

1.0 Name of work: Energy Audit for EMU Workshop, Mahalaxmi for Energy
Conservation as per scope of work

2.0 System of tendering


Tender will consist of one packet & to be submitted Tender will consist of one packet
and is to be submitted up to 15.00 Hrs on 14.02.2020 (Friday) on E-tender portal
www.ireps.gov.in. The tender will be opened on 14.02.2020 (Friday) after 15.00 hrs
on website www.ireps.gov.in.
2.1 The following documents form part of contract:

(a) Tender form - First sheet and second sheet.


(b) Special Conditions/Specifications (Enclosed). (General & Technical)
(c) Schedule of approximate quantities (attached).
(d) Western Railway General Conditions of Contract (G.C.C.) Sept 2019 &
Update. Copy of General Condition of Contract can be obtained from the GM
(E), Western Railway, Churchagate, Mumbai-400 020.

2.1.1 As far as possible the tenderer/s bid should not have any condition or
specifications or assumptions contrary to the provisions in this tender
document on which the tenderer/s bid is based. All special conditions shall be
supplemented by the details of exact financial implications if applicable.
Tenderer’s special conditions, not in conformity with the tender specifications,
are required to be listed separately. Railway will not take cognisance of any
other conditions /variations from the tender stipulations mentioned at any
other place in the tender documents, drawings etc. except under the format
specified in the tender documents for such special conditions, if any. It needs
to be emphasized that only such conditions /stipulations which are at
variance with the tender conditions or codal provision stipulated in the tender
document need be mentioned, in case tenderer/s chooses to stipulate such
special conditions taking into account the restrictions mentioned elsewhere in
the tender documents. Only such of the special conditions/specifications
stipulated by the tenderer/s which have been specifically approved by the
Railways in writing shall be deemed to have been accepted by the Railways. If
the tenderer/s conditions or stipulations are at variance with the tender
conditions/ codal provisions, these shall be withdrawn by the tenderer.
2.1.2 Documents to be enclosed with the tender: -
Following is the list of documents to be uploaded along with tender :-
i) Earnest Money in proper form.
ii) Partnership deed.
iii) Power of Attorneys.
iv) Tender documents duly completed & digitally signed.
v) Any other document the tenderer may like to submit in support of his
credentials/scheme.
2.1.3 There shall be no back reference to confirm the credentials except for the purpose of
verifying the attested copies of documents already submitted with the offer.
Chief Workshop Manager
(EMU Workshop)
Western Railway Mahalaxmi.

8
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

3.0 (a) The tender document will also be available on E. Tender Portal www.ireps.gov.in
during the above mentioned period

(b) It is the responsibility of the tenderer/s that they ensure to check the
corrigendum if any, on the web site E. Tender Portal www.ireps.gov.in.

4.0 The Railway reserves the right to cancel the tender without assigning any reasons
thereof.

5.0 (a) The successful tenderer shall have to submit a Performance Guarantee (PG)
within 21 (Twenty one) days from the date of issue of Letter of Acceptance (LOA).
Extension of time for submission of PG beyond 21 (twenty one) days and up to 60
days from the date of issue of LOA may be given by the Authority who is competent
to sign the contract agreement. However a penal interest of 12% per annum shall be
charged for the delay beyond 21 (twenty one) days, i.e. from 22nd day after the date
of issue of LOA. In case the contractor fails to submit the requisite PG even after 60
days from the date of issue of LOA, the contract shall be terminated duly forfeiting
EMD and other dues, if any payable against that contract. The failed contractor shall
be debarred from participating in re-tender for that work.

(b) In case, contract is rescinded prior to submission of performance guarantee and


signing of the contract agreement, the railway reserves the right to recover full
security deposit and amount of performance guarantee from any dues to the
contractor.

6.0 IMPORTANT NOTE: Tenderer may please take note of following: -

Method of submission of Bid Document

The tender shall be submitted as per “Single Packet System” described as


below:

1. The offer must be submitted online at E-Tender Portal www.ireps.gov.in.

2. The required EMD and Cost of tender Document must be submitted as instructed
on www.ireps.gov.in.only. Otherwise, the tender shall be summarily rejected.

3. Tenderer(s) must give their complete postal address of correspondence correctly


with PIN code in the “Mandate Form” as provided in the tender document.

4. The copies of the various letters/ documentary proofs/ statements etc. should be
uploaded with Tender document and shall be properly indexed.

5. The tenderer/s shall quote his/their rate percentage above / below /at par under
relevant column against specified schedules in the rate sheet only.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

9
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
7.0 Employment/ Partnership, etc. of Retired Railway Employees
(a) Should a tenderer be 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 pensionable 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 retired gazetted officer as aforesaid, or should a
tenderer being as 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 case when such engineer or officer has not retired from government service at
least 2 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
the case may be or to take employment under the contractor, has been obtained
by the tenderer or the engineer or officer as the case may be from the President of
India or any office, duly authorised by him in this behalf, shall be clearly stated in
writing at the time of submitting the tender. Tenders 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.
(b) Should a tenderer or contractor on the list of approved contractors have a relative or
relatives, or in the case of firm or company of contractors one or more of his
shareholders or a relative or relatives of the shareholders, employed in gazetted
capacity in the Engineering Department of the Western Railway, the authority
inviting tenders shall be informed of the fact at the time of submission of tender,
failing which the tender may be disqualified or if such fact subsequently comes to
light, the contract may be rescinded in accordance with the provisions in clause 61
of the General Conditions of Contract.

8.0 Partnership Deeds, Power Of Attorney Etc. : The tenderer shall clearly specify
whether the tender is submitted on his own or on behalf of a partnership concern. If
the tender is submitted on behalf of a partnership concern, he should submit the
certified copy of partnership deed alongwith the tender and authorization to sign the
tender documents on behalf of partnership firm. If these documents are not enclosed
alongwith tender documents, the tender will be treated as having been submitted by
individual signing the tender documents. The Railway will not be bound by any
power of attorney granted by the tenderer or by changes in the composition of the
firm made subsequent to the execution of the contract. It may, however, recognize
such power of attorney and changes after obtaining proper legal advice, the cost of
which will be chargeable to the contractor
The tenderer whether a sole proprietor, a limited company or a partnership firm if
they want to act through agent or individual partner/partners should submit along
with the tender or at a later stage, a power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific person
whether he/they be partner/partners of the firm or any other person specifically
authorizing him/them to submit the tender, sign the agreements, receive money,
witness measurements, sign measurement books compromise, settle, relinquish any
claim or claims preferred by the firm and sign ‘No Claim Certificate’ and refer all or
any disputes to arbitration.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

10
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

9. Engagement of Qualified Engineers

9A. Deployment Of Qualified Engineers At Work Sites By The Contractor:


9A.1 The contractor shall also employ Qualified Graduate Engineer or Qualified Diploma
Holder Engineer, based on value of contract, as may be prescribed by the Ministry of
Railways through separate instructions from time to time.
9A.2 In case the contractor fails to employ the Engineer, as aforesaid in Para 26A.1 of
GCC, he shall be liable to pay penalty at the rates, as may be prescribed by the
Ministry of Railways through separate instructions from time to time for the default
period for the provisions, as contained in Para 26A.1 of GCC.
9A.3 No. of qualified engineers required to be deployed by the Contractor for various
activities contained in the works contract shall be specified in the tender documents
as ‘special condition of contract’ by the tender inviting authority.”
{Authority: Rly Board’s letter no. 2012/CE-I/CT/O/20, New Delhi, Dt 10.05.13}
10. In terms of provision of New clause 26 A.1 of GCC contractor shell also employ
following qualified Engineers during execution f the allotted work:
a) One qualified Graduate engineer when cost of work to be executed is Rs. 200 Lakhs
and above.
b) One qualified diploma holder Engineer when cost of work to be executed is more
than Rs. 25 Lakh, but less than Rs.200 Lakh.
10.1. Further in case the contractor fail to employ the qualified Engineer, as aforesaid in
para 3 above he, in terms of provision of clause 26.A.2 to the general condition o
contract, shall be liable to pay an amount of Rs. 40,000 and Rs. 25,000 for each
month or part thereof for the default period for the provisions as contained in Para
26.3 (a) and 3(b) of GCC respectively.
10.2. (a) Declaration Form (If applicable)

I/We hereby declare that I/we shall engage and continue in service for the particular
work for which tender is submitted one Electrical Engineering degree holder. The
Engineer will not be related to me.

Date: __________ Signature of Tenderer/s

11.0 The Tenderer would be subject of GST Act and Rules as applicable from time to
time.

11.1 Tenderers will examine the various provisions of The Central Goods and Services Tax
Act, 2017(CGST)/Integrated Goods and Services Tax Act, 2017(IGST)/Union Territory
Goods and Services Tax Act, 2017/ respective state’s State Goods and Services Tax
Act (SGST) also , as notified by Central/State Govt. & as amended from time to time
and applicable taxes before bidding. Tenderers will ensure that full benefit of Input
Tax Credit (ITC) likely to be availed by them is duly considered while quoting rates.

11.2 The successful tenderer who is liable to be registered under


CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required
under CGST/IGST/UTGST/SGST Act to railway immediately after the award of the
Chief Workshop Manager
(EMU Workshop)
Western Railway Mahalaxmi.

11
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
contract, without which no payment shall be released to the contractor. The
contractor shall be responsible for deposition of applicable GST to the concerned
authority.

11.3 In case the successful tenderer is not liable to be registered under CGST/IGST/
UTGST/SGST Act, the railway shall deduct the applicable GST from his/their bills
under reverse charge mechanism (RCM) and deposit the same to concerned authority

12. The tenderer shall submit a notarized affidavit on a non-judicial stamp paper
stating that they are not liable to be disqualified and all their
statement/documents submitted along with bid are true and factual. Standard
format of the affidavit to be submitted by the bidder is enclosed as Annexure A.
Non Submission of an affidavit by the bidder shall result in summary
rejection of his /their bid. And it shall be mandatorily incumbent upon the
tenderer to identify, state and submit the supporting documents duly self attested
by which they/he is qualifying the qualifying Criteria mentioned in the Tender
Document. It will not be obligatory on the part of Tender Committee to scrutinize
beyond the submitted document of tenderer as far as his qualification for the
tender is concerned.

a) The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
evidence and documents as may be necessary for such verification. Any
such verification or lack of such verification,by the railway shall not relieve
the bidder of its obligations or liabilities hereunder nor will it affect any
rights of the railway thereunder.

b) In case of any wrong information submitted by tenderer, the


contract shall be terminated, Earnest Money Deposit (EMD) , Performance
Guarantee (PG) and Security Deposit (SD) of contract forfeited and
agency barred for doing business on entire Indian Railways for 5 (five)
years.
.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

12
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

PROFORMA – I

MANDATE FORM FOR NEFT


1. COMMUNICATION ADDRESS/DETAILS OF THE PARTY
i) Name :
ii) Address :
iii) State : Pin :
iv) Phone No. Mobile No : Fax No. :
v) Email Id :
2. Particulars of Bank Account
i. City :
ii. Bank Name :
iii. Branch :
iv. Bank Address :
v. Bank Tel No : Fax No. :
vi. Bank MICR Code (9 Digit)
vii. Bank IFS Code :
viii. Bank Account No :
ix. Account Type ( Saving/Current/Cash Credit) :

(Please enclose cancelled blank cheque)

3. Particulars of GST :
i. GSTIN for each state : ______________________________ ( Attach copy of
Registration)
(Please enclose a hard copy of state wise/business wise GSTIN
registration number)
ii. HSN/ASC :
iii. PAN No. : ____________________________ (Please enclosed copy of PAN
Card)
4. Declaration by the Party :

i. I hereby declare that the particulars given in this mandate form are
correct and complete. If the transaction is delayed or not effected at all
for the reasons of incomplete or incorrect information, the User
institution i.e., FA & CAO/Western Railway Mumbai will not be held
responsible.

Date : Signature of the Party

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

13
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

PROFORMA – II

Sr. Particulars
N0.
1. Full name of Contractor
Construction firm and year of
establishment.
2. Registered Head Office.Address.

3. Branch office in India.

4. Constitution of firm give full


details including names of part
Partners/ Executives / Power of
Attorney holders, etc.
5. Particulars of Registered with
Government/Semi-Govt.
Organisation, Public Sector
undertaking & Local Bodies etc.

Note - The information furnished above shall be supported by authentic documents


including registration number of the firm. The copies of documents submitted shall
be duly attested by the Gazetted Officer.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

14
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

PROFORMA – III

Declaration by the firm

We herewith declare that, we have also gone through the GCC uploaded along with the
tender document.

We accept all the terms and conditions laid in the GCC and will be executing the work as
per GCC.

Date: __________ Signature of Tenderer/s

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

15
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

PROFORMA – IV

Declaration by the firm (For work more than 25 lakhs)

I/We hereby declare that I/we shall engage and continue in service for the particular
work for which tender is submitted one Electrical Engineering degree/Diploma
holder. The Engineer will not be related to me.

Date: __________ Signature of Tenderer/s

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

16
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

PROFORMA-V

PERFORMANCE BANK GUARANTEE BOND


B.G.No.
Dated :

To.
The President of India,
Acting through the FA & CAO (Const.),
Western Railway, Church gate, Mumbai.

1.In Consideration of the President of India (hereinafter Called "the Government")


having agreed to accept from ___________________ (Name of firm and address)
(hereinafter called "the said Contractor/s") Under The terms and conditions of an
Agreement / Acceptance letter No. -------------- dated made between ---------------
and----------------------------------- for the work of-----------------------------------------------------
---------------- (hereinafter called "the said Agreement") the Performance Guarantee for the
due fulfilment by the Contractor/s of the terms and conditions in the said Agreement on
production of irrevocable Bank Guarantee for Rs.-------------- (Rupees--
only) --------- (% amount must be as per acceptance letter/agreement) We,
-------------------------------------------------(Indicate the name of the Bank hereinafter
referred to as "the Bank") at the request Of------------------------------------- contractor'?
do hereby undertake to pay the government an amount not exceeding Rs----------------
against any loss or damage caused to or suffered by or would be caused to or suffered by
the Government by reason of any breach by the said Contractor(s) of any of the terms or
conditions contained in the said Agreement/acceptance letter.

2.We-------------------------------------------- do hereby(Name of Bank)----------------------------


undertake to pay the amounts due and payable under this guarantee without any demur
merely on demand from the Government stating that the amount claimed is by way of
loss or damage caused to or suffered by the Government by reason of breach by the said
contractor of any of the terms or conditions contained in the said agreement, or by
reason of the contractor's failure to perform the agreement. Any such demand made on
the bank shall be conclusive as regards the amount due and payable by the bank under
this guarantee. However, our liability under this guarantee shall be restricted to an
amount not exceeding Rs.-------------- Rupees--------------------------------- only.

3. We undertake to pay to the Government any money so demanded not withstanding any
dispute or disputes raised by the contractor(s)/supplier(s) in any suit or proceeding pending
before any court or Tribunal relating thereto Our Liability under this present being absolute
and unequivocal. The payment so made by us under this bond shall be a valid discharge of
our liability for payment there under and the contractor(s)/supplier(s) shall have no claim
against us for making such payment.

4.We,--------------------------------------------------------------------------- further agree that the


(Name of Bank)------------------------------------------ guarantee herein contained shall remain
in full force and effect during the period that would be taken for the performance of the said
agreement including Maintenance/ Warrantee period and that it shall continue to be
enforceable till the dues of Government under or by virtue of the said agreement have been
fully paid and its claim satisfied or discharged or till ------------------------------------------------
Chief Workshop Manager
(EMU Workshop)
Western Railway Mahalaxmi.

17
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
------ office / Department). Ministry of Railway certifies that the terms and conditions of
the said agreement have been fully and properly carried out by the said contractor^} and
accordingly discharged this performance guarantee, unless a demand or claim under this
guarantee is made on--------------------------------
us in writing on or before the ----------------------------------------------------------- we shall be
discharged from all liability under this guarantee thereafter.

5.We --------------------------------------------------------------- further agree with the


(Name of Bank) -----------------------Government that the Government shall have the fullest
liberty without our consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said agreement or to extend time of
performances by the said contractor from time to time or to postpone from any time or from
to time any of the powers exercisable by the Government against the said contract and to
forbear or enforce any of the terms and conditions relating to the said agreement and we
shall not be relieved from our liability by reason of any such variation, or extension being
granted to the contractor(s) or for any forbearance, act or omission on the part of the
Government or indulgence by the Government to the said contractor/s or such any matter
or thing whatsoever which under the law relating to sureties would, but for this provision
have effect of so relieving us.

6.This guarantee will not be discharged due to the change in the constitution of the Bank or
the Contractor(s)/Supplier(s).

7.We, undertake not to revoke this Guarantee during(Name of Bank) its currency except
with the previous consent of the Government in writing.

8.0 Notwithstanding anything contained hereinabove.


i) Our liability under this B.G. shall not exceed to Rs..
ii) This B/G shall be valid up to _______________________and

ii) We are liable to pay the guaranteed amount or any part thereof under this
B/G only and only, if you serve upon us a written claim or demand on or
before ___________________________________________
Dated this ___________________day of ______________20

Round seal Round seal of For _____________________


(Indicate the name of Bank)
(under Rubber stamp of name,
designation & code No. of
authorized signatories)
Bank

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

18
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

PROFORMA-VI

FORMAT FOR AFFIDAVIT TO BE UPLOADED BY TENDERER


ALONGWITH THE TENDER DOCUMENTS

(To be executed in presence of Public notary on non-judicial stamp paper of the


value of Rs. 100/-. The stamp paper has to be in the name of the tenderer)**

I.. (Name and designation)** as the


attorney/authoris Signatory of appointed
tenderer (including its
ed the constituents),
M/s (hereinafter called the tenderer) for the
purpose of the Tender documents for' the work of as per the tender No.
of (------- Railway), do hereby solemnly affirm and state on the
behalf of the tenderer including its constituents as under:

1. I/we the tenderer (s), am/are signing this document after carefully
reading the contents.

2. I/We the tenderer(s) also accept all the conditions of the tender and
have signed all the pages in confirmation thereof.

3. I/we hereby declare that I/we have downloaded the tender documents
from Indian Railway website www.ireps.gov.in . I/we have verified the
content of the document from the website and there is no addition, no
deletion or no alteration to the content of the tender document. In case
of any discrepancy noticed at any stage i.e. evaluation of tenders,
execution of work or final payment of the contract, the master copy
available with the railway Administration shall be final and binding upon
me/us.

4. I/we declare and certify that I/we have' not made any misleading or
false representation in the forms, statements and attachments in
proof of the
. qualification requirements.

5. I/We also understand that my/our offer will be evaluated based on


the documents/credentlals submitted alongwith the offer and same
shall be binding upon me/us.

6. I/We declare that the information and documents submitted along


with the tender by me/us are correct and I/we are fully responsible
for the correctness of the information and documents, submitted by
us.
Chief Workshop Manager
(EMU Workshop)
Western Railway Mahalaxmi.

19
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

7. I/we undersigned that if the certificates regarding eligibility criteria


submitted by us are found to be forged/false or incorrect at any time
during process for evaluation of tenders, it shall lead to forfeiture of the
tender EMD besides banning of business for five year on entire IR. Further,
I/we (insert name of the
tenderer * * and all my/our constituents understand that my/our
offer shall be summarily rejected.

8. I/we also understand that if the certificates submitted by us are found


to be false/forged or incorrect at any time after the award of the contract,
it will lead to termination of the contract, alongwith forfeiture of EMD/SD
and Performance guarantee besides any other action provided in the contract
including banning of business for five year on entire IR.

DEPONENT
SEAL AND SIGNATURE
OF THE TENDERER

VERIFICATION

I/We above named tenderer do hereby solemnly affirm and verify that the
contents of my/our above affidavit are true and correct. Nothing has been
concealed and no part
of it is false.

DEPONENT
SEAL AND SIGNATURE
OF THE TENDERER
Place:
Dated :

**The contents in Italics are only for guidance purpose. Details as a ppropriate, are
to be filled in suitably by tenderer. Attestation before Magistrate/Notary Public

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

20
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
Scope of work and technical specification

Name of work: Energy audit for EMU workshop, Mahalaxmi for Energy Conservation as
Per scope of work.

SCOPE OF WORK:
The energy audit shall be carried out at Mahalaxmi Workshop by the BEE Empanelled
accredited energy auditor firm only. The provisions of BEE notification No 02/11(6)/05,
dated 28 April 2010, special conditions and scope of work is as under.

1.0 Manner and Intervals of Time for Conduct of Energy Audit:


1. The Indian Railway units pinpointed by BEE in Designated Consumer (DC) context:
Vide their notification No. S.O. 394 (E) dated 12.03.2007, the Ministry of Power in
consultation with Bureau of Energy Efficiency (BEE) have identified Indian Railway as
Designated Consumer (DC) and energy management.
Mahalaxmi workshop has thus planned for energy audit.

2. Key prescriptions of the 'Manner and Intervals of Time for Conduct of Energy Audit
regulation:
2.1 Time interval for conduct of Energy Audit:
As per the notification, first energy audit conducted by an accredited energy auditor within
18 months of the notification issued by Central Government under clause (i) of section 14 of
the Energy Conservation Act. Ministry of Power have (in exercise of the powers under clause
(i) and (k) of Section 14 of Energy Conservation Act, 2001) in consultation with BEE
directed that every DC shall:
(a) get energy audit conducted by an accredited energy auditor, in accordance with the
Bureau of Energy Efficiency (Manner and Intervals of Time for Conduct of Energy
Audit) Regulations, 2010; and furnish to the concerned designated agency, details of
information on energy consumed and details of the action taken on the
recommendations of accredited energy auditor, in accordance with the Energy
Conservation (Form and Manner and Time for Furnishing Information With Regard to
Energy Consumed and Action Taken on Recommendations of Accredited Energy
Auditor) Rules, 2008. Basically, the requirement is that within 3 months of submission
of Energy Audit report by the accredited energy auditor, the DC is required to submit a
report to BEE or its designated agency on the verified energy consumption data,
product-wise SEC and action taken report on the recommendations of accredited
energy auditor. Also, the DC is required to submit yearly progress report (within three
months of close of the year) to BEE (or its designated agency) on the follow up action
on accredited energy auditor's recommendations and resultant SEC improvements.
(b) The regulation stipulates that the interval of time for conduct and compliance of
Subsequent energy audit shall be three years with effect from the date of the
submission of the previous energy audit report by the accredited energy auditor to the
management of the designated consumer.

2.2 Manner of Energy Audit:


2.2.1 Verification of data of Energy use:

The accredited energy auditor shall:


Verify the information submitted to the Agency under the Energy Conservation (the form
and manner for submission of report on the status of energy consumption by the
designated consumers) Rules, 2007 for the previous two years through examination of the

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

21
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
energy bills, production data, and inspection of energy-using equipment, production
processes and systems. Spot measurements,
discussion or interview with the officers and staff regarding operation of plants, energy
management procedures, equipment maintenance problems, equipment reliability.
(a) projected equipment needs, improvements undertaken or planned, establish validated
data on annual energy consumption and prepare a report for the year preceding to the year
for which audit report shall be prepared and submitted;
(b) Establish specific energy consumption for the year referred to in clause (a);
(c) Disaggregate the energy consumption data and identify major energy using equipment,
processes and systems.

2.2.2 Scope of energy audit:


The accredited energy auditor jointly with the energy manager of the DC (railway) shall:
(a) Develop a scope of work for the conduct of energy audit required under the Act with a
View to ensuring adequate coverage in terms of the share of total energy use that is
covered in the energy audit;
(b) Select energy intensive equipment or processes for energy auditing.
(c) Agree on best practice procedures on measuring the energy efficiency performance of
selected equipment and on algorithm to estimate energy performance and energy
savings;
(d)Collect energy consumption, and production data for the equipment and processes
Covered within the scope of energy audit, operating data, and schedule of operation,
non-proprietary process flow charts, production level disaggregated by product, if
applicable, and such other historical data as may be considered essential by the
accredited energy auditor for achieving the purpose of energy audit.

2.2.3 Monitoring and analysis of the use of energy data for energy audit:
The accredited energy auditor shall:
(a) Verify the accuracy of the data collected in consultation with the energy manager,
Appointed or designated by the DC in terms of the notification number S.O. 318 (E)
dated the 2nd March, 2007, as per standard practice to assess the validity of the data
collected;
(b) Analyze and process the data with respect to:
(i) Consistency of DC's data monitoring compared to the collected data;
(ii) Recommendations to reduce energy consumption and improve energy efficiency;
(iii) Summary overview of energy consumption in plant or establishment by fuel type
and by section;
( c) Conduct equipment energy performance measurements with due diligence and
caution.

2.2.4 Preparation of recommendations on energy saving measures, their cost benefit


Analysis:
The accredited energy auditor having regard to the overall efficiency of the production
process, techno-economic viability of energy saving measures, site conditions and capacity
of the DC to invest for their implementation, shall prepare a list of recommendations to
save energy and the list shall include:
(a) A brief description of each recommended measure;
(b) The estimated energy saving as well as energy cost reduction potential over a reasonable
technical or economic life of the measure;
(c) Any known or expected technical risks associated with each measure;
(d) A preliminary assessment of the financial attractiveness of each measure or assessment
of the maximum investment feasible based on the estimated energy cost saving potential
Chief Workshop Manager
(EMU Workshop)
Western Railway Mahalaxmi.

22
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
over the life of the measure;
(e) Tabulated summary of recommendations listed as per their implementation schedule
(short, medium and long term);
(f) Where different alternatives for implementation of an energy efficiency measure are
available, the accredited energy auditor shall examine and discuss such options and
recommend the techno-financially better option;
(g) Where the installation or implementation of any recommended energy saving measure
Affects procedures for operation and maintenance, staff deployment and the budget, the
Recommendation shall include discussion of such impacts including their solutions.

2.3 Prioritization and preparation of action plan


The accredited energy auditor jointly with the energy manager shall select from the energy
audit report such recommended measures (as are listed in the preceding sub-para) which
in opinion of the DC are technically viable, financially attractive and within its financial
means, prioritize them and prepare plan of action for their implementation. This action plan
shall include:
(a) Preparation of detailed techno-economic analysis of selected measures;
(b) A monitoring and verification protocol to quantify on annual basis the impact of each
measure with respect to energy conservation and cost reduction for reporting to BEE and
the concerned State designated agency;
(c) A time schedule agreed upon by the designated consumer of selected measures taking
into consideration constraints such as availability of finance and availability of proposed
equipment.
The accredited energy auditor based on the activities undertaken with regard to
recommendations and action plan as aforesaid shall submit a report to the management of
DC. Also, the accredited energy auditor shall evaluate the implementation of each
recommended energy saving measure in the previous audit report and submit a report to
the management of the DC.

2.4 Structure of the energy audit report


The energy audit report structure shall be jointly decided by the accredited energy auditor
and DC. The energy audit report shall highlight, details of specific energy consumption, list
of recommendations to reduce energy consumption and costs, monitoring and evaluation of
impact of selected measures and conclude with certification by accredited energy auditor
stating that:
(a) The data collection has been carried out diligently and truthfully;
(b) All data monitoring devices are in good working condition and have been calibrated or
certified by approved or authorized agencies and no tampering of such devices have
occurred;
(c) All reasonable professional skill, care and diligence have been taken in preparing the
Energy audit report and the contents thereof are a true representation of the facts;
(d) Adequate training provided to personnel involved in daily operations after
implementation of recommendations; and
(e) The energy audit has been carried out in accordance with the regulation.

The accredited energy auditor shall highlight the strengths and weaknesses of the DC in
the management of energy and energy resources in the energy audit report and recommend
necessary action to improve upon method of reporting data, energy management system in
detail along with their underlying rationale, and improving energy efficiency and reducing
energy consumption. The accredited energy auditor shall sign the energy audit report under
the

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

23
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13
seal of its. firm giving all the accreditation details along with details of manpower employed
in conducting the energy audit. The energy audit report shall include a work schedule sheet
duly signed by accredited energy auditor and energy manager of the DC.

3. Statutory obligation of Railways


Mahalaxmi workshop will submit to BEE or its designated agency, energy consumption
data in prescribed form after every financial year within a period of 3 months. Also, these
entities shall get energy audit conducted (with prescribed periodicity) through accredited
energy auditor, take follow up action on such energy audit recommendations and file the
prescribed action taken statements to BEE or its designated agency with specified
periodicity.

4. Specific areas to be considered for energy audit:


(1) Improvement of power factor and load factor and electricity system in the workshop.
(2) Rationalization of lighting and illumination load in various areas of workshop.
(3) Rationalization of motor loads (More than 5 Kw).
(4) Rationalization of transformer capacity.
(5) Air Compressor system.
(6) Measures to be adopted to improvement Energy Efficiency and saving in Energy
Consumption.
(7) Performance evaluation of welding machines, pumps, blowers, fans and heating loads.
(8) Performance evaluation of air conditioners.
(9) Other Energy Conservation areas.

5. Special conditions:
(1) The field trials will be undertaken at Western Railway EMU POH Workshop,
Mahalaxmi, Mumbai along with the co-ordination of the person deputed by CWM /MX.
(2) All portable measuring and monitoring instruments required for undertaking the
Energy Audit will be arranged by the firm.
(3) Report will be submitted within 30 days from the date of issue of acceptance letter to
the firm.
(4) After completion of audit the detail report along with suggestions/recommendations
And alternative shall be submitted in view of energy saving potential is to be estimated
in three categories as given below.
(a) Without investment.
(b) With minor investment.
(c) With major investment.
(5) The expenses towards accommodation, transportation for the work to be borne by the
agency.

6. Qualifications for Accredited Energy Auditors


An energy auditor shall be an accredited energy auditor,
(i) He / She should be a certified energy manager and should have passed the
examination in "Energy Performance Assessment for Equipment and Utility Systems"
conducted by the Bureau.
(ii) Should have an experience of five years in energy audit out of which at least three
years shall be in any of the Energy Intensive Industries; and
(iii) Should have been granted a certificate of accreditation by the Bureau.
(iv) The list of BEE accredited energy auditor firms is available on their website.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

24
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

7. Application for grant of certificate of accreditation


A qualified person, possessing qualifications as above, may apply for Accreditation and
the application shall be made on prescribed form and be accompanied by:

(i) five detailed energy audit reports in any of the Energy Intensive Industries undertaken
by the energy auditor in an individual capacity or as a leader or associate or active
team member of the energy audit team;
(ii) feedback on energy audit received from Energy Intensive Industries;
(iii) Fee of rupees one thousand (or latest applicable amount) payable by demand draft
drawn in favour of the Bureau of Energy Efficiency, New Delhi.

8. Completion Period: Work shall be completed within 02 (Tw0) months from the date of
issue of Letter of Acceptance (LOA). The work shall be supervised by
SSE/MW(Elect)/MX.

9. Payment: 100% payment will be made after successful completion of entire work.

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

25
WESTERN RAILWAY
Tender No. EL90/MX/2019-20/13

Schedule of Rates-

Tender No:.EL90/MX/2019-20/13

Name of work: Energy Audit for EMU Workshop, Mahalaxmi for Energy
Conservation as per scope of work

Sr. Description Rate Qty. Amount (Rs)


No (Rs)

1.0 Rs. 01 Job Rs.


To conduct Energy Audit study in
1,70,033/- 1,70,033/-
EMU Workshop, Mahalaxmi as per (Inclusive of (Inclusive of
scope of work all taxes) all taxes)
Total – Rs. 1,70,033/- (Inclusive of all taxes)
(Rupees One Lakh Seventy Thousand and Thirty Three only)

Note : Contractor has to quote single rate above/below/at par for the schedule mentioned
above. In case of quoting different rates for different items in the same schedule, the offer is
liable to be rejected.

END OF THE DOCUMENT

Chief Workshop Manager


(EMU Workshop)
Western Railway Mahalaxmi.

26

You might also like