[kqyh fufonk izi= open tender document ambulence.pdffull name of work hiring of ambulance services...

34
Stamp & Signature 104-Med/Amb-JUDW/2016 Page 1 of 34 Of the Tenderer dk;kZ y; eq[; fpfdRlk v/kh{kd] mRrj js yos vLirky txk/kjh odZ’kki OFFICE OF THE CHIEF MEDICAL SUPERINTENDENT / N. RLY. HOSPITAL SHOP/ JAGADHRI WORKSHOP [kqyh fufonk izi= Open Tender Document Tender No. : 104-Med/Amb-JUDW/2016 Name of the work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/ Jagadhri Workshop Date of opening : 21.06.2016 dqy ist : Total No. of Pages : 34

Upload: dangtruc

Post on 23-Jul-2019

219 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 1 of 34

Of the Tenderer

dk;kZy; eq[; fpfdRlk v/kh{kd] mRrj jsyos vLirky txk/kjh odZ’kki OFFICE OF THE CHIEF MEDICAL SUPERINTENDENT / N. RLY. HOSPITAL SHOP/ JAGADHRI WORKSHOP

[kqyh fufonk izi= Open Tender Document

Tender No. : 104-Med/Amb-JUDW/2016

Name of the work Hiring of Ambulance Services for Extra

Divisional Hospital/Northern Railway/ Jagadhri Workshop

Date of opening : 21.06.2016

dqy ist : Total No. of Pages : 34

Page 2: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 2 of 34

Of the Tenderer

Top Sheet

(A) Details to be filled in by Railway:

Tender Notice No. 104-Med/Amb-JUDW/2016 dt. 06.05.2016 Full Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern

Railway/Jagadhri Workshop

Tender Cost Rs. 7,71,480/-

Completion period 2 Years from the date of issue of Letter of Acceptance Tender Document Cost (Not Refundable)

Rs. 2000/- ( Rs. Two Thousand only) Rs. 2500/- ( if required by Post) (DD/Banker Cheque should be in favour of SAO/Northern Railway/Jagadhri Workshop only) or Cash Receipt of Divisional Cashier of Jagadhri Workshop only

Earnest money amount (FDR not Acceptable)

Rs. 15,430/- (DD/Banker Cheque should be in favour of SAO/Northern Railway/Jagadhri Workshop only) or Cash Receipt of Divisional Cashier of Jagadhri Workshop only

Last Date/Time of receipt of Tenders

Date 21/06/2016 till 15:30 HRS.

Date & time of opening of tender

Date 21/06/2016 at 15:35 HRS.

Validity of offer 90 days from the date of opening of tender Date from which Tender documents will be available

date 16.05.2016

Eligibility Criteria a. The contractor should have at least one year experience of running the ambulance service in any govt. organization or prestigious medical institution & he should submit proof of experience while submitting the tender.

b. The tenderer(s) shall be eligible only if he/they fulfill eligibility criteria of having received total contract amount during the last three financial years and in the current financial year with a minimum of 150 % of the advertised tender value.

Authentic Certificates shall be produced by the tenderer(s) to this effect which may be an attested certificate from the employer/client , Audited Balance sheet duly certified by the Chartered Accountant etc.

Chief Medical Supdt.

Extra Div. Hospital Jagadhri Workshop, N.Railway.

Page 3: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 3 of 34

Of the Tenderer

(B) Mandatory details to be filled in by tenderer while submitting their offer.

1

Constitution of the Firm/concern. (Tick as applicable)

Sole Proprietorship/ partnership Firm/ Company /JV /Society

2

Full names of sole Proprietorship/Partnership firm/Company/ JV/Society (as the case may be)

3

Year of formation/ incorporation

4

PAN No.

5

TIN No.

6

Registered Office Address

7

Address on which correspondence regarding this tender should be done

8

Names of the proprietor /partners/JV members etc.

9

Details of EMD submitted (DD/Banker Cheque/Cash Receipt of Jagadhri Workshop only)

10

Mobile No. ( Compulsory)

11 E-mail ID ( Compulsory)

Note:(i) Special attention of tenderers is drawn to clause 26 of “General conditions of the Tender”, as per which the tenderer must submit alongwith tender, the documents mentioned therein pertaining to constitution of firm/concern.

(ii) Special attention of tenderers is drawn to clause 22 of “General Conditions of Tender”, as per which they should submit the requisite documents along with tender pertaining to their financial eligibility. ( Annexure- G)

Special Remarks: The earnest money of unsuccessful tenderer/s will be returned within a reasonable time through EFT hence it is mandatory to fill the Annexure-A ( Cancel Cheque to be attached)

Signature of the Tenderer

Name of signatory:

Page 4: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 4 of 34

Of the Tenderer

TENDER DOCUMENT OFFICE OF THE CHIEF MEDICAL SUPDT. N.RLY. EXTRA DIVISIONAL HOSPITAL JAGADHRI WORKSHOP DISTT. YAMUNA NAGAR PIN 135002 TENDER NO : 104-Med/Amb-JUDW/2016 Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Due on: 21.06/2016

TENDER DOCUMENTS ISSUED BY: CHIEF MEDICIAL SUPDT. N. RLY., EXTRA DIVISIONAL HOSPITAL

JAGADHRI WORKSHOP DISTT: YAMUNA NAGAR

ISSUED TO: M/s _______________________________

_______________________________

_______________________________

Cost of Tender Document: Rs.2,000/- (Rs. Two thousand only) Rs.2,500/- (If required by Registered Post- Railway Administration will not be responsible for delay in dak)

Cash receipt No. ________________________________________________________. NOTE: All tender documents shall be returned to this office in original, duly signed and stamped

on each page by the tenderer.

Page 5: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 5 of 34

Of the Tenderer

FORM OF AN OFFER TENDER NO: 104-Med/Amb-JUDW/2016

Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop The President of India, Chief Medical Supdt. N. Rly., Extra Div. Hospital Jagadhri Workshop, Yamuna Nagar Haryana I/we ________________________________________________________ have read the

various conditions to the tender attached hereto and hereby agree to abide by said the conditions. I/WE also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening of the same and default thereof I/We will be liable for forfeiture of my/our Earnest Money. I/we offer to do the work for Chief Medical Supdt., Northern Railway, Extra Div. Hospital Jagadhri Workshop, at the rate quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within stipulated period of time from the date of issue of letter of acceptance of the tender. I/We also hereby agree to abide by the general and special conditions of the tender of Railways 2014 with up to date correction slip as applicable till date and to carry out the work accordingly to the specification for material and work if any laid down by the Railway for the present tender as well as all other enclosures annexed to the tender form.

A sum of Rs. 15430/- deposited vide Receipt No. ______________________ dated __________ is herewith forwarded as “Earnest Money”. The original receipt is enclosed with the offer. The full value of earnest money shall stand forfeited without prejudice to any other rights or remedies available to Railway if, I/We do not execute the contract agreement within 7 days after receipt of notice issued by the Railways that such documents are ready. OR I/We do not commence the work within 15 days after receipt of order to that effect.

Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding tender between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of Witnesses (along with complete address) No.1: ________________________ ________________________ No.2: ________________________ ________________________

SIGNATURE OF TENDERER Tenderer’s Address: ___________________________________ ___________________________________ ___________________________________ ___________________________________

Page 6: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 6 of 34

Of the Tenderer

OFFICE OF THE CHIEF WORKSHOP MANAGER

JAGADHRI WORKSHOP DISTT YAMUNA NAGAR

PIN 135002

TENDER NO: 104-Med/Amb-JUDW/2016 Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop

CONTENTS

Section – I Instructions to Tenderers regarding tender form downloaded from Internet

Section – II General Conditions

Section – III Scope of Work & Special Conditions of the contract

Section – IV Schedule of Rates

1 Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop

2 Period of Contract 2 Years from the date of letter of acceptance

3 Earnest Money FDR not accepted

Rs. 15,430/- (DD/Banker Cheque should be in favour of SAO/Northern Railway/Jagadhri Workshop only) or Cash Receipt of Divisional Cashier of Jagadhri Workshop only

4 Last Date of sale of tender document

21/06/2016 up to 11.30 Hrs.

5 Tender Submission start date 20/06/2016 from 12.00 Hrs.

6 Tender Submission end date 21/06/2016 till 15.30 hrs.

7 Date & time of opening of tender

21/06/2016 at 15.35 hrs.

8 Cost of tender document (Not refundable)

Rs. 2,000/- (Rs. Two thousand only) Rs. 2,500/- if required by registered post (DD/Banker Cheque should be in favour of SAO/Northern Railway/Jagadhri Workshop only) or Cash Receipt of Divisional Cashier of Jagadhri Workshop only

9 Tender Value Rs. 7,71,480/-

Page 7: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 7 of 34

Of the Tenderer

Section –I

INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET

1. Tender file is to be down loaded from the internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at various locations in the document. It is advisable that the downloaded tender document to be printed through laser printer/Inkjet printer only. Submission of Xerox/photo copy of tender document is prohibited.

2. This tender document (in full) downloaded along with various documents required to be submitted as per the tender conditions in sealed cover duly super scribing the name of the work, tender notice No. and date, submission of tender downloaded from the internet etc., and the same should be dropped in the tender box kept in the office of Chief Workshop Manager, N. Rly., C&W Workshop, Jagadhri Workshop, Haryana Pin-135002 before the date and time stipulated in the tender document.

3. The cost of tender document as indicated in the tender document should be enclosed separately demand draft. A single combined mode for the cost of tender form and earnest money deposit will not be accepted. Tender not accompanied by the above demand drafts towards the cost of tender document will be summarily rejected.

4. Tenderers are advised to downloaded the tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the tenderer to check for any corrections or any modifications published subsequently in website and the same shall be taken into account while submitting the tender. Tenderer shall download corrigendum (if any), print it out, sign and attach it with main tender document. Tender document not accompanied by the published corrigendum/s is liable to be rejected. The railway will not be responsible for any postal delays and delay in downloading of the tender document from the internet.

5. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ball point pen on the format of schedule of rates only. The tenderer should sign each page of tender document. In case of any difference in the rates quoted in figures and words, the rates quoted in words only will be considered as correct. Rate quoted is inclusive of all taxes.

6. Tenderer/s are free to download tender document at their own risk and cost for the purpose of perusal as well as for using the same as tender document for submitting the offer, master copy of the tender document is available in the office of Chief Medical Supdt., N. Rly., Extra Div. Hospital, Jagadhri Workshop, Haryana Pin-135002. After award of work an agreement will be drawn which shall be executed by the successful tenderer and this agreement will be prepared based on the master copy of tender document available in the above mentioned office and not based on the tender document submitted by the tenderer. In case, any discrepancy between the tender documents downloaded from the internet and the master copy, later shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained.

7. If any change/additional deletion is made in the tender document by the tenderer/contractor and the same is detected at any stage even after the award of the tender, the tenderers 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.

8. The following declaration should be given by the tenderer while submitting the tender:

Page 8: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 8 of 34

Of the Tenderer

Declaration (a) I/we have downloaded the tender form from the internet railway website and I/We have not tampered/modified the tender forms in any manner, In case, if the same if found to be tampered/modified 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 banned from doing business with Railways and/or prosecuted.

(b) I/We submitting a demand draft No. _____________________ dated ____________ issued

by_______________________________________for Rs__________________/

(Rupees____________________________________________________________Only) towards the

cost of tender form.

Date: -- . -- .2016 Address:

Signature of Tenderer

Page 9: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 9 of 34

Of the Tenderer

Section –II

GENERAL CONDITIONS All General Conditions of Contract of Indian Railways- 2014 with up to date correction slips as applicable. The tenderer is expected to be familiar with the General Conditions of Contract of Indian Railways and it is their responsibility. However, some special features are given here for guidance of the tenderer.

1. Tenders must be submitted in the prescribed form and the envelopes containing them must be sealed and endorsed Tender no. 104-Med/Amb-JUDW/2016 Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop due on 21/06/2016 and must be submitted in advance of the date & time specified for submitting their Tenders at the Chief Workshop Manager’s Office. The Tenderers should sign each page of the Tender documents and indicate on the Tender Form in what capacity and authority he/they signs/sign or Power of Attorney should be submitted along with the Tender.

2. Tenderers submitting their Tenders at the Chief Workshop Manager’s Office must drop their tender form in a sealed cover in the box provided in the complex of CWM’s office for defined period. In case the tenderers desire to forward their tender through post, the same alongwith any corrigendum/addendum (if issued) must be dispatched under registered cover with AD sufficiently in advance so as to reach the Chief Workshop Manager, Jagadhri Workshop not later than the due date and time as specified with clearly mention on the properly sealed envelope (addressing to Tender Cell) - Tender No. ,Tender Description, opening date of tender with their address with a special remarks that Confidential "To be opened by Tendering Authority only" at the Address- Tender Cell, Carriage & Wagon Workshop, Northern Railway, Jagadhri Workshop, Yamuna Nagar, Haryana-135002

3. Tenders will be received in the Office of Chief Workshop Manager, C&W workshop, Jagadhri Workshop up to 15.30 hrs on 21/06/2016 and will be opened at 15:35 hrs on the same date or the next working day if the nominated date happens to be a holiday or if due to any reason which in the opinion of the Government are sufficient to postpone the opening of the tender on such date, then on any other day as may be fixed by the Chief Workshop Manager, Jagadhri Workshop or any other Officer of the said Railway authorized by him on his behalf, in the presence of any Tenderers who may wish to be present and no separate notice will be given to Tenderers.

4. The Tenderer must quote his rate for the items in the Section-IV. The rates must be quoted both in word and figures and should confirm to the Units specified in the Tender. Failure to do so will render the Tender liable to be passed over and rejected.

5. All Tenderers must sign their names below their written offers in the space provided for that purpose

in the Schedule. All the tenders should be accompanied by all tender documents duly filled in and signed.

6. If the tenderer deliberately gives wrong information in his/their tender, the Rly. Administration reserved the right to reject such tender at any stage. Tender must be filled without any erasers, alteration or overwriting.

Page 10: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 10 of 34

Of the Tenderer

7. If there is a variation between rates quoted in figures and words. The rates quoted in words shall be taken correct. Tenders containing erasures and alterations of tender documents are liable to be rejected. If there is more than one or improper rates are tendered for the same item the tender is liable to be rejected. Each page of the tender documents is to be signed and dated by the tenderer/s or such person/s on his/their behalf who is/are legally authorized to sign for him/them.

8. No alteration to the rates specified in the schedule or to any of the condition annexed to the tender will be allowed unless it has been initiated by the tenderer before the submission of the tender.

9. The contractor shall pay the sale tax /any other local tax as payable under the sale tax act/rules framed by the authorities and amended from time to time during the currency of the contract along with equal installments fixed to be deposited by him

10. Before submitting a tender, the tenderer will be deemed to have satisfied himself by actual inspection of the site, nature of work including shape, size, and other physical condition of Job/works and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the percentage/rates he enters in the tender form is/are adequate and all inclusive to accord with the provisions in Clause 37 of the General Conditions of Contract for the completion of works to the entire satisfaction of the Engineer.

11. The submission of the Tender will be deemed to imply that these Tender conditions and all documents attached herewith have been studied and understood by the Tenderers and that the Tenderer is aware of the full scope of work to be done and the conditions effecting the execution thereof.

12. Cost of Tender Documents - Tender documents are available on Northern Railway web site i.e. www.nr.indianrailways.gov.in and the same can be downloaded and used as tender document for submitting the offer. The cost of tender documents i.e Rs. 2000/- will have to be deposited by the tenderer in the form of a bank draft payable in favour of SAO/Northern Railway /Jagadhri Workshop along with the tender document. This should be paid separately not included in the Earnest Money. In case, tender is not accompanied with the cost of the tender documents / Demand draft in favour of other than SAO/Northern Railway /Jagadhri Workshop, tender will be summarily rejected.

13. Earnest Money: ( FDR not acceptable) The tenderer shall be required to deposit earnest money of Rs. 15,430/- with the tender for the due performance with the stipulation to keep the offer open till such date as specified in the tender, under the conditions of tender. The Earnest Money should be in any of the following forms: - a. Banker’s Cheques/Demand Drafts in favour of SAO/Northern Railway/ Jagadhri Workshop executed by State Bank of India or any of the nationalized banks or by a scheduled bank. b. The official cash receipts having a mention of the firm/ individual who has deposited the cash or the Banker’s Cheques/ Demand Drafts as mentioned above, as the case may be, is to be attached with the tender, failing which tender will be summarily rejected. (Ref: Railway Board L.No. 2013/CE-I/CT/0/45/JV dt. 22.09.2014) c. Labour co-operative is required to deposit only 50% of the earnest money as referred above. d. The tenderer/s shall keep the offer open for a period of 90 days from the date of opening of

the tender in which period tenderer/s cannot withdraw his/their offer subject to period being extended further, if required, by mutual agreement from time to time.

e. It is understood that the tender documents have been sold/issued to the tenderer/s & tenderer/s is/are being permitted to participate in the tender in consideration of stipulation

Page 11: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 11 of 34

Of the Tenderer

on his/their part that after submitting his/their offer he/they will not resile from his/their offer or modify the terms and conditions thereof in a manner not acceptable to Northern Railway should the tenderer/s fail to observe to comply with the foregoing stipulation or fail to undertake the contract after acceptance of his/their tender the entire amount deposited as earnest money for the due performance of the stipulation and to keep the offer open for the specified period, shall be forfeited to the Railway.

f. If the tender is accepted, the amount of earnest money will be held as initial security deposit for due and faithful fulfillment of the contract. The earnest money of unsuccessful tenderer/s will, save as herein before provided, be returned within a reasonable time through EFT hence it is mandatory to fill the Annexure-A ( Cancel Cheque to be attached) , but Railway shall not be responsible for any loss or depreciation that happen to the earnest money while in Railway possession nor will it be liable to pay interest thereon.

Exemption of Earnest Money & Security Deposit: Public Sector Undertakings wholly owned by Railways like RITES, IRCON, Konkan Railway Corporation Limited, CRIS, Rail-Tel Corporation,etc. are exempted from depositing Earnest Money & Security Deposit subject to submission of valid exemption letter of the Railway as on date of opening of tender.

N O T E: a) Tenders submitted with Earnest Money other than Banker’s Cheques / Demand

Drafts/ Official cash receipt of Jagadhri Workshop shall not be considered and offer will be summarily rejected.

b) Any request for recovery from outstanding bills for earnest money against present tender will not, under any circumstances, be entertained.

c) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the Contract.

14. Security deposit :

Security deposit/rate of recovery/mode of recovery shall be as under:- The successful tenderer shall deposit the security money as per the following table a) Security Deposit for each work should be 5% of the contract value, b) The rate of recovery should be at the rate of 10% of the bill amount until the full

security deposit is recovered , c) Security Deposits will be recovered only from the running bill of the contract and no

other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit

15. Performance Guarantee:

a) The successful bidder shall have to submit a performance Guarantee (PG) within 30 (thirty) days from the date of issue of letter of acceptance (LOA). Extension of time for submission of PG beyond 30(thirty) days and upto 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 15% per annum shall be charged for the delay beyond 30 (thirty) days, i.e. from 31st 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 forfeited EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

Page 12: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 12 of 34

Of the Tenderer

b) The successful bidder should give a performance guarantee amounting to 5% of the contract value in the form of the followings: (i) Deposit of cash (ii) Irrevocable bank guarantee (iii) Govt. Securities including state loan bonds at 5% below the market value (iv) Deposit receipts, pay orders, demand drafts and guarantee bonds of the State Bank

of India or of any of the nationalized banks. (v) Guarantee Bond executed or deposit receipts tendered by all scheduled banks. (vi) A deposit in the post office saving bank. (vii) National saving certificate. (viii) 12 years national defense certificate. (ix) 10 years defence deposits. (x) National defence bonds and (xi) Unit trust certificates at 5% below market value or at the face value whichever is

less. Also FDR in favour of SAO/JUDW (free from any encumbrance) may be accepted.

c) The performance guarantee should be furnished by the successful bidder after the letter of acceptance has been issued, but before signing of the contract agreement. The PG Shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of PG extended time for completion of work plus 60 days.

d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increase by more than 25% of the original contract value, an additional performance guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor.

e) The Performance guarantee (PG) shall be released after physical completion of work based on completion certificates issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit shall, however, be released only after expiry of the maintenance & warrantee period and after passing the final bill based on ‘No claim certificate’ from the contractor.

f) Where ever the contracts are rescinded the security deposit will be forfeited and the performance guarantee shall be enchased and the balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other. JV/partnership firm.

g) The tenderer shall not make a claim under the performance guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: 1. Failure by the contractor to extend the validity of the Performance Guarante as

described herein above, in which event the engineer may claim the full amount of the Performance Guarantee.

Page 13: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 13 of 34

Of the Tenderer

2. Failure by the contractor to pay president of india any amunt due, either as agreed by the contractor or determined under any of the clause/conditions of the agreement, within 30 days of the service of notice to this effect by engineer.

3. The contract being determined or rescinded under provision of the GCC, the performance guarantee shall be forfeited in full and shall be absolutely at the disposal of the president of India.

16. The successful Tenderers will be notified in writing by the Chief Medical Superintendent, N.Rly.

Extra Divisional Hospital/ Jagadhri Workshop of the acceptance of his tender. The letter communicating acceptance will be sent by Registered post or in case of Local based Firms, by hand delivery or under certificate of Posting to the address furnished by the Tenderer.

17. If a tenderer expires after the submission of his tender or after the acceptance of his tender, the

Railway shall deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender cancelled unless the firm retains its status.

18. The successful tenderer/ tenderers shall be required to execute an agreement with the President of

India acting through the Chief Medical Superintendent, N.Rly. Extra Divisional Hospital/ Jagadhri Workshop for carrying out the work according to the General conditions of Tender and specification for work.

19. Tenderers are requested to keep the offer open for acceptance for 90 days from the date of opening of the Tender.

20. Tenderers are advised to read carefully each and every clause of tender document.

Page 14: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 14 of 34

Of the Tenderer

21. Eligibility Criteria given below shall be fulfilled by the tenderer- ( Not Applicable)

(Applicable only for works costing more than Rs.50.00Lacs) A Similar nature of works physically completed within the

qualifying period, i.e. the last 3 financial years and current financial year should only be considered in evaluating the eligibility criteria.

At least one similar single work for a minimum value of 35% of advertised tender value of work

B As a proof of financial capacity for undertaking this work, the tenderer should have received total contract amount during the last 3 financial years and in the current financial year The tenderer is required to submit certificate to this effect which may an attested certificate from employer/client, audited balance sheet duly certified by CA

Should be a minimum of 150% of advertised tender value of work

21.1 Credentials to be submitted alongwith tender/s: (Applicable only for works costing more than Rs.50.00Lacs) Tenderer/s should enclose documents and certificates to show that he/they has/have satisfactorily carried out works of the type involved in the construction of the work being tendered for. He/they should also produce proof to the satisfaction of the Railway of his/their technical ability and financial stability to undertake the work of the magnitude tendered for. No work or supply shall ordinarily be entrusted for execution to a contractor whose capacity and financial status has not been investigated and found satisfactory. If the tenderer is a Partnership Firm, the conditions and the technical & financial eligibility criteria will be applicable as per guidelines given in Annexure-“E”. Tender received without guidelines of Annexure-“E” will be summarily rejected. The tender/s shall submit the following documents along with his/their tender a) A list of personnel, organization available on hand and proposed to be engaged for the

subject work. b) List of plant and machinery available on hand (own) and proposed to be inducted (own &

hired to be given separately) for the subject work. c) List of works completed in the last three financial years giving Description of work,

Organization for whom executed, Approximate value of the contract at the time of award, Date of award and Date of actual start, Actual completion and Final value of contract should be given.

d) List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award.

(i) In case of items (c) and (d) above, supportive documents/certificates from the organizations with whom they worked/are working should be enclosed.

(ii) Certificates from the private individuals for whom such works have been executed /being executed shall not be accepted.

22. Eligibility Criteria given below shall be fulfilled by the tenderer- (Applicable) (Applicable only for works costing less than Rs.50.00Lacs)

The tenderer(s) shall be eligible only if he/they fulfill eligibility criteria of having received total contract amount during the last three financial years and in the current financial year with a minimum of 150% of the advertised tender value.- ( Refer Annexure-G) Authentic Certificates shall be produced by the tenderer(s) to this effect which may be an attested certificate from the employer/client, Audited Balance sheet duly certified by the Chartered Accountant etc.

Page 15: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 15 of 34

Of the Tenderer

Note: Certificates from the private individuals for whom such works have been executed /being executed shall not be accepted. ( Authority: Railway Board's Letter No. 94/CE-I/CT/4 (Pt. II), Dated 07/14.11.2013)

23. The Tenderer should complete the whole of the Work in all respects on or before the date fixed in the contact or any authorized extension thereof, the Railway Administration is entitled to recover penalties as stipulated in the General/special conditions of Tender if the Tenderer is in default.

24. FOR - OMISSION AND DESCREPENCIES: The tenderer/s shall not take any advantages of any misinterpretation of the conditions due to typing or any other error and if any doubt shall bring it to the notice of the Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar without delay In case of any contradiction, only the printed rules and books should be followed and no claim for the misinterpretation shall be entertained.

25. Force majeure In the event of any unforeseen event directly interfering with the execution of works, arising during the currency of the contract, such as insurrection, restraint imposed by the Government act of legislative or other authority, war, fire, floods, explosions, epidemics, quarantine restriction, strikes, lockout or acts of God the contractor shall with in a week from the commencement thereof notify the same in writing to Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar with reasonable evidence thereof. If the force majeure condition mentioned above be in force for a period of 90 days or more at any times, Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar shall have the option to terminate the contract on expiry of 90 days of commencements of such force majeure by giving 14 days notice to the contractor in writing. In case of such termination no damage shall be claimed by either party against the other, save and except those which had occurred under any other clause of the contract prior to such termination.

26. Partnership Deed, Power of Attorney etc.: The tenderer shall clearly mention whether the tender is submitted on his/her own or on behalf of a partnership firm/limited company. The tenderer/s who are constituents of firm, company, association or society must necessarily enclose the attested copies of the constitution of their concern, partnership deed and power of attorney along with their tender. Tender documents in such cases are to be signed by such persons as may be legally competent to sign them on behalf of the firm, company, association or society as the case may be. The Co-operative societies must likewise submit a attested copy of their certificate of registration alongwith the documents as above mentioned. The tender shall give full details of the constitution of the firm/JV/Company/Society etc in the Top Sheet” as well as in Annexure-“C” of tender document and must submit the following documents alongwith tender without fail:-

(A) Sole proprietorship firm: If the tender is submitted on behalf of a “Sole proprietorship” concern, the tenderer must submit alongwith the tender, the notarised copy of the affidavit for the same.

Page 16: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 16 of 34

Of the Tenderer

(B) Partnership firm: If the tenderer is a partnership firm, the conditions and the technical & financial eligibility criteria will be applicable as per guidelines given in Annexure-“F”.

(C) Joint Venture (JV): If the tender is submitted on behalf of a JV, the tenderer must submit alongwith the

tender, (1) Original copy of MOU/JV agreement duly notarized in accordance with the Annexure-

“E” of the tender document, duly signed by the Power of Attorney (POA) holders/authorised signatories of all the constituents/members of the JV.

(2) Valid power of attorney/authorization by all JV constituents, in favour of the individual signing the tender document on behalf of the JV; and

(3) In addition, following documents must be enclosed by the JV firms alongwith the tender:- (i) In case one or more of the members of the JV firm is/are partnership firm(s), following

documents shall be submitted. (a) Notary certified copy of the partnership deed. (b) Consent of all the partners to enter into the Joint venture Agreement on a stamp paper of

appropriate value (in original). (c) Power of Attorney (duly registered or notarised as per prevailing law) in favour of one of

the partners of the partnership firm to sign the JV MOU/Agreement on behalf of the partnership firm and create liability against the firm.

(ii) In case one or more members of JV is/are Proprietary Firm or HUF, the following documents shall be enclosed:

Affidavit on Stamp Paper of appropriate value declaring that his/her concern is a proprietary concern and he/she is sole proprietor of the concern OR he/she is in position of “karta” of Hindu Undivided Family (HUF) and he/she has the authority, power and consent given by other partners to act on behalf of HUF.

In case one or more members of JV is/are limited companies, the following documents shall be submitted:

a. Notary certified copy of resolutions of the Directors of the Company, permitting the company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of the company to sign JV MOU/Agreement and such other documents required to be signed on behalf of the company and enter into liability against the company and/or do any other act on behalf of the company.

b. Copy of memorandum and Articles of Association of the Company. c. Power of Attorney (duly registered/notarised as per prevailing law) by the company

authorizing the person to do/act on behalf of the company as mentioned in the para (a) above.

(D) Company: If the tender is submitted on behalf of a company registered under Companies Act-1956, the tenderer must submit alongwith the tender, (1) the copies of MOA (Memorandum of Association) & AOA (Article of Association) of the company; (2) POA (Power of Attorney) duly registered/notarised by the company (backed by the resolution of Board of Directors) in favour of the individual signing the tender on behalf of the company.

Page 17: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 17 of 34

Of the Tenderer

(E) Society: If the tender is submitted on behalf of a society the tenderer must submit alongwith tender (1) the attested copy of the certificate of registration (2) Deed of formation (3) Power of Attorney in favour of the tender signatory.

If above mentioned documents (as applicable) are not enclosed along with tender documents, the tender shall be treated as having been submitted by the individual who has signed the tender documents. After opening of the tender, any document pertaining to the constitution of the firm/JV/Society (as applicable), shall neither be asked nor be entertained/ considered under any circumstances and no claim or representation whatsoever from the tenderer in this regard shall be entertained. No change in the constitution of the firm/JV/Company shall be permitted after opening of the tender except where necessitated due to the succession law. The “Power of Attorney” in favour of the Individual signing the tender document may however be accepted subsequently, if acceptable reasons are furnished for the same. “JVs/Consortiums/MOUs” shall be considered only where permissible in the tender condition. (Annexure-“D” of tender document).

27. In the event of the Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna

Nagar , finding the work being carried out in a defective or in all inefficient manner or at a slow rate the decision of which shall be in discretion of the Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar , he may give 7 days written notice/ calling upon the Tenderer to remove the defects, if the Tenderer fails to comply with such directions the Tender will be terminated after giving 48 Hrs. notice and the earnest money and/or security deposit will be forfeited in whole and liquidated damages recovered.

28. The Tenderer shall be responsible for the execution of the Tender as a whole in accordance with the condition of Tender.

29. Tenderers are requested to keep the offer open for acceptance for the period of 90 days from the date of opening of tender.

30. The Tenderer shall not sublet or assign this Tender or Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar , If the Tenderer subletting or assigning the Tender or any part thereof without such consent, will render the Tender liable for cancellation and recovery of damages as given above.

31. Any deviation from the conditions, specifications and definitions given in this tender will not be acceptable unless specific approval for the particular deviation has been accorded by the authority awarding the Tender.

32. The contractor should engage the labour whose character and antecedents have been verified before they are utilized to work in Railway. In the event of any staff of the contractor being found selling Railway material, the person concerned will be turned out from the Railway premises summarily and further if the Railway Administration on enquiry comes to know that proper verification of the antecedents was not carried out by the contractor in case of the labour employed by him, this contract will be liable to be terminated forthwith.

33. The labour employed by the contractor shall not be less than 18 years of age.

34. The contractor will furnish a list of his employees who will be issued Identity cards by contractor. Identity cards with photographs having identification of firm’s name, Tender No., age, name , father

Page 18: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 18 of 34

Of the Tenderer

name & address of the contractor staff & validity pasted and attested by the contractor to all labourers engaged for the above job. A sample of the same has to be submitted to authorized representative of Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar before issue.

35. In order to avoid frequent issue of identity cards, on security account, it should be ensured by the contractor that the staff employed by him is not shifted frequently. In this respect it is normally expected that a staff once employed will work at least for six months. Only in rare circumstance, this condition will be relaxed with the personal approval of controlling officer of Assistant Grade.

36. The cancellation of the contract may be either for whole or part of the contract at CMS/JUDW’s option. In the event of CMS/JUDW terminating this contract in whole or in part he may procure upon such terms and in such manner as he deems appropriate, supplies/services/work similar to those so terminated and if risk contract is not rendered possible for any reason in which event the contractor shall be liable to CMS/JUDW for any excess cost for such similar supplies/services/work provided that the contractor shall continue the performance of this contract to the extent not terminated under the provisions of this clause.

37. The tender/s shall not increase his/their rate in case the railway administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawal of the original offer and if not agreed for reduction, rates originally quoted will be binding on the tender/s.

38. The provision of clauses 62, 63 & 64 of the General Conditions of contract for Works will be applicable for settlement of claims or disputes between the contractor and Railway Administration.

39. If for any reason the contract goes under arbitration, the decision taken by the Railway Administration for appointing an arbitrator will binding upon the contractor.

40. In case of any dispute the decision of Chief Medical Supdt., N. Rly., Extra Div. Hospital , Jagadhri Workshop, Yamuna Nagar will be final.

41. If for any reason the contract goes under arbitration, the decision taken by the Railway Administration for appointing an arbitrator will binding upon the contractor.

42. After arbitration, all disputes are subject to the Jurisdiction of the Distt. Court Jagadhri only. If contractor is not satisfied with the decision of arbitration.

43. The contractor shall be responsible for fulfilling all his obligations towards the persons deployed under law, namely, under the Minimum Wages Act, Contract Labour Act, P.F. Act, ESI Act, Maternity Benefit Act, Shops & Establishment Act, Bonus Act, etc. as applicable and amended from time to time.

44. Tenderer shall pay necessary taxes, such as service tax, Central excise duty, customs duty, EPF, ESI etc whichever applicable as above to relevant authorities or any other tax/ levies of Central/State Govt.

45. The persons deployed by the contractor for the work shall be the employees of the Contractor for all intents and purpose and in no case, there shall be any relationship of employer and employees between the said persons and the Railway.

46. The contractor shall comply with the provision of the payment under section 20 & 21 of contract labour (R&A) Act 1970 and the rules made of that may be made there under in respect of all employees himself and not the Administration is responsible under the said Act for the compliance thereof.

47. The Railway Administration shall not be bound to accept the lowest tender or to assign any reason for non acceptance/rejections of the tender.

Page 19: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 19 of 34

Of the Tenderer

48. Railway reserves the right to terminate the contract at any point of time during the period of execution without assigning any reason.

49. Non-compliance with any of the conditions set-forth herein above is liable to result in the tender being rejected.

50. Tenderer must submit the following details regarding him & his sister concerns.

S. No.

Name of

firm Address

TIN NO.

Name of proprietor

PAN NO.

1 Tenderer

2 Sister

Concerns

3

Note: In case of partners at S.NO.1, kindly submit copy of partnership deed.

51. Tenderer must submit the following communication details regarding him :

Name of tenderer : ______________________________

Firm’s address : ______________________________ : ______________________________ Telephone Numbers : ______________________________ Fax Numbers (if any) : ______________________________ Mobile Numbers : ______________________________ E mail Address (Compulsory): ______________________________

Page 20: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 20 of 34

Of the Tenderer

Section –III

SCOPE OF WORK & SPECIAL CONDITIONS OF CONTRACT

The following special conditions shall apply to the contract for the execution of work. But where they differ from the General condition, the special conditions shall over-ride the General condition. 1. Contractor will start the work within 15 days after receipt of order. 2. Contractor will have to provide factory made Ambulance (Maruti Omini or its equivalent ) not older

than 2014 model. 3. Contractor has to provide drivers with valid driving licenses for round the clock duty . The driver shall

also be responsible for cleanliness, maintenance, repairs etc. of ambulance. Ambulance should be available/stationed within the campus of hospital.

4. Contractor has to provide one attendant for round the clock duty for rendering assistance in transporting the patients.

5. The maintenance of Ambulance, fuel, safety and security of Driver and attendant and loading and unloading of patient in the Ambulance will be the entire responsibility of the contractor.

6. Ambulance must be available for 24 hours in the JUDW hospital. 7. Ambulance will run within municipal area of Jagadhri and also out side places like Divisional Hospital

Ambala, PGI Chandigarh, Central Hospital Delhi and accident site etc. 8. Ambulance will also be used for shifting of lady medical officers during their night duties calls from

their residences and back in between 20.00 hrs to 08.00 hrs. 9. Ambulance will also be used for shifting of Doctors and paramedical staff in case of any railway

accident in adjoining area of Jagadhri. 10. Ambulance will also be used for shifting to family planning cases (Tubectomy) patient having full

plaster on lower limbs, unconscious and not able to move or as deemed fit by the AMO from hospital to residence, on the recommendation of authorized medical officer.

11. Ambulance will also be used in any circumstance as deemed fit by the Chief Medical Superintendent. 12. Contractor will have to arrange registration and insurance of ambulance with the transport authorities

and be responsible for any damage or injury to the staff provided by him. Railway will not be responsible for any damage to ambulance or the staff.

13. Contractor will have to assure payment of minimum wages to the staff appointed by them as per minimum wages ACT 1959 in accordance to state Govt. As per provision of the Contract Labour(Regulations & Abolition) Act 1970, contractor should strictly adhere to contract labour laws

14. Contractor will have to maintain the ambulance in running condition In case of service, repair, breakdown and in case of ambulance has gone out of station, contractor will have to provide alternative vehicle.

15. Ambulance driver and attendant will report to sister on duty regarding movement of ambulance. 16. Contract shall be valid for two years 17. In case of any dispute on the matter the decision of Chief Medical Supdt/JUDW or his authorized

representative will be final and acceptable to contractor. 18. If railway administration has to hire a other private vehicle/ambulance then the actual cost of hiring

will be deducted from the monthly bill. 19. Ambulance will run within municipal area of Jagadhri and also outside places like Divisional Hospital

Ambala, PGI Chandigarh,NR Central Hospital/New Delhi and nearby railway stations in case of accident etc. and any other place as asked by CMS/MS of the hospital.

Page 21: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 21 of 34

Of the Tenderer

20. In case of ambulance being used for shifting patients to outside places, the contractor shall have to arrange alternative vehicle for local running.

21. Contract shall be valid for two years from date of issue of Letter of acceptance. 22. Availability of oxygen cylinder& First aid box in the ambulance should be provided & ensured by the

contractor 23. The contractor will be required to quote two rates in Schedule of Rate.

(i)For within the municipal limits of Jagadhri (consolidated amount per month) (ii)For outside municipal limits of Jagadhri i.e. ( for going to PGI Chandigarh, Ambala hospital, Northern Railway Central Hospital Delhi etc.)--------Rate in Rs./Km.

24. PENALTY CLAUSE:

a) If the contractor fails to provide the ambulance at any day or part thereof, a penalty of Rs. 500/- per day shall be levied.

b) In case of abnormal delay in reporting of Ambulance or driver or attendant not present on duty, penalty of Rs 500/- per day will be imposed and will be deducted from the monthly bills.

c) Any tempering found within the meter(s) of the Ambulance(s) shall result in imposition of heavy penalty, which shall be equivalent to Rs. 2000/- and thereafter shall be imposed on every occasion. Notwithstanding anything stated above, detection of such mistake may lead to discharge/termination of service at the discretion of CMS/JUDW of hiring Ambulance along with forfeiture of security deposit.

d) Ambulance supplied by the firm will be regularly inspected by the nominated officers for the purpose and in case of non compliance of any of the conditions, if brought to the notice by the users or the inspecting officer, a penalty of Rs 500/ - on each fault will be imposed.

e) If it is observed at any time by Railway administration that the performance of the tenderer(s) in execution of the various activities as mentioned above or part of the activities is not satisfactory or against the interests of railways, then appropriate penalty will be imposed as deemed fit. The decision of Railway Administration in the above matter will be final and binding on the contractor.The decision of authorized representative of Chief Medical Superintendent. Jagadhri W/shop regarding the imposition of penalties is final and binding on the contractor.

25. PAYMENT CLAUSE

a) No advance payment shall be made to the contractor in any circumstances.

b) Monthly bill will be prepared by matron in charge indoor and countersigned and passed by doctors

in charge indoor for payment by accounts department.

c) Payment to the contractor shall be made after completion of each month on satisfactory report

certificate issue by Matron/Indoor. d) The contractor shall be paid through Electronic Fund Transfer, for which advance information regarding

EFT details shall be provided by the contractor as per Annexure- A.

Page 22: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 22 of 34

Of the Tenderer

26. EXTENSION IN QUANTITY -

CMS/Extra Divisional Hospital , Northern Railway reserves the right to increase /decrease quantity

of up to 50% at following rate, terms and conditions:

1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade;

(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender;

(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender;

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

(b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value.

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of FA&CAO / FA&CAO(C) and approval of General Manager.

3. In cases where decrease is involved during execution of contract :

(a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence.

(b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work.

27. UNDERTAKING BY THE TENDERER FOR SPECIAL CONDITIONS:

I/we have read and under stood the Special Conditions of this tender and agree to abide by them and also

agree to work in accordance to these Special Conditions.

Page 23: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 23 of 34

Of the Tenderer

ESSENTIAL CONDITIONS

Here are some essential conditions to be fulfilled by the Contractor at the time of submission of their offer failing which their offer shall be rejected:

a. The Contractor shall submit the ownership deed of the Ambulance & attested copy of Registration Certificate of the ambulance.

b. The contractor should have at least one year experience of running the ambulance service in any govt. organization or prestigious medical institution & he should submit proof of experience while submitting the tender.

c. The contractor will submit proof of personal address & contact telephone number of himself, driver and attendant with the tender documents. Proof of address –Aadhar card/Ration card/Driving license/Copy of bank passbook/Electricity bills/Telephone bills. Name of contractor Telphone/Mobile no.

Name of driver Mobile no.

Name of attendent Mobile no.

which will remain in use during whole contract period. Any change in this respect will be given to the notice of Railway Authority immediately, otherwise penalty of Rs. 1000/- shall be imposed against the contractor.

Page 24: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 24 of 34

Of the Tenderer

Section–IV

SCHEDULE OF RATES

Description of work: - Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop

Period of Duty Hours: - 24 Hrs. with Ambulance Van, Driver & Attendants. Period of Contract: Two years from the date of issue of letter of acceptance Estimated Tender Value: Rs. 7,71,480/-

Description of Work : Rates in Rs. In figure In Words

1. Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/ Jagadhri Workshop for within the municipal limits of Jagadhri (consolidated amount) Rate per month Rate per month

2. Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/ Jagadhri Workshop for outside municipal limits of Jagadhri i.e. (for going to PGI Chandigarh, Ambala hospital, Northern Railway Central Hospital Delhi etc.) Rate per Kilometer Rate per Kilometer

Note: 1. Tenderer must quote his rate per month for S.No. 1 of above table and rate per kilometer for S.No. 2 of the

table. 2. The rate quoted above should be inclusive of all taxes i.e. Service Tax or any other taxes , labour

expenditure material cost etc. and no separate charges would be paid whatsoever. 3. Rate should be legibly written both in figure and words. In case of any difference, rates quoted in words will be

treated final. 4. In case, the tenderer/s quote/s multiple rates, the offer will be treated as incomplete and shall be summarily

rejected. 5. Schedule of Rates must be filled in the Performa above. No separate sheet / s or paper/s should be attached to the

tender form for submitting the Schedule of rates. 6. Tenderers are requested to go through special conditions before filling up the above rates.

It is certified that I/We have inspected the site of work & acquainted myself/ourselves with local conditions.

Sign. of the tenderer

Name: Address:

Page 25: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 25 of 34

Of the Tenderer

ANNEXURE-A

NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM (NEW)

S.No Description Details

1. Name of City

2. Bank Code No.

3. Bank’s Name

4.

Branch Address with PIN Code

5. Branch Telephone /Fax No.

6. Supplier’s/ Contractor‘s Account No.

7. Type of Account

8. IFSC code for NEFT

9. IFSC code for RTGS

10. Contractor ‘s name as per Account

11. Current and Valid PAN No. (Compulsory)

12. Telephone No. of Contractor

13. Contractor ‘s E-mail ID ( Compulsory)

14. Cell phone No. of Contractor

Please enclosed a Cancelled Cheque

I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold the user institution responsible.

Signature of Contractor with

Stamp &Address Confirmed by Bank. Certified that particulars furnished above are correct as per our records Bank’s Stamp

Page 26: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 26 of 34

Of the Tenderer

Annexure-“B” NORTHERN RAILWAY

AGREEMENT OF WORKS Total approximate value of the work Rs……………………………

(Rs………………………………………………………………………) OPEN TENDER NOTICE NO. ……………………………………

Contract agreement No. …………………… Date……………………… 1. ARTICLES OF AGREEMENT made this ……Day of the…… 2016 ‘between the President of India acting through the Railway Administration hereinafter called the “Railway” of the one part and M/s…………………………………………………………… hereinafter called the “Contractor” of the other part.

2. WHEREAS the contractor has agreed with the Railway for the performance of works

“………………………………………………………………………………………………………………………………………………………………………………………………………………………” set forth in the Contract and Specifications of Northern Railway and Special Conditions and Special specifications, if any, and in conformity with the drawings here into annexed AND WHEREAS the performance of the said works is an act in which the public are interested.

3. NOW THIS INDENTURE WITNESSETH that in consideration of the payments to be made by the Railway, the Contractor will duly perform the said work in the said schedule set forth and shall execute the same with great promptness, care and accuracy in a workmanlike manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings and said conditions of contract on or before……2016 and will maintain the said work for a period of 24 calendar months from the certified date of their completion and will observe, fulfill and keep all the conditions therein mentioned which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein, AND the Railway both hereby agree that if the contractor shall duly perform the said work in the manner aforesaid and observe and keep the said terms and conditions the Railway will pay or cause to be paid to the contractor for the said work on the final completion there of the amount due in respect there of at the rates specified in the schedule hereto annexed.

Chief Medical Supdt./Railway Hospital/JUDW

For President of India. Signature of the contractor…………………………………………………Address…………………………… Date………………… Signature of the witnesses with Address 1………………………………………………………………………… 2…………………………………………………………………………………………… Date…………………

Page 27: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 27 of 34

Of the Tenderer

Annexure –“C” Constitution of firm

1 Constitution of the Firm/concern. (Tick as applicable)

Sole Prop/Partnership Firm / Company / JV / Society

2 Full name of firm /Company / JV/Society

3 Year of formation / incorporation

4 PAN No.

5 Registered Office Address

6 Address on which correspondence regarding this tender should be done. Mobile No.

7 Name of the proprietor / partners/JV Members etc.

We have enclosed alongwith the tender, all the requisite documents pertaining to the constitution of the firm/concern/company etc. as specified in clause 26 of the General Conditions of The Tender in tender documents. I/we understand that in the absence of these documents, our tender shall be treated as having been submitted by the individual who has signed the tender documents.

Signature of tenderer

Page 28: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 28 of 34

Of the Tenderer

Annexure-“D”

Guidelines for Joint Venture/Partner ship firm for tender costing more than Rs.25 Crore. Following stipulations shall be applicable for joint venture of firms/companies and consortium and (hereinafter called JV). Joint venture/Consortium between individuals will not be accepted. Maximum No. parties in the JV/Consortium should not be more than three. 1. One of the partners who are responsible for executing a major component of the proposed contract shall be

nominated as being in-charge during the execution. He will be called the lead partner and shall be authorized to incur all liabilities and receive instructions for and on behalf of all partners of the Joint Venture/Consortium. This authorization shall be evidenced by submitting a power of attorney signed be legally authorized representative of all the partners of JV/Consortium with further stipulation that it shall be valid for the entire period of completion / extended period of the work including maintenance period.

2. All partners/constituents of JV/Consortium shall be jointly and severally liable / responsible for the successful completion of the work as per the terms and conditions of the agreement of the contract agreement irrespective of their share and role specified in JV agreement.

3. A copy of Joint Venture agreement on non-judicial stamp paper duly attested by Notary Public with seal and revenue stamp affixed thereon shall be submitted along with the tender. No JV will be accepted after submission of the tender bid. However, the Joint Venture agreement will be got duly registered before the Registrar of Firm or any nominated authority under the law of the land before the contract is awarded.

4. Joint Venture agreement shall include among other thing the joint venture objective, the proposed management structure, contribution of each constituent, role and responsibility of each partner covering all aspects of the planning and successful execution of the work, the commitment of the partners to the joint and several liability for due performance.

5. In addition recourse/sanctions within joint venture in the event of default/withdrawal of any partner and arrangement for providing the required indemnities shall be spelt out and shall be binding on each partner of the joint venture.

6. The arrangement for investment and other resources required for successful execution of work under joint venture shall be spelt out.

7. The share of profit and loss of each constituent of the Joint Venture shall be clearly spelled out. 8. Tender should be purchased in the name of JV/Consortium, Earnest Money and or Bank Guarantee shall also be

in the name of JV/Consortium. 9. Every partner of JV should have good credentials. Technical and financial capacity of the JV / Consortium shall

be adjudged based on satisfactory fulfilment of all the below mentioned clauses:- 10. A) Each member of the JV/Consortium must have individually completed at least one construction work of

value more than 1/6th value of the tender cost in last three years i.e. assessment years & three previous financial years upto the date of opening of tender. B) At least one of the member of the JV/Consortium must have satisfactory completed at least one similar

single work for minimum value of 35% of advertised tender value, in last three financial years (i.e. current year & three previous financial years) upto the date of opening of the tender.

C) Each member of the JV/Consortium should have received the total payment against satisfactory execution of all completed/ on going works of all types (not confined to similar works) during the last three financial years and in the current financial year (upto the date of opening of the tender) of a value not less than 50% of the advertised cost of work including the cost of cement and steel.

D) The arithmetic sum of annual contractual payment received by all members of the JV/Consortium in last three financial years and current financial year should be more than 150% of the tender cost.

Page 29: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 29 of 34

Of the Tenderer

Annexure-“E”

GUIDELINES FOR PARTNERSHIP DEED IN TENDERS

1. Following stipulations shall be applicable for Partnership firms except to the extent mentioned herein below, “The provision of Indian Partnership Act, 1932” shall be applicable to firm and the partners.

2. One of the partners who is responsible for executing a major component of the proposed contract shall be nominated as being in-charge during the execution. He will be called the lead partner and shall be authorized to incur all liabilities and receive instructions for and on behalf of all partners of the Partnership firm. This authorization shall be evidenced by submitting a power of attorney signed by legally authorized representative of all the partners of Partnership firm with further stipulation that it shall be valid for the entire period of completion/extended period of the work including maintenance period.

3. All partners of partnership firm shall be jointly and severally liable/ responsible for the successful completion of the work as per the terms and conditions of the contract agreement irrespective of their share and role specified in partnership deed.

4. 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 partnership concern, he should submit the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with 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 exhibition of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advise, the cost of which will be chargeable with the contractor.

5. No partnership will be accepted after submission of the tender bid. 6. Partnership deed shall include among other thing as the partnership firm objective, the proposed

management structure, contribution of each constituent, role and responsibility of each partner covering all aspects of the planning and successful execution of the work, the commitment of the partners to the joint & several liability for due performance.

7. In addition recourse/sanction within partnership deed in the event of the default/withdrawal of any partner and arrangement for providing the require indemnities shall be spelt out and shall be binding on each partner of the partnership firm.

8. The arrangement for investments and other resources required for successful exhibition of work under partnership firm shall be spelt out.

9. The share of profit & loss of each partner of the partnership firm shall be clearly spelled out. 10 The tender should be purchase in the name of partnership firm. 11 (a) The technical criteria must be fully met with by any of the partner in the partner ship firm based

on his proportionate percentage of partnership in the earlier partnership firm. (b) With regard to the financial criteria, the sum total of the strength of each the partner in the

previous firms in that proportion will be added. (c) During assessment of eligibility criteria, the proportion of their strength in the new partnership

firm shall not be taken into consideration.

Page 30: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 30 of 34

Of the Tenderer

Annexure-“F” Guidelines for submitting tenders by Partnership Firms and their Eligibility Criteria.

1. The Partnership Firms participating in the tender should be legally valid under the provisions of Indian Partnership Act.

2. Partnership Firms are eligible to quote tender any value. 3. The partnership firm should have been in existence or should have been formed prior

to submission of tender. Partnership firm should have either been registered with the competent registrar or the partnership deed should have been notarized prior to date of tender opening as per Indian partnership Act.

4. Separate identity/name should be given to the partnership firm. The partnership firm should have PAN/TAN number in its own name and PAN/TAN number in the name of the any of the constituent partners shall not be considered. The valid constituents of the firm shall be called partners.

5. Once the tender has been submitted, the constitution of firm shall not be allowed to be modified/altered/terminated during the validity of the tender as well as the currency of the contract except when modification becomes inevitable due to succession laws etc. in which case prior permission should be taken from Railway and in any case the minimum eligibility criteria should not get vitiated. The reconstitution of firm in such cases should be followed by a notary certified Supplementary Deed. The approval for change of constitution of the firm, in any case, shall be at the sole discretion of the Railways and the tenderer shall have no claims what so ever. Any change in the constitution of Partnership Firm after opening of tender shall be with the consent of all partners and with the signatures of all partners as that in the Partnership deed. Failure to observe this requirement shall render the offer invalid and full EMD shall be forfeited. If any partner/s withdraw from the firm after opening of the tender and before the award of the tender, the offer shall be rejected. If any new partner joins the firm after opening of tender but prior to award of contract, his/her credentials shall not qualify for consideration towards eligibility criteria either individually or in proportion to this share in the previous firm. In case the tenderer fails to inform Railway beforehand about any such change/modification in the constitution which is inevitable due to succession laws etc. and the contract is awarded to such firm, then it will be considered a breach of contract conditions liable for determination of contract under Clause 62 of General Condition of Contract.

6. A partner of the firm shall not be permitted to participate either in his individual capacity or as a partner of any other firm in the same tender.

7. The tender form shall be purchased and submitted only in the name of partnership firm and not in the name of any constituent partner.

8. One or more of the partners of the firm or any other person(s) shall be designated as the authorized parson(s) on behalf of the firm, who will be authorized by all the partners to act on behalf of the firm through a “Power of Attorney”, specifically authorizing him/them to submit & sign the tender, sign the agreement, receive payment, witness measurements, sign measurement books, make correspondences, compromise, settle, relinquish any claim(s) preferred by the firm, sign “No Claim Certificate”, refer all or any dispute to arbitration and to take similar such action in respect of the said tender/contact. Such “Power of Attorney” should be notarized/registered and submitted alongwith tender.

9. A notary certified copy of registered or notarized partnership deed shall be submitted alongwith the tender.

Page 31: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 31 of 34

Of the Tenderer

10 On award of the contract to the partnership firm, a single performance guarantee shall be submitted by the firm as per tender conditions. All the guarantee like performance guarantee, guarantee for Mobilization advance, Plant and Machineries advance shall be submitted only in the name of the partnership firm and no splitting of guarantee among the partners shall be acceptable.

11 On issue of LOA, contract agreement with partnership firm shall be executed in the name of the firm only and not in the name of any individual partner.

12 In case, the contract is awarded to a partnership firm the following undertakings shall be furnished by all the partners through a notarized affidavit, before signing of contract agreement:-

a) Joint and several liabilities - The partners of the firm to which the contract is awarded, shall be jointly and severally liable to the Railway for execution of the contract in accordance with general and special conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract in accordance with general conditions of the contract. The partners shall also be liable jointly and severally for the loss, damages caused to the Railway during the course of execution of the contract or due to non-execution of the contract or part thereof.

b) Duration of the partnership deed and partnership firm agreement- The partnership deed/partnership firm agreement shall normally not be modified, altered, terminated during the currency of contract and the maintenance period after the work is completed as contemplated in the conditions of the contract. Any change carried out by partner in the constitution of the firm without permission of Railway, shall constitute a breach of contract liable for determination of contract under Clause 62 of General Conditions of Contract.

c) Governing Laws – The partnership firm agreement shall in all respect be governed by and interpreted in accordance with the Indian laws.

d) No partner of the firm shall have the right to assign or transfer the interest right or liability in the contract without the written consent of the other partner and that of the Railway in respect of the tender/contract.

13 The tender shall clearly specify that the tender is submitted on behalf of a partnership concern. The following documents shall be submitted by the partnership firm, with the tender.

a) A copy of registered/notarized partnership deed duly authenticated by notary. b) Power of Attorney duly stamped and authenticated by a Notary Pubic or by a

magistrate from all partners of the firm in favour of one or more of the partner(s)or any other person(s) detailed in para(8)above.

c) An undertaking by all partners of the partnership firm shall be given that they have not been black listed or debarred by Railways or any other Ministry/Department of the Govt. of India/any State Govt. from participation in tenders contract on the date of opening of bids either in their individual capacity or in any firm in which they were/are partners. Concealment/wrong information in regard to above shall make the contract liable for determination under Clause 62 of General Conditions of Contact 2014.

14 Evaluation of eligibility of a partnership firm:

Page 32: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 32 of 34

Of the Tenderer

Technical and financial eligibility of the firm shall be adjudged based on satisfactory fulfillment of the following condition:

i) Technical eligibility criteria:- The tenderer should satisfy either of the following criteria:- The partnership firm shall satisfy the full requirement of technical eligibility criteria (defined in “clause 21.1 /22 of General Conditions of Tender”) in its own name and style:

OR a) In case the partnership firm does not fulfil the technical eligibility criteria in its own

name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (defined in “clause 21.1/22 of General Conditions of Tender”) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm.

ii) Financial eligibility criteria:- The tenderer shall satisfy either of the following criteria:- a) The partnership firm shall satisfy the full requirements of the financial eligibility criteria

(as defined in “clause 21.1/22 of General Conditions of Tender”) in its own name and style. OR

b) In case the partnership firm does not fulfil the financial eligibility criteria in its own name and style, but one of its partners has executed a work in the past either as a sole proprietor of a firm or as a partner in different partnership firm, then such partner of the firm shall satisfy the technical eligibility criteria (as defined in “clause 21.1/22 of General Conditions of Tender”) on the basis of his/her proportionate share in that proprietorship/partnership firm reduced further by his/her percentage share in the tendering firm.

Page 33: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 33 of 34

Of the Tenderer

Annexure- G

PROFORMA FOR CREDENTIALS FOR ELIGIBILITY- Financial (150% of the contract value)

Sr

No. Name

of work Agreement

No. Date

Agreement

Value in

Rs.

Date of

Commencement

of Work

Date of

actual

completion

on

Date of

last

Payment

Payment in last three financial years and current

financial year upto the date of opening of the tender

Value paid

to

Contractor

in Rs.

Remarks

whether

work is

completed

or in

progress

2013-14 2014-15 2015-16

2016-17

upto date

of opening

of tender (A+B+C+D)

‘A’ ‘B’ ‘C’ ‘D’

Note: Certificates from the private individuals for whom such works have been executed / being executed shall not be accepted.

Note: Additional list may be submitted separately.

Page 34: [kqyh fufonk izi= Open Tender Document ambulence.pdfFull Name of work Hiring of Ambulance Services for Extra Divisional Hospital/Northern Railway/Jagadhri Workshop Tender Cost Rs

Stamp & Signature 104-Med/Amb-JUDW/2016 Page 34 of 34

Of the Tenderer

Annexure-H Statement of works being executed/in hand by the contractor/s

S. No.

Name and

Place of

Work

Authority/Agency for whom the work is being

carried out

Date of award &

Agreement No. & date

Date of completion ( Original/

Actual)

Agreemental cost of Work / Completion Cost

Principal/technical features in brief

S.No. at which relevant certificate / documents are attached

Payment taken till

Note: Certificates from the private individuals for whom such works have been executed / being executed shall not be accepted.

Note: Additional list may be submitted separately.

----------End of Tender Document--