GOVERNMENT OF INDIA Central Railway INDIA BHUSAWAL DIVISION EXPRESSION OF INTEREST (EOD EOI NO. No. BSLIC/WKS/BOCIJL/KNW/AK/BD/AMUZI NAME OF THE WORRK FOR SUPPLY, oPERATIoN AND MAINTENANCE OF BATTERY oPERATED CARS (BOC ALONG WITH BOC OPERATORS AT JALGAON, KHANDWA, AKOLA, BADNERA& AMRAVATI RAILWAY STATIONS OVER BHUSAWAL DIVISION DIVISIONAL RAILWAY MANAGER (COMMERCIAL) COST OF EOI FORM RS.2000/- Address for Correspondence Sr. Divisional Manager (Commercial) Commercial Department, Divisional Railway Manager's Office, Bhusawa-PIN- 425201 Signature of Bidder Page 1 of 22
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
GOVERNMENT OF INDIA
Central Railway
INDIA
BHUSAWAL DIVISION
EXPRESSION OF INTEREST (EOD EOI NO. No. BSLIC/WKS/BOCIJL/KNW/AK/BD/AMUZI
NAME OF THE WORRK
FOR SUPPLY, oPERATIoN AND MAINTENANCE OF BATTERY oPERATED CARS (BOC ALONG WITH BOC OPERATORS
AT JALGAON, KHANDWA, AKOLA, BADNERA& AMRAVATI RAILWAY STATIONS OVER BHUSAWAL DIVISION
DIVISIONAL RAILWAY MANAGER (COMMERCIAL)
COST OF EOI FORM RS.2000/-
Address for Correspondence
Sr. Divisional Manager (Commercial)
Commercial Department,
Divisional Railway Manager's Office,
Bhusawa-PIN- 425201
Signature of Bidder Page 1 of 22
Central Railway
On behalf of the President of India, Divisional Rail way Manager (Commercial), Central Railway,
Bhusawal Division invites sealed open Expression of Interest (EO1) for the following wonk
1EOI Notice No. No. BSLIC/WKS/BOC/ JL/KNWIAK/BD/AMI/21 Name of the Work with its Expression of Interest (EO) for supply, operation and location
2 maintenance of Battery Operated Cars (BOC) along with
BOC operators at Jalgaon, Khandwa, Akola, Badnera &
Amravati Railway stations over Bhusawal Division.
Single packet system. Rs. 2,000/- Non transferable.
Mode of EOI Cost of EOI fom 4
5 Sale of application From 24/02/2021 up to 11:00 hrs on 17/03/2021 with
information booklet. Validity of offer 6 30 days from the date of opening of the EOI.
7 Earnest money to be deposited Earnest Money Deposit will be Rs. 25,000 (Rs. Twenty five thousand) per BOC.
05 years. (EMD)
8 Period of Work 9 Address of the office from where Office of the Divisional Railway Manager (Commercial)
Central Railway, Bhusawal. the EOI form can be purchased Date & Time for Submission and EOI Box closing Date& Time: 17/03/2021 at 15:00 hrs
opening of EOI 10
EOI Box opening Date & Time: 17/03/2021 at 15:30 hrs at
Office of the Divisional Railway Manager (Commercial)
Central Railway, Bhusawal. EOI document can be downloaded from the Central 11 Website particulars
Railway website www.cr.indianrailways.gov.in.
The time for Closing of EOI box will be as per Clock Available at main hall of Commercial Section, Sr.
DCMs office, Bhusawal in case, due to any reason, holiday is declared on opening date; the EOI box shall
be opened on next working day on same time schedule.
This EOI document (in füll) downloaded along with the various documents are required to be
submitted as per the EOI conditions, in a sealed cover, duly subscribing with the name of the work,
EOI notice number and date of submission of EOI, downloaded from the internet, etc. and the same
should be dropped in the EOI box kept in Office of Sr. Divisional Manager (Commercial), Central
Railway Bhusawal, before the date and time stipulated in the EOI document.
3
The EOI documents are available on Central Railway website i.e. www.cr.indianrailways.gov.in/
and the same can be downloaded and used as EOI document. The cost of EOI document as 4
indicated in the EOI document will have to be deposited by the bidder in the form of Demand Draft
(DD)/Money Receipt (MR) pay able in favour of Sr. Divisional Finance Manager, C. Railway.
Bhusawal, along with the EOI document. This should be enclosed as a separate demand draft and
not included in the Earnest money. A single demand draft for the cost of EOI form and Earnest
Money Deposit will not be accepted, both should be deposited separately. EOI not accompanied with the demand draft towards the cost of the EOl document will be summarily rejected.
The applicants shall deposit EMD of Rs.25000/- in the form of Demand Draft (DD), in favour of 5
Senior Divisional Finance Manager, Central Railway, Bhusawal. EOI submitted without EMDD
or with less amount of earnest money will be summarily rejected.
It is the responsibility of the applicants to check any correction or any modifications published subsequently in Central Railway Website and the same shall be taken into account while submitting
the EOI. Applicants shall download corrigendum (if any), print it out, sign and attach it with the
main EOI document. EOI document not accompanied by published corrigendum/s is liable to be
rejected. The Railway will not be responsible for any delay in downloading of EOI document from
the Internet.
6
All annexures should be produced in complete manner along with the EOI documents by the party.
with a careful perusal of the attachments given in the EOI. If any required attachments are found
incomplete, the EOI will be summarily rejected
The applicants may please note that the rate should be written in figures and in words by black or bluc point pen only. In case of ambiguity in rates offered in figures and in words, the rates offered
8
in words will be considered for evaluation.
9 The applicants should sign each page of EOl document.
Applicant/s is/are free to download EOI document at their own risk and cost for the purpose or 10 perusal as well as for using the same as EOI document for submitting the office. Master copy of the
Signature of Bidder Page 4 of 22
EOI document is available in the Office of the Sr. Divisional Manager (Comml) Central Railway, Bhusawal. After award of contract an agreement will be prepared based on the master copy of document available in the above-mentioned office. In case, any discrepancy between the EO
document downloaded from the internet and the master copy, latter shall prevail and will be binding
on the applicants. No claim on this account will be entertained. It in any EOl change / addition / deletion with malafide intention is made by the
apphcants/Contractor and the same is detected at any stage even after award of the EOl, all
necessary action including banning of business, would be taken. In addition applicant is also liable
to be prosecuted as per the Law.
Among the eligible bidders, the bidder offering lowest rate per trip will be selected. If more
than one eligible bidder quotes the same rate per trip, then the selection will be done on tn
basis of draw of lots.
11
12
If the date of receipt and opening of EOI happened to be a declared holiday at a later day the same
will be received and opened on the next working day in this office at above said timing 13
All erasures and alterations made in filling the EOI documents must be attested by initials of the
applicant. Subject to readability / legibility of errors and alterations. Over writing of figures is not
pennitted. Failure to comply either of these conditions will render the EOI liable to rejection. No
advice of any change in rate or conditions after the opening of the EOI will be entertained.
14
15 The following declaration should be given by the applicants while submitting the EOL
Internet site www.cr. modified the EOI forms in any
1. /We have downloaded the EOI form from the indianrailwavs.gov.in/ and IWe have not tampered manner. In case if the same is found to be tampered / modified, UWe understand that
my/our EOI will be sumnmarily rejected. 1/We am/are liable to be banned fronm doing
business with Railways and /or prosecuted.
Draft (DD)
.. Dated. .. issued by (name of bank & branch) 2. I/We submitting a Money Receipt (MR) Demand No.
General Terms and conditions and Instructions to Bidders
1. General Instructions: 1. Interpretation: These Regulations for Bidders and Contracts shall be read in conjunction
with the Standard General Conditions of Contract which are referred to herein and shall
be subject to modifications additions or suppression by special conditions of contract
and/or special specifications, if any, annexed to the EOI Formns.
The offers in sealed cover, for open Bidders through single packet system, on prescribed
fom are invited up to 15.00 hrs on 17/03/2021 by the Divisional Railway Manager
(Commercial) Bhusawal Division, Central Railway, for and on behalf of The President
of India, for Expression of Interest (EOI) for supply, operation and maintenance of
Battery Operated Cars (BOC) along with BOC operators at Jalgaon, Khandwa,
Akola, Badnera & Amravati Railway stations over Bhusawal Division.
The box will be sealed at 15:00 hrs on 17/03/2021 and will be opened at 15:30 hrs on
17/03/2021, thereafter, in the presence of bidders or their authorized representatives who
wish to be present. In case of any reason the office is closed on EOI opening day, then the
EOI will be received and opened at the same time and place on next working day.
The EOI should be on a prescribed fom obtainable from the office of Sr. Divisional
Commercial Manager, Divisional Railway Manager's Office, Central Railway, Bhusawal
-425201 on payment of Rs. 2,000/- or can be downloaded from the internet website 1.e.
www.cr.indianrailways.gov.in. The bidder, who wishes to participate in the EOI by
downloading from Website will have to attach a bank draft of amount equivalent to the
EOI form cost in favour of "Sr. DFM Central Railway, Bhusawal" towards the cost of
EOI Fom or original Money receipt obtained by depositing cash at any station of
Bhusawal Division. EOI Forms downloaded from Website will not be accepted without
enclosing the cost of EOI form in the shape of Bank Demand Draf/Money Receipt.
Bidder shall invariably sign on all documents/sheets before submitting EOI. The EOI
containing overwriting and alterations in the EOI documents are liable to be rejected
outright. Bidder must attest any correction made by them. No correction on the typed
script of EOI form issued by Railway Administration will be allowed. If the bidder
wished to stipulate any condition of his own, he should state this in a separate letter along
with the EOI documents. It should however, be noted that the Railway Administration
reserves the right not to consider such conditions and to reject the conditional EOI
without assigning any reasons.
All offers shall be typed or hand written neatly in English/ Hindi. Each page of the offer
must be numbered. A reference to total number of pages comprising the offer and EOI
papers must be made at the top right of the first page. The bidder should sign each page
of the EOI document. Photocopies of all the certificates, etc. submitted by bidder should
be self attested / attested by bidder as true copies, unless required to be attested by Notary
public by other conditions of EOI. No scribbling is permissible in the EOI document and in the offer papers. Bidders containing erasures and alterations in the EOI document andd in the offer papers are liable to be rejected. Any correction made by the bidder/s in
his/their entries must be attested by him/them. The bidder(s) shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and if in doubt shall bring it to the notice of the
administration, without delay. No claim for the misinterpretation shall be entertained.Also, the master EOI document available with Railway Administration shall be valid and
binding. Various Corigendum notices regarding change in any terms/condition/ description, etc may be issued, if required, before 10 days from date of submission of EOI form. The bidder must attach all corrigendum notices duly signed on all pages with the EOI
1.
111.
iv
.
Vi.
VI.
viil.
document. The bidder must obtain all the information which may be necessary for the purpose of filling the EOI on his own responsibility and cost. Also the bidder must acquaint himself
1X.
Signature of Bidder Page 6 of 22
and get satisfied with all local conditions, means of access to the nature of work and all
matters pertaining thereto.
If the bidder/s deliberately give/s wrong information in his/their EO1, create/s
Circumstances for the acceptance of his/their EOl, the Railway reserves the right to reject
such EOI at any stage.
2. Definition:- In these Regulations for bidders and Contracts the following terms shall have the
meanings assigned hereunder except where the context otherwise requires.
"Railway shall mean the President of the Republic of India or the Administrative
Officers of the Railway or Successor Railway authorized to deal with any matters, which
these presents are concerned on his behalf.
.
General Manager" shall mean the Officer-in-Charge of the general superintendence and
control of the Zonal Railway/Production Units and shall also include the General
Manager (Construction) and shall mean and include their successors, of the Successor
Railway.
11.
Principal Chief Commercial Manager means the officer in administrative charge of
Commercial Department of Zonal Railway.
"Divisional Railway Manager" shall mean the Officer in charge of a Division of the
Zonal Railway and shall mean and include the Divisional Railway Manager of the
Successor Railway. Sr. DCM: Sr. Divisional Commercial Manager or Divisional Railway Manager
(Commercial) means the officer in-charge of the Commercial Branch of the Division of
means the officer in-charge of the Accounts Branch of the Division of the Zonal Railway.
DCM: Divisional Commercial Manager: An officer of the Commercial Branch of the
Division of the Zonal Railway.
ACM: Assistant Commercial Manager: An officer of the Commercial Branch of the
Division of the Zonal Railway.
A0: Area Officer: An officer of the Traffic Branch of the Division of the Zonal Railway.
"Bidder"/ "Bidders" shall mean the person / the fim / co-operative or company whether
incorporated or not who producing EOI for the works with a view to execute the works
on contract with the Railway and shall include their personal representatives, successors
and permitted assigns. "Limited EOI" shall mean EOI invited from all or some Contractors on the approved or
selected list of Contractors with the Railway.
"Open Eor" shall mean the EOI invited in open and public manner and with adequate
vi.
Vil.
Vi11.
X.
X.
X1
X1.
notice. "Works" shall mean the works contemplated in the drawings and schedules set forth in
the EOI forms and required to be executed according to the specifications.
"Specifications" shall mean the Specifications for Materials and Works of the Railway as
specified under the authority of the Ministry of Railways or Chief Engineer or as
amplified, added to or superseded by special specifications if any, appended to the EOI
x11.
XIV.
Forms. "Drawings" shall mean the maps, drawings, plans and tracings or prints thereof annexed
XV. to the EOI Forms.
Letter of Acceptance (LOA) - the letter of acceptance means the letter of acceptance, of
successful bidder's offer, issued by Railway Administration.
Letter of Authority Letter of Authority means the letter issued by Railway
Administration permitting comnmencement of work.
Commencement of Date of Contract means the date from which the contract of work
xvi.
XV11.
xvii. starts.
Expiry Date means the last date of the contract period.
Year means the period of 36S days from the date of commencement of the contract and
subsequent years of same days.
xIX. XX.
Signature of Bidder Page 7 of 22
Quarterly Period means the period of three calendar months.
BOC: Battery Operated Cars. XXI.
XX11
3. Method of Expression of interest -The EOI will be under Single packet system. Bidder may
note the following conditions and the following documents should be mandatorily enclosed, in
absence of which the EOI offer will be summarily rejected:- Offer letter / EOI documents and corrigendum notices (if any) in original along with all
annexure, duly signed on all pages.
EOI form cost Rs. 2,000/- (Rs. Two thousand only) in the form of Demand Draft / Money
Receipt which should be kept inside (if down loaded from Internet). In absence of EOI
form cost, the EOl offer will be summarily rejected. Demand Draft issued by Scheduled Commercial Banks in favour of "Senior Divisional
Finance Manager, Central Railway, Bhusawal". Money Receipt (MR) may be
obtained by depositing cash at any railway station over Bhusawal Division of Central
Railway only. The earnest money should be furnished in the form of Demand Draft and should
be drawn in favour of Senior Divisional Finance Manager, Central Railway,
Bhusawal. In absence of EMD the EOl offer will be summarily rejected.
Document for identity proof and address proof which may be self attested copy of
Driving license/ Voter's ID/ PAN Card/ Aadhar card/.
The tenderer should submit attested copy of; in case of:
Partnership fims
11.
11.
iv
.
vi Certified Copy of Partnership Deed and Registration
certificate should be submitted.
Co-operative society Certified Copy of Registration Certificate should be
submitted
Joint Stock Companies Certified Copy of Memorandum and Article of Association
and Incorporation Certificate should be submitted.
Non-GovernmentCertified Copy of Registration Certificate should be
Organization submitted as a proof.
Name of organization / firm/ co-operative societies / NGO's etc and their proprietor with
documentary proof should be also be attached, if any.
A single person trading under organization/ co-operative society/ NGO's etc should sign
organization/ co-operative society/ NGO's name and then underneath his own name in
full. Further, the copy of Registration Certificate under which Organization/ Co-operative
society/ NGO is registered with Registrar Government Organization / Private
Organization etc must be enclosed with the EOIL (NGO's / Co-operative societies/
Organizations must submit authentic certificate in proof that they are registered)
Any other relevant information documents, which the bidder / s may consider
appropriate, including their expertise and experience in the areas for which EOI have
been invited.
The BOC should be manufactured not older than one year. Necessary supporting
documents in this regard shall be submitted by the selected bidder before commencement
VI
Vi1
1X.
of contract.
The bidder should offer rates only in the financial bid. The financial bid of the EOI
document will only contain the schedule of rates as per Annexure "A". Bidder shall
quote his/ their rate.
XI.
Signature of Bidder Page 8 of 22
The rates quoted must be inclusive of all taxes and levies etc. like GST and the offer
will be treated as all inclusive. No reimbursement like taxes and levies, etc shall be
given to contractor. Conditional and ambiguous offers are liable to be rejected. The Railway Administration will not accept EOI wherein the bidders or their authorized
agents have given conditional offer. Such offers are liable to be rejected. EOI shall be submitted in the prescribed forms failing which they are liable to be
rejected. If a bidder expires after the submission of the EOI or after the acceptance, of his EOI, the
Railway Administration may deem to be treated such EOI or contract as cancelled. If a
partner of a firm expires after submission of his/their EOl or after acceptance of his/their
EOI, the Railway Administration may deem such EOI or contract as cancelled unless the
fim retains its original character Partnership deeds, Power of Attorney etc: The bidder shall clearly specify whether the
EOI is submitted on his own or on behalf of a partnership concern. If the EOI 1s
submitted on behalf of partnership concern, he should submit the certified copy of
partnership deed along with the EOl and authorization to sign the EOI documents on
behalf of partnership firm. If these documents are not enclosed with the EOI documents,
the EOI will be treated as having been submitted by individual signing the EOI
documents. The Railway will not be bound by any power of attorney granted by the
bidder 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 bidder / bidders whether sole proprietor, a limited company or a partnership firm if
they want to act through agent or individual partner(s) should submit along with the EOI
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(s) of the firm
or any other person specifically authorizing him/them to submit the EOl, sign the
agreement, receive money
compromise, settle, relinquish any claim(s) preferred by the firm and sign "No Claim
Certificate" and refer all or any disputes to arbitration.
XII.
Xil. XIv.
XV.
XV1.
XV11.
xvii.
witness measurements, sign measurement books,
xix. The EOI forms are not transferable. The cost of EOI document is not refundable.
4. Note:- The bidder must give all the required documents mentioned above. If the bidder does not
fulfill the eligibility conditions as mentioned above, the bidder will be disqualified.
In the event of the EOI being submitted by the partnership firm / private limited
company, it must be signed by all partner(s) / director(s) or on his/their behalf by a
person holding a valid power of attorney authorizing him to do so. EOI not accompanied
11.
by such documents will not be considered.Bidder should note that in the event of non-fulfillment of any of the above mentioned
technical criteria, the offer would be considered to be technically invalid. 5. Compliance to EOI conditions & Specifications: The intending bidder is advised to physically
check the location and conditions of the BOC operational areas, surroundings of sites of BOC
operational areas at Railway station. The intending bidder can approach the commercial section and officers for any other information and clarifications from the date of issue of Notice Inviting EOI. Any submission of a quotation by the bidder for EOI shall be deemed to have been done after a careful checking and understanding of locations and latest position of BOC operational
i.
areas to avoid difficulties or problems later on.
6. Security Deposit- The bidder shall deposit Security Deposit (SD) of Rs.25000/- in the form of FDRTDR/STDR issued by Nationalized/ Scheduled/ Commercial Bank valid for a period of 66 months within 15 days from issue date of Letter of Acceptance. Security Deposit in the form of FDR/TDR/STDR, should be properly drawn in favour of Senior Divisional Finance Manager, Central Railway, Bhusawal. Railway Administration shall have right to adjust the security deposit in part/in full for any loss sustained by the Railway in dues whatsoever arising out of this
Signature of Bidder Page 9 of 22
contract or any other contract between the parties hercto, or duc to any brcach of the agreeinen.
Security Deposit will be refunded on satisfactory completion of the contract period taking into
consideration that al Railway dues are cleared. The bidder will have to submit a "No Claim
certificate issued by other departments before their Security Deposit is relcased
7. Earnest Money Deposit (EMD): The bidder shall deposit EMD of Rs. 25000/- in favour of Senior Divisional Finance
Manager, Central Railway, Bhusawal. EOI submitted without EMD or with less amount
of carnest moncy will be summarily rejected.
The earmest money of the unsuccessful bidders shall be returned to the bidders. Railway
shall not be liable for any loss or depreciation of the EMD while in their possession nor
be liable to pay to interest thereon.
The earnest money should be furnished in the form of Demand Draft and should be
drawn in favour of Senior Divisional Finance Manager, Central Railway, Bhusawal.
Bidder should note that EMD in the form of cash or bank guarantece will not be accepted.
Government Securities, stock certification cash bonds, promissory notes, and cash
certificates, etc. will not be accepted.
No reference to the previous deposit of earnest money and security deposit for adjustment
against the present EOI will be accepted and any request for recovery from any security
deposit against present EOI will be entertained.
The earnest money shall remain deposited with the railways for the period of 30 days
from the date of opening of EOI. If the validity of the offer is extended, the earmest
money deposit duly extended shall also be furnished, failing which the offer after the
expiry of aforesaid period, shall not be considered by the railways. However, if no
decision has been communícated within 30 days, the bidders can withdraw his offer after
the expiry of the period of validity and his earnest money will be refunded.
The EMD of the successful bidder can be adjusted against the Security Deposit, if so
desired by the bidder.
i.
11.
111.
Vi.
V11.
Vi11
If the successful bidder fails to honour the contract and fails to start BOC operations
within 45 days from the date of receipt of Letter of Acceptance (LOA), of the offer then
the EMD shall be liable to be forfeited by the railways. The period to commence the
contract may be extended by the Sr. DCM on written request of the successful bidder on
merit of the case.
IX.
The railways will return the EMD of all unsuccessful bidders within reasonable time after
the finalization of the EOI.
8. The railway will not accept EOI wherein conditional offer has been given by the bidder and the
offer will be out rightly be rejected.
9 Scope of Work:- The BOC along with the operators will be deployed by the service provider as
detailed under: Number of BOC's Minimum required
Operators. Sr. No. Station
01 Badnera 01 03
01 Akola Amravati Jalgaon
02 03
03 01 03
04 01 03
05 Khandwa 01 03
10. The BOC will not be left unmanned at any given point of time at any place.
1. BOC can be run only on PF No 01/02 & PF No 05 and circulating area on city side because ramp
is not available on FOB landing at PF No 03/04 & PF No. 06 at Khandwa Railway station.
12. BOC can be run through pathway after the dead end at Amravati Railway station.
13. Ramp of FOB is narrow at Jalgaon on PF No. 1/2 & Khandwa on PF No 1/2. Hence BOC dimensions are reduced for Jalgaon & Khandwa stations. Details are as under
Signature of Bidder Page 10 of 22
Required dimension of BOC
Sr Name of Details of ramp station No Maximum Maximum Badnera Old FOB width is 2.44 mts and
ramps width is 3.66 mts 01 width
1.2 Mis
1.2 Mts.
length 2.6 Mts (8.5 feet)
2.6 Mts. (8.5
feet) 02 Akola New FOB BD End FOB width- 6.00 mts
All Ramp width- 3.66 mts.
AmravatBOC will be run through pathway 1.2 Mts.
on dead end of platform.
New FOB (BSL end) FOB width-
2.6 Mts. (8.5
feet) 2.1 Mts. (7.00
fect)
03 i 1.00 Mts.
04 Jalgaon 6.00 m.
3.00 m City side ramp size
PF No. I /2 ramp size - 1.80 m
PF No. 3/4 ramp size-4.00 m PF No. 5/6 ramp size - 3.05 m 2.1 Mts. (7.00
feet) 1.00 Mts Khandw New FOB (BSL end)
FOB width - 6.00 mn 05
a
Near Parcel office 2.70 m
PF No. 1/2-2.44 m 14. Each BOC will be of capacity of maximum 4 seats (three passengers on four seater BOC along
with 60 Kg. luggage). 15. The BOC will be electrically powered by Batteries with provision of charging batteries.
16. The maximum charge is fixed upto Rs. 20/- per trip.
17. The service provider will quote the charge maximum upto Rs. 20/- per trip.
18. Luggage up to 60 Kg. with appropriate dimensions will be allowed free to carry in the BOC along
with passengers. Articles such as heavy trunks and long pipes will not be allowed
19. The service of BOC can be availed by passengers by advance booking on priority and for
passengers without prior booking on "First Come First Serve" basis. However, preference shall
be given to passengers who are Sr. Citizens, physically challenged, pregnant women and
medically sick.
20. No investment shall be made by Railways for provision of the BOC except providing electrical
points for charging of BOC as per the requirement and charges for installation of electrical meter
& electrical consumption charges will be paid by party. Free parking space shall be provided by
the Railway administration for the BOCs at nominated locations at the station, which will be
decided by Railway Administration. No payment of rent, wages, interest, etc. shalll be made by
Railways to BOC licensee.
21. The BOC should be manufactured not older than one year on the date of EOI opening. Before
commencement of Service the Contractor should submit the Purchase order of the BOCs' to Sr.
DCM Bhusawal.
22. The service provider shall be solely responsible for "Operation and Maintenance" of the BOC.
23. The service provider shall be responsible for payment of electricity charges as per metered
consumption and also for wages, etc. to be paid to the BOC operator as per the existing labour
law/ rules for employment of such category of persons based on the extant laws applicable. All
taxes (Central, State and Municipal)/ GST as applicable shall be borne by the service provider.
24. Site visit: - The EOl participants are advised to visit and exanmine the site of works and its
surroundings and obtain for himself on his own responsibility all information that may be
necessary for submitting the ECOl and entering into a contract for the proposed work. The cost of
visiting the site shall be borne by the EOl participant. It shall be deemed that the party has
undertaken a visit to the site of work and is aware of the site conditions prior to the submission of
the EOI documents.
25. A dedicated mobile number for each station & each BOC shall be made availability by the service
provider which would be displayed on IRCTC e-ticketing website and zonal websites of IR to
facilitate booking of BOCs
Signature of Bidder Page 1I of 22
26. The service provider on receipt of information through any means i.e verbal, SMS, mobile, etc.
will ensure that the BOCs are arranged
collected by the service provider directly from the passenger.
27. Party should also provide the facility of payment through electronic /digital means such as UP,
Google Pay, Phone pay, etc.
positioned at the required place. The charges will be
28. If the party does not start operation of the BOC within 45 days from the date of receipt of Letter
ot Acceptance (LOA), the party will be debarred by the Railway Administration from further
participation in BOC EOls of Bhusawal division for a period of 5 years along with forfeiture of
EMD. The period to commence the contract may be extended by the Sr. DCM on written request
of the successful bidder on merit of the case.
29. Display Boards- The service provider should ensure that display board containing the details of servIce
provider like Name, Mobile number, Name of operator, period of contract, serial number
of BOC, etc. is displayed at conspicuous place on each BOC.
The service provider should ensure that display board containing the rate list details of
service, etc. should be displayed at conspicuous place and two outside BOC, on each
BOC. The service provider should ensure that display board containing the rate list details of
service, Name, Mobile number, etc. are displayed at conspicuous place at station
especially at platforms, entry gates, etc. This will be free of cost for boards not more than
06 numbers. Additional boards may be displayed on payment of prevalent commercial
publicity charges by service provider.
The size of individual board should not exceed 3 feet x 2 feet. The text, design and
location of boards should be approved by ACM, before display. In case of spelling error,
location or faulty design, the same is required to be suitably corrected by service
provider. The details of electronic payment through UPI, Google Pay, Phone pay etc should be
displayed.
iü.
iv.
V.
30. Sr.DCM/Bhusawal shall be responsible for monitoring the working of this facility and for the
redressal of complaints received in this regard and would be able to view the status of bookings
and compliance for the facility.
31. The detailed instructions are available on www.indianrailways.gov.in Railway Board's
Commercial circular no. 38 of 2016 are applicable.
32. Approval of BOC will be obtained from Railway administration by successful bidder.
33. Security of BOC and its part shall be the contractor's responsibility. However, Sr.DCM/Bhusawal
will provide/ nominate suitable space if available for safe storage, to be used on day to day basis.
34. The contractor shall EOI services of BOC car 24 hours of the day programme of work and also
abide by the programme as amended and accepted by the Station Manager/ Dy.SS Commercial.
35. Any loss incurred by the Railway on account of lapse/carelessness on the part of the contractor
will be recovered from licensee/ Security Deposit.
36. Any damage to Railway structure caused during the execution of work (for e.g. damaged to
flooring, fixtures, etc.) be got rectified by the contractor with his own materials and labour.
37. Staff Deploved:- The contractor shall be independent employer and all persons engaged by him
at his own cost and expenses to carry out the agreed work under this contract shall be his
employees and not of the Railways. Railway will not be responsible for giving his employees any
temporary or regular employment in Railways. Contractor will be responsible for payment of
wages to his workers as per prevailing rate of minimum wages through Bank payment and will
give undertaking to Railways regarding payment of wages and dues to his workers under
prevailing labour and wages Act. Compensation to the staff in case of any accident, injury and
death shall be borne by the contractor. The contractor will have to submit medical report and
police character certificate of the deployed staff. I- card will be provided by the contractor and the
use of I- Card will not be valid for traveling by Rail.
Signature of Bidder Page 12 of 22
38. The BOC operator should be smartly dressed in distinctive uniforms with name badges at the
time of their duty by attired in smart & clean uniforms and safety garments like hand gloves,
masks, etc. displaying name of contractor with tagging of proper identity cards. 39. The contractor shall supply the uniforms and Photo-identity card under his name and signature
40. The contractor shall depute one responsible supervisor who can be easily contacted as and when
required by Railway Administration. 41. The transportation of the equipments and labours, etc., to station shall be responsibility of the
contractor. 42. Penalty provision imposition of penalties:-_The licensee is required to carry the work as per
schedule of the contract. For not carrying the scheduled work with prescribed equipments,
Railway administration shall be at liberty to impose penalty on the contractor in the following
manner:- Sr. Nature of deficiency/ irregularity each time Penalty each time
No 01 Up to Rs. 1000/- per complaint. For public complaints For unsatisfactory service noticed during the Up to Rs. 1000/- per inspection. 02
inspection by officers or supervisors. Penalty of per day per person less deployed, Rs. 200/- per day per person.
03 should be imposed for less deployment of labour 04 For not wearing of uniform by operators
Non working of BOC/ BOCs Rs. 100/-per operator per day: Rs.200/- Per BOC for the first
day. Rs. 400/- for the second day &
Rs. 500/- for each subsequent 05
days. 43. Rates during Negotiation:- In case the Railway Administration negotiates for decrease in rates,
such a negotiation shall not amount to cancellation or withdrawal of the original offer and the
rates originally quoted will be binding on the bidder/s. The authority for acceptance of EOI shall
rest with Central Railway Administration, which does not bind itself to accept the lowest EOI or
any EOI nor does it undertake to assign reasons for dealing to consider any particular EO or
bidders. 44. Agreements:
The successful bidder/s shall be required to execute an agreement with the President of India acting through the Divisional Railway Manager (Commercial), Central Railway,
Any special conditions / deviations stated by the bidders in covering letter submitted
along with the EOI shall be deemed as a part of offer and shall be deemed to be a part of contract only to such extent as have been explicitly been accepted by the Railway Administration. Non rejection in this regard or non-communication on the part of the Railways should not be and will not be considered as acceptance for such conditions
stated by the bidders described in this Para. If the Licensee desires to get the agreement registered as per law of the land, he shall be
solely responsible for registration of the agreement. All costs, charges and expenses of and incidental to engrossing and completing the agreement in duplicate including stamp
duty and registration charges shall be borne and paid by the Licensee. Any modification to agreement can be made with mutual consent on specific written request by licensee. The Railway Administration shall be at liberty to modify / amend
reject the same. Also, the Railway Administration shall be at liberty to modify / amend reject any of the terms and condition at any point of time which will be binding on
.
111.
iv.
licensee. Except otherwise provided wherein any agreement oral or written abandoning the tem hereof shall be of no effect and shall not be valid or binding or enforceable unless and
V.
Signature of Bidder Page 13 of 22
until the same is incorporated in a fomal supplementary agreement in writing and signed
by the parties thereof. The headings of the document/ agreement are for the ease of the reference only and shall
in no way effect the interpretation or construction of this agreement.
However, all cost of execution of agreement is to be borne by the successful bidder cven
incidental.
VI.
VI.
45. Provisions of the various Acts in force and aplicable during contract: All the charges shall be inclusive of statutory wages as per the governing Labour Laws.
This will be the entire and sole responsibility of the contractor and Railways will not
entertain any claims in this regard. The Contractor shall keep a proper record of payment
particulars etc., made to the labourer employed by him and submit certificates every
month to the conceming Administration of having done so. The records shall be made
available, if asked upon, to the Railway Administration or any person authorized by
them, for inspection. The payment made to workers shall be as per the pay1ment of
Minimum Wages Act 1948 on every 5 day of each month.
The contractor shall comply with all the labour laws such as Minimum Wages Act,
Contract Labour (Abolition and Regulation) Act, etc. and rules made there under, which
are in force or which may come into force and he shall indemnified and keep the
Railway Administration indemnified against all loses, damages, claims and costs arising
in any manner whatsoever out of through or as a result of any failure or omission on the
part of the contractor to comply with any such laws, regulations and/ or rules. The
contractor shall perform the contractual obligation on the basis of appropriate and valid
labour license obtained from the office of Regional Labour Commissioner (Central),
which is an authority under Ministry of Labour.
Further, the contractor shall indemnify Railway Administration against any expenditure
incurred by Railway Administration on failure of contractor to fulfill the statutory
obligation under the Payment Of Wages Act, Workmen's Compensation Act,
Employment of Children Act, Contract Labour (Abolition And Regulation) Act, The
Prohibition of Employ1ment as Manual Scavengers and their Rehabilitation Act- 2013,
11.
111.
etc.
46. Untoward incidence i.
The Railway administration shall not be liable to pay any compensation to the public,
due to falling of any BOC status or any other negligence of the licensee resulting in
injuries or death. The licensee shall be bound to pay any claims arising out of such
incidence as per Railway rules and shall also abide the decisions of Railway Claims
Tribunal under section 124/A of Railways Act 1989 or any other decision given by
Court of Law on this matter. The contractor and their heirs, executors and administrators shall hold the Railway Administration hamless and at all times indemnified the Railway Administration
against all claims, costs and charges for which Railway Administration shall be held
liable any act such as Payment Of Wages Act, Workmen's Compensation Act,
Employment of Children Act, Contract Labour (Abolition And Regulation) Act 1970,
The Prohibition of Employment as Manual Scavengers and their Rehabilitation Act-
2013, etc. and all expenses to which it shall be put there under both in respect of
personal injuries (within the meaning of the said Act) to them arising out of or
occasioned during the currency of this agreement through the acts of omissions whether
due to negligence or not of the contractor and Railway Administration in respect of the
injuries. Any amount if so paid by the Railway administration by way of compensation
cost; charges or expenses in this connection shall be considered reasonable & shall be reimbursed by the licensee to the Railway administration immediately on demand.
The contractor's Labour does only the specified work agreed by the contractor The contractor has to submit returns to labour Licensing oflicer, and a copy of the
certificate has to be submitted to the Railways, if required
11.
ii. iv.
Page 14 of 22 Signature of Bidder
In case of any accident of any Nature, the contractor will indemnify the Railway from
any loss caused as a result of such accident.
The contractor shall also be responsible for any damage that may cause due to the
carelessness of his workmen and will bear all consequences in this regard.
The contractor will not be entitled to any compensation for any damage or loss
Sustained by him during execution of the work for any idle labour or transport or any
loss or deterioration of material or tools, or his property.
It is contractor and contractor's operator's responsibility for safe and smooth operation
of BOC, especially on edges of platforms, ramps, etc.
Cost of replacement of any Railway's equipment/property etc., damaged due to
negligence of the contractor or his men, or due to disregard of the stipulation in the EOI
document/instructions of Station Manager, will be recovered from the contractor. The
decision of Railway Administration in this regard shall be final and binding on the
V.
VI1
vii.
VIll
IX.
contractor.
Nothing herein contained shall be constructed to create a tenancy of any claim, right, or
interest, or easement in favour of contractor over the said station premises or to permit
the contractor to transfer or to sub-let the benefit under this contract.
X.
If the contractor dies or is adjudicated as insolvent during the continuance of the
contract the contract shall be deemed as terminated and Railway reserves the right to
award the contract to eligible parties at the sole discretion of the Railway
Administration.
XI.
The provisions of Labour Laws should be strictly followed especially payment of
minimum wages under Minimum Wages Act, Bonus, PF, ESIC, Service tax, etc. In
case of assessment or liability raised against Railway Administration, the same will be
borne by contractor/ licensee or the same will be recovered from Security Deposit.
X11.
47. Other Conditions of EOl: The contract shall be governed by General conditions of Contract (GCC) March 2018
(with latest amendments, if any) and special conditions of the contract given below.
Where there is any conflict between the Special conditions and General Conditions of
contract, the former shall prevail. Any Special Conditions stated by the contractor in the
covering letter submitted along with the EOI shall be deemed to be a part of contract to
such extent only, as have explicitly been accepted by the Railway. The Railway
Administration shall give the specifications of the works or necessary instructions/
documents, as found applicable by Railway Administration, from time to time during
contractual period, for proper execution of the contract so that it is in tune with any of the
extant rules/ regulations of any government or local body. Accordingly, the contractor
shall comply. It is understood that the contractor agrees to furnish &execute, without any
extra cost, anything and everything necessary for the satisfactory working of the contract
except such items as are specifically stated as being supplied by the Railway Administration.
Licensee shall comply with and abide by the judgments passed from time to time by Hon.
Supreme Court/ High Courts or any other judiciary in the country. Instructions issued by
Railway Administration for complying with such judgments have to be followed by the
licensee. The Licensee shall be solely responsible for non-compliance of the directions of
Hon'ble Court after due infommation of the same by Railway Administration.
Amendments/ modifications/ rules/ guidelines made in policy / guidelines of BOC or any
other policy from time to time will automatically be applicable.
Display of advertisement is not allowed. However, the same could be made on payment
of commercial publicity charges at prevalent rates.
The behavior of the staff employed by the successful contractor should be polite and
courteous and they may undergo special training in customer care if required on cost of
1.
i11.
iV.
.
contractor.
Signature of Bidder Page 15 of 22
m
The employee deployed by the licensee should not do any unauthorized business im Tulway premises Consumption of alcoholic drinks or other objectionable items in station
premises shall strictly require terminating the agreement. it any unsaistactory work is attended by the Railways or the contractor failed to attend
the work the Railway shall be at liberty to cary out the work in any manner as deemed tit and reover the charges at double the rate incurred by the Railways i.e. staff cost,
material oost including supervisor charges etc. The BOC work will be camied in coordination with Railway working and under the
nstructions of Station Manager and Asst. Commercial Manager (ACM). The hoense shall pay directly GST and all other Taxes and any other charges/levies
whatever payable or hereafter become payable to the Governments, Municipal
Corporations and Local Bodies and shall abide by the Rule/ Law of land in force.
it any Ces Taxes Assessments etc. incorporated by Govemment in future i.e. during
contractual and eNtension period of contract. the Railway Administration shall be
mmune firom all such liabilities and taxes, if applicable.
The Railway Administration shall not be liable for any loss or damage however caused
to the property belonging to the licensee stocked on the Railway premises. lt wmll be the obligation on the part of the licensee to keep adequate safety and security
amangement with prior permission to safe guard the materials, BOC and installations at
his own expenses and cost.
The bidder shall also pay all rates, taxes and assessments, whatsoever payable or
hereafter to become payable to the Govermment/ Municipality or any other local body in
respect of the said premises allotted to the bidder. No claim on Railway administration shall be entertained. The Railway Administration shall not be responsible for any loss or
damage caused to the bidder due to total discontinuance of this scheme under the
agreement for any reasons what so ever.
The contract is awarded with the essence of improving passenger comfort during their visit movement at station. As such, it may be ensured that passenger comfort is not
affected during course of work Carying out work by observing and adhering to all the safety noms to prevent or control fire such as fire extinguishers, safety gadgets to staff working on tracks like luminous uniforms alarm signals etc. so as to protect their staff. Station is functional 24 Hrs a day, 365 days a year. Total no. of staff to be provided for BOC shall be available in shifts as per instructions. The BOC work shall be carried out on all the 365 days of the year including Sundays and Holidays. The contractor shall deploy his men accordingly and as per the work schedule given. The contractor shall ensure that the staff will not involve or support any unlawful activities The contractor shall be responsible for any unbecoming behavior by the staff while on
duty The staff working on duty shall not carry or consume any alcoholic drink or any other narcotic banned items. The Railway administration will be at liberty to accept any EOI quotation for in the interest of the administration without assigning any reasons and not withstanding any of the conditions mentioned herein.
xVl
Final agreement shall at all times be open to revision and amendments of all the clauses by the Railway Administration after giving 30 days notice in writing of such revision or amendment at the end of which time, any revision or amendment shall take effect unless the other party objected thereto in writing within 15 (fiteen) days after the receipt of the said notice. Subject to otherwise provided in the agreement, all notices to be given by the Railway administration and all other notices/actions to be taken on its behalf may be given or taken by the Sr. Divisional Commercial Manager or any oficer for the time being
Signature of Bidder Page 16 of 22
entrusted with the functions, duties and powers of the said Sr. Divisional Connerca Manager, Bhusawal, Central Railway. The licensee shall agree to indemnity the Railway administration against any loss or
damage to the property of the Railway administration and/ or against any clanns undet any act in force inchding workmen's compensation act made for the employees ot he Ranlway administration or any third party for death, disablement or injury to persons/or loss or damage to the property etc. or due to any reasons whatsoever, arising oul of or in
any way conneeted with the work. Any anmount if so paid by the Railway Administration
by waay ot compensation costs, charges or expenses in this connection shall be considered
reasonable and shall be reinmbursed by the licensee to the Railway Administration
immediately on demand. The licensee shall be responsible to indemnify the Railway Administration for any clamn
by any person under the provisions of the various acts enacted by the central/state
governments, such as Payment Of Wages Act. Workmen's Compensation Act,
Employment of Children Act, Contract Labour (Abolition And Regulation) Act 1970,.
ESIC. EPF, etc. Any amount if so paid by the Railway administration by way of
compensation cost; charges or expenses in this connection shall be considered reasonable
&shall be reimbursed by the licensee to the Railway administration immediately on
demand.
XNIV.
The Railway administration shall not be responsible for any damages to any financial
agencies, commercial outfits, etc. consequent on the termination of the license for
whatsoever reasons
The licensee shall not be entitled to any claim against the Railway administration for any
damages, loss, etc. which the licensee nay sustain on account of fire or any other cause
whatsoever.
XXV.
XXVI.
The employees of the Contractor will not claim for employment in Railway on
temination/completion of contract. XXVII
48. Completion period and Termination conditions:
The period of contract will be 05 years. The Railway Administration reserves the right to
teminate the contract fully or partially, without assigning any reason/ reasons at any time, by
giving notice of not less than 30 days and the Contractor shall not be entitled to any damages
or compensation by reason of such termination. If the contractor fails to carry out the contract
successfully, the Security Deposit / PG wvill be forteited. The Contractor/ Licensee reserve
the right to teminate the contract by serving 04 months advance notice expressing the same
only after completion of 12 months. Also, if licensee opt for termination of contract before 12
months, then action will be initiated as per terms and conditions of EOl, including forfeiture
of financial deposits (as per applicability). In case of breach of any of the conditions mentioned herein, the agreement shall be liable to
i1. be terminated summarily without assigning any reasons and the decision of the Divisional
Railway Manager (Commercial) in this regard will be final and binding on the licensee. In
that event, the Security Deposit / PG of the licensee shall be forfeited and fresh EOI will be
invited. No abatement in license fee will be given to the licensee. The Licensec should continue the contract as per the terms and conditions of the agreement.
If the Licensee fails to honour the contract, the Railway Administration will forfeit the
Security deposit Further, Railway Administration will initiate the legal action to recover the
due payments, if any.
ii.
Arbitration Clause - This Clause is applicable as per existing Railway general rules for
service contracts and amendment applicable fronm time to time. 49
Signature of Bidder Page 17 of 22
ANNEXURE-A
(Financial Bid)
EOI No. BSL/C/WKS/BOCI JLKNW/AK/BD/AMV21 Supply, operation and maintenance of Battery operated cars (BOC) along with BOC operators
at_ station over Bhusawal Division.
Rs. (In I/we hereby agree to collect charges of Rs. (in figures).
words) .., per trip as per schedule and as per
the terms & conditions of the contract enclosed and note below.
The bidder shall quote maximum upto Rs. 20 per trip.
Note
1. In case of difference in rates offered in figures and in words, the rates offered in words will be
considered for evaluation.
Among the eligible bidders, the bidder offering lowest rate per trip will be selected. If more than
one eligible bidder quotes the same rate per trip, then the selection will be done on the basis of
draw of lots.
2.
Luggage up to 60 Kg. with appropriate dimensions will be allowed free to carry in the BOC
along with passengers.
4. The above rates quoted by bidder / s are inclusive of all taxes and statutory liabilities/ charges,
3
etc. 5. No unaccompanied baggage/luggage will be transported.
Signature of bidder-
Name and seal of bidder---
Signature of Bidder Page 18 of 22
ANNEXURE-I
CENTRAL RAILWAY-BHUSAWAL DIVISION (EOI No. BSLCAVKS/BOCI JL/KNWIAK/BD/AMI/21)
Name of Work: Expression of Interest (EO) for supply, operation and maintenance of Battery Operated
Cars (BOC) along with BOC operators at Jalgaon, Khandwa, Akola, Badnera & Amravati Railway
stations over Bhusawal Division.
To The President of India,
Acting Through the Divisional Rail Manager (Commercial) Central Raihvay, Bhusawal.
(name of
1. /we
the contractor (s) have read the various conditions of the document attached here to and agree to
abide by the said conditions. IÁwe submitting EOI /quotation for Division. I/we also agree to keep this EOl open for acceptance for a period of 30 days from the date
tixed for opening This is subject to extension of turther period, if required by mutual agreement
trom time to time. In default thereot. I/we will be liable for forfeiture of my/our Eamest money
Deposit.
station of Bhusawal
2. /we offer to do the work for Central Railway, at the rates quoted in the attached schedule and
hereby bind myself l ourselves to complete the work in all respects within specified period from the
date of issue of letter of acceptance of the EOI.
words) Rs. (in is herewith forwarded as Earnest Money. The 3. A of Rs. sum
full value of the earnest money will stand forfeited without prejudice to any other rights or remedies
in case my/our EOl is accepted and if:-
l/we do not execute the contract documents within stipulated period days after receipt of
notice issued by the Railway that such documents are ready, and
I/we do not commence the work within 45 days from receipt of Letter of Acceptance (LOA). 11.
Until a formal agreement is prepared and executed, acceptance of this EOI 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 otter for this work.
Signature of Bidder(s) Name & Address of the Bidder(s)
(Please enclose the copy of PAN card duly attested)
L Please enclose Cancelled bank cheque.
I hereby declare that the particulars given above are corect 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. I have read the option invitation letter and agree to discharge the responsibility expected of
me as a participant under the scheme.
CThe above information should be certified by concerned Bamk)
Signature of Bidder Page 20 of 22
ANNEXURE-III
DECLARATION
he President of India "hrough the Senior Divisional Commercial Manager, entral Railway, Bhusawal Division, Bhusawal.
Sub: Expression of Interest (EOI) for supply, operation and maintenance of Battery Operated Cars (BOC)
along with BOC operators at Jalgaon, Khandwa, Akola, Badnera & Amravati Railway stations over
Bhusawal Division.
/We have physically checked the
locations/sites and condition of the operation of BOC areas, feasibility of operation of BOC on Foot Over
Bridge (FOB), platforms, ramps & circulating areas etc.
1/We have submitted the EOI after carefully checking and understanding the locations/ nature/size of
FOBs, platforms, ramps & circulating areas.
SIGNATURE OF THE BIDDER(S):
Name of Bidder:
Address:
Date
Phone No.
Signature of Bidder Page 21 of 22 wA
ANNEXURE-IV 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 Bidder)
(Name and Designation) appointed as the attomey/ Authorized signatory of the
bidder (including its constituents),
M/s (hereinafter called the bidder) for the purpose of the EOl documents for the as per the EOI No. work of of Central
Railway, do hereby solemnly affim and state on the behalf of the bidder including its constituents as
under
has 01. 1/We hereby confirm and declare that my/our fim/company M/S........ ..........***
not been banned by a Central/State Government Department/Public Sector Undertaking or
Enterprises of Central/State Government and where such ban is not in force.
02. 1/We hereby confim and declare that my/our firm/company M/..
it's any affiliated fim/company does not have any outstanding amount beyond Performance
guarantee fee in any of the contract of Commercial department with Bhusawal Division of
Central Railway.
DEPONENT
SEAL AND SIGNATURE OF THE BIDDER
VERIFICATION
I/we above named bidder do hereby solemnly affim and verify that the contents of my/our above afidavit are true and corect. Nothing has been concealed and no part of it is false.