tender documents (… · form of bank guarantee will not be accepted. the earnest money should be...

17
Tender Notice No. WKS/1182/TEN Signature of the Tenderer Page 1 of 17 Town Engineer R.D.S.O./Lucknow for& on behalf of President of Union of India TENDER DOCUMENTS 1. Tender No. WKS/1182/TEN 2. Name of work. Fogging in RDSO Campus. 3 Approximate cost of work. Rs. 3,02,016.00 4. Earnest Money. Rs. 6,040.00 5. Cost of tender document Rs. 1,000.00 By Post Rs. 1,500.00 6. Completion period. 12 (Twelve) months. Tender form available from: 16.09.2014at 10:00 hrs. Tender sale Closing date & time: 07.10.2014at 11.00 Hrs. Tender to be submitted from : 23.09.14at 10.00 Hrs. Tender to be submitted upto : 07.10.2014at 14.30 Hrs. Tender Opening date & time. : 07.10.2014at 15.00 Hrs. NOT TRANSFERABLE. ISSUED BY Town Engineer RDSO, Lucknow ISSUED TO. -------------------------------------------- -------------------------------------------- --------------------------------------------

Upload: others

Post on 30-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 1 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

TENDER DOCUMENTS

1. Tender No. WKS/1182/TEN

2. Name of work. Fogging in RDSO Campus.

3 Approximate cost of work. Rs. 3,02,016.00

4. Earnest Money. Rs. 6,040.00

5. Cost of tender document Rs. 1,000.00

By Post Rs. 1,500.00

6. Completion period.

12 (Twelve) months.

Tender form available from: 16.09.2014at 10:00 hrs.

Tender sale Closing date & time: 07.10.2014at 11.00 Hrs.

Tender to be submitted from : 23.09.14at 10.00 Hrs.

Tender to be submitted upto : 07.10.2014at 14.30 Hrs.

Tender Opening date & time. : 07.10.2014at 15.00 Hrs.

NOT TRANSFERABLE.

ISSUED BY Town Engineer

RDSO, Lucknow

ISSUED TO. --------------------------------------------

--------------------------------------------

--------------------------------------------

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 2 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

Name of work:-Fogging in RDSO Campus.

Sr.

No. Description

Page No.

From To

1.

Tender Notice 3 3

2.

Tender Form – First Sheet 4 4

3.

Tender Form – Second Sheet 5 10

4.

Special Conditions/Specifications of contract Part-I

(Non-Technical) 11 14

5.

Special Conditions/Specifications of contract Part-II

(Technical) 15 15

6.

Certificate by the Tenderer 16 16

7.

Offer Sheet/Schedule of Approx. Quantity. 17 17

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 3 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

GOVERNMENT OF INDIA

MINISTRY OF RAILWAY

RESEARCH DESIGNS & STANDARDS ORGANISATION

Manak Nagar, Lucnow-11.

Notice inviting tender

S. No.

Name of work Approx. cost (Rs.)

Cost of tender document

(Rs.)

Earnest Money (Rs.)

Completion period

Date of opening

Availability of Tender

document

1 Fogging in RDSO Campus. 3,02,016/- 1,000/- By post 1,500/-

6,040/- 12

(Twelve) months

07.10.2014 16.09.2014

The above tender will be open on 17.02.2014 at 15:00 hrs. at the RPF Chauki, RDSO, Manak Nagar,

Lucknow.

Note: - 1) Tender unaccompanied by requisite earnest money will be summarily rejected. Earnest money in the

form of Bank guarantee will not be accepted. The earnest money should be deposited in cash or in the form of FDR/TDR/DR/Banker’s cheque /DD etc. issued by State Bank of India or any Nationalized Bank or scheduled bank in favour of Executive Director, Finance, RDSO payable at Lucknow. Cash

may be deposited in the office of D.C.P.M., N.Rly., Charbagh, Lucknow and receipt enclosed with the tender document.

2) Tender form can be obtained from the office of the Town Engineer, RDSO, Manak Nagar, Lucknow on any working day from 28.01.2014 during working hours up to 11:00 hrs on 17.02.2014, on production of demand draft/pay order in favour of Executive Director, Finance, RDSO payable at Lucknow or money receipt issued by DCPM office, Northern Railway, Charbagh, Lucknow for the cost of tender document shown as above. The tender document can also be downloaded from the website of RDSO (www.rdso.indianrailways.gov.in) on or after 28.01.2014 and the cost of downloaded tender document to be submitted along with tender documents in the form of demand draft/pay order in favour of Executive Director, Finance, RDSO payable at Lucknow, failing it, offer will be summarily rejected. The cost of tender document is not refundable.

3) The tender document can also be obtained by post on request, on production of demand draft/pay order of requisite cost of Tender in favour of Executive Director, Finance, RDSO payable at Lucknow.

4) Tender form duly filled must be enclosed in a sealed cover superscripted as Tender no. WKS/1182/TEN and must be sent by register post to the address of the Town Engineer, RDSO, (Ministry of Railway), Manak Nagar, Lucknow-226011, so as to reach the office not later than 14:30 hrs. on 17.02.2014 or dropped in the special box allotted for the purpose in the office of the Town

Engineer, RDSO, Manak Nagar, Lucknow-226011 from 28.01.2014 at 10:00 hrs. to 17.02.2014 at 14.30 hrs. The tender box will be sealed at 14:30 hrs on 17.02.2014 The tender will be opened at 15:00 hrs. on same day at same place in the presence of tender(s) or their authorized representative.

5) This office will not be responsible for any type of postal delay for delivering blank tender form or

sending offer for participation.

6) The tenderer who has awarded the work will require submitting Performance Guarantee amounting to

5% of contract value.

7) Tender forms are not transferable.

8) The validity of offer for a period of 90 (Ninety) days from the date of opening of Tender.

9) In addition to above, all other terms & condition of the tender can be seen in tender document posted

on website. (www.rdso.indianrailways.gov.in).

Tender Notice No.WKS/1182/TEN

Date: 16.09.2014

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 4 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

FIRST SHEET

Name of work:-Fogging in RDSO Campus. To,

The President of India,

Acting through the Town Engineer

RDSO, Manak Nagar,

Lucknow

I/We_________________________________have read the various conditions to tender attached

hereto and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for

acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/we

will be liable for forfeiture of my/our "Earnest Money". I/we offer to do the work for Town

Engineer/Director (Civil), RDSO, Manak Nagar, Lucknow at the rates quoted in the attached schedule and

hereby bind myself/ourselves to complete the work in all respect within 12 (Twelve) months including

monsoon from the date of issue of letter of acceptance of the tender.

(2) I/we also hereby agree to abide by the General Conditions of Contract 1999 and to carry out the

work according to the Special Conditions of Contract and specifications of materials and works laid down

by the Railway in the annexed Special Conditions/Specifications and Indian Rly. Unified standard

specifications 2010 (Vol. I & II).

(3) A sum of Rs. 6,040.00 (Six thousand forty only) is herewith forwarded as Earnest Money. The

full value of the Earnest money shall stand forfeited without prejudice to any other right or remedies if: -

(a) I/we do not execute the contract documents within seven days after receipt of notice issued by the

Railway that such documents are ready and

OR

(b) I/we do not commence the work within fifteen days after receipt of orders to that effect.

(4) Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

binding contract between us subject to modification as may be mutually agreed to between us and

indicated in the letter of acceptance of my/our offer for this work.

Signature of Witness: - ----------------------------

(1) --------------------------------------- Signature of Tenderer(s)

(2) --------------------------------------- Date -----------------------

Address of the Tenderer(s)

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 5 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

TENDER FORM (SECOND SHEET)

Name of work:-Fogging in RDSO Campus.

Instructions to Tenderer and Conditions of Tender:

Tender must be enclosed in a sealed cover superscripted as Tender No. WKS/1182/TEN and must be sent

by registered post to the address of the Town Engineer, RDSO, Manak Nagar, Lucknow – 226011, so as to

reach the office not later than 14.30 hrs. on 07.10.2014 or deposited in the special box allotted for the

purpose in the office of Town Engineer, RDSO, Manak Nagar, Lucknow – 226011. The tender box will be

sealed at 14.30 hrs. on 07.10.2014. The tender will be opened on 15.00 hrs. in the presence of tenderer(s)

or their authorized representatives on 07.10.2014 at same place. The tender papers will not be sold after

11.00 hrs. on07.10.2014.

1.1 The following documents form part of tender/contract: a) Tender form - First sheet and second sheet.

b) Special Conditions/Specifications (Technical & Non-Technical).

c) Schedule of approximate quantities (attached).

d) General Conditions of Contract (G.C.C.) 1999 with all amendments.

e) Indian Rly. Unified standard specifications 2010 (Vol.I& II).

f) All general and detailed drawings pertaining to this work, which will be issued by the Engineer or his

representative (from time to time) with all changes and Modifications.

2.0 CONDITIONS OF CONTRACT AND SPECIFICATIONS; Except where specifically stated otherwise in the tender documents the work is to be carried in accordance with (i) Northern Railway General Conditions of contract and regulations and instructions to tenderer/s and standard form of contract 1999 amended from time to time & upto date (ii) Northern Railway Unified Standard Schedule of Rates (Works & Material) 2010 amended from time to time & upto date and (iii) Indian Railway Unified standard Specifications (Works and material) -2010 Volume-I & II. Copies of all these publications can be obtained from Baroda House, Norther Railway (HQ), New Delhi on payment.

3.0 SYSTEM OF TENDERING Tender will consist of one packet and to be submitted in sealed cover at the time of submitting

tender. Envelops should be super scribed as under:-

‘Fogging in RDSO Campus.’

3.1 As far as possible the tenderer(s) bid should not have any condition or specification or assumption

contrary to the provisions in these tender documents on which the tenderer(s) bid is based,

Tenderer(s) own special conditions, not in conformity with the tender specifications, are required to

be listed separately & shall be supplemented by the details of exact financial implications if

applicable. Railway will not take cognizance of any other conditions/variations from the drawings

etc. except under the format specified in the tender documents for such special conditions if any. It

needs to be emphasized that only such conditions/stipulations which are at variance with the tender

conditions codal provision stipulate in the tender documents need be mentioned, in case tenderer(s)

choice to stipulated such special condition taking into account the restrictions mentioned elsewhere

in the tender document. Only such of the special conditions/specifications stipulated by tenderer(s)

which have been specifically approved by the Railways in writing shall be deemed to have been

accepted by the Railways. The tenderer(s) conditions/stipulations/codal are at variance with the

tender conditions/codal provisions shall be withdrawn by the tenderer(s).

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 6 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

3.2 The list of documents to be attached by the tenderer(s) for this tender, duly sealed should consist of:-

(i) Earnest Money in proper form.

(ii) Key personal matrix of staff of the firm, details of infrastructures facilities.

(iii) Partnership deed if any.

(iv) Complete tender documents duly stamped & signed on each page by the tenderer(s).

(v) Authentic documents in support of his/their credentials.

(vi) Details of plants and machinery.

(vii) Permanent Account Number (PAN) issued by income tax department.

(viii) Demand draft/Pay order /Bankers cheque towards the cost of tender document in case tender

documents are down loaded from website of RDSO.

3.3 If the tenderer(s) fails to submit the authenticated documents in support of his/their credentials as specified

in tender documents, his/their tender will liable to be rejected summarily. 3.4 Tender form is not transferable.

4. Inspection of Site before Tendering, etc.

4.1 The tenderer/s is/are advised to visit the site of work and investigate actual conditions regarding nature and

conditions of soil, difficulties involved due to inadequate stacking space, due to built up area around the site,

availability of materials water and labour pr obable sites for labour camps, stores, godowns, etc. They

should also satisfy themselves as to the sources of supply and adequacy for their respective purpose of

different materials referred in the specifications and indicated in the drawings. The extent of lead and lift

involved in the execution of works and any difficulties involved in the execution of work should also be

examined before formulating the rates for complete items of works described in the schedule.No claim shall

be entertained for the contractor(s) making his/their own arrangements for approaches/ approach road from

outside railway land and contractor(s) will bear entire expenses such as road taxes, payment for right of way,

etc. to outsiders and for Construction of approaches/approach roads, etc.

5. DRAWING FOR WORKS:

5.1 The drawings for the works can be seen in the office of the Town Engineer, RDSO, Manak Nagar,

Lucknow. It should be noted by tenderer/s that these drawings are meant for general guidance only and the

railway may suitably modify them during the execution of the work according to the circumstances without

making the Railway liable for any claims on account of such changes.

5.2 The Railway Administration reserves the right to modify the plans and drawings as referred to in the special

data and specifications as also the estimate and specifications without assigning any reasons as and when

considered necessary by the railway.

5.3 It should be specifically noted that some of the detailed drawings may not have been finalized by the

Railway and will, therefore, be supplied to the contractor as and when they are finalized on demand. No

compensation whatsoever on this account shall be payable by the Railway Administration.

5.4 No claim whatsoever will be entertained by the Railway on account of any delay or hold up of the work/s

arising out delay in approval of drawings, changes, modifications, alterations additions, omission and the

site layout plans or details drawings and design and or late supply of such material as are required to be

arranged by the Railway or due to any other factor on Railway Accounts.

6. Earnest Money and Security Deposit:

6.1 The tenderer(s) is/are required to deposit a sum of Rs. 6,040.00 (Forty five thousand nine hundred

twenty only) as earnest money for due performance of stipulation to keep the offer open for the period

specified below.

6.2 The tenderer shall hold the offer open for a period of 90 (Ninety)daysfrom the date fixed for opening the

same. It is understood that the tender documents have been sold/issued to the tenderer and the tenderer is

being permitted to tender in consideration of the stipulation on his/their part that after submitting his/their

tender he will not resale from his offer or modify the terms and conditions thereof in a manner not

acceptable to the Town Engineer, RDSO, Manak Nagar, Lucknow–226011. Should the tenderer fail to

observe or comply with the foregoing stipulation, the aforesaid earnest moneyshall be forfeited to the

Railway.

6.3 In case the tenderer(s) withdraws his offer within the validity date of his/their offer or fails to undertake the

contract after acceptance of his/their tender, the full earnest moneyshall be forfeited.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 7 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

6.4 The earnest money should be in cash or in the form of Deposit Receipt, pay orders or demand drafts

executed by State Bank of India or any of the nationalized banks or by a scheduled Bank.

6.5 Guarantee bonds, Government securities (stock) certificates, bearer bonds, promissory notes, cash

certificates and cash deposited with DPM or stations etc., will not be accepted. NOTE:

(1) Deposit receipts, pay orders and demand drafts should be drawn in favour of Executive Director

Finance, RDSO, Lucknow. (2) If the name of the directors/company is added thereafter, the tenderer(s) is/are required to paste & sign

Rs.1.0 (one) Revenue stamps on backside of the deposit receipt. (3) The facility of lump-sump earnest money will not be accepted from the registered contractors of any

railway and they are required to deposit earnest money alongwith their offer.

7. Tenders containing erasures, overwriting and/or alterations of the tender documents are liable to be rejected. Any correction made by the Tenderer(s) in his/their entries must be attested.

8. If a tenderer(s) deliberately gives/give wrong information in his/their tender, or creates/create circumstances for the acceptance of his/their tender, the railway reserves the right to reject such tender at any stage.

9. 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 as cancelled unless the firm retains its character.

10. Security Deposit, Validity of Tender: 10.1 The tenderer must be accompanied with earnest money in any of the forms mentioned in the tender failing

which the tender will be summarily rejected.

10.2 If the tender is accepted, the amount of earnest money will be held as security deposit for the due and

faithful fulfillment of the contract. The earnest money of the unsuccessful tenderer(s) will, save as herein

before provided, be returned to the unsuccessful tenderer/s but the railway shall not be responsible for any

loss or depreciation that may happen to the security for the due performance of the stipulation to keep the

offer open for the period specified in the tender documents or to the earnest money while in railway's

possession not be liable to pay interest thereon.

11. SECURITY DEPOSIT & PERFORMANCE GUARANTEE: Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under:-

i. Security Deposit for each work should be 5% of the contract value. ii. The rate of recovery should be at the rate of 10% of the bill amount till the full Security Deposit is

recovered. iii. Security Deposit recovered only from the running bills of the contract and no other mode of collecting

SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards Security Deposit. iv. The security deposit shall be forfeited whenever the contract is rescinded. The Security Deposit unless

forfeited in whole or in part according to the terms and conditions shall be released to the contractor only after the expiry of the maintenance period and after passing the final bill based on ‘no claim certificate’. Thus before releasing the SD, an unconditional and unequivocal no claim certificate form the contractor concerned should be obtained. The competent authority should issue the certificate regarding the expiry of the maintenance period and passing of the final bill based on ‘no claim certificate’.

Note:- I. After the work is physically completed, security deposit recovered from the running bills of a contractor can

be returned to him if he so desires, in lieu of FDR for equivalent amount to be submitted by him. II. In case of contracts of value Rs.50 Crore and above, irrevocable Bank Guarantee can also be accepted as a

mode of obtaining security deposit. III. No. interest will be payable.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 8 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

12. Introduction of Performance Guarantee: (as per GCC para 16(4) with latest amendment).

The procedure for obtaining performance guarantee is outlined below:-

(a) The successful bidder should give a Performance Guarantee (PG) amounting to 5% of the contract value in

any of the following forms:

(i) A deposit of cash (ii) Irrevocable Bank Guarantee (iii)Government Securities at 5 percent below the

market value (iv) Deposit receipts, Pay Orders, Demand Drafts and Guarantee bonds either of the State

Bank of India or of any of the nationalized Banks (v) Guarantee Bonds executed or Deposits Receipts

tendered by all Scheduled Banks (vi) A Deposit in the Post Office Saving Bank (vii) A Deposit in the

National Savings Certificates (viii) Twelve years National Defence Certificate (ix) Ten 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 Exe.Director Finance,RDSO at Lucknow (free from

any encumbrance) may be accepted.

(b) The procedure for obtaining Performance Guarantee is outlined below :

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 forfeiting EMD and other dues, if any payable payable against that contract. The failed contractor shall

be debarred from participating in re-tender for that work.

(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance

(LOA) has been issued, but before sigining of the contract agreement. This PG shall be initially valid upto

the stipulated date of completion plus 60 days beyond that. In case, the time or completion of work gets

extended, the contractor shall get the validity of Performance Guarantee extended to cover such extended

time for completion of work plus 60 days.

(d) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the

“Completion Certificate” issued by the competent authority stating that the contractor has completed the

work in all respects satisfactorily. The security deposit, however, shall be released only after the expiry of

the maintenance period and after passing the final bill based on “No claim Certificate” form the contractor.

(e) Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee

shall be encashed and the balance work shall be got done independently without risk and cost of the failed

contractor. The failed contractor shall be debarred from participating in the tender for executing the balance

work.

(f) The Engineer 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:

(i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in

which event the Engineer may claim the full amount of the Performance Guarantee.

(ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or

determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to

this effect by Engineer.

(iii) 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.

(g) Partnership Deeds, Power of Attorney, etc. The tender shall clearly specify whether the tender is submitted on his own behalf or on behalf of

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 concern. 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 tendered 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.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 9 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

(h) Rights of Railway to deal with Tenders: The authority for the acceptance of the tender will rest with the Railway which does not bind itself to accept

the lowest or any other tender nor does the Railway undertake to assign reason for declining to consider or

reject any particular tender or tenders.

(i) Execution of Contract Documents:

The successful tenderer(s) shall be required to execute an agreement with the Railway for carr-ying out the

work according to General Conditions of Contract, Special Conditions/ Specifications annexed to this

tender, and specification for work and materials as laid down in the "Indian Rly. Unified standard

specifications 2010 (Vol.I& II)" amended with correction slips as mentioned earlier.

(j) JV/Partnership firms: This applicable with GCC with latest amendment.

13. ACCEPTANCE OF TENDER: 13.1 “IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/WHOSE

CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S)

CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE

RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND THE BUSINESS

FOR ONE YEAR”.

13.2 The authority for acceptance of tender rests with Exe.Director(Works)/Director(Civil)/ Town Engineer, as

the case may be who does not undertake to assign reasons for declining to consider any particular tender or

tenders. He also reserves the right to accept the tender in whole or in part or to divide the tender amongst

more than one tender if deemed necessary.

13.3 The successful tenderer/s shall be required to execute an agreement with the President of India acting

through the Exe.Director (Works) /Director (Civil)/Town Engineer, for carrying out of the work as per

agreed conditions.

13.4 The tenderer/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 withdrawals of the original offer and rates

originally quoted will be binding on the tenderer/s.

13.5 The tenderer/s shall submit an analysis of rates called upon to do so.

13.6 The tenderer(s) whose tender is accepted will be required to appear at the office of the Town Engineer,

RDSO, Manak Nagar, Lucknow – 226011 in person or in case of firm or corporation a duly authorized

representative shall appear to execute the contract documents within 7 days after notice that the contract has

been awarded to him and contract documents are ready for signature. Failure to do so shall constitute a

breach of the agreement effected by the acceptance of the tender in which case the full value of the earnest

money accompanying the tender shall stand forfeited without prejudice to any other right or

remedies.

16. Employment Partnership, etc. of Retired Railway Employees 16.1 Should a tenderer be retired engineer of the Gazetted rank or any other Gazetted officer working before his

retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or

not, in the Engineering Department of any of the Railways owned and administered by the President of India

for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer

or retired Gazetted officer as aforesaid, or should a tenderer being as incorporatedcompany have any such

retired engineer or retired Officer as one of its Directors, or should

a tenderer have in his employment any retired engineer or retired Gazetted officer as aforesaid, the full

information as to the date of retirement of such engineer or Gazetted officer from the said service and in

case when such engineer or officer has not retired from government service at least 2 years prior to the date

of submission of the tender as to whether permission for taking such contract or if the contractor be a

partnership firm or an incorporated company to become a partner or Director as the case may be or to take

employment under the contractor, has been obtained by the tenderer or the engineer or officer asthe case

may be from the President of India or any officer, duly authorized by him in this behalf, shall be clearly

stated in writing at the time of submitting the tender. Tenders without the information above referred to or a

statement to the effect that no such retired engineer or retired Gazetted officer is so associated with the

tenderer, as the case may be, shall be rejected.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 10 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

16.2 Should a tenderer or contractor on the list of approved contractors have a relative or relatives, or in the case

of firm or company of contractors one or more of his shareholders or a relative or relatives of the

shareholders, employed in Gazetted capacity in the Engineering Department of the RDSO, the authority

inviting tenders shall be informed of the fact at the time of submission of tender, failing which the tender

may be disqualified or if such fact subsequently comes to light, the contract may be rescinded in accordance

with the provisions in clause 62 of the General Conditions of Contract.

16.3 The tenderer whether a sole proprietor, a limited company or a partnership firm if they want to act through

agent or individual partner/ partners should submit along with the tender or at a later stage, a power of

attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person

whether he/they be partner/ partners of the firm or any other person specifically authorizing him/them to

submit the tender, sign the agreements, receive money, witness measurements, sign measurement books,

compromise, settle, relinquish any claim or claims preferred by the firm and sign ‘No claim Certificate’ and

refer all or any disputes to arbitration.

17. Tender documents are not transferable I/We have specially noted clause 16 of conditions of tender and declare that I/we have no relative employed

in the Gazetted or non-Gazetted capacity in the RDSO.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 11 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

Name of work:- Fogging in RDSO Campus.

SPECIAL CONDITIONS/SPECIFICATIONS OF CONTRACT (PART-I) NON-TECHNICAL

A. GENERAL 1. These special conditions and the work schedule shall govern the works to be executed under this

contract in addition to and/or in part suppression of the General Conditions of Contract and Standard Specifications as laid down in the Northern Railway’s Standard Specifications 1987 as amended by correction slips on or before the opening of tender.

2. Where there is any conflict between these Special Conditions of Contract on one hand and Standard specifications and General Conditions of Contract on the other hand, the former shall prevail.

3. Any special condition stated by the tenderer(s) in the covering letter submitted along with the tender shall be deemed as part of contract to such extent only as have explicitly been accepted by the Railway.

4. The Railway shall not be responsible for any loss or damage to contractor’s men, material, equipment, tools and plants etc. due to any cause what so ever.

5. If any work (whether temporary or permanent) or materials, the value of which has been included in an on account bill is destroyed or damaged or has/have, for any other reasons, to be replaced or restored by the contractor, the value of the work or other materials as destroyed may be recovered by the railway administration from any payment due to the contractor or may be recovered at any time from the contractor as debit due to the contractor and no payment made by the Railway to the contractor after the aforesaid amount becomes due and recoverable shall in any way prejudice Railway’s right for lawful recovery.

6. The contractor shall arrange for effective technical supervision of the work and shall be represented by the authorized representative at the site of work during the currency of the contract. He will arrange to receive all the correspondences at the site of work during execution of work.

B. GENERAL RESPONSIBILITY AND LIABILITY OF CONTRACTOR:

i. Latest edition of relevant Codes including upto date correction slips, on date of submission of tender/negotiated rates shall govern. These Codes of Practice are available from the Manager, Government of India publication Branch, Patiala House, New Delhi and Director, Indian Standards Institution, Manak Bhawan, Bahadur Shah Zafer Marg, New Delhi.

ii. Contractor must have one copy of each relevant code at site as applicable for ready reference of site Engineer / other inspecting officials.

7. Cess Charges: 7.1 For Contractor's labour employed/ residing at stations and in colonies where railway sanitary

facilities exist, Contractor(s) will be required to pay Cess charges as per rules in force on the Railway from time to time.

8. Contractor's Responsibility to arrange Tools, Plants, Machinery etc. The Contractor should make his/their own arrangements for all plants and tools required for the successful completion of the work in time.

9 Arbitration Clause In the event of any dispute or difference between the parties in connection with this work, arbitration clause

No 63 & 64 of Northern Railway Engineering department general conditions of contract-1999, regulations

and instructions to tenderer/s and standard form of contract with replacement of work contract by contractor

Architects/Consultant shall be applicable.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 12 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

10. LABOUR

10.1 The contractor/s will be held responsible for compliance with provision of various laws, acts and rules &

regulations related to contract labour even in respect of labour employed by his/their sub-contractor in the

execution of the works contracted byhim/them.

10.2 The contractor/s shall obtain labour license/registration certificate from the appropriate licensing

officer/labour enforcement authority of the area before commencement of the work and shall produce a copy

thereof along with the original to the Town Engineer, RDSO, Manak Nagar, Lucknow to start the work.

10.3 In any case, in which by virtue of provisions of contract labour (regulation and abolition) Act. 1970, the

railway is obliged to provide amenities and/or pay wages to labour employed by the contractor directly or

through petty contractor/s or sub-contractor/s under this contract then the contractor shall indemnify the

railway fully and the railway shall be entitled to recover from the contractor the expenditure incurred on

providing the said amenities and wages so paid by deducting it from the security deposit or from any sum

due to the contractor from the Railway provided that if any dispute arises as to the expenditure incurred by

the Railway on provisions of the said amenities, the decision of the Engineer-in-charge shall be final and

binding on the contractor.

10.4 The railway will not take any responsibility or make arrangements for supply of food stuff to the

contractor’s staff or his/their labourers.

10.5 The contractor/s shall make his/their own arrangements at his/their own cost for supply of water to his/their

staff and labour and the Railways undertake no responsibilities for such supply of water to the contractor’s

staff or labourers.

10.6 The contractor/s shall take all precautionary measures in order to ensure protection of his own personnel

moving about or working on the Railway premises & shall have to conform to the rules and regulations of

RDSO. If any unforeseen incident or injury happens to any of contractor’s personnel while working the

contractor shall be solely responsible for the same.

10.7 The Contractor/s shall maintain necessary records such as employment cards, service certificates etc to be

displayed on board in accordance with provisions of contractor labour act and contract labour rules.

11. FIRST AID

The contractor/s shall maintain in a readily accessible place First Aid appliances including adequate supply

of sterilized cotton wool. The appliances shall be placed under the charge of a responsible person who shall

be trained for the purpose and shall be readily available during working hours.

11. Variation in quantities during execution. (As per GCC para 42(4) with latest amendment) 11.1 Individual NS items in contract 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. 11.2 In case an increase in quantity of an individual item by more that 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:

11.3 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 is 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 is 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.

11.4 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.

11.5 Execution of quantities beyond 150% of the overall agreement 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 Executive Director/Finance/RDSO/Lucknow and approval of Director General.

11.6 In case 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.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 13 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

(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 decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work. 11.7 The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other

items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value.

11.8 No such quantity variation limit shall apply for foundation items. 11.9 As far as SOR items are concerned, the limit of 25% would apply the value of SOR schedule as a whole and

not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

11.10 The aspect of vitiation of tender with respect to variation quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

12. Variation limits are not applicable to foundation work. The actual quantities of work to be done against items of work pertaining to foundations may, however, be varied beyond the limit of 25% plus or minus laid down above for which variation also the contractor shall be entitled to no extra payment on account of any such excess or reduction in the quantities over those given in the contract schedule but will be paid at the accepted contract rate for the actual amount of work done in all the items of work done pertaining to foundations.

13. Deduction for Income Tax The Railway will deduct 2% of income tax on the gross amount and surcharge on income tax of each bill as

prescribed by Government from time to time and such deduction of Income Tax shall be recovered while

making payment to the Contractor/s. The settlement of income tax should be made with the Income Tax

authorities.

14. SITE ORDER REGISTER The Contractor/s shall maintain a site order register and promptly sign orders given therein by the Engineer

or his representative or his superior officers and comply with them. The Compliance shall be reported by the

Contractor/s to the Engineer in good time so that it can be checked.The contractor will also arrange to

receive all the letters etc. issued to him at the site of works.

15. MISCELLANEOUS

The railway shall not be responsible for any loss or damage to the contractor/s men, materials, equipment,

tools and plants etc. from any cause whatsoever. No claim for idle labour, idle machinery and plant etc., on

any account will be entertained. Similarly, no claim shall be entertained for business loss or any such loss.

16. SAFETY PRECAUTIONS

16.1 The Contractor/s shall at all times adopt such safe methods of work as will ensure safety of structure,

equipment and labour. If at any time the Railway finds the safety arrangements unsafe, the contractor/s shall

take immediate corrective action as directed by the Railway's in the matter shall in no way absolve the

contractor/s of his/their sole responsibility to adopt safe working method.

16.2 The Contractor(s) shall design and execute temporary works such as formwork and supports, so as to ensure

absolute safety of contractor(s) personnel as well as Railway staff and personnel engaged on the work. The

Contractor(s) should indemnify the Railway against damages and injury to workmen. Railway reserves the

right to enforce safety regulations on the contractor(s) and recover any cost, which may be incurred for the

purpose.

16.3 The contractor(s) should take all precautions for safety of his/ their labour, vehicles working at site while

crossing the State Highway/Railway track and ensure no interference with smooth movement or road/rail

traffic.

17. COMPLETION PERIOD 17.1 The Contractor(s) shall have to complete the work in all respects within a period of 12 (Twelve) months

(including monsoon) from the date issue of acceptance of the tender.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 14 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

17.2 The Contractor(s) will have to employ labour in full strength commensurate with working areas available.

He will also arrange for materials and equipments to complete the job most expeditiously within the

stipulated completion period. The Engineer's decision as to what is full strength will be final. He should also

submit bar-chart for completing the work in time.

17.3 The contractor/s will be required to maintain speedy and required progress to the satisfactions of the

Engineer to ensure that the work will be completed in all respects within the stipulated period failing which

action may be taken by the Railway Administration in terms of Clause 17 and/or clause 62 of the General

Conditions of Contract, 1999.

18. MAINTENANCE PERIOD There will not be any maintenance period.

19. In case the overall value of the tender by public sector undertaking of the state of Central Government is

higher than the value of lowest tender up to 10% the Railway reserves the rights to give preference to such

public sector undertaking ignoring the lower tenderer(s).

20. Applicable for tender documents downloaded from internet.

21.1 Tenderer/s are free to down load Tender documents at their own risk and cost for the purpose of perusal as

well as for using the same as tender documents for submitting their offer. Master copy of the tender

documents will be available in the office of the Town Engineer, RDSO, Manak Nagar, Lucknow. After

award of work, an agreement will be drawn up. The agreement shall be prepared based on the master copy

available in the office of Town Engineer, RDSO, Manak Nagar, Lucknow and not based on the tender

documents submitted by the tenderer.

22.2 In case of any discrepancy between the tender documents downloaded from internet and the master copy,

later shall prevail and will be binding on the tenderers. No claim on this account will be entertained.

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 15 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

Name of work: Fogging in RDSO Campus.

SPECIAL CONDITIONS /SPECIFICATIONS OF CONTRACT (PART-II) (TECHNICAL)

v-v-ek-la- ifjlj esa QkWfxax dk;Z gsrq lafonk dh fo’ks"k 'krsZa

1- QkWfxax] ekg esa nks ckj izFke o r`rh; lIrkg esa pykuk gksxkA

2- QkWfxax dk dk;Z] 4 ?k.Vk izfrfnu ds fglkc ls pkj fnu esaa dkyksuh dks iwjk djuk gksxk

ftlesa iqjkuh vkj0Mh0,l0vks0 dkyksuh o vkfQl ,fj;k lfgr v-v-ek-la0 ifjlj lfEefyr

gSA

3- ePNjksa ds izdksi ds vuqlkj vf/kdkfj;ksa ds funsZ’kkuqlkj QkWfxax dk;Z dk lIrkg cnyk tk

ldrk gS ,oa vko’;drkuqlkj e’khu pykuh gksxhA

4- QkWfxax e’khu vko’;drk iM+us ij 4 ?k.Vs ds vUnj miyC/k djkuh gksxhA

5- QkWfxax e’khu }kjk de QkWx nsus dh voLFkk esa e’khu ds ?k.Vs ugha ekus tk;saxsA

6- izfrfnu 4 ?k.Vs pyokus dh ck/;rk ugha gksxhA bls 4 ?k.Vs ls vf/kd Hkh pyok;k tk ldrk

gSA

7- Bsdsnkj dks vkijsVj] yscj] fjD’kk] e’khu o ¶;wy dk bUrtke Lo;a djuk gksxkA vko’;drk

iM+us ij iSny Hkh e’khu dks funsZf’kr LFkku ij ?kqekuk gksxkA

8- QkWfxax esa iz;ksx gksus okyk dsfedy lhYM cUn fMCcs esa ykuk gksxk ftls SSE/Health or AEN

ds le{k gh [kksyk tk;sxkA ,d ckj [kqyus ds ckn dsfedy ds fMCcs dks SSE/Health ds

dk;kZy; esa tek djuk gksxkA

9- QkWfxax e’khuxu Vkbi izpfyr gh ekU; gksxh rFkk e’khu tks pysxh mldks vf/kdkfj;ksa }kjk

vuqeksfnr djk;k tk;sxkA vU; e’khu ls QkWfxax ekU; ugha gksxhA

10- e'khu [kjkc gksus ij fo'ks"k ifjfLFkfr;ksa esa vf/kdkfj;ksa ds funsZ’k ij cM+h e’khu ls QkWfxax

djk;h tk;ssxh ftldk vyx ls dksbZ Hkh Hkqxrku ns; ugha gksxkA

SSE/Health

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 16 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

CERTIFICATE TO BE GIVEN BY THE BIDDER

(Applicable in case of use of downloaded tender documents)

I/We …………………………………………………………………………………. certify that

I/We have checked this downloaded bid documents alongwith application form with the bid documents

available online at www.rdso.gov.in and there is no discrepancy/variation/printing mistake and it is further

certified that no alteration/modification has been made in the bid documents and the application for. I/We

accept that the entire responsibility of ensuring that this application form along with other documents is as

per original available on website is mine/ours. I/We also agree that if anything contrary is found the decision

of RDSO/Administration will be final and binding on me/us.

Signature of tenderer

(With name & address)

Tender Notice No. WKS/1182/TEN

Signature of the Tenderer Page 17 of 17 Town Engineer R.D.S.O./Lucknow

for& on behalf of President of Union of India

SCHEDULE OF ITEMS, QUANTITY & RATES

Name of work: Fogging in RDSO Campus. App. Cost: Rs. 3, 02,016.00 Date of opening 07.10.2014 Earnest Money: Rs. 6,040.00 Date of completion: One year from the date

of acceptance letter

Note: 1. The tenderer is required to quote rate against items in words & figures both, failing which his

tender is liable to be rejected. 2. Tenderer required to quote single rate for all NS item i.e. %age above/below or at par for item

No. 1 (in words & figure). 3. Non-schedule items 1 (One) only. 4. The quantities for N.S. items mentioned above are only approx. and subject to change as per

requirement. 5. Income Tax as per rates applicable shall be deducted at source. 6. All taxes legally livable shall be borne by the contractor. Nothing extra will be paid. 7. Contractor should submit their PAN and Bank Account No. separately.

S. N.

Description of work (N.S. Items) Qty Unit Rate (Rs.) Amount

1 QkWfxx e’khu ls fjD’kk }kjk vkSj xyh esa iSny Hkh

vko’;drkuqlkj QkWfxax djuk ftlesa fjD’kk]

lqijokbZtj] pykus okyk] isVªksy] Mhty] dSfedy]

QWkfxax e’khu o e’khu dk esUVhusUl lfEefyr gSA

Fog NksM+us ls ?kaVk 'kq: ekuk tk;sxk rFkk cUn gksus

ij e’khu dk lapkyu cUn ekuk tk;sxk Hkys gh e’khu

py jgh gksA

384.00 ?k.Vk 786.50 302016.00

Total 3,02,016.00

Total for NS Item (S.N. 1) Rs. 3,02,016.00

In words In Fig. % age above/below/at par