+ All Categories
Home > Documents > IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 1 of 36

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 1 of 36

Date post: 11-Dec-2021
Category:
Upload: others
View: 2 times
Download: 0 times
Share this document with a friend
36
IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 1 of 36 Signature of Tenderer Signature of Director(S&T) TENDER DOCUMENT -- NOT TRANSFERABLE INDIAN RAILWAYS CENTRE FOR ADVANCED MAINTENANCE TECHNOLOGY, MAHARAJPUR, GWALIOR 474 005 1. Tender Notice No. : IRCAMTECH.GWL.HOSTEL.Tender.2015-17 Date: 16.10.2014 2. Name of work : Providing Transportation & Housekeeping, Caretaking and Catering facilities to the Hostel of IRCAMTECH for the period of two years 3. Estimated cost : Rs. 2056612/- 4. Earnest money : Rs. 41200/- 5. Completion Period : 24 Months 6. Date & Time of Placement of Tender Box : 10.11.2014 at 10.00 hours 7. Last Date & Time of submission of Tender : 20.11.2014 at 15.00 hours. 8. Date & Time of opening of tender : 20.11.2014 at 15.15 hours. 9. Cost of tender form : Rs. 3000/- 10. Issued by : Director/S&T/IRCAMTECH, Maharajpur, Gwalior 474 005 For and on behalf of President of India 11. Issued to : ………………………………………………….. ………………………………………………….. ………………………………………………….. …………………………………………………..
Transcript

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 1 of 36

Signature of Tenderer Signature of Director(S&T)

TENDER DOCUMENT -- NOT TRANSFERABLE

INDIAN RAILWAYS CENTRE FOR ADVANCED MAINTENANCE TECHNOLOGY,

MAHARAJPUR, GWALIOR – 474 005 1. Tender Notice No. : IRCAMTECH.GWL.HOSTEL.Tender.2015-17 Date: 16.10.2014 2. Name of work : Providing Transportation & Housekeeping,

Caretaking and Catering facilities to the Hostel of IRCAMTECH for the period of two years

3. Estimated cost : Rs. 2056612/- 4. Earnest money : Rs. 41200/- 5. Completion Period : 24 Months 6. Date & Time of Placement of Tender Box : 10.11.2014 at 10.00 hours 7. Last Date & Time of submission of Tender : 20.11.2014 at 15.00 hours. 8. Date & Time of opening of tender : 20.11.2014 at 15.15 hours. 9. Cost of tender form : Rs. 3000/- 10. Issued by : Director/S&T/IRCAMTECH, Maharajpur, Gwalior – 474 005 For and on behalf of President of India 11. Issued to : ………………………………………………….. ………………………………………………….. ………………………………………………….. …………………………………………………..

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 2 of 36

Signature of Tenderer Signature of Director(S&T)

IMPORTANT NOTE FOR INTENDING TENDERERS

PLEASE ENSURE THAT : 1. You have signed the offer page with seal, full name, address and witnesses, filling all

the blanks. 2. The tenderer(s) should quote only single percentage above/below/at par against each

schedule in the OFFER RATE SHEET ONLY. 3. You have filled in the required columns. 4. The validity of offer prescribed by the Railway is acceptable to you. 5. Do not quote special conditions of your own as they are likely to vitiate your tender

and make it prone to rejection. 6. All pages are signed with seal, corrections neatly scored out and initialed. 7. Please do not leave any lapses, which may lead to declaration of your offer as

INVALID. 8. The tenderer is required to furnish following details. Sr. Description Details

1. Name of the tenderer

2. Address of the tenderer

3. Mobile number

4. Alternate mobile number

5. Landline phone no.

6. Fax no.

7. Email Id

Signature of the tenderer with seal and date

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 3 of 36

Signature of Tenderer Signature of Director(S&T)

OFFICE OF THE EXECUTIVE DIRECTOR INDIAN RAILWAYS

CENTRE FOR ADVANCED MAINTENANCE TECHNOLOGY, MAHARAJPUR, GWALIOR– 474005

Phone: 0751-2470185, Fax: 0751-2470841

TENDER NOTICE NO: IRCAMTECH.GWLHostel.Tender. 2015-17. dated 16.10.2014

Executive Director/ IRCAMTECH/ Gwalior for and on behalf of President of India invites open Tender for the following work.

S.No. Name of Work Estimated cost in Rs.

Earnest money in Rs.

Completion period

1. Providing Transportation & House keeping, Care taking and Catering facilities to the Hostels of IRCAMTECH, Maharajpur, Gwalior

Rs. 2056612/- (Rs. Twenty lakhs fifty six thousand six hundred & twelve only)

Rs. 41200/- (Rs. forty one thousand two hundred only)

24 Months

2. Last Date and time of submission of tender: 20th November 2014, at 15.00 hrs. 3. Date and time of opening of tender – 20th November 2014, at 15.15 hrs. 4. The cost of tender form is Rs. 3000/- (Three thousand only). Tender document can be

obtained from the office of Executive Director/IRCAMTECH Maharajpur, Gwalior upto 5.30 pm on any working day upto 19th November 2014 and upto 11.00 hours on 20.11.2014 in person on the presentation of cash receipt. The cash receipt can be obtained by depositing the amount of Rs.3000/- at the booking counter of Gwalior Railway station in favour of Tender. Tender form can also be downloaded from RDSO website www.rdso.indianrailways.gov.in, in which case a demand draft of Rs 3000/- from nationalized/ scheduled bank in favour of WAO/Rail spring Karkhana Sithouli, Gwalior shall be required to be attached with the downloaded tender form, otherwise tender will be rejected. The money deposited for tender form will not be refundable. The tender form is not transferable.

5. The tender form can also be obtained from the office of Executive Director/IRCAMTECH, Maharajpur, Gwalior, through post by sending demand draft of Rs 3500/-(Rs 3000/- for tender form cost + Rs 500/- Extra for postal charges) drawn in favour of WAO Rail Spring Karkhana, Sithouli Gwalior, which should be received by this office 10 days before the date of opening of tender. Railway shall not be responsible for any postal delay/damage/non receipt.

6. Tenders without earnest money will be rejected. 7. Previous experience of the tenderer in this work is desirable. 8. The decision of Railway administration in accepting/rejecting the tender shall be final. 9. The contractor has to pay the prevailing rates at the time of working of the employees , as

per minimum wages decided by Chief Labour Commissioner(C) of Ministry of Labour and Employment, New Delhi.

10. The rate of wages on the date of opening of this tender will be considered for evaluation of this tender. The offers of the tenderer(s) whose rates are below the minimum wages on the date of opening of this tender will not be considered. The rate of wages for semiskilled and unskilled person from 1.10.2014 is Rs. 312/- and Rs. 276/- respectively. It may be noted that these rates are regularly revised twice in a year. The tenderer(s) should quote accordingly.

NOTE: CAMTECH administration reserves rights to cancel the above said tender notice in any time without notice and assigning any reason.

Director/S&T/IRCAMTECH/Gwalior. For & on behalf of President of India

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 4 of 36

Signature of Tenderer Signature of Director(S&T)

dk;kZy; dk;Zdkjh funs kd Hkkjrh; jsy

mPp vuqj{k.k izks|kSfxdh dsUnz] egkjktiqj] Xokfy;j &474005 Qksu% 0751&2470185 QSDl% 0751&2470841

fufonk lwpuk la-& bjdSeVsd-Xok- gkWLVy- Vs.Mj-2015&2017 fnukad 16-10-2014

dk;Zdkjh funs'kd@Hkkjrh; jsy mPp vuqj{k.k dsUnz@Xokfy;j Hkkjr ds jk"Vªifr ds fy, ,oa mudh vksj ls

fuEufyf[kr dk;Z gsrq [kqyh fufonk;sa vkeaf=r djrs gSA

Ø- la-

dk;Z dk izdkj vuqekfur dher /kjksgj jkf'k dk;Z iw.kZ gksus dh vof/k

1- Hkkjrh; jsy mPp vuqj{k.k izks|ksfxdh dsUnz] egkjktiqj]

Xokfy;j esa fLFkr gkWLVy ds j[kj[kko] fuxjkuh ,oa

[kkuiku O;oLFkk dh lqfo/kk iznku djus ,oa ifjogu

O;cLFkk gsrq ¼VsUMj f'kM~;wy ds vuqlkj½

#i;s 2056612@&

¼#i;s chl yk[k

NIiu gtkj N% lkS

ckjg ek=½

#i;s 41200@&

¼#i;s bdrkfyl

gtkj nks lkS ek=½

PkkSchl eghus

2- fufonk tek djus dh vafre fnukad ,oa le; & 20 uoacj 2014] 15 ctsA

3- fufonk [kqyus dh fnukad ,oa le; & 20 uoacj 2014] 15-15 ctsA

4- fufonk izi= dh dher #i;s 3000@& ¼rhu gtkj½ ek= gSA fufonk izi= dk;Zdkjh funs'kd Hkkjrh; jsy

mPp vuqj{k.k izks|kSfxdh dsUnz] egkjktiqj] Xokfy;j ds dk;kZy; ls fufonk /ku izkfIr jlhn tek djds

fdlh Hkh dk;Z fnol esa 19 uoacj 2014 dks 'kke 5-30 cts rd rFkk 20 uoacj 2014 dks lqcg 11-00 rd

izkIr fd;k tk ldrk gSA /ku izkfIr jlhn fufonk ds i{k esa #i;s 3000@& ¼rhu gtkj½ ek= Xokfy;j

jsyos LVs'ku ds cqfdax dkmaVj ij tek djds izkIr dh tk ldrh gSA blds vfrfjDr vkj-Mh-,l-vks-

y[kuÅ dh osolkbV www.rdso.indianrailways.gov.in ls fufonk izi= Mkmu yksM fd;s tk

ldrs gS blds fy, mUgsa jk"Vªh;d`r cSad@ vuwlwfpr cSad }kjk tkjh fufonk ewY; #i;s 3000@& ¼rhu

gtkj½ ek= dk fMekUM Mªk¶V tks dkj[kkuk ys[kkf/kdkjh] jsy fLizax dkj[kkuk flFkksyh] Xokfy;j ds i{k esa

ns; gks] fufonk ds lkFk layXu djuk gksxk vU;Fkk fufonk dks fujLr dj fn;k tk;sxkA fufonk izi= ds

5- Mkd }kjk fufonk izi= eaxkus ds fy, #i;s 500@& ¼ikap lkS½ ek= izfr fufonk izi= vfrfjDr ns; gksxk

tksfd fufonk [kqyus dh frfFk ls 10 fnu iwoZ izkIr gks tkuk pkfg,A Mkd }kjk fufonk izi= eaxkus gsrq

fufonk izi= dk $500@& Mkd O;;½

dk fMekUM Mªk¶V tks dkj[kkuk ys[kkf/kdkjh] jsy fLizax dkj[kkuk flFkkSyh] Xokfy;j ds i{k esa tkjh fd;k

x;k gks layXu djuk pkfg,A fdlh Hkh rjg ds iksLVy foyac@uqdlku@axSj izkIrh ds fy;s jsYos fdlh Hkh

#i eas ftEesnkj ugha gksxhA

6-

7- Bsdsnkj dk bl dk;Z gsrq iwoZ vuqHko okWaNuh; gksxk A

8- fufonk dks Lohd̀r ;k vLohd̀r djus dk jsYos iz'kklu dk fu.kZ; vafre gksxkA

9- Bsdsnkj deZpkjh dks mlds dke djus ds le; dh etnwjh nj ds vuqlkj Hkqxrku djsxkA etnwjh dh

U;wure nj] Je ,oa jkstxkj ea=ky; ubZ fnYyh ds eq[; Je vk;qDr }kjk r; dh tkrh gSaA

10- bl fufonk [kksyus ds fnu tks etnwjh dh nj gksxh] mlh nj ls bl fufonk dk ewY;kadu fd;k tk;sxkA

VasMjj dh izLrkfor nj ;fn fufonk [kksyus ds fnu dh U;wure etnwjh dh nj ls de gqbZ rks ml fufonk

ij fopkj ugha fd;k tk;sxkA U;wure etnwjh dh nj fnukad 1-10-2014 ls v/kZdq'ky o vdq'ky O;fDr

gsrq Øe'k% #- 312@& o #- 276@& gSA VsaMjj mlh ds vuqlkj

viuh nj izLRkkfor djsaA

uksV % dSeVsd iz'kklu ds ikl mijksDr VsUMj uksfVl dks fdlh Hkh le; o fcuk fdlh dkj.k dks n'kkZrs gq,

jn~n djus dk vf/kdkj lqjf{kr gS A

funs'kd ¼ladsr rFkk nwjlapkj½ bjdSeVsd]egkjktiqj]Xokfy;j Hkkjr ds jk"Vªifr dh vksj ls

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 5 of 36

Signature of Tenderer Signature of Director(S&T)

TENDER

FORM “A”

The President of India, Acting through the Executive Director, IRCAMTECH Ministry of Railways, Maharajpur, Gwalior (M.P)-474005 I/We............................................... have read the various conditions to tender attached hereby and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “Earnest Money”. I / We offer to do the work for at the rates quoted in the attached Schedule and hereby bind myself / ourselves to complete the work of this tender. I / We also hereby agree to abide by the General conditions of contract, Special conditions of contract and carry out the work according to the scope of work for the present contract. 2. The required earnest money has been submitted . The full value of the earnest money

shall stand forfeited without prejudice to any other rights or remedies if:-

a) I/We do not execute the contract within the stipulated period after receipt of notice issued by the Railway that such documents are ready.

b) I/We do not commence the work as per letter of acceptance.

3. Until a formal agreement is prepared and executed, acceptance of this tender shall

constitute a binding Contract between us subject to modifications as may be mutually agreed to between us and indicated in the letter of acceptance for this work.

Signature of Witnesses: (1) ---------------------------- Signature of Tenderer (s) (2) ----------------------------

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 6 of 36

Signature of Tenderer Signature of Director(S&T)

INSTRUCTIONS TO TENDERERS 1.0 MEANING OF TERMS

In these Regulations for Tenders and Contract the following terms shall have the definitions/meanings assigned hereunder except where the context otherwise requires:-

a) “Railway” shall mean the President of India acting through the Administrative office of the IRCAMTECH authorized to deal with any matters, which these presents are concerned on his behalf.

b) “Director / S&T” shall mean the officer in administrative charge of IRCAMTECH, exercising the powers of Director for the subject contract.

c) “Director / S&T” shall mean the officer in charge of the S&T discipline of IRCAMTECH. d) “Executive Director Representative” shall mean the Officer/ Supervisor in direct charge

of the works and shall include any officer or Inspector of the Department appointed by the IRCAMTECH and shall mean and include the Executive Director’s Representative of the Successor Railway.

e) “Contractor” shall mean the person, firm or company whether incorporated or not who enters into contract with the Railway and shall include their executors, administrators, and successors and permitted assigns.

f) “Tenderer” shall mean the person, the firm or company who tenders 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.

g) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and description of contract and required to be executed according to specifications.

h) “Drawings” shall mean the drawing, plans and tracing or prints thereof annexed to the Tender Forms.

2.0 General instructions 2.1 Tender document can be obtained from the office of Executive Director/ CAMTECH,

Gwalior upto 11.00 Hrs on 20.11.2014 . 2.2 Tender document can also be downloaded from RDSO website

www.rdso.indianrailways.gov.in. 2.3 Downloaded tender document should be accompanied with demand draft of Rs

3000.00 (towards the cost of tender document) drawn in favour of WAO, Rail Spring Karkhana, N.C.Railway Sithouli Gwalior failing which the tender shall be liable to be rejected.

2.4 The firms will have to submit offers on prescribed Proforma as per tender specifications. 2.5 The firms will have to submit relevant documents to authenticate whatever is stated by

firms in their tender documents. If a tenderer deliberately gives wrong information in his/their tender or creates undue circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage.

2.6 The authority for the acceptance of the tender will rest with Executive Director/ IRCAMTECH/ Ministry of Railways who does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tender or tenders, and no tenderer/ tenderers shall demand any explanation for the cause of rejection of his/their tender and decision of Railway administration in this respect shall be final.

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

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 7 of 36

Signature of Tenderer Signature of Director(S&T)

3.0 Singular & Plural : Words imparting the Singular number shall also include the plural and vice versa where the context requires.

4.0 These Regulations for Tenders and Contracts shall be read in conjunction with the

General Conditions of Contract-2013 and shall be subject to modifications, additions or suppression by special conditions of Contract and/or special specifications, if any, annexed to the Tender Forms.

5.0 Omissions and Discrepancies : Should a Tenderer find discrepancies in, or omissions

from the drawings or any of the Tender Forms or should be in doubt as to their meaning, he should at once notify the authority inviting tender who may send a written instruction to all tenderers. It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the tender and the successful tenderer shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

6.0 Earnest Money: 6.1) The Tenderer shall be required to deposit a sum of Rs 41200/- (Rs forty one

thousand and two hundred only) with the Tender as a deposit for earnest money in the form of Cash receipt or DD issued by any Nationalized Bank in favour of WAO, Rail Spring Karkhana Sithouli, Gwalior for the due performance of stipulation to keep the offer open till such date as might be specified in the tender. EMD in the form of Bank guarantee will not be accepted.

6.2) (a) The earnest money shall be as under :

Value of the Work Earnest Money Deposit (EMD)

A. For works estimated to cost up to Rs. 1 crore 2% of the estimated cost of the

work B. For works estimated to cost more than Rs.1 crore Rs. 2 lakh plus ½% (half percent)

of the excess of the estimated cost of work beyond Rs.1 crore subject to a maximum of Rs. 1crore The earnest money shall be rounded to the nearest Rs.10. This earnest money shall be applicable for all modes of tendering.

(b) It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

(c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be retained as part security for the due and faithful fulfillment of the contract in terms of Clause 16 of the General Conditions of Contract. The Earnest Money of other Tenderers shall, save as herein before provided, be returned to them, but the Railway shall not be responsible for any loss or depreciation that may happen thereto while in their possession, nor be liable to pay interest thereon.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 8 of 36

Signature of Tenderer Signature of Director(S&T)

6.3 (a) The Earnest Money should be in cash or in any of the following forms : “The Earnest Money should be in cash or in the form of deposit receipts, pay orders or demand drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.”

(b) Earnest money may be accepted in the following forms : (i) A deposit in cash (ii) Government securities at 5% below the market value (iii) Deposit receipts or demand drafts of the Nationalized Bank (iv) A deposit in the Post Office Saving Bank (v) National Savings Certificates (vi) Twelve Year National Defence Certificates (vii) Ten Year Defence Deposits (viii) National Defence Bonds (ix) National Savings Certificates, (x) Time Deposit Account which came into force on 16.03.1970 and notified under

Ministry of Finance, Notification No.F3 (7) NS/70, dated 28.02.70 (xi) IRFC Bonds

Note : (vi) to (viii) - these Certificates/Bonds may be accepted at their surrender value. 7.0 Security Deposit: The successful tenderer shall have to deposit a security deposit on

acceptance of the tender as under: 7.1 On acceptance of the tender, the successful tenderer shall deposit a total Security

Deposit (SD) depending on the total cost of the contract agreement. SD shall be @ 5% of the contract value. SD shall be recovered @ 10% of the running bill amount till the full security deposit is recovered. The EMD of Rs. 41200/- already deposited with Railways shall be adjusted against above SD.

7.2 Unless otherwise specified in the Special Conditions, if any, the Security Deposit/rate of

recovery/mode of recovery shall be as under : (a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security

Deposit is recovered, (c) Security Deposits will be 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 (except Note (ii) below); FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance

period in all the cases other than Note(i) mentioned below and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ from the contractor concerned should be obtained.

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/irrevocable Bank Guarantee for equivalent amount to be submitted by him.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 9 of 36

Signature of Tenderer Signature of Director(S&T)

(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.

7.3 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub-Clause (1) of this clause will be payable with interest accrued thereon.

8.0 Performance Guarantee (1) The successful bidder shall have to submit a performance guarantee (PG) within 30

days from the date of issue of letter of acceptance (LOA). Extension of time for submission of PG beyond thirty days and up to 60 days from the date of issue of letter of acceptance (LOA may be given by authority who is competent to sign the contract agreement. However , a penal interest of 15% per annum shall be charged for the delay beyond thirty days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

(2) The successful bidder shall submit performance guarantee 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 including state loan Bonds at 5% below the market value. (iv) Deposit Receipts, Pay orders, Demand drafts and guarantee Bonds. These forms of

Performance guarantee could be either of the State Bank of India or any of the Nationalized Bank.

(v) Guarantee Bonds executed or Deposits Receipts tendered by the Scheduled Banks. (vi) A deposit in the Post Office saving Bank. (vii) A deposit in the National Saving Certificates. (viii) Twelve years National Defence Certificate. (ix) Ten years Defence deposits. (x) National Defence Bonds and (xi) Unit trust certificate at 5% below market value or at the face value whichever is less. (xii) FDR in favour of WAO/RSK/Sithouli/Gwalior (free from any encumbrance). Note: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance. (3) The Performance Guarantee shall be submitted by the successful bidder after the Letter

Of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days.

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

(5) The Performance Guarantee (PG) shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on 'No Claim Certificate' from the contractor.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 10 of 36

Signature of Tenderer Signature of Director(S&T)

(6) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm.

(7) 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.

9.0 Cares in Submission of Tender a) Before submitting a tender, the tenderer(s) will be deemed to have satisfied himself by

actual inspection of the site and locality of the works. b) When work is tendered by a firm or company of Contractors, the tender shall be signed

by the individual, legally authorized representative to enter into commitments on their behalf.

c) Tender must be enclosed in a sealed cover, super scribed “Tender No: IIRRCCAAMMTTEECCHH..GGWWLL..HHoosstteell..TTeennddeerr..22001155--1177 and must be deposited in the tender box allotted for this purpose, or may be sent by registered post to Executive Director IRCAMTECH, Gwalior so as to reach within stipulated date and time.

10.0 Execution of Contract documents:- 10.1 The Tenderer whose tender is accepted shall be required to appear at the office of the

Executive Director/ Director ( S&T), IRCAMTECH as the case may be in person, or if a firm or corporation, a duly authorized representative shall so appear to execute the Contract documents within stipulated period after notice that the work has been awarded to the firm. 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 be forfeited without prejudice to any other rights or remedies.

10.2 The contract shall be governed by the General conditions of contract (as amended from time to time till the date of tender opening) and Special condition of contract for this work.

11. The tenderer shall keep the offer open for a minimum period of 90 days from the date of opening of the tender within which period the tenderer can not withdraw his offer, subject to the period being extended further if required, by mutual agreement. Any contravention of the above condition will make the tenderer liable for forfeiture of his earnest money.

12. Deduction of Income tax (at the rate prescribed by the government of India) of the Gross value of the each bill and surcharge as applicable on income tax shall be made every time the bill is passed.

13. Conservancy cess shall be recovered from the monthly bill as per extant rules.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 11 of 36

Signature of Tenderer Signature of Director(S&T)

14. Contractor’s Credentials: - The tenderers should submit along with his/ their tender:- a) His position as an independent Contractor; b) His knowledge, from actual personal investigations, of the resources of the zone or

zones in which he offers to works. c) His ability to supervise the work personally or by competent and duly authorized

agents. d) His financial position. 15. Completion Time- At the first instance the period covered by this contract shall be for

duration of two years (twenty four months). The date of start of this work will be given in the letter of acceptance (LOA). The said contract can be extended as per Railways requirement on same terms and conditions. In case of failure by the contractor to fulfill his contractual obligations, Railway reserves the right to terminate the contract.

16 No privilege shall be given to the contractor by IRCAMTECH for the purpose of running

the contract. 17. On award of the contract, the contractor shall have to submit a list of employees/

personnel which are going to be employed/ deployed by them for the purpose of running of contract to the Director/CAMTECH or his representative along with the duty roster before the start of work. Any change or deviation from the duty roster submitted by the contractor shall immediately be informed in writing to the Director/IRCAMTECH or his representative.

18. Payment terms- The on account payment shall be made only after satisfactory completion of the job in a month and after submission of documentary proof of deposit of salary of employees in the bank account as per minimum wages act during that period and final payment shall be made after completion time.

19. The contractor shall solely be responsible for all acts of commission/omission of its

employees. The contractor shall also be responsible in the event of any theft / loss during the tenure of agreement either due to negligence or connivance of his employees.

20. That any shortage, damage and/or loss to any items/properties of Railways will be recovered from the contractor, in monetary terms or replaceable in actual.

21. VARIATION IN QUANTITY The procedure detailed below shall be adopted for dealing with variations in quantities

during execution of works contracts: 1. Individual NS items in contracts shall be operated with variation of plus or minus 25%

and payment would be made as per the agreement rate. For this, no finance concurrence would be required.

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

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

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

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 12 of 36

Signature of Tenderer Signature of Director(S&T)

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

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

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

(c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of ED/Finance RDSO and approval of DG/RDSO/Lucknow.

3. In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items upto 25% of individual item

without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the

approval of an officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities.

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

4. 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.

5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned, the limit of 25% would apply to 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).

7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies.

8. For tenders accepted by DG/RDSO/Lucknow, variations upto 125% of the original agreement value may be accepted by DG/RDSO/Lucknow.

9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by DG/RDSO/Lucknow.

10. The aspect of vitiation of tender with respect to variation in 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.

22. Period of Completion- two years (Twenty four months) from the date of commencement of work.

23. QUOTING OF RATES:

The Tenderer is required to quote their rates in figure and words in the “offer sheet” given in the tender document.

24. ERASURE AND ALTERATION:-

Tenders containing erasure and alterations of the tender documents are liable to be rejected. Any correction made by the Tenderer in his entries must be attested by him.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 13 of 36

Signature of Tenderer Signature of Director(S&T)

25. OBLIGATION TO ACCEPT / REJECT:

It shall not be obligatory on the said authority to accept the lowest tender and no tenderer shall demand any explanation for the cause of rejection of his tender.

26. DELIBERATION

If the tenderer deliberately gives wrong information in his tender or creates circumstance for the acceptance of his tender, the Railway reserves the right to reject such tender at any stage.

27. RETAINING OF CHARACTER OF FIRM:-

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, unless the firm retains its original character. 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.

28. NON COMPLIANCE

Non-compliance with any of the conditions set forth herein above is liable to be rejected.

29. ARBITRATION CLAUSE

In the event of any dispute or difference between the Railway administration and contractor in connection with this work, arbitration clause No. 63 and 64 of General Condition of Contract (Railways) amended from time to time & up to date, regulations and instructions to tenderer(s) and standard form of contract with replacement of work contract by contract Architects/consultant shall be applicable.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 14 of 36

Signature of Tenderer Signature of Director(S&T)

OFFER SHEET 1. Tender Notice No. : IRCAMTECH.GWL.HOSTEL.TENDER15-17 dated 16.10.14 2. Name of work : Providing Transportation & Housekeeping, Caretaking and Catering facilities to the Hostel of IRCAMTECH for the period of two years 3. Total Estimated value: Rs. 20,56,612/- Sr. Schedule Estimated

value in Rs. Quoted rates (Percentage above/ Below the estimated value) In figures In words

(1) (2) (3) (4) (5)

1. Schedule A

10,76,763/- %

2. Schedule B

9,79,849/- %

Note to the tenderer: 1. The schedule A is based on minimum wages as decided by Ministry of Labour and

Employment, Office of Chief Labour Commissioner (C), New Delhi. These rates of wages are w.e.f. 01.4.2014. These rates are revised twice in a year. The rate of wages on the date of opening of this tender will be considered for evaluation of this tender. The offers of the tenderer(s) whose rates are below the minimum wages on the date of opening of this tender will not be considered.

Example: Suppose the rate of wages for semiskilled and unskilled person on the date of opening of this tender is Rs. 312/- and Rs. 276/- respectively then the amount of schedule-A on the date of opening of tender will come (3x312+2x276)x731=Rs. 10,87,728/-. Hence if the amount offered by the tenderer(s) for Schedule-A comes below Rs. 10,87,728/- then its offers will not be considered. The tenderer(s) should quote accordingly.

2. The minimum wages for semi skilled and unskilled persons in Gwalior region as per

Ministry of Labour and Employment, Office of Chief Labour Commissioner (C), New Delhi for the last two years are as given below:

Category of Worker Rates of minimum wages w.e.f.

1.10.12 1.4.13 1.10.13 1.4.14 1.10.14

Semi Skilled 262/- 279/- 291/- 309/- 312/- Unskilled 231/- 246/- 257/- 273/- 276- 3. The tenderer(s) should quote only single percentage above/below/at par against each

schedule in the OFFER RATE SHEET ONLY. 4. In case the rate above/below is not mentioned clearly, the quoted rate shall be treated

as above rates. 5. The tenderer(s) should not quote any percentage/rate in the annexed schedule. 6. Conditional tender stands summarily rejected. 7. The rates quoted by the tender(s) and accepted by Railway Administration shall hold

good till the completion of work and no additional individual claims will be admissible on account of variation in market rates, minimum wages, taxes/any other levies etc.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 15 of 36

Signature of Tenderer Signature of Director(S&T)

SCHEDULE OF WORK Name of Work: Providing House keeping, Care taking, Catering and Transportation facilities to the Hostels of the IRCAMTECH, Maharajpur, Gwalior.

SCHEDULE – A

Sr. NS/MS Item

Description of Work Unit Qty. Rate per unit in Rs.

Amount in Rs.

1. NS-I 02 semi skilled supervisors are required for caretaking including allotment of rooms, booking on a counter for checking IN/ OUT trainees/ visitors/ guest etc. with all necessary details on receipt of allotment slips from competent authority. Arrangements are to be made about essential services immediately on arrival or as and when required. 01 person is required for housekeeping to provide the assistance required by the occupant of the hostel and he will also maintain the hostel lounge for proper upkeep of television, news papers, and magazines etc. available for entertainment of occupant. Washing and Ironing of linen/ Bed sheets and pillow cover.(One set contains two bed sheets, one pillow cover & Towel), window curtains & blankets. He should also provide an essential items asked by participants from the market. He should also inform the participants regarding sports and other facilities provided in the hostel. He should clean and maintain the yoga room and sports equipments and accessories. 01 person is required for up keeping of hostel premises inside and outside. Sweeping, moping of floors, cleaning of carpets (periodic cleaning with contractor’s vacuum cleaner), air freshening, dusting/ brightening of furniture, cleaning of waste paper baskets, window grills and glasses in the entire hostel complex i.e. hostel No.1 & hostel No.2 with 32 rooms, lounge, reception, dining hall, kitchen, office and corridor connecting front/ rear open portion will be

day 731 1473

1076763.00 ( 3 semi skilled persons at Rs 309/day and 2 unskilled persons at Rs 273/day. )

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 16 of 36

Signature of Tenderer Signature of Director(S&T)

Sr. NS/MS Item

Description of Work Unit Qty. Rate per unit in Rs.

Amount in Rs.

done. He will also do Sweeping, cleaning of commode, urinals, wash basins, tiled wall, spraying of disinfectants / pest controlling, putting naphthalene balls in urinal and wash basins. Removing choking of gully traps, sewage line etc. in 33 nos toilets and 38 washbasins in rooms, general toilets and dining hall etc. in the hostel. Periodic cleaning with acid. He will also be used Cleaning surrounding of hostel and upto the 2 meter from the edge of the road and removing unwanted wild growth as and when required. He should give water to plants surrounding hostel building. He will arrange the supply of hot water in bucket to the occupant in rooms in case of geyser is not working. He should fill water in the air cooler. Work of loading/ unloading of luggage etc. of guest/ visitors from gate to room allotted and back. 01 semi skilled artisan (Mason/Carpenter /fitter/ welder/ painter /gardener/ blacksmith/ etc.) daily for artisan work.

SCHEDULE – B

1. NS-I 1. Supply of News papers & magazine – One English & one Hindi newspaper daily and one English and one hindi magazine per month

Month 24 300.00 7200.00

2. Supply of All out with machine in all rooms of both the hostels, Dining hall, HS Room & lobby – 40 machines & All out refill (Machines to be changed immediately if found defective & refill should be ensured at all the times)

Month 24 623 14952.00

3. For petty repairs supply of following items are required

MS251190

Thermocol sheets of various standard sizes 20mm thick

Sqm 50 51.75 2587.50

MS252040

Ordinary Portland Cement grade- 43

MT 1 5980 5980.00

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 17 of 36

Signature of Tenderer Signature of Director(S&T)

Sr. NS/MS Item

Description of Work Unit Qty. Rate per unit in Rs.

Amount in Rs.

MS252080

Stone aggregate broken : 50 mm nominal size

Cum 10 1207.5 12075.00

MS252090

Stone aggregate broken : 20 mm nominal size

Cum 10 920 9200.00

MS252120

Coarse sand (minimum zone III) Cum 20 575 11500.00

MS252130

Fine sand (Zone IV ) (Ordinary sand)

Cum 20 575 11500.00

MS252180

Dehardun white lime quintal 2 575 1150.00

MS253010

Hydraulic door closers ISI marked IS:3564-1996

Each 50 223.1 11155.00

MS253030

Fly proof wire mesh Sqm 50 218.5 10925.00

MS253470

Nails 25-100 mm long Kg 2 55.2 110.40

MS253480

Nails up to 25 mm long Kg 2 59.8 119.60

MS253640

Water proof ply 12 mm thick Sqm 20 756.7 15134.00

MS253680

Frosted glass sheets for nominal thickness 4mm (weighing not less than 10 kg sq.m)

Sqm 20 348.45 6969.00

MS253740

Galvanized wire mesh of average width of aperture 1.4 mm and nominal dia of wire of 0.63mm (mosquito proof)

Sqm 40 210.45 8418.00

MS253870

Nuts and bolts with washers of all sizes

Kg 8 70.15 561.20

MS254050

Aluminum paint in two container Litre 100 207 20700.00

MS254070

Synthetic enamel paint in all shades

Litre 100 178.5 17850.00

MS254130

Ordinary varnish Litre 25 92 2300.00

MS254200

Superior quality road marking paint

Litre 25 235.75 5893.75

MS256070

Miscellaneous GI pipe fittings as nipples/elbows/ sockets / bends of GI pipe work

Kg 10 138 1380.00

MS257760

Mirror of superior make glass 60x45 cm(with 5-6 mm thick base complete)

Each 37 402.5 14892.50

MS25970

Bleaching powder quintal 1 1840.00 1840.00

4. Supply of following material for upkeep of the hostel.

i.) Naphthalene balls -1 kg per month

Month 24 165 3960.00

ii.) Odonyl -10nos. per month

Month 24 440 10560.00

iii.) Toilet acid -24 nos. per month

Month 24 396 9504.00

iv.) Latrine brushes -02 nos. per month

Month 24 55 1320.00

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 18 of 36

Signature of Tenderer Signature of Director(S&T)

Sr. NS/MS Item

Description of Work Unit Qty. Rate per unit in Rs.

Amount in Rs.

v.) Flower brooms -02 nos. per month

Month 24 176 4224.00

vi.) Coconut Brooms -05 nos. per month

Month 24 110 2640.00

vii.) Bamboo brooms -01 no. per month

Month 24 91 2184.00

viii.) Duster -05 nos. per month Month 24 82 1968.00 ix.) Wiper -01 no. per

month Month 24 55 1320.00

x.) Small soaps -38 nos. per month

Month 24 190 4560.00

xi.) Toilet papers, liquid soap, and other consumable items for bathroom use – 33 nos. per month

Month 24 3300 79200.00

xii.) Supply of Aerial / Surf Excel or similar for washing of linens – 4 kg per month

Month 24 374 8976.00

xiii.) Supply of flexible water pipe Meter 400 35 14000.00 xiv.) Cloth stand No. 10 1239 12390.00 xv.) Geru for colouring trees Kg 200 10 2000.00 xvi.) Supply of buckets & mugs Nos. 33 100 3300.00 xvii.) Phenyl for floor cleaning – 5 letre Month 24 170 4080.00 xviii.) Watering jug, scissor, khurpi,

fawda( 01 no. each) Set 2 1100 2200.00

xix.) Solar emergency light No. 10 1650 16500 xx.) Fly insect killer No. 6 2775 16650 2. NS-II Mess running by provision of

good quality of grocery (wheat flour, rice, dal & ingredients), vegetables etc. for making meals & cooks, helpers, waiters and supervisors from 06.00 hrs to 22.00 hrs with all required utensils, crockery, fuel, paper napkins (tissue papers) etc. to cater the need of preparation of meals & kitchen services as per present anticipated persons. No separate payment shall be admissible for grocery, cooks, waiter, helper & supervisor except the rates of items as under: 1. Meal (Thali) in Lunch/

Dinner– Rs. 80/- Roti, Sabji, Dal, Roasted

Papad, Rice, Curd/ Raita & salad of onion, cucumber, beetroot, lemon, cabbage, carrot, tomato radish etc. (Curd/ Raita, Papad, Salad will be served one time & Roti, Sabji, Dal & Rice will be unlimited). One fruit plate

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 19 of 36

Signature of Tenderer Signature of Director(S&T)

Sr. NS/MS Item

Description of Work Unit Qty. Rate per unit in Rs.

Amount in Rs.

serving like banana/grapes/ orange /sweet lime/ mango/ pineappale/apple/watermelon/guava/ pear/blackberry/ muskmelon etc. Mouth freshener like Sounf, ilaichi, loung, mishri etc. and tooth picks.

2. Breakfast – Rs. 40/- a) Stuffed paratha (Aloo/Gobi/

Muli/ Methi/ Palak ) /paratha sabji/ puri sabji/ chhole bhature/ milk cornflex & bread butter/ bread butter & veg sandwich/ sprouts and milk cornflex/ cheela & upma/pav bhaji/ vada pav/ Idli & milk cornflex/Dosa & milk conrnfelx/ Dhokla & Veg sandwich/ Veg. manchurian & sprouts/ Dabeli & veg. sandwich/ Dabeli & Uttapam etc.

b) Sauce, green chutney, pickles etc.

c) Fruit Plate: banana/ grapes /orange / sweet lime/ mango/ pineapple/ apple/ watermelon/guava/ pear/ blackberry/ muskmelon etc.

3. Green tea/ lemon Tea – Rs. 07/-

4. Butter milk/lassi/fruit juice/biscuit/ chips/ cold drinks/water bottle etc – As per MRP

5. Snacks Rs. 20/- a. Tea/Coffee/fruit plate

serving/ bournvita, Horlicks or boost with milk/hot milk/ Bhelpuri/ sharbat/ fruit juice/ butter milk/ Lassi (Sweet/Salted)/ curd (Sweet/ Salted ).

b. Biscuit/pakodi/samosa/ vada/ bread

c. Sauce, green chutney, pickles etc.

6. Soup- Rs. 20/- Tomato/Hot & Sour/ Mix

veg. /Sweet corn etc.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 20 of 36

Signature of Tenderer Signature of Director(S&T)

Sr. NS/MS Item

Description of Work Unit Qty. Rate per unit in Rs.

Amount in Rs.

7. Special currey /Sabji – Rs.30/- – Paneer/ mushroom/baby corn

8. Rice & Pulaw – Rs. 30/- Veg. Biryani/ Veg pulaw/

Veg fried rice etc. 9. Ice cream – Rs. 20/-

Vanilla/Strawberry/Butter-scotch/mango etc.

10. Sweets – Rs. 20/- Rasmalai/Gulabjamun/ Jalebi/ sweet dish of carrot/ Rasgulla/ laddu etc.

3. NS-III a) Hiring of one no. of four wheeler vehicle minimum 1+6 seater (Scorpio/ Innova/ XUV 500/Tata Safari or similar make) in good running condition including contractor’s driver, fuel crew, regular maintenance etc. for running upto 60 kms and upto 12 hrs per day.

day 288 1700 489600.00

b) Utilization of vehicle beyond 60 kms.

Km 2000 7.15 14300.00

c) Utilization of vehicle beyond 12 hrs.

Hour 1000 17.14 17140.00

4. NS-IV Hiring of 32 seater bus in good condition including contractor’s driver, fuel, crew, maintenance etc. for minimum running of 20 kms. per day.

Km 1200 52.40 62880.00

Total 20,56,612/-

Estimated cost of tender

Schedule A Rs. 10,76,763/-

Schedule B Rs. 9,79,849/-

TOTAL Rs. 20,56,612/-

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 21 of 36

Signature of Tenderer Signature of Director(S&T)

PART-II

SCOPE OF WORK Name of work: Providing Transportation & Housekeeping, Caretaking and Catering facilities to the Hostel of IRCAMTECH for the period of two years. I (a) CARETAKING & UPKEEP OF COMPLETE HOSTELS (No. 1 & 2) PREMISES 1. One supervisor to manage the counter for checking in/ checking out visitors/

trainees/ guest with all necessary details on receipt of authorization slip from competent authority and arrangement to be made for briefing the visitors about the essential services immediately or as and when required and to provide the assistance required by the occupant of the hostel and they will also maintain the hostel lounge for proper upkeep of television, news papers, and magazines etc. available for entertainment of occupant.

2. Staff of contractor will not use the television and other recreation material/ items/ articles.

3. Daily sweeping, moping of floors, cleaning of carpets (periodic cleaning with contractor’s vacuum cleaner), air freshening, dusting/ brightening of furniture, cleaning of waste paper baskets, window grills and glasses in the entire hostel complex in all 32 rooms, lounge, reception, dining halls, kitchen, office and corridor connecting front/ rear open portion will be done.

4. Daily sweeping, cleaning of commode, urinals, wash basins, tiled wall, spraying of disinfectants / pest controlling, putting naphthalene balls in urinal and wash basins. Removing chocking of gully traps, sewage line etc. in 33 nos. toilets and 37 washbasins in rooms, general toilets and dining hall etc. in the hostels. Periodic cleaning with acid to be done. The contractor has to provide all cleaning material.

5. Contractor staff will also be responsible for filling of water in air coolers. Necessary pipes to be arranged by contractor.

6. One Hindi & one English news papers and magazine will be available in hostel lobby regularly.

7. Flower pot and space provided for flower beds and lawns in the hostel building to be maintained by tenderer by timely provision of fresh earth, manure and dweeding etc. Seasonal flowers/ Krotons to be grown and maintained.

8. Surrounding of hostel to be kept cleaned and unwanted wild growth to be removed by the contractors once in a month or as and when required to keep the area neat and clean.

9. The Director or his representative reserves the right to inspect the hostel any time.

I (b) WASHING OF LINENS 1. Washing, dry cleaning, ironing etc. of all types of clothes, curtains, blankets,

linens etc. wherever mentioned in this tender has to be done by the contractor. 2. Washing and ironing shall be done by the Contractor in the CAMTECH hostel. 3. One set of washing of linens contains two single bed sheets or one double bed

sheet, one pillow cover and one bath towel. 4. Linens, Blankets, Curtains and other clothes are to be machine washed strictly

with good quality of detergent like Aerial/ Surf Excel.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 22 of 36

Signature of Tenderer Signature of Director(S&T)

5. Blanket must be cleaned every month in winter season and in other seasons on condition basis, if considered necessary.

6. Ironing shall be done satisfactorily. 7. In case of dirty linen set (Two Nos. single bed sheets or one double bed sheet,

one pillow cover and one bath towel), a penalty @ Rs. 1000/- for each set will be levied on the contractor.

8. In case of non deployment of staff for each day by the contractor for the work above, a penalty will be imposed @ Rs. 1000/- per staff per day.

11. Recovery of lost/ damaged linen during washing & handling: The contractor may please note that during the course of using the machine for cleaning, washing, drying and pressing etc of Lenin items, blankets proper care should be taken by them to avoid any damage/ loss of the Railway administration. In case, any torn, damaged or found unusable and missing from the custody of the contractor, the contractor will be fully responsible and have to make good the deficiency/ shortage by way of purchasing new item of same type.

II SUPPLY OF MATERIAL 1. Contractor shall arrange to supply one Hindi & one English News papers and

magazines in hostel. The name of papers and magazines will be decided by Railway administration. Regular supply of newspapers and magazines should be ensured by contractor.

2. Contractor shall ensure the provision 40 Nos. of working all Out or equivalent machines with refills in all rooms, dining hall, lobby, gym, yoga room, badminton court, sports room, lounge, reception, kitchen, office and corridor connecting front/ rear open portion.

3. Supply of Aerial/ Surf Excel for cleaning of linens, blankets, curtains and other cloths should be made as per schedule quantity.

4. Regular supply of Naphthalene balls, Odonyl, Toilet acid, latrine brushes, Flower brooms, Coconut Brooms, Bamboo Brooms, Duster & wiper etc. should be ensured by contractor as per schedule quantity.

5. Toilet papers, liquid soap, paper soap, bath soap, disposable safety razor and pouch of other consumable items like shampoo , oil, shaving cream , tooth paste, sunscreen/cold cream, powder, antiseptic cream and lip guard for bathroom use will be provided by the contractor. Total 33 sets per month will be given by contractor.

6. The clothes stand will be of cross type of aluminium / steel /plastic type which can stand on the floor.

7. The bucket is of plastic type with minimum capacity of 20 litres and mug of capacity 2 litres minimum.

8. Fly insect killer is mosquito killer cum light lamp. 9. Solar emergency light with battery and solar panel with minimum capacity of 3

Watt.

III PROVISION OF MESSING ARRANGEMENTS 1. Contractor will arrange cooking in the kitchen and serving bed tea, breakfast,

lunch, tea snacks etc. and dinner to the occupants/ visitors/ guests in dining hall or room as and when required.

2. The charges of food served to occupants/ visitors/ guests as given in the schedule of wok.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 23 of 36

Signature of Tenderer Signature of Director(S&T)

3. The food so prepared/ cooked provided must meet the taste of visitors/ guests. Only good quality edible oil like rice bran oil, etc/ ghee must be used and food must be prepared under good hygienic conditions.

4. Tenderer will arrange food etc even if there is one no. of occupant and payment may be charged as per rate given in schedule. However cooking of food is to be done for Railway staff even if they are not staying in hostel on order with a short notice of 2 hrs.

5. Contractor shall arrange to prepare and supply the tea and snacks and serve in office on payment if required on order during office hrs.

6. Contractor shall arrange to use adequate and good quality utensils and crockery as approved by the Director or his representative. Contractor shall keep his mixer/ grinder, fruit juicer, electric toaster for bread and sandwich maker in kitchen to prepare the breakfast. Contractor will use his cooking gas for preparation of food.

7. The visitors/ guests will be served meals, tea, breakfast etc. in their room whenever required.

8. One fruit plate means three bananas/ one orange/one sweet lime/ one mango/ one apple / two guava/ two pears or 150 gms of grapes/ pineapple/ watermelon/ blackberry/ muskmelon.

9. In breakfast the quantities are two stuffed paratha/ two plain paratha/ eight puris/2 bhatures/ four breads/one sandwich with two breads/ two cheela/ three pav with bhaji/ two vada with two pav/ three idlis/ two dosa/ three dhokla/two dabeli /one uttapam.

10. Sweet means one Rasmalai/ two Gulabjamun/ four jalebi/ 100 gm carrot sweet/ two Rasgulla/ two laddu.

11. Special currey / sabji shall be served with minimum quantity of 150 gms. 12. Rice and Pulaw shall be served with minimum quantity of 150 gms. 13. Soup shall be served with minimum quantity of 150 ml. 14. If any lapses arise in this clause, the penalty of Rs. 1000/- for each instance shall

be imposed on the contractor. IV VEHICLE PROVISION 1. The vehicle should be in good condition & should be of latest model i.e. 2014

or later. 2. All charges including vehicle, driver, fuel, insurance, repairs etc. shall be borned

by the contractor. 3. Any damages and repairs & maintenance of the vehicle shall be responsibility of

the contractor on his own account and expenses. 4. No outsider shall be allowed in the vehicle except with the written permission of

the officer/Supervisor In-charge of Railway. 5. In the case of any breakdown of hired vehicle, contractor shall arrange another

similar vehicle within one hour, otherwise a penalty of Rs. 2000/- per day will be levied.

6. All liabilities regarding RTO, Insurance, accident etc. will be on contractors side. 7. In case of any mishap/accident, Railways will not be responsible for any

damages of any kind - Human, vehicle, material etc. This should be fully borne by the contractor.

8. The contactor shall ensure that only authorized & capable driver having valid driving license are engaged by him to drive the vehicle.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 24 of 36

Signature of Tenderer Signature of Director(S&T)

9. The driver of the vehicle shall receive the officials visiting CAMTECH. He will keep a board of approved type to properly display at the in/out gate of the Railway station building so that the visitors will be able to recognize him.

1100.. Doors and windows of the vehicle should be closed properly with locks.. 11. Inside of the vehicle should be in good and clean condition, including its seats. It

must be properly cleaned and it should have decent covers. The inside of the vehicle should be free from ant dust, marks, etc. The vehicle should have audio and video system with a screen of minimum size of 9”.

12. The driver having valid documents of the vehicle and valid license shall only be allowed for this purpose. The Driver should be well acquainted with the traffic rules & routes of Gwalior city.

13. The vehicle should have at least a “valid Third party insurance” coverage on account of contactor’s expense.

14. The vehicle should have a tool box, a stepny, and First aid box on account of contactor’s expense.

15. The tenderer shall ensure that all the meters particularly the kilometer/speedometer and other devices of vehicle are always in working condition. In case if any defects are pointed by the Railway Administration, the same shall be immediately rectified by the contractor at his own cost and in the mean time another vehicle shall be arranged by the contractor so that the Railway’s work does not get hampered. If the meter gets out of order the reading given by the officer shall be final and binding on the contractor.

16. The vehicle should be registered as a commercial vehicle and should fulfill norms pertaining to a commercial vehicle. It will be the responsibility of tenderer to ensure that there is a proper authorization from State Government and any other authority to run the vehicle as a commercial vehicle.

17. The vehicle must be in mechanically sound condition and maintained. The vehicle must have sufficient fuel to drive 100 kms on any occasion.

18. Oil fuel etc. required for the vehicle should be made available before starting duty hours.

19. The driver must have some experience of driving a vehicle and should be in a position to attend the minor faults in the vehicle.

20. The driver of the vehicle must possess a mobile phone whose number is to be given to the Railway Administration and the officer to whom the vehicle is assigned. The driver shall remain available on this mobile phone. Any change in the mobile number will be communicated in advance by the contractor/driver to the officer using the vehicle.

21. The tenderer shall be responsible for ensuring that while engaging driver there is no breach of any extant labour laws and other regulations in force.

22. The driver shall make himself and his vehicle available for an inspection to be done by a nominated officer or the using officers. It is the responsibility of the driver to produce documents as and when required.

23. The Driver of vehicle should wear a well cleaned uniform and will work as per the instructions of officer-in-charge or his authorized representative. The uniform will not be supplied by the Railways.

24. Contractor shall ensure that a regular safety/ maintenance schedule of the vehicle as recommended by the vehicle manufacturer is carried out.

25. The Driver has to open/ close & secure properly the doors of the vehicle & will ensure the safety of passengers at each starting. Driver will get down and open/close the doors while boarding & landing from the vehicle.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 25 of 36

Signature of Tenderer Signature of Director(S&T)

26. The driver engaged by the contractor should be well behaved and neat & clean dressed. Consumption of any intoxicating drinks/drugs is strictly prohibited during the driving and on duty of the driver. In case Driver found on duty in intoxication position, a penalty of Rs. 2000/- will be imposed.

27. Further the exhaust of the vehicle should confirm to the Non-polluting standards as prescribed by the appropriate authorities of central/state Govt. and Contactor will be responsible for such consequences.

28. In case more vehicles are required on certain important occasions contractor will provide additional vehicle on same rates within the permissible variation of quantities.

29. The schedule timing of the vehicle will be 7.00 am to 7.00 pm. The timing of the vehicle can be changed by Railway authority or it can be split into two different slots as and when required with prior information to the contractor.

30. Penalty amount of Rs. 2000 at a time shall be levied by Railway in case of non performance or unsatisfactory work.

31. A penalty shall be levied at a rate of Rs. 2000/- per day in case of non availability of vehicle.

V. Timings :- The days and timings of employees are as follows.

S.N. Employees Timings Days 1 Supervisor-1 6AM to 2PM Daily 2 Supervisor-2 2PM to 10PM Daily 3 Hostel Maintainer -1 6AM to 2PM Daily 4 Hostel Maintainer-2 2PM to 10PM Daily 5 Artisan Staff 10 AM to 6 PM Daily 6 Driver of vehicle & bus Any time On Requirement 7 Mess staff 6AM- 10PM Daily

The distribution of artisan staff are as follows. The type of artisan staff may be changed depending upon the requirement. The artisan staff should come with all tools and equipments along with them like painter should come with brush, welder should come with welding machine, welding rods, helmet, etc. The fitter should come with hammer, spanner, etc. The mason should come with float, kanni, etc.

S.N. Days Artisan staff Standby Artisan staff 1 Monday Gardener Carpenter 2 Tuesday Gardener Carpenter 3 Wednesday Fitter As per requirement 4 Thursday Mason Painter 5 Friday Painter Carpenter 6 Saturday Carpenter Gardener 7 Sunday Carpenter Gardener

VI GENERAL: 1. The duration of the contract will be for twenty four (24) months. 2. The contractor shall have to prepare and submit the bills well in advance.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 26 of 36

Signature of Tenderer Signature of Director(S&T)

3. The rates quoted by the contractor should foresee & cater for any price hike etc. as regard to the labour rates, price of petroleum products and any other things related to this contract. He will not be entitled for any revision of rates during the currency of contract.

4. The contractor shall provide uniforms, shoes, Socks, caps, hand gloves to the employees, as Railways may prescribe and for this, no separate payment shall be admissible.

5. The contractor shall furnish a list of man power deployed with full description, for this work prior to start of the work to the officer in charge and shall notify the changes there in from time to time.

6. Penalty amount of Rs. 1000/- at a time shall be levied by in case of non performance or unsatisfactory caretaking of the building.

7. Any shortage, damage and/ or loss to any item/ properties of Railway will be recovered from the contractor, in monetary terms or replaceable in actual.

8. The contractor is required to keep safe custody of all furniture, capital items and other properties of Railway hostel. That the contractor should hand over all properties of hostel issued to him during the course of execution of contract work, within 24 hrs of completion of the contract.

9. The persons so engaged by contractor should remain in uniform at all time and shall be provided with badge/ identity card issued by contractor as approved by Railway. That the contractor should provide appropriate and skilled man power to ensure quality of food/ beverage and service.

10. The persons so engaged by the contractor should be courteous, well mannered and well behaved to the occupants/ visitors/ guests etc. Railway reserves the right to ask the contractor to remove any person, if found to be unsuitable for work or any other ground like bad conduct etc. In such situation the contractor must remove the concerned person and replace a suitable person immediately. The person so removed must not be entertained by the contractor in the site of Railways.

11. The Contractor shall provide consumables at his own cost to provide services as specified in the scope of work.

12. The contractor shall provide all necessary safety equipments and uniform to their staff.

13. The contractor shall pay to his workers not less than the prevailing wages fixed by Govt. as per minimum wages act.

14. Contractor shall abide the existing labour laws/ acts as well as other statutory acts/ rules applicable in connection with maintenance activities of the above work.

15. The contractor will not allow/ entertain entry of any outsider in any form in premises of IRCAMTECH without the specific permission of the competent authority failing which this contract can be terminated and security deposit forfeited.

16. Contractor shall keep Bone China crockery sets with Borosil glasses, water jugs etc. to serve breakfast, lunch and dinner as and when required by Railway authority.

17. Railway may use kitchen any time for cooking and other work. 18. Contractor will not be allowed using their staff while on duty in specified period

and in the IRCAMTECH campus for any other work. 19. Supply of water to be ensured in all bathrooms.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 27 of 36

Signature of Tenderer Signature of Director(S&T)

20. Advising the electrical deptt. about the failure in electricity and failure of electrical equipments like AC, cooler, fan, light etc.

21 The hours specified above should not be considered as one shift. The actual duty hours of staff should be regulated in such a way so that there may not be any ground to claim any benefit under any relevant labour laws/acts. Accordingly number of shift and number of person should be made available.

22. The contractor has to meet all costs against all claims and indemnify the Railways.

23. In case, food/breakfast served is found to be of poor taste/quality, contractor shall be advised so and he shall replace such person immediately failing which penalty of Rs. 1000/- per day for each cook shall be imposed. In this regard, decision of Director will be final & binding upon the contractor.

24. Contractor shall keep stock of mineral water, sweet and namkeen biscuits, snacks, soft drinks like frooty, fruits like guava, sweet lime, orange and pine apple, dry fruits like almonds, cashew nuts, raisins and figs , packets like aloo bhujiya, pea nuts, chips and moong dal of reputed company, ice cream, sweets, Gazak, son papadi etc. and will provide to the occupants on demand at price not more than MRP.

25. At the time of Lunch, Dinner and Breakfast to the guest, the serving staff shall use white hand gloves with approved uniform.

26. No electricity charges will be levied in the canteen for running refrigerator, Oven, mixtures and Toaster, microwave and other electrical appliances.

27. Any staff deployed by the tenderer shall : a. Not be less than 18 years. b. Be courteous & soft-spoken to guests occupying the room. c. Have to wear uniform and shoes with socks. d. Have good hygiene. e. Have previous experience in similar field. 28. The address & telephone Nos. of the contractor staff shall be given to Railway

Engineer or his representative. 29. Staff/Supervisors should not have criminal background. Police

verification report is necessary at the time of appointment of these staff. Attendance particulars & addresses of contractor's labour has to be maintained by the contractor duly verified by him and should be made available to the Railway on demand.

30. Serving of alcoholic drinks or drugs inside Railway premises and using hostel for any other purpose like giving rooms to unauthorized persons or using rooms in unauthorized ways by contractor are strictly prohibited and if any incident is noticed, Railway will be at liberty to terminate the contract with immediate effect and without any notice period for the same. In such case the Performance Guarantee & Security Deposit shall be forfeited. In addition contractor will be responsible for all such activities inside the Railway premises and will have to face prosecution and indemnify the Railway from all actions & claims arising out of the same.

31. Tenderer will be responsible for thefts and loss of Railway property. He shall indemnify the Railways from all claims of the occupants. Recovery will be made from the contractor for all losses incurred to the Railway.

32. For all losses or pilferage of contractors equipments, Railway will not be responsible in any manner.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 28 of 36

Signature of Tenderer Signature of Director(S&T)

33. A complaint register shall also be maintained and made available to the occupants on demand. Any complaints of the occupants shall be got recorded and signed by them. The contractor shall give his compliance for the complaints and get it verified from the Railway Engineers representative. Similarly a suggestion book shall also be kept for suggestion of the occupants.

34. The rate quoted by the contractor is inclusive of all elements of labour, material including consumables, tools & plants, equipments etc. and no material will be supplied by the Railway.

35. Requirement of tea, breakfast etc. shall be got from the participants for every morning, the previous night itself and supplied at the time notified/advised by them. A register shall be maintained entering such requisitions from the occupants and time of delivery and amount received and got signed by the occupants. The balance money shall be refunded after supply of the items, recorded in the register and got signed by the occupants.

36. Tenderer will maintain feedback forms/register for cleanliness, courtesy of staff deployed, food/breakfast served, quality of utensils etc. Format of such feedback form/register shall be got approved from Railways Engineer. In case of adverse entries, tenderer is required to take immediate corrective measures. If he fails to do so in a reasonable time (not more than 3 days), tender is liable to be terminated forfeiting security deposit & performance guarantee.

37 For Hostels, Contractor should maintain occupancy register and make all necessary entries regularly.

38. The contractor and his representative should take care of safety of staff and Railway property. All damages or losses cause by him, his supervisors and other employees to Railway property/staff and cost of damages as ascertained by the Railway will become recoverable from the contractor.

39. Contractor’s staff on duty should wear uniform and badges and keep, identity card issued by contractor which shall be arranged by the contractor at his own cost.

40. Contractor shall submit medical certificate for his staff from approved medical Practitioner. Staff suffering from any kind of disease/sickness shall not be permitted on duty.

41. Liability against risks/ claims: Railway Administration shall not be responsible for any injury or loss of life or sickness of the workmen or of any individual involved in the contract during the course of their duties or out of their duty hours. The contractor shall take out and keep in force a policy and policies of insurance against all liabilities and recognized risks in respect of accidents to persons employed by the contractor for the purpose of carrying out the works of this contract. The contractor should note this provision especially in respect of staff deployed by him and should take necessary insurance cover and safeguards against the recognized risks for his worker/staff. Any compensation to the staff because of accidents in their duties will be payable by the contractor to his workers/dependents.

42. The contractor has to pay the prevailing rates at the time of working of the employees , as per minimum wages decided by Chief Labour Commissioner(C) of Ministry of Labour and Employment.

43 Rates: a. The rates quoted and accepted by Railways shall be firm and final during the

currency of contract.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 29 of 36

Signature of Tenderer Signature of Director(S&T)

b. All statutory taxes including service tax and liabilities levied/leviable by the Central & State Governments or any other governing authority/agency from time to time shall be borne by the contractor and the rate shall be inclusive of all such liabilities.

44. Contractor shall use vacuum cleaner for cleaning of hostels. He shall provide

plastic buckets, dustbins, cloth dusters, gunny bags, mop clothes and brooms etc for cleaning activities.

45. Contractor shall keep mixer grinder, electric toaster for breads, sandwich maker, fruit juicer and other required utensils in kitchen to prepare the food & breakfast. Contractor will use own cooking gas for preparation of food.

46. Material required for the services offered by the contractor in the hostels

Sr. No.

Minimum Item required for housekeeping

Unit Quantity

1. Tea set (Bone china) set 02 2. Dinner Plates Good quality

Melamine/fiber No. 150

3. Borosil Glass (6 nos. ) Set 30 4. Service tray steel or melamine No. 10 5. Tea kettle No. 2 6. Tea Chalni No. 10 7. Serving spoon No. 10 8. Water jug minimum capacity 2

litre No. 30

9. Dustbin No. 30 10. Coffee Cups No. 150 11. Steel spoons No. 300 12. Juice maker No. 2 13. Lemon squeezer of steel make No. 2 14. S Sandwich maker No. 1 15. Electric toaster No. 1 16. Mixer No. 1 17. Grinder No. 1 18. U Utensils for making idli, dosa,

sprouts, etc No. 1 for each

type.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 30 of 36

Signature of Tenderer Signature of Director(S&T)

ANNEXURE-I (PART-II)

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 along with application form with the bid documents available online at www.rdso.indianrailways.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 are as per original available on website is mine/ours. I/We also agree that if anything contrary is found the decision of IRCAMTECH/Administration will be final and binding on me/us. Signature of tenderer Director (S&T) (with name & address) for & on the behalf of President of Union of India

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 31 of 36

Signature of Tenderer Signature of Director(S&T)

AGREEMENT OF WORK CONTRACT AGREEMENT No. …………………………………………………………dated …………………….ARTICLES OF AGREEMENT made this ………………………………………….between the President of India acting through the Railway, Administration herein after called the “Railway” of the one part and ……………………………………………………………here-in-after called the “Contractor” on the other part. WHEREAS the Contractor has agreed with the Railway for the performance of the works “Transportation & Housekeeping, Caretaking and catering facilities to the hostels of IRCAMTECH for the period of two years” set forth in the schedule hereto annexed upon the General conditions of Contract and the specifications of IRCAMTECH, Maharajpur, Gwalior and the special conditions and special specifications, if any and in conformity with the drawings here unto annexed AND WHEREAS the performance of the said works is an act in which the public are interested. NOW THIS INDENTURE WITHNESSETH that in consideration of the payments to be made by the Railway, the contractor will duly perform the said works in the said schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings of conditions of contract on or before the……………………………………………. and will maintain the said works for a period of twenty four calendar months from the certified date of their completion will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein) and (the Railway) both hereby agree that if the contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the contractor for the said works on the final completion there of amount due in respect thereof at the rates specified in the schedule here to annexed. Contractor.................................... DIRECTOR (S&T) Address and Date....... IRCAMTECH/GWALIOR for and behalf of the President of India Signature of First witness.................................. With Address……………………………………….. _____________________________________ Signature of Second Witness............................ With Address………………………………………..

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 32 of 36

Signature of Tenderer Signature of Director(S&T)

Annexure-II (Part-II)

PERFORMANCE STATEMENT FOR LAST THREE YEARS

S No.

Order placed by (Give full Address)

Type of work Ordered

Period of contract From - To

Value of contract (In Rs)

Date of completion of contract

Payment Received (In Rs)

Certificate of successful completion of contract from the contract awarding authority may be enclosed. Signature & Stamp of Tenderer/s

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 33 of 36

Signature of Tenderer Signature of Director(S&T)

Annexure-III ECS FORMS

Form No. E-5 (appendix-vii) Electronic Clearing Service (Credit Cleaning) Model Mandate Form (Investor/customer’s option to receive payments through Credit Clearing Mechanism) Name of the scheme and the periodicity of payment No. 1) Investor/customer’s name : 2) Particulars of Bank account : A Name of the Bank : B Name of the branch : Address : Telephone No. : C 9- digit code number of the bank and branch appearing on the MICR cheque issued by the bank: D Type of the account (S.B. Current or cash Credit) With code (10/11/13) E Ledger and Ledger folio number: F Account number (as appearing on the cheque book) (In lieu of the bank certificate to

be obtained as under. Please attach a blank cancelled cheque or photocopy of cheque or front page of your

savings bank pass book issued by your bank for verification of the above particulars)

3) Date of effect: I hereby declare that the particulars given above are correct and complete. If the

transaction is delayed or not effected at all for reasons of incomplete or incorrect information. I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.

(________________________________) Signature of the Investor Customer Date Certified that the particulars furnished above are correct as per our records Bank’s Stamp Signature of the Tenderer/s

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 34 of 36

Signature of Tenderer Signature of Director(S&T)

INSTRUCTIONS FOR DOWNLOADING OF TENDER DOCUMENTS FROM INTERNET & ITS SUBMISSION

1. The tender documents for this work can be obtained from the internet at RDSO

website www.rdso.indianrailways.gov.in and the offers can be given on the same subject to the conditions given below which shall be carefully studied by the intending tender(s) and offers submitted accordingly.

2. The tender documents shall be carefully downloaded from the website mentioned above and the same shall be printed carefully. The tender documents so downloaded shall be complete in all respects, which shall be the sole responsibility of the tenderer(s), and the Railway shall not be liable for any mistakes/loss or corruption of data in downloading and/or printing. The end of tender document has been marked in bold letters as “END OF TENDER DOCUMENT” on a separate page in the uploaded document, which may be checked while downloading the tender document to ensure that the complete tender document has been downloaded. The tenderer(s) must also compare the document as printed with the document uploaded on the website. The tenderer(s) shall sign the undertaking given below in para 10.

3. A master copy of the document downloaded from the website mentioned above shall be kept in the office of the tender inviting authority. In case of any discrepancy between the tender document downloaded from the website and the master copy, the latter shall prevail and shall be binding on the tenderer(s). The offer received shall be deemed to have been submitted on the document as uploaded and appearing in the website mentioned above whose master copy is kept in the office of tender inviting authority.

4. The tenderer(s) shall print the document on good quality, white A4 size paper on any good quality printer, preferably laser or desk jet or inkjet type printer.

5. The cost of tender document as mentioned in the notice inviting tender shall be enclosed with the offer as a separate bank draft in the name of “WAO/RSK/STLI” or original money receipt deposited with Divisional cashier, or the station manager/GWL for the requisite amount as cost of tender document. The cost of tender document shall not be clubbed with the earnest money deposit. The tenders submitted without the requisite cost of tender documents in appropriate form shall not be considered.

6. The tenders shall be filled up after careful study of the documents and the site and any clarification required may be obtained from the tender inviting authority whose address is given in the tender documents.

7. The tenderer(s) downloading the documents from internet must keep themselves updated through the website from which the tender document is downloaded regarding corrigenda, if any, to the notice inviting tender or the tender or the tender documents, which shall be uploaded in the same website and also published in newspapers. The offers received without such corrigenda published shall be liable to be rejected.

8. Any willful changes/deletion/addition in printing carried out in the tender documents shall be viewed very seriously, whether detected at the time of opening/award of tender or after award of work and the same may result in penal action including banning of further business with the defaulting tenderer(s). In addition, the tenderer(s) are liable to be prosecuted for the same as per law.

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 35 of 36

Signature of Tenderer Signature of Director(S&T)

9. The tenderer(s) or his authorized representative shall sign in original on each page of the downloaded tender document.

10. The following declaration should be given by the tenderer(s) while submitting the tender:-

a. I/We have downloaded the tender form from the internet site and I/We have not tampered/modified the tender documents in any manner. In case the same is found tampered/modified, I/We understand that my/our offer shall be summarily rejected and I/We are liable to be banned from doing business with the Railway and/or prosecuted as per law.

b. I/We are submitting a demand draft no……………….. dated …………. Issued by…………………………….. or original money receipt no……………… deposited with………………………. Station for Rs. …………………. Towards the cost of tender document.

Signature of Tenderer(s) Date : …………………………. Address :………………………….. ………………………….. …………………………..

IRCAMTECH/GWL/Hostel/Tender/2015-2017 Page 36 of 36

Signature of Tenderer Signature of Director(S&T)

*

** ***

**** *****

END OF TENDER DOCUMENT

***** **** *** ** *


Recommended