Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 1 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
TENDER DOCUMENTS.
1. Tender No. WKS/559/TEN
2. Name of work. Maintenance and other horticulture work of lawn and
hedge etc. of different Directorates and labs of RDSO.
3 Approximate cost of work. Rs. 40,23,054.00
4. Earnest Money. Rs. 80,470.00
5. Completion period. 03 (Three) Year.
Tender Closing date & time. : 07.04.2014 at 11.00 Hrs.
Tender to be submitted upto : 07.04.2014 at 14.30 Hrs.
Tender Opening date & time. : 07.04.2014 at 15.00 Hrs.
NOT TRANSFERABLE.
ISSUED BY Town Engineer
RDSO, Lucknow
ISSUED TO. --------------------------------------------
--------------------------------------------
--------------------------------------------
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 2 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
Name of work: -Maintenance and other horticulture work of lawn and hedge etc. of
different Directorates and labs of RDSO.
Sr. No.
Description Page No.
From To
1.
Tender Notice - 3
Tender Form – First Sheet - 4
2.
Tender Form – Second Sheet 5 9
3.
Special Conditions/Specifications of contract Part-I 10 13
4.
Special Conditions/Specifications of contract Part-II 14 15
5.
Specification of N.S.Items 16 20
6. Certificate to be given by the bidder - 21
7. Offer Sheet/Schedule of Approx. Quantity. 22 23
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 3 of 23 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
Maintenance of Lawn, Plants and
other Horticulture work in
directorates & labs of RDSO.
40,23,054/- 3,000/- By post 3,500/-
80,470/- 03 (three)
years 07.04.2014 18.03.2014
The above tender will be open on 07.04.2014 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 18.03.2014 during working hours up to 11:00 hrs on 07.04.2014, 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 18.03.2014 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/559/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 07.04.2014 or or dropped in the special tender box painted in red colour, written “CMS” on
tender box and it is located at RPF Post & between Town Engineer office & RPF Barrack, RDSO,
Manak Nagar, Lucknow-226011 from 24.03.2014 at 10:00 hrs. to 07.04.2014 at 14.30 hrs. The tender box will be sealed at 14:30 hrs on 07.04.2014 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/559/TEN
Date: 06.03.2014
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 4 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
FIRST SHEET
Name of work:-Maintenance and other horticulture work of lawn and hedge etc. of different Directorates and labs of RDSO.
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 3 (three) Year 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 Standard Specifications 1987 of Northern Railway. (3) A sum of Rs. 80,470 (Eighty thousand four hundred seventy 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/559/TEN
Signature of the Tenderer Page 5 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
TENDER FORM (SECOND SHEET)
Name of work: Maintenance and other horticulture work of lawn and hedge etc. of different Directorates and labs of RDSO.
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:-
‘: Maintenance and other horticulture work of lawn and hedge etc. of different Directorates and labs of RDSO..’
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). 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.
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 6 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
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. 80,470 (Eighty thousand four hundred seventy 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.
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 ExecutiveDirector
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) Revenuestamps 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.
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 7 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
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.
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
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 8 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
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.
(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.
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 9 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
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.
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/559/TEN
Signature of the Tenderer Page 10 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
Name of work:- Maintenance and other horticulture work of lawn and hedge etc. of different Directorates and labs of RDSO.
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/559/TEN
Signature of the Tenderer Page 11 of 23 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/559/TEN
Signature of the Tenderer Page 12 of 23 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 03 (Three) years
(including monsoon) from the date issue of acceptance of the tender.
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 13 of 23 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.
20.1 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.
20.2 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/559/TEN
Signature of the Tenderer Page 14 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
Name of work: Maintenance and other horticulture work of lawn and hedge etc. of different Directorates and labs of RDSO.
.
SPECIAL CONDITIONS /SPECIFICATIONS OF CONTRACT (PART-II) (TECHNICAL)
1 Arrangement of all T&P and consumables required for efficient execution of work shall be the
responsibility of contractor, All T&P arranged by the contractor like Phawarahs, Baskets, Khurpi,
sword’s etc. shall be kept in working order, otherwise penalty will be imposed on the contractor.
2. The Contractor shall submit required labour license for the contract within a month of issue of
acceptance latter.
3. All labour acts and laws shall be strictly followed by the contractor and he shall indemnify the
Railway from all claims, losses etc. arising out of the same. All costs incurred by the Railway in this
connection will be recoverable from the contractor.
There shall be no claim against Railway under:-
a. Payment of wages act.
b. Minimum wages act.
c. Labour regulation act.
d. Workman compensation act.
e. Other relevant laws and acts of Central & State Governments.
f. The contractor has to meet all costs against all claims and indemnify the Railways.
4. Contractor should take all type of precaution that no accident, injury, death occurs during duty hrs.
RDSO administration will not be responsible in case of any accident, injury, death, occurs.
5. In the event of labour being prevented from working in normal working hours due to dispute, Strikes,
etc. in Railway, RDSO premises where the work is being carried out, the total loss in idle time and
other incidental expenses will not be borne by the RDSO Administration.
6. Staff without equipment shall not be treated on duty and penalty for the same shall be imposed on the
contractor. Decisions of TEN/RDSO, Lucknow in this regard shall be final & binding on the
contractor.
7. If Contractor request for providing space/ store for keeping his consumable/T&P being used in daily
work, RDSO may consider such requests depending on availability of space/any abandoned structure
not in use by RDSO However, Railway does not take any liability for arranging space/store.
8. Contractor’s staff shall not be allowed to burn the swept rubbish and grass in RDSO complex. In the
non compliance, contractor shall be penalised @ Rs. 500/- per place.
9. Horticulture plant rubbish/cut grasses should be placed/transportedat the site as directed by SSE/JE.
Failing which a penalty of Rs. 20/- par day per hip will be recovered.
10. A logbook shall be maintained for all activities of horticulture work as mentioned in NS item 1 to 15
of schedule, which shall be signed jointly by SSE/SE/JE/Horticultue and contractor or his authorized
representative. No payment shall be made in absence of entries in the log book.
11. The contactor will be paid monthly basis, based on log books. Measurement of the work noted by
SSE/JE/Horticulture every day. The decision of the engineer in-charge in this regard shall be final &
binding on the contractor.
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 15 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
12. The rates quoted should be inclusive of all taxes Income-tax, Service Tax, conservancy charges etc.
and any other taxes payable to Government or any other party and no extra payment will be made on
this account.
13. The address & telephone/ mobile No. of the contractor/supervisor shall be given to railway engineer
or his representative. In case of non response by contractor on telephone/mobile nos, penalty of 500/-
Rs. Per day shall be imposed.
14. In the event of any damage or loss what so ever caused to RDSO or Government property. Town
Engineer, RDSO, Lucknow or his representative to supervise the work shall be empowered to have
the damage or losses repaired and recover the amount so spent as well as that due from the imposition
penalties under various other clauses of the tender, from the amount to be paid to the contractor under
this agreement from his security deposit.
15. In case of dispute which may arise concerning the agreement or tender? The decision of the Town
Engineer RDSO & Director/Civil RDSO shall be final & binding upon the contractor.
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 16 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
Specification ykWu ewfoax dk;Z
en la0 1
1- yku dh ?kkl bysDVªhd ikoj }kjk pkfyr ykWu ewoj ls gh dkVuh gksxhA fctyh dh lIykbZ jsyos }kjk Qzh esa nh tk,xhA
2- Bsdsnkj ds ikl yku dh ?kkl dkVus dh e’khu ¼ykWu ewoj½ viuh gksuh pkfg,A
3- ykWu ds fdukjksa dh ?kkl xzkl dfVax CysM ¼ryokj½ ls bl izdkj dkVuh gksaxh fd e’khu }kjk dkVh gqb ?kkl
ls uhph rFkk ÅWaph u gksA0
4- lkekU;r% ?kkl dk ykWu dkVus dh vko`fRr fuEu izdkj gksxh%
nks ykWu dfVax ds chp vUrjky
tqykbZ vxLr flrEcj vDVwcj 8 fnu ls 12 fnu ds chp ¼eghus esa
rhu ckj ds fy,½
uoEcj fnlEcj tuojh Qjojh 27 fnu ls 32 fnu ds chp ¼eghus esa
,d ckj ds fy,½
ekpZ vizSy ebZ twu 13 fnu ls 17 fnu ds chp ¼eghus esa
nks ckj ds fy,½
5- ykWu esa gj ykWu ewfoax ds ckn jklk;fud [kkn ¼;wfj;k½ dk fNM+dko 1 fd-xzk- izfr 100 oxZeh0 {ks= dh nj ls
djuk gksxk ¼yku dks gjk&Hkjk j[kus ds fy,½ ftldk izcU/k Bsdsnkj dks Lo;a djuk gksxkA
6- izR;sd yku ewfoax ds dk;Z dk ys[kk&tks[kk ,d jftLVj cukdj j[kuk gksxk ftlesa funs’kky; ukfer deZpkjh
rFkk Bsdsnkj ds gLrk{kj gksuk vfuok;Z gksxkA
7- dk;Z dk Hkqxrku fcuk ys[kk&tks[kk jftLVj ds ugha fd;k tk;sxk ftldks funs’kky; }kjk ukfer deZpkjh
}kjk cuk;k tk,xkA
8- mijksDr vko`fr ds vykok vko’;drk gksus ij tc Hkh Bsdsnkj dks dgk tk;sxk yku ewfoax dk dk;Z djuk
gksxk ftlds fy, Hkqxrku fd;k tk,xkA
9- izR;sd yku esa ?kkl dh ÅWapkbZ 40&50 fe-eh- ls vf/kd ugha gksuh pkfg,A
10- ftl ykWu esa taxy vf/kd gksxk rks Bsdsnkj dks yku dkVus ls igys funs’kky; ukfer deZpkjh ds vkns’k gksus
ij ykWu dh ohfMax djuh gksxh ftldk Hkqxrku vyx ls lEcfU/kr en esa fd;k tk;sxkA
11- mijksDr vko`fRr ds vuqlkj yku ewfoax u gksus ij Lohdr̀ nj ds nksxqus nj ls dVkSrh dh tk;sxhA
12- yxkrkj o"kkZ ds dkj.k ykWu dh dfVax ugha gks ikrh gS rks mlds fy, Bsdsnkj ftEesnkj ugha gksxkA dfVax u
gksus ij Hkqxrku ugha fd;k tk,xkA
jsyos ds ikuh ls yku dh flapkbZ djuk
en la0 2
1- funs’kky; ds yku dh flapkbZ funs’kky; esa yxs uyksa ls gh djuh gksxhA
2- ykuksa dh flapkbZ tc Hkh ikuh dh lIykbZ gksrh gS] mlh le; djuh gksxhA vyx ls ikuh ugha fn;k tk;sxkA
3- ikuh yxkus ds fy, ukbyksu ikbi dk Bsdsnkj dks Lo;a bartke djuk gksxkA
4- izR;sd yku ds yxk;s x;s ikuh dk ,d jftLVj esa ys[kk&tks[kk rS;kj djuk gksxkA bl jftLVj esa funs’kky;
ukfer deZpkjh rFkk Bsdsnkj dk gLrk{kj gksuk t:jh gSA
5- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxkA ys[kk&tks[kk jftLVj funs’kky; ukfer deZpkjh }kjk
cuk;k tk;sxkA
6- vizSy] ebZ] twu ds ekg esa yku esa ikuh izfr lIrkg yxkuk gksxk vDVwcj ls ekpZ rd 15 fnuksa ds vUrjky ij
ikuh yxkuk gksxkA o"kkZ ds eghuksa ¼tqykbZ] vxLr] flrEcj½ esa ikuh yxkus dh dksbZ vko’;drk ugha gSA bl
izdkj o"kZ esa 24 ckj ikuh yxkuk gksxkA
7- vko’;drk iM+us ij Bsdsnkj dks o"kkZ =rq esa Hkh ikuh yxkuk gksxk] ;fn o"kkZ ugha gksrh gS] ftldk Hkqxrku
fd;k tk;sxkA
8- mijksDr vko`fr ds vuqlkj dk;Z u djus ij Lohd`r nj ds nksxqus nj ls dVkSrh dh tk;sxhA
9- ikuh dh ek=k funs’kky; ukfer deZpkjh ds larks"k ds vuqlkj djuh gksxhA
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 17 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
gst dkVus dk dk;Z
en la0 3
1- gst dkVus dk dk;Z lw;ksZn; ls lw;kZLr gksus ds chp esa gh fd;k tk;sxkA
2- gst dkVus ds fy;s Bsdsnkj dks midj.kksa dh O;oLFkk Lo;a djuh gksxhA
3- gst dfVax dk dk;Z gst dkVus okyh dSaph ls gh fd;k tk;sxk] eksVh Mkykas ij mudh dVkbZ&NaVkbZ dk dk;Z
xzkl dfVax CysM ¼ryokj½ ls fd;k tk ldrk gSA
4- fnu&izfrfnu ds dk;Z dk ys[kk&tks[kk ,d jftLVj esa j[kuk gksxk rFkk mlesa funs’kky; ukfer deZpkjh]
Bsdsnkj ds gLrk{kj gksuk vko’;d gksxkA
5- dk;Z dk Hkqxrku ys[kk&tks[kk jftLVj ds vuqlkj gh fd;k tk;sxk ftldks funs’kky; ukfer deZpkjh }kjk
cuk;k tk;sxkA
6- gst dfVax dk leLr dk;Z funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj gh fd;k tk;sxkA
7- gst dfVax ds ckn tks Hkh mldk eyck fudysxk mldks ,d= djds Bsdsnkj dks vius Lo;a ds lk/ku ls mlh
fnu dkyksuh ls ckgj funsZf’kr LFkku ij Qsaduk gksxkA
8- gst dk Åijh fgLlk ¼Vki½ ,d ysoy esa djuk gksxk rFkk lkbt esa Hkh lh/kk dkVuk gksxkA
9- ;fn dVh gqbZ gst izfr fnu ugha mBkbZ xbZ rks Bsdsnkj ls ,slh fdlh f’kdk;r ds fy, izfr funs’kky; #0
10@& izfr fnu n.M fy;k tk;sxkA
10- gst dkVus dh vko`fr nks eghus esa ,d ckj gksxh ,oa nks dfVax ds chp dk vUrjky 55 ls 65 fnu ds chp gh
gksuk pkfg,A
11- gst dks gjk&Hkjk j[kus gsrq vko’;drkuqlkj ikuh fn;k tk;sxk ,oa jklk;fud [kkn 1 fd-xzk- izfr 100 eh0
yEckbZ esa Mkyh tk;sxhA
12- gst mijksDr vko`fRr ds vuqlkj u dkVus ij Lohd`r nj ds nksxqus nj ls dVkSrh dh tk;sxhA
en la0 4
1- ?kkl] taxy] >kM+h dh fNykbZ rFkk dVkbZ funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj rhu ekg esa ,d ckj
djuk gksxkA
2- QsfUlax ds vUnj dh ?kkl] taxy] >kM+h vkfn lHkh Nhyuh rFkk dkVuh gksxhA
3- QsfUlax ds vUnj ds {ks= dh ?kkl ;k taxy dks [kqjih ls Nhyuk gksxk] dsoy ogh taxy tks >kM+huqek gksxk
mls xzkl dfVax CysM ls dkVk tk;sxkA
4- ?kkl dh fNykbZ ds ckn iwjs {ks=Qy dh QaVh ls njslh djuh gksxhA
5- fNyh ?kkl dks lkbV vfHk;Urk ds funsZ’kkuqlkj crk;s LFkku ij Bsdsnkj dks vius lk/ku ls Qsaduk gksxkA
6- bl dk;Z ds fy, Bsdsnkj dks fdlh Hkh izdkj ds vkStkj dh vkiwfrZ ugha dh tk;sxhA lHkh vkStkjksa dk Bsdsnkj
dks Lo;a izcU/k djuk gksxkA
7- fd;s x;s fNykbZ ds dk;Z dk ys[kk&tks[kk ,d jftLVj esa j[kuk gksxk rFkk mlesa funs’kky; ukfer deZpkjh]
Bsdsnkj ds gLrk{kj gksuk vko’;d gksxkA
8- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxk ftldks funs’kky; ukfer deZpkjh }kjk cuk;k tk;sxkA
9- ?kkl] taxy] >kM+h fNykbZ rFkk dVkbZ u djus ij Lohd`r nj ds nksxqus nj ls dVkSrh dh tk;sxhA
u;h gst yxkuk
en la0 5
1- u;h gst ogha ij yxk;h tk;sxh tgkWa ij gst ugha gSA
2- u;h gst ds fy;s 45 lseh0 pkSM+h rFkk yEckbZ dh vko’;drkuqlkj o 20 lseh0 xgjh [kqnkbZ djds D;kjh
cukuh gksxhA
3- D;kjh ls ?kkl] dadM+] iRFkj fudkyus gksaxs rFkk D;kjh lery djuh gksxhA
4- D;kjh esa gst ds c<+us ds fy;s xkscj dh [kkn ;k jklk;fud [kkn Hkh Mkyuk gksxkA
5- gst dh dfVax 15&15 lseh0 ij yxkuh gksxhA
6 flapkbZ ikuh dh vkiwfrZ ds le; ij gh djuh gksxhA
7- gst dh fujkbZ&xqM+kbZ eghus esa ,d ckj djuh gksxhA
8- ?kkl o vU; [kj&irokj tks fudysaxs mUgsa lkbV vfHk;Urk ds funsZ’kkuqlkj Qsaduk gksxkA
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 18 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
9- ikbi rFkk vU; vkStkjksa dk izcU/k Bsdsnkj dks Lo;a djuk gksxkA
10- fd;s x;s dk;Z ys[kk&tks[kk ,d jftLVj sa j[kuk gksxk rFkk mlesa funs’kky; ukfer de Zpkjh] Bsdsnkj ds
gLrk{kj vko’;d gksaxsA
11- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxk ftldks funs’kky; ukfer deZpkjh }kjk cuk;k tk;sxkA
12- gst dks gjk&Hkjk j[kus gsrq izkjEHk esa xkscj dh [kkn 1 ?ku eh0 izfr 100 eh0 yEckbZ esa Mkyh tk,xhA
13- u;h gst u yxkus dh n’kk esa Lohd`r nj ds nksxqus nj ls dVkSrh dh tk;sxhA
1- ftl txg yku cukuk gS ml txg dh ?kkl] taxy vkfn dks fdlh [kj&irokj uk’kd nok ls lq[kkuk
gksxkA
2- vxj ,slk ekSle gks fd nok ls ?kkl u lw[k ik;s ;k nok u Mky ik;s rks yku ds [kj&irokjksa dks QkoM+s ls
[kksn dj gh fudkyuk gksxkA
3- yku dh ?kkl lw[kus ij ikuh yxkdj yku ls tM+ksa dks rFkk dadM+ vkfn QkoM+s ls 20 lseh0 xgjh xqM+kbZ
djds fudkyuk gksxkA
4- yku dh njslh djuh gksxh vkSj lkbV bathfu;j ds funsZ’kkuqlkj <ky cukuk gksxkA
5- yku esa ?kkl vko’;drkuqlkj 2** ls 3** dh nwjh ij bl izdkj yxkuh gksxh ftlls yku 'kh?kz rS;kj gks tk;sA
6- yku lery djus ls igys 1 fd-xzk- xkscj dh [kkn izfr oxZeh0 dh nj ls yku esa Mkyuh gksxhA
7- yku esa ?kkl Bhd izdkj ls yx tk;s rc 1 fd-xzk- ;wfj;k dk fNM+dko izfr 10 oxZeh0 ds fglkc ls 10 fnu
ds vUrjky ij nks ckj esa djuk gksxkA
8- yku esa ?kkl yxkus ds 15 ls 20 fnu ds ckn yku dh ohfMax djuh gksxhA
9- ykWu cukus esa mi;ksx dh tkus okyh ?kkl selection one?kkl gksxh tks SSE/JE-Hort. }kjk ikl dh tk;sxhA
10- yku dks rS;kj djus dk fjdkMZ ykWx cqd esa fd;k tk;sxk ftlesa vkcUVh o SSE/JE-Hort. rFkk Bsdsnkj}kjk
gLrk{kj fd;k tk;sxkA
11- ykWu dh vko’;drkuqlkj flapkbZ&xqM+kbZ djuh gksxhA
12- yku cuk, tkus dh vof/k esa yku ewfoax ,oa ikuh ls flapkbZ ds en esa dksbZ Hkqxrku ugha fd;k tk;sxkA
13- yku cukus dk dk;Z vkns’k nsus dh rkjh[k ls vf/kdre 30 fnu esa iwjk gks tkuk pkfg,A ,slk ugha gksus dh
n’kk esa izR;sd vfrfjDr fnu ds fy, #0 100@& izfr fnu dh nj ls n.M olwyk tk;sxkA
14- yku cukus ds ckn yku dh esUVhusUl Bsdsnkj dks de ls de rhu ekg rd djuh gksxhA
15- rhu eghus ckn yku dk fujh{k.k djds] ;fn yku larks"ktud gks x;k gS] SSE/JE-Hort. }kjk izekf.kr djds
Hkqxrku fd;k tk;sxkA ;fn rhu ekg ckn Hkh yku larks"ktud ugha jgk rks larks"ktud djus ds ckn gh
Hkqxrku fd;k tk;sxkA ,slh n’kk esa Bsdsnkj }kjk yku dk esfUVusUl tkjh j[kuk gksxk ftlds fy, mls dksbZ
Hkh Hkqxrku ugha fd;k tk;sxkA
lM+d ij
Ekn la0 7
1- lM+d ij mxh ?kkl dks [kqjih] QkoM+k] [kj&irokj uk’kd nok vkfn ls lkQ djuk gksxkA
2- ?kkl lkQ djus dk fjdkMZ jftLVj esa j[kuk gksxkA
3- ;g jftLVj funs’kky; ukfer deZpkjh }kjk cuk;k tk;sxkA
4- ?kkl Bhd izdkj ls fudkyuh gksxh ftlls lM+d lkQ fn[kk;h nsA
5- ;g dk;Z o"kZ esa pkj ckj funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj fd;k tk;sxkA
yku ds pkjksa rjQ yxs ckWMZj dh dVkbZ
en la0 8
1- ckMZj dSaph ls dkVuk gksxkA
2- gkbV rFkk lkbt funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj j[kuk gksxkA
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 19 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
3- izR;sd ckj dkVs x;s ckMZj dk jftLVj esa fjdkMZ j[kuk gksxk ftl ij laosnd rFkk funs’kky; ukfer deZpkjh
dk la;qDr fujh{k.k gksxk ,oa gLrk{kj gksxkA ;g jftLVj funs’kky; ukfer deZpkjh }kjk cuk;k tk;sxkA
4- ckMZj u dkVus dh n’kk esa Lohd`r nj ds nksxqus dh nj ls dVkSrh dh tk;sxhA
5- ckMZj dkVus dh vko`fr nks eghus esa ,d ckj gksxh ,oa nks dfVax ds chp dk vUrjky 55 fnu ls 65 fnu ds
chp gksxkA
yku ds pkjksa rjQ u;k ckWMZj yxkuk
en la0 9
1- funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj u;k ckMZj gh yxkuk gksxkA
2- yxk;s x;s ckMZj dk fjdkMZ jftLVj esa j[kuk gksxk ftldks funs’kky; ukfer deZpkjh }kjk cuk;k tk,xkA
3- ckMZj dh uki rHkh gksxh tc ckMZj Bhd izdkj ls feV~Vh esa yx tk;sxk vkSj laosnd ,oa funs’kky; ukfer
deZpkjh ds gLrk{kj iqfLrdk esa fd, tk,axsA
4- funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj ckMZj dh dfVax] cht dh vkiwfrZ Bsdsnkj dks djuh gksxhA blds
fy, vyx ls dksbZ Hkqxrku ugha fd;k tk;sxkA
5- u;k ckMZj u yxkus dh n’kk esa Lohd`r nj ds nksxqus nj ls dVkSrh dh tk;sxhA
xeys esa yxs ikS/kksa dh ns[kHkky
en la0 10
1- xeyksa esa ikuh ,d fnu ds vUrjky ij nsuk gksxkA xs: ls jaxkbZ eghus esa ,d ckj djuh gksxhA
2- xeyksa dh fujkbZ xqM+kbZ lIrkg esa ,d ckj djuh gksxhA
3- xkscj dh [kkn eghus esa ,d ckj Mkyuh gksxhA
4- xeyksa dh vuqj{k.k O;oLFkk Bhd u gksus dh fLFkfr esa n.M Lo:Ik #0 5@& izfr xeys dh nj ls dVkSrh dh
tk;sxhA
5- bl dk;Z ds fy, jftLVj esa fjdkMZ j[kuk gksxk tks funs’kky; ukfer deZpkjh }kjk cuk;k tk;sxk ,oa
larks"ktud fLFkfr esa gksus ij gh Hkqxrku fd;k tk;sxkA
xeyksa dh vkiwfrZ
en la0 11
1- feV~Vh ds ids gq, 30 lseh0 O;kl ds xeys dh vkiwfrZ funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj vko’;drk iM+us
ij djuh gksxhA
isM+ksa dh NVkbZ
en la0 12
1- isM+ksa dh dVkbZ NVkbZ dk dk;Z funs’kky; ukfer deZpkjh ds funsZ’kkuqlkj gh fd;k tk;sxkA
2- isM+ksa dh NaVkbZ u gksus ij #0 50@& izfr isM+ dh nj ls dVkSRkh dh tk;sxhA
ykuesa >kMw yxkuk
en la0 13
1- yku esa ,d fnu ds vUrjky ij >kM+w yxkuk gksxk rFkk dwM+k@iRrs bR;kfn funsZ’kkuqlkj MLVfcu esa MkysxkA
2- bl dk;Z dk ys[kk&tks[kk jftLVj esa funs’kky; ukfer deZpkjh ,oa Bsdsnkj ds gLrk{kj ds lkFk j[kk tk,xkA
3- ;fn>kM+w o"kkZ bR;kfn dh otg ls ugha yx;k tk ldrk gS rks bldk fooj.k jftLVj esa j[kk tk;sA
mijksDr dkj.k ds vykok ;fn dk;Z Bsdsnkj }kjk ugha fd;k tkrk gS rks Lohd`r nj ds nksxqus nj ls dVkSrh dh
tk,xhA
1- o"kZ esa rhu ckj ekSleh Qwyksa ds ikS/ks vuqeksfnr lwph ds vuqlkj yxkus gksaxsA
2- Qwyksa ds ikS/ks ykus ds fy, D;kfj;ksa dks 20 lseh0 xgjk [kksnuk gksxk rFkk D;kfj;ksa ls ?kkl] dadM+] iRFkj vkfn
fudkyus gksxs rFkk D;kfj;ka lery djds esM+ lh/kh rFkk lqUnj cukuh gksxh ftlls ns[kus esa lqUnj yxsA
D;kfj;ka cukus ls igys D;kfj;ksa esa xkscj dh [kkn 1 ?ku eh0 izfr 100 oxZeh0 {ks= esa Mkyuk gksxk ftldk
izcU/k Bsdsnkj Lo;a djsxkA
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 20 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
3- ikS/kksa dh c<okj ds fy, jklk;fud [kkn Hkh 1 fdxzk0 izfr 100 oxZ eh0 {ks= esa Mkyuh gksxhA ikS/ksa dh flpkbZ
dk dk;Z tc Hkh ikuh dh lIykbZ gksrh gS mlh le; djuh gksxhA vyx ls ikuh dk izcU/k ugha fd;k tk;sxkA
ikS/kksa dh fujkbZ&xqM+kbZ vko’;drkuqlkj le;≤ ij djuh gksxh ftlls D;kfj;ksa esa ?kkl u fn[kkbZ nsA
4- bl dk;Z dk ys[kk&tks[kk jftLVj esa vkcUVh o SSE/JE-Hort. ,oa Bsdsnkj ds gLrk{kj ds lkFk j[kk tk,xkA
5- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxkA
6- ekSleh ikS/kksa ds lw[kus vFkok ejus dh n’kk esa Bsdsnkj dks vius [kpsZ ij mUgsa cnyuk gksxkA
7- ykWu esa j[ks ekSleh Qwy ds ikS/ks ges’kk LoLFk gksus pkfg,A ,slk ugha ik;s tkus dh n’kk esa Bsdsnkj dks dksbZ
Hkqxrku u djus ds lkFk&lkFk #0 20@& izfr oxZeh0 dh nj ls dVkSrh dh tk;sxhA
8- bl en dk vk/kk Hkqxrku ikS/ks ds yxkus ds ,d ekg mijkUr rFkk 'ks"k vk/kk Qwy f[kyus ds ckn fd;k
tk;sxkA
9- Qwykas dh D;kfj;ksa dh fujkbZ&xqM+kbZ ds fy, Bsdsnkj dks vyx ls ekyh j[kus gksaxs rFkk bl izdkj dk izcU/k
Bsdsnkj dks djuk gksxk fd lIrkg esa ,d ckj lHkh D;kfj;ksa dh fujkbZ&xqM+kbZ vo’; djuh gksxhA
10- Qwyksa dh D;kjh ls fudys gq, ikS/ks o ?kkl vkfn dks Bsdsnkj dks vius lk/ku }kjk v-v-ek-la- ifjlj ls ckgj
ys tk;sxk ftlds fy, fjD’kk Vªkyh@VSDVj vkfn dh O;oLFkk Lo;a djuh gksxhA
11-- vkokl dk ?kkl dwM+k vkfn jksM vFkok cSd ysu esa ugha Mkyk tk;sxkA
12- jksM vFkok cSd ysu esa dwM+k Mkyus ij :0 10@& izfr <sj izfrfnu dkVk tk;sxkA
13- de dwMk fudyus ij mls SE/SE/JE }kjk crk;s LFky ij ,d= djuk gksxk ,oa mls izR;sd rhljs fnu v-v-
ek-la- ifjlj ls ckgj ys tkdj Qsduk gksxkA ,slk u djus ij :0 50@& izfrfnu ds fglkc ls isukYVh
dkVh tk;sxhA
yku ohfMax
en la0 15
1- ykWu ewfoax ds igys vko’;drkuqlkj funs’kky; ds }kjk ukfer deZpkjh ds funsZf’kr djus ij yku ohfMax
djuh gksxhA
2- bl dk;Z dk ys[kk&tks[kk jftLVj esa funs’kky; ukfer deZpkjh ,oa Bsdsnkj ds gLrk{kj ds lkFk j[kk tk,xkA
3- yku ohfMax ls fudys gq, dwM+s dks funs’kky; funs’kky; ukfer deZpkjh }kjk funsZf’kr LFkku ij Qsaduk gksxkA
4- mijksDr ds vuqlkj dk;Z u djus ij Lohd`r nj ds nksxqus nj ls dVkSrh dh tk;sxhA
isM+ksa dh jaxkbZ dk dk;Z
en la0 16
1- isM+kas dh jaxkbZ tehu ls 1 eh0 ÅWapkbZ rd vPNh DokfyVh ds pwuk ls djuh gksxh rFkk ftlesa Åij dk 200
feeh0 dh iV~Vh xs: ls jaxuh gksxhA ;g dk;Z de ls de 55 fnu rFkk vf/kd ls vf/kd 65 fnu ds vUrjky
ij djuk iM+sxkA
2- bl dk;Z dk ys[kk&tks[kk jftLVj esa funs’kky; ukfer deZpkjh ,oa Bsdsnkj ds gLrk{kj ds lkFk j[kk tk,xkA
3- isM+ksa dh jaxkbZ u djus ij #0 3@& izfr isM+ dh nj ls dVkSrh dh tk;sxhA
1- isM+ksa dh dVkbZ NVkbZ dk dk;Z SSE/JE-Hort. ds funsZ’kkuqlkj gh fd;k tk;sxkA
2- isM+ksa dh NaVkbZ u gksus ij #0 50@& izfr isM+ dh nj ls dVkSRkh dh tk;sxhA
3- isM+ ls fudys dwM+s dks Bsdsnkj dks vius lk/ku }kjk v-v-ek-la- ifjlj ls ckgj ys tk;sxk ftlds fy, fjD’kk
Vªkyh@VSDVj vkfn dh O;oLFkk Lo;a djuh gksxhA
4- vkokl dk ?kkl dwM+k vkfn jksM vFkok cSd ysu esa ugha Mkyk tk;sxkA
5- jksM vFkok cSd ysu esa dwM+k Mkyus ij :0 10@& izfr <sj izfrfnu dkVk tk;sxkA
6- de dwMk fudyus ij mls SE/SE/JE }kjk crk;s LFky ij ,d= djuk gksxk ,oa mls izR;sd rhljs fnu v-v-
ek-la- ifjlj ls ckgj ys tkdj Qsduk gksxkA ,slk u djus ij :0 50@& izfrfnu ds fglkc ls isukYVh
dkVh tk;sxhA
7- isM+ksa dh NVkbZ ls fudyh ydM+h dks SSE/SE/JEds funsZ’kkuqlkj v-v-ek-la- dh ulZjh esa Bsdsnkj ds lk/ku }kjk
igWqpkuk gksxkA
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 21 of 23 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/559/TEN
Signature of the Tenderer Page 22 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
SCHEDULE OF ITEMS, QUANTITY & RATES
Name of work: Maintenance and other horticulture work of lawn and hedge etc. of different Directorates and labs of RDSO.
App. Cost: Rs. 40,23,054.00 Date of opening 07.04.2014 Earnest Money: Rs. 80,470.00 Date of completion: Three year from the date of
acceptance letter
S.N Description of work (N.S. Items) Qty Unit Rate (Rs.) Amount
1
”
0.367 687024.00
2
”
0.06 112320.00
3 1.27 28575.00
4 ”
0.78 351000.00
5 4.00 1200.00
6 18.54 92700.00
7 1.72 41280.00
8 Edge Golden
durenta, Iriceen, Anthrena etc
0.52 9360.00
9 Edge
Golden durenta, Iriceen, Anthrena etc
5.45 8175.00
Tender Notice No. WKS/559/TEN
Signature of the Tenderer Page 23 of 23 Town Engineer R.D.S.O./Lucknow
for& on behalf of President of Union of India
Note: 1. The tenderer is required to quote rate 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
to 17 (in words & figure). 3. Non-schedule items 17 (Seventeen) only. 4. The quantities for NS 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 Number separately.
10 1.82 158296.32
11 25.00 12500.00
12 47.70 286200.00
13 6.31 826862.40
14
”
6.33 217910.25
15 1.34 1005000.00
16 7.33 143352.81
17 137.66 41298.00
Total 40,23,054.00
Total for NS Item (S.N. 1 to 17)
Rs. 40,23,054.00
In words
In Fig.
% age above/below/at par