The words you are searching are inside this book. To get more targeted content, please make full-text search by clicking here.

Signature of Tenderer Page 1 of 27 Cost of Tender form Rs. 5350/- ALLAHABAD DIVISION NORTH CENTRAL RAILWAY “Serving Customers with Smile” ^^xzkgdksa dh lsok esa ...

Discover the best professional documents and content resources in AnyFlip Document Base.
Search
Published by , 2016-03-04 08:54:03

Serving Customers with Smile” ^^xzkgdksa dh lsok esa ...

Signature of Tenderer Page 1 of 27 Cost of Tender form Rs. 5350/- ALLAHABAD DIVISION NORTH CENTRAL RAILWAY “Serving Customers with Smile” ^^xzkgdksa dh lsok esa ...

Cost of Tender form Rs. 5350/-

ALLAHABAD DIVISION
NORTH CENTRAL RAILWAY

“Serving Customers with Smile”

^^xzkgdksa dh lsok esa eqLdku ds lkFk**

Tender Form
For cleaning contract at Firozabad Railway Stations

TENDER NOTICE NO: CM-I-Sani-Cleaning-FZD-2016

Divisional Office,

Nawab Yusuf Road,

Civil Lines, Allahabad-211001

Phone No.: 0532-2407981

Fax: 0532-2407981

Note: This tender document contains 27 pages.

Signature of Tenderer Page 1 of 27

Tender document of FIROZABAD STATION

Tender Notice No. CM-I/Sani/Cleaning/FZD/2016 Divisional office
Commercial Branch,
Nawab Yusuf Road, Civil Lines,

Allahabad-211006
Dated: 19.02.2016

Open Sealed Tenders are invited by the Sr. Divisional Commercial Manager, North Central Railway,

Allahabad Division on behalf of President of India for below mentioned work.

Tender Name of the Station / Contract Period of Date and time Time & date Time & date Estimated Earnest Cost of
No. Contract for purchasing for dropping for the Cost money Tender
the Tender the tender opening of Form
7 form form tender
Rs.5000
Cleaning work contract of Full Two From date of From date At 15 hrs. Rs.9929957 Rs.199000 +7%
tax =
station area, circulating area, water Years publishing of of on Rs.
5350
booths, Waiting Hall & Waiting tender notice publishing 29.03.2016

Rooms, PF sheds, & Pillars, Toilets, in newspaper of tender

Retiring rooms, platforms tracks, to notice in

drains etc. Rag Picking work of from 29.03.2016 newspaper

all tracks & area falling between Upto 11 hrs. to

home signal HWH end to home signal 29.03.2016

DLI end. Final disposal of all the Upto 13 hrs.

accumulated garbage, rags, silt ect.

From the nominated dustbins to the

municipal/suitable dumping yards at

Firozabad station with the

contractors own labour, transport,

materials, Machines & Tools

Note: The tender will be received and opened in the office of Senior Divisional Commercial Manager, North

Central Railway, Allahabad and also in the office of Dy. Chief Traffic Manager, North Central Railway, Kanpur

on the above mentioned date and time.

In case opening date happens to be holiday, the tender will be received and opened upto the next working

day at the same time. Detailed information has been given in the tender forms, which can be had from the

office of Senior Divisional Commercial Manager, North Central Railway, Allahabad or Dy. Chief Traffic

Manager, North Central Railway, Kanpur, during any working day from 10.00 hours to 17.00 hours and upto

11.00 hrs on 29.03.2016, on production of money receipt of Rs. 5000/- + 7% Commercial Tax i.e. Rs. 5350/-

(each form) which will be pre-deposited in the office of Chief Booking Supervisor, North Central Railway,

Allahabad or Kanpur or Aligarh. The cost of tender form is not refundable. Tender forms are not

transferable.

The requisite earnest money as shown will be deposited either in cash with Divisional Cashier, North
Central Railway, Allahabad or Demand Draft Receipt of State Bank of India/Nationalized Bank duly
pledged in favour of Senior Divisional Finance Manager, North Central Railway, Allahabad payable at
Allahabad and the same will be considered valid. No earnest money deposited earlier for finalized/un-
finalized tender will be adjusted. Earnest money deposited in shape of Bank guarantee, cheques & FDR/TDR
will not be acceptable.

The complete tender document should be sealed in an envelope.

The required documents in case not found to be valid after verification of the same from concerned
departments, the offer quoted to the tender will not be accepted and earnest money deposited by the
tenderer will be forfeited.

The tender documents can also be downloaded from Railway’s web site http://www.ncr.indianrailways.gov.in
& Government of India Portal http://www.tenders.gov.in and used, for which the cost of tender document
should be submitted along with tender in shape of crossed demand draft or Bankers Cheque (Nonrefundable)
payable at Allahabad in favour of Senior Divisional Finance Manager, North Central Railway, Allahabad
payable at Allahabad or can also be deposited in the office of Chief Booking Supervisor, North Central
Railway, Allahabad or Kanpur in cash and original Money Receipt to be submitted with the tender. Tenderers
using the tender document downloaded from the website should watch the website for the corrigendum/
addendum to the NIT/Tender document, if any, as there will not be any separate communication for the
same.

Signature of Tenderer Page 2 of 27

Railway administration will not be responsible for any delay/difficulties/inaccessibility of the down loading
facility from Internet for any reason whatsoever. In case of any discrepancy between the tender documents
downloaded from Internet and the approved master copy available in the office, the latter shall prevail and
will be binding on the tenderers. No claim on this account will be entertained.

Railway Administration reserves the right to postpone/modify or to cancel any one or all the tenders without
assigning any reasons or to accept any of the tenders through it may not be necessarily the lowest.

The offer shall remain valid for a period of 90 days from the date opening of the tender. Tender received
after the date and time specified above shall not be considered.

Parties registered under MSE-Micro and small industries, as per Railway board letter no.
010/RS/(GS)/363/1 Dt.05.07.2012 is exempted from paying tender cost and earnest money. For which the
firm/ institution is required to submit a certified duly notified the notary.

The following documents are essential to be enclosed with the tender, failing which, the offer may not be

considered:

SN Clause Description Eligibility Criteria for works costing above Rs. 50

lakhs)

1 Experience Should have completed in the At least one similar single work for a minimum value of

last three financial years ( i.e. 35 % of the advertised tender value of the work.

current year and three previous

financial years)

Similar work shall means: Similar work define are given below:

1. Sanitation contract with Municipal Corporations/
Government service buildings.

2. Housekeeping Contract of Offices/Industrial
Establishments/Hospitals of Government/
Registered Companies/PSU‟s.

3. Railway Station Cleaning Contract.

2 Turn Over Total contract amount received Should be minimum of 150% of advertised tender

during the past 3 years and in value. The Tenderers should produce certificate to

the current Financial year this effect etc. which may be an attested certificate

from the employer/client, audited balance sheet duly

certified by the Chartered Accountant

3 Earnest (2% of estimated cost of tender) for the tender is Rs. 199000.00 in the Form of Demand

Money Draft should be issued by any Nationalized/Schedule Bank in favour of Sr. Divisional

Finance Manager, North Central Railway Allahabad.

4 Photograph Latest Passport size photograph.

5 Affidavit Affidavit that no Railway Dues is recoverable from the tenderer against previous contract
and that he has no criminal cases pending against him and that he has not been convicted
in the past and that he has not been black listed/debarred by the Railway nor by any
other government agency.

Divisional Commercial Manager,
North Central Railway, Allahabad
Copy to:
1. DRM/ALD for kind information
2. ADRM/ALD for kind information
3. Sr.DFM/ALD for information and to please depute accounts representative on 29.03.2016 without
fail, for opening of tenders.
4. DY. CVO/T/ALD for information.
5. Station Superintendent/FZD & CMI/TDL for information and publicity.

Signature of Tenderer Page 3 of 27

fQjkstkckn LVs”ku dk fufonk izi=

fufonk uksfVl la- lh,e&1@lSuh@lQkbZ@fQjkstkckn@2016 e.My dk;kZy;] okf.kT; foHkkx]

uokc ;lw qQ jksM flfoy ykbZUl]
bykgkckn&211001

fnukad 19-02-2016

Hkkjr ds jk"V~ifr dh vkjs ls ofj"B e.My okf.kT; izcU/kd] e.My jsy izcU/kd dk;kZy;] mRrj e/; jsyos] bykgkckn }kjk

fuEukafdr dk;Z gsrq eqgjcUn [kqyh fufonk vkeaf=r dh tkrh gS%

fufonk LVs”ku@Bsdk dk uke vof/k QkeZ fcdus dh fufonk Mkyus dh frfFk fufonk [kksyus vuqekfur ykxr /kjksgj jkf”k fufonk QkeZ
frfFk ,oa le; dh frfFk ,oa dh dher
la[;k

le;

7 fQjkstkckn LVs”ku ds lEiw.kZ nks o"kZ lekpkj i= eas lekpkj i= eas 29-03-2016 :0 9929957-00 :0 199000- 5000@&

ifjlj LVs”ku fcfYMax] fufonk izdkf”kr fufonk izdkf”kr gksus dks 15-00 00
ljdqysfVax ,fj;k] QqV vkos j gksus dh frfFk ls dh frfFk ls 29-03- cts 7 Qhlnh
29-03-2016 dks 2016 dks 13-00 cts djA dqy
fczt] IysVQkeZ] VªSd ukfy;ka 11-00 cts rd rd jkf”k :-
,oa muds esu gksy] leLr 5350@&
izrh{kky;] gky] fjVk;fjax
:e] IysVQkeZ “ksM@[kEHks]

ihus ds ikuh dk cwFk ,oa

Vk~;ysV] eSuqvy @;kaf=d

i)fr ls lQkbZ dk dk;Z

rFkk gkoMk+ Nkjs ,oa fnYyh

Nkjs ds gkse flxuy ds e/;

jSx ihfdax dk;Z o lEiw.kZ

LVs”ku ifj{ks= ls dwM+k

mBkdj E;wfufliy MfEiax@

mi;qDr ,fj;k esa Mkyus ds

dk;Z grs qA

uksV%& fufonk ofj"B e.My okf.kT; izcU/kd] dk;kZy;] mRrj e/; jsyos] bykgkckn ,oa mi eq[; ;krk;kr izcU/kd]
dk;kZy;] mRrj e/; jsyos] dkuiqj esa mijksDr le;kuqlkj ikz Ir dh tk;sxh ,oa [kksyh tk;sxhA

fufonk;sa fnukad 29-03-2016 dks 13 cts rd Lohdkj dh tk;sxh rFkk mlds ckn mlh fnu fufonkdrkZ vFkok vf/kd`r
izfrfuf/k;kas dh mifLFkfr eas 15 cts [kksyh tk;sxh] vxj ml fnu fdlh dkj.ko”k dk;kZy; cUn jgsxk rks fufonk
vxys dk;Z fnol rd mlh LFkku ,oa le; ij Mkyh ,oa [kksyh tk;sxhA fufonk izi=] 'krksZa ,oa fu;eksa dk fooj.k
lfgr ofj"B e.My okf.kT; izcU/kd] mRrj e/; jsyos] bykgkckn ,oa mi eq[; ;kr;kr izcU/kd] mRrj e/; jsyos]
dkuiqj] ds dk;kZy; ls fufonk izdkf”kr gksus dh frfFk ls fdlh Hkh dk;Z fnol ij ikz r% 10-00 cts ls lk;adky 17-
00 cts rd ,oa fnukad 29-03-2016 dks 11-00 cts rd :- 5000@& ,oa 7 Qhlnh okf.kT; dj lfgr dqy :-
5350@& izfr QkeZ grs q eq[; cqfdax i;Zos{kd] mRrj e/; jsyos] bykgkckn ;k dkuiqj ds dk;kZy; esa udn tek dj
mldh ewy jlhn izkIr dj ofj"B e.My okf.kT; izcU/kd] mRrj e/; jsyos] bykgkckn ,oa mi eq[; ;kr;kr izcU/kd]
mRrj e/; jsyos] dkuiqj] ds dk;kZy; eas nsus ds mijkUr fufonk QkeZ izkIr fd;k tk ldrk gSA fufonk izi= jkf”k dk
ewY; okil ugh fd;k tk;sxkA fufonk QkeZ gLrkra j.kh; ugh gSA

vko';d /kjksgj jkf”k dks e.My [ktkUph] mRrj e/; jsyos] bykgkckn ds ;gkW udn :i esa vFkok ofj"B e.My foRr
izcU/kd] mRrj e/; jsyos] bykgkckn ds i{k esa izfrHkwfr Hkqxrku vkns”k LVsV caSd vkWQ bf.M;k ;k jk"V~hd`r caSd ds
fMek.M M~kQV dh ewy jlhn ds :i esa tks bykgkckn eas ns; gks tek gksxh vkSj mls gh oS/k ekuk tk;sxkA fdlh
[email protected] fufonk ds fy, iwoZ esa tek dh xbZ /kjksgj jkf”k dks lek;ksftr ugh fd;k tk;sxkA cSad xkjUVh]
,QMhvkj@VhMhvkj o psd ds :i esa feyus okyh vfxze /kujkf”k Lohdkj ugh fd;k tk;sxkA

fufonk izi= ,d fyQkQs eas lhy dj fufonk ckDl eas MkysaA

mDr ekaxs x, mDr lHkh nLrkostksa dks lEcfU/kr foHkkx ls lR;kfir djkus ij ;fn dksbZ nLrkost oS/k ugh ik;k x;k
rks fufonk Lohdkj ugh fd;k tk;sxk rFkk /kjksgj jkf”k dks tCr dj fy;k tk;sxkA

fufonk lEcU/kh lHkh fufonk izi= dks jsyos dh cos lkbV http://www.ncr.indianrailways.gov.in ;k Hkkjr ljdkj dh

iksVZy http://www.tenders.gov.in ls MkmuyksM fd;k tk ldrk gS vkSj mls fufonk QkeZ ds #i esa iz;ksx fd;k tk
ldrk gS] ftlds fy, fufonk QkeZ dh dher ofj"B e.My foRr izcU/kd] mRrj e/; jsyos] bykgkckn ds i{k eas
fMekUM Mk~ QV ,oa cSadlZ psd ds #i esa ;k eq[; cqfdax i;Zos{kd] mRrj e/; jsyos] bykgkckn ;k dkuiqj ds dk;kZy;
esa udn tek dj mldh ewy jlhn izkIr djds ewy #i eas fufonk QkeZ ds lkFk tek djuk gksxk tks okil ugh
gksxkA fufonknkrk] tks fd jsyos dh osc lkbV ls Mkmu yksM fd;k x;k fufonk izi= mi;ksx dj jgs gaS] dks pkfg;s
fd os fufonk lwpuk@fufonk izi= ls lEcfU/kr leLr dksfjtsUMe@,esUMesaV ¼;fn gS½ rks os jsyos dh osc lkbV ij
ns[krs jgsA bl lEcU/k eas vyx ls dksbZ Hkh lwpuk ugh nh tk;sxhA

Signature of Tenderer Page 4 of 27

bUVjusV Mkmu yksfMx eas fdUgh dkj.kksa ls foyEc] dfBukbZ;ka] ukWu&vlls fcfyVh ls lacfU/kr fdlh Hkh izdkj dh leL;k ds fy,
jsy iz”kklu ftEesnkj ugh gksxkA ;fn Mkmu yksM fd;s x;s fufonk izi= vkSj bl dk;kZy; esa miyC/k vuqeksfnr ekLVj izfr esa

dksbZ deh ikbZ tkrh gS rks bl dk;Zky; eas miyC/k@vuqeksfnr ekLVj izfr gh ekU; gksxhA bl lEcU/k esa fdlh Hkh izdkj ds nkos
Lohdkj ugh gksxsaA

jsyos iz”kklu dks fdlh ,d vFkok lHkh fufonkvksa dks fcuk dksbZ dkj.k crk;s fujLr djus dk vf/kdkj izkIr gS ,oa
fdlh Hkh fufonk dks Lohd`r Hkh dj ldrk gS] pkgs fufonk dh nj vf/kd gh gksA

jsyos cksMZ }kjk tkjh i= la- 010/RS/(GS)/363/1 Dt.05.07.2012 ds ek/;e ls izkIr funZs”k ds vuqlkj tks QeZ@lLa Fkk y?kq

rFkk NksVs laLFkku ds vUrxZr iathdr` gSa muds fy;s fufonk dk “kqYd o c;kuk jkf“k dks tek djuk ekQ gksxk ftlds fy;s

QeZ@laLFkk dks jk’Vªh; y?kq m/kksx fuxe fyfeVsM }kjk tkjh izek.k i= uksVjh }kjk lR;kfir layXu djuk gksxkA

vkWQj dh oS/krk fufonk [kqyus dh fnukad ls 90 fnu rd ekuh tk;sxhA mijksDr fu/kkZfjr fnukad ,oa le; ds ckn ikz Ir
fufonkvksa ij fopkj ugh fd;k tk;sxkA

fuEufyf[kr nLrkost fufonk ds lkFk esa layXu gksxas vU;Fkk fufonk izi= lh/ks rkSj ij fujLr dj fn;k tk;sxk %

dzela- en fooj.k :- 50-00 yk[k ls vf/kd dk;Z gsrq ik=rk ekin.M

1 vuqHko foxr rhu o’kkZsa eas ,d dk;Z fufonkdkj ds }kjk ¼pkyw foRrh; o"kZ ,oa foxr rhu foRrh; o"kkZsa eas½ blh

iw.kZ gks ¼pkyw foRrh; o’kZ ,oa izdkj ds dk;Z dk de ls de ,d dk;Z tks fufonk oSY;w ds 35 Qhlnh ds
foxr rhu o’kZ½
cjkcj gks dks iw.kZ fd;k gks rFkk mDr dk;Z dk Hkqxrku izkIr fd;k gksA

blh izdkj ds leku dk;Z dk lhekadu blh izdkj ds leku dk;Z (Similar Work) dk vfHkikz ; gksxk fd&

1- uxj fuxe@ikfydk ljdkjh Hkouksa lQkbZ dk dk;Z fd;k gksA
2- dk;kZy;kas@vkS|ksfxd izfr’Bkukas@ljdkjh vLirkykas@ iathd`r

dEifu;ksa@lkoZtfud {k=s ds midze esa gkmldhfiax dk dk;Z
fd;k gksA
3- jsyos LVs”ku dh lQkbZ dk dk;Z fd;k gksA
2 dkjksckj pkyw foRrh; o’kZ ,oa foxr dqy vuqcU/k jkf”k foxr rhu foRrh; o’kkasZ ,oa pkyw foRrh; o’kZ esa izkIr
rhu o’kksZa esa izkIr dqy Bsdk U;wure dk;Z] foKkfir fufonk ewY; dk 150 Qhlnh gksuk pkfg,] fufonkdrkZ
jkf”k ¼vkas½ dks nLrkost fu;ksDrk@xzkgd ls vuqizekf.kr izek.ki= ds :i esa bl

vk”k; dk izLrqr djuk gksxkA ys[kkijhf{kr rqyui= fof/kor~ pkVZMZ

,dkmUVsUV }kjk izekf.kr gksuk pkfg,A

3 c;kuk /kjksgj tek jkf”k :- 199000-00 dh tek jlhn vFkok jk’Vªhdr` cSad }kjk tkjh cSad MªkQ~V dh ewy izfr]
jkf”k tks ofj’B e.My foRr izcU/kd] mRrj e/; jsyos] bykgkckn ds i{k eas tkjh gks layXu djasA

4 QksVksxzkQ uohure ikliksVZ lkbt+ QksVksxzkQ

5 gyQukek bl vk”k; dk 'kiFk Ik= fd jsy iz”kklu dh dksbZ Hkh /kujkf”k fufonknkrk ij ns; ugh gS ,oa fd
fufonknkrk ds fo#) fdlh izdkj dk vijkf/kd ekeyk fopkjk/khu ugha gS ,oa u gh o iwoZ esa bl
izdkj ds fdlh ekeys esa 'kkfey jgk gSA lkFk gh ;g fd og fdlh Hkh Bsds vFkok fufonk ds fy, jsy
iz”kklu }kjk ,oa fdlh vU; ljdkjh lLa Fkku }kjk dkyh lwph eas ugha Mkyk x;k gS u gh jksdk x;k
gSA

e.My okf.kT; izcU/kd
mRrj e/; jsyos] bykgkckn

izfrfyfi%
1- e.My jsy izcU/kd] mRrj e/; jsyos] bykgkckn lwpukFkZA

2- vij e.My jsy izcU/kd] mRrj e/; jsyos] bykgkckn lwpukFkZA
3- ofj’B e.My foRr izcU/kd] mRrj e/; jsyos] bykgkckn dks lwpukFkZ ,oa fnukad 29-03-2016

dks vkeaf=r fufonk dks [kksys tkus grs q ofj’B vuqHkkx vf/kdkjh@foRr dks ukfer fd, tkus

grs qA
4- mi eq[; lrZdrk vf/kdkjh ¼;k-½] mRrj e/; jsyos] bykgkckn dks lwpukFkZA
5- LVs”ku v/kh{kd@vyhx<+ ,oa eq[; LokLF; fujh{kd@vyhx<+ dks lwpukFkZ ,oa mDr fufonk

dk izpkj&izlkj fd, tkus gsrqA

Signature of Tenderer Page 5 of 27

Tender document of Firozabad Railway station North Central Railway,
Allahabad Division

Tender Notice No. CM-I/Sani/Cleaning/FZD/2016 Dated: 19.02.2016

TENDER FORM FOR THE CONTRACT FOR MAINTENANCE OF CLEANLINESS AT
FIROZABAD RAILWAY STATION FOR TWO YEARS (730 days)
From, Name (in Block letters)……………………………………….
Full address………………………………………………………................
………………………………………………………………………......................
………………………………………………………………………......................
Phones – BSNL: ……………………………..Mobile: ………………………………

To,
The President of India
Acting through Sr. Divisional Commercial Manager
North Central Railway, Allahabad

Sub: Tender for contract for maintenance of cleanliness at Firozabad Railway Station for a
period of TWO YEARS (730 days).

SCHEDULE OF WORK:
CLEANING work at Firozabad Railway Station i.e. Intensive sweeping, cleaning & washing of full
station area, Station building, circulating area, FOB, platforms, tracks, drains, water booths,
Waiting Hall & Waiting Rooms (2nd Class, Ladies & Gents), Retiring Rooms, PF sheds/Pillars &
Toilets etc. Rag picking of all tracks & its area falling between home Signal Howrah end to Home
signal Delhi end and Final disposal of all the accumulated garbage, rags, silt etc. from the
nominated dustbin to the municipal /Suitable dumping grounds at Firozabad Railway station. The
contractor shall keep the Railways indemnified from litigation arising out of such transport of
rubbish for deficiency in service or any other cause whatever before any court/forums.

Removal of stains and dadoos on all the areas, cleaning (both dry & wet) of the above mentioned
areas. Cobweb removal from platform No. 1 to 4 and all FOB, Cleaning of glasses and mirrors,
rodenticide measures and other incidental works where cleaning work is applicable in general. Rag
picking from both ends of the platforms.

The period of contract is for 730 days (2 years) with 3 shifts+ 1 general shift per day.
Cleaning work is as follows.
a) Shift-1 from 06.00 hours to 14.00 hours
b) Shift-2 from 14.00 hours to 22.00 hours for men only
c) Shift-3 from 22.00 hours to 06.00 hours for men only
d) General shift 07.00 to 11.30 hours and 14.00 to 17.30 hours

The above work is to be carried out with 38 sanitary labours at Firozabad Station.

Signature of Tenderer Page 6 of 27

MALE WORKMEN ARE PREFERRED TO BE BOOKED IN CLEANING WORK ESPECIALLY
TRACK CLEANING”.
The required number of Rest givers shall be arranged by the contractor as per the Labour Law.
The staff engaged shall be available on all days throughout the year as per Annexure “K”.
a) Platforms: Circulating areas and Passenger amenities area should be kept clean round the

clock especially before arrival and after departure of each train.
b) Tracks: Tracks shall be free from solid waste, muck, night soil at the time of arrival and

after departure of each train and liberal use of fresh burnt lime/bleaching powder, etc
to be used to ensure to keep the area clean and free from bad smell and flies.
c) Open Drains: All the open drains should be maintained in free flowing condition without
any obstruction with garbage, ballast or other materials.
d) Toilets: All the toilets in the building shall be kept clean and dry with liberal use of
cleaning material and deodorants.
e) During platform cleaning, garbage and litter should be swept and lifted from the platform
itself and at no point of time the garbage and litter should be swept onto the track or
accumulated on the platform. Bio degradable and non-biodegradable waste should be
segregated at the point of generation itself into separate polythene bags and to be
dumped or disposed to nominated garbage dumps.
f) Approach roads of Main and second entry.

THE AREAS OF CLEANING UNDER THIS CONTRACT DOES NOT INCLUDE THE AREAS
OF CLEANING ALREADY AWARDED BY THE OTHER DEPARTMENT OF THE RAILWAYS.
1. I/we have read the General Conditions of Contract of Indian Railways and Special

Conditions of the proposed contract and I/We shall abide by the said rules and conditions
in the event of my/our tender being accepted.
2. I/We tender to the President, Union of India owning North Central Railway through Sr.
Divisional Commercial Manager, Allahabad Division, Allahabad for maintenance of
cleanliness at Firozabad Railway Station premises for a period of Two years.
3. Subject to the terms and conditions given in the General Conditions of Contract of Indian
Railways and Special Conditions of the Contract, I/we submit my/our tender to the
President, Union of India, owning North Central Railway through Sr. Divisional Commercial
Manager, Allahabad Division-211001.
4. I am………………..years old, physically/mentally fit and not afflicted with any contagious
disease, which may prevent me to do the above work.
5. I/We agree that I/we will not withdraw the offer before the Railway Administration
accepts or rejects the same or before ninety (90) days from the date of opening of the
tender, whichever is earlier. In the event of my withdrawing the offer, the Earnest Money
Deposit shall be forfeited.
6. I/we shall not reassign, sublet or transfer the contract, whether in full or part thereof.
7. I/we have carefully noted the terms and conditions of the tender and inspected the place
where I/we have to carry out my/our responsibility, in case the tender is decided in
my/our favour.

8. I/we take all risk and responsibility for any errors and omissions and commissions that
may arise from any discrepancy from misunderstanding or misconception of the terms of
the contract agreement. Decision of Railways is final and binding on the tenderer in this
regard.

9. I/we agree that it shall be lawful for the Railway to terminate the contract forthwith
without notice or without being liable for any loss or damage whatsoever and to forfeit
the entire security deposit amount and the performance guarantee in case the declaration
is found false or any of the conditions of the agreement is found to be violated by me/us.

Signature of Tenderer Page 7 of 27

10. I/we agree to replace or repair the damages that may be caused to the Railway property,
both movable and immovable, during the course of execution of the contractual work and
inform the Railway of the same.

11. The Earnest Money Deposit shall be forfeited and appropriated by the Railway
administration in case of failure to comply with any of the conditions, not as a penalty but
as ascertained liquidated damages, without prejudice to any right of the Railway
Administration to claim / recover damages from me/us for breach of contract.

12. I/we have read the work schedule and am/are well aware of the nature of work to be
carried out by me/us in case the contract is awarded to me/us.

13. I/We undertake to deploy the stipulated number of workmen daily as per the shifts and
timings as per actual requirement and subject to variation as per requirement. I/we also
undertake that all the sanitary materials, as prescribed in Annexure “C‟ will be put to use
to perform the contractual work in the event the contract is awarded to me/us.

14. If any one of the statements given above is found to be false and if I/We am/are minor(s),
I/We agree that my/our tender is liable to be summarily rejected by the Railway
administration who shall be the sole judge and whose decision shall be final.

15. In the event of the contract being awarded to me/us, I/we accept that the letter of
acceptance forms a binding between the Railway and me/us until a formal agreement is
executed and I/we am/are bound by the conditions of this tender during that period.

16. I am aware/we are aware that in case the contract is awarded in my/our favour, I 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 up to 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 I/we fail to submit the requisite PG even after 60 days from the
date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other
dues, if any payable against that contract. I shall be debarred from participating in re-
tender for that work”.

17. I am aware/we are aware that in case the contract is awarded in my/our favour, I should
execute the contract agreement within 60 days from the date of issue of award letter,
failing which the contract may be cancelled and the EMD furnished by me/us may be
forfeited.

18. I/We agree to abide by the decision of the Railway Administration in the event of
termination of the contract without assigning any reason and hereby undertake to accept
it as final and binding.

19. I/We herewith enclose the cash receipt/DD No……………………dated……………..issued by
________ Bank, ________ Branch, for Rs………………Rupees in
words______________________________ made towards cost of tender form

20. I/we herewith enclose the original cash receipt/DD towards of the Earnest Money
Deposit (EMD) for Rs…………(Rupees In words ______________________________vide
Receipt/DDNo………………………,dated…………………..)______________Bank/Branch

Place:

Date:
Note: In the case of partnership firm or joint venture, the name, age and permanent address of
all partners are to be indicated separately. (Tenderer should invariably affix his/her signature
in each and every page of the tender document).

Signature of Tenderer Page 8 of 27

ANNEXURE “A”
INSTRUCTION TO TENDERERS
1. DEFINITIONS :-
Throughout this tender document the following definitions shall apply:-
a) The “Railway Administration” means Indian Railway, North Central Railway acting through Sr.
Divisional Commercial Manager Allahabad on behalf of the President of India.
b) The “Inspecting officer”/ “Inspector” means the official, firm or department nominated by the
Railway Administration to inspect the work on its behalf and the deputies of the inspecting officer
so nominated.
c) The “Contractor” means the person, firm or company on whom the order for the execution of the
work is placed and shall be deemed to include the contractor’s successors (approved by the Railway
Administration”), representative, heirs, executors, and administrators, as the case may be unless
excluded by the terms of the contract.
d) “Contract” means and includes the notice inviting tenders, instructions to the tenderer, technical
specifications and drawings, general conditions of contract, acceptance of the tender, special
conditions of contract, particulars and other specified, or acted upon by the contractor and a formal
agreement, if executed.
e) “Equipment” means the machine/material / part / component proposed to be used during the
contract (the required materials will not be provided by the “Railway Administration”) according to
the specifications of the cleaning system in list of the tender document. It shall also include spare
parts for the purpose, which will not be provided by the “Railway Administration”.
f) Similar nature work in this contract includes following:-
i. Sanitation contract with Municipal Corporations/ Government service buildings.

ii. Housekeeping Contract of Offices/Industrial Establishments/Hospitals of Government/ Registered

Companies/PSU‟s.

iii. Railway Station Cleaning Contract.

2. GENERAL INSTRUCTIONS:-
On behalf of the president of India, Sr. Divisional Commercial Manager, Allahabad (herein referred
to as “Railway Administration” invites sealed tenders from established and reliable contractors /
tenderer or their Principals for work as set forth in the description of Work “as in List”.

Technical criteria shall consist of:
1. Latest Passport size photograph.
2. Original Money Receipt issued by DCPM, Allahabad/ Demand Draft receipt of earnest money Rs.

199000.00, pledged in favour of Sr. Divisional Finance Manager, North Central Railway, Allahabad.
3. Documentary proof that the tenderer has completed in last three financial years (i.e. current year

and three previous financial years) at least one similar work for a minimum value of 35% of
advertised tender value.
i. Apart from the above information the following documents must be submitted along with

the tender:-
a) List of works completed in the last three financial years giving description of work,

organization for whom executed, approximate value of contract at the time of award and
date of scheduled completion of work. Date of actual start, actual completion and final
value of contract should also be given.
b) List of works on hand indicating description of work, Contract value and appropriate value
of balance work yet to be done and date of award.
Note:-
1. In case of items (a) and (b) above, supportive documents/certificates from the organization
with whom they have worked / are working should be enclosed.
2. Certificates from private individuals from whom, such work are executed / being executed
shall not be accepted.
3. “Similar work shall mean
i. Sanitation contract with Municipal Corporations/ Government service buildings.

ii. Housekeeping Contract of Offices/Industrial Establishments/Hospitals of Government/

Registered Companies/PSU‟s.

iii. Railway Station Cleaning Contract.
5. Total Contract amount received during the last three years and in the current financial year should

be a minimum of 150% of the advertised tender value of work. Tenderer(s) shall submit documents
to this effect, in the form of attested certificates from employer/client, Income Tax clearance
Certificate (ITCC).

Signature of Tenderer Page 9 of 27

6. Documents to be submitted in support of credentials
a. List of Personnel, Organization available on hand and proposed to be engaged for the
subject work.
d. List of work completed in the last three years and in the current financial year.

7. Payment to the labours to be done as per current rate issued by Central labour commissioner.
All offers shall be submitted before the time and date fixed for the receipt of the offers, as set
forth in the tender papers. Offers received after the stipulated time and date shall be summarily
rejected.
The tender should be submitted in a sealed cover containing the two sealed envelopes of Technical
and Financial offers addressed to Sr. Divisional Commercial Manager, Allahabad, North Central
Railway Allahabad/Dy. Chief Traffic Manager, North Central Railway Kanpur and to be dropped in
the tender box.

8. The tenderer should provide satisfactory evidence acceptable to the “Railway Administration” to show
that:
i) He is a reputed firm/contractor who has adequate technical knowledge and wide experience to
undertake cleaning activities to major public activity centres like central govt organization reputed
Industrial House, Industry, Air lines, Hotel, Commercial Complex and Office Buildings.

9. Tender papers are not transferable.
10. Earnest Money

Earnest Money as stipulated in the tender notice shall accompany with each tender. The earnest money
shall be in any one of the following forms:-
i) Deposit Demand Drafts in favour of Sr. Divisional Finance Manager, North Central Railway, Allahabad from
State Bank of India or any Nationalized Bank. No confirmatory advice from the Reserve Bank of India will be
necessary. Deposit receipts executed by the scheduled banks (other than the State Bank of India or any
nationalized banks) confirmatory advice from the Reserve bank of India will be necessary.
ii) The earnest money shall remain deposited with the “Railway Administration” for a period of at least 90 days
from the date of opening of the tender. If the validity of the offer is extended, the earnest money duly
extended shall also be furnished failing which the offer, after the expiry of the aforesaid period, shall not be
considered by the “Railway Administration”.
iii) No interest shall be payable by the “Railway Administration” on earnest money.
iv) The earnest money deposited is liable to be forfeited if the tenderer withdraws or amends impairs or derogates
from the tender, any condition in any respect within the period of validity of his offer.
v) The earnest money of the successful tenderer may be returned after the security deposit, as required, is
deposited and formal agreement duly signed by the tenderer is received by the “Railway Administration”. The
earnest money can also be adjusted against the security deposit if the contractor so desires. The earnest money
of the unsuccessful tenderers will be refunded after the tender is finalized.
vi) If the successful tenderer fails to furnish the security deposit as required and fails to return the formal
agreement duly accepted, then the earnest money shall be liable to be forfeited by the Railway Administration.
vii) Any tender offer not accompanied with the earnest money in one of the approved forms listed in clause 5.1
above shall not be considered and will be summarily rejected.
11. SUBMISSION OF OFFERS:-
i) All offers shall be either typed or written neatly with indelible ink.
ii) All rates and prices and other information like document sets having a bearing on the rate and price

shall be written both in figures and words in the prescribed form.
iii) Offers shall be as per the Indian Railway General Conditions of Contract and Special Condition which

are a part of the tender paper.
iv) In case of any deviation from the requirement of tender specifications, instructions to tenderer or

terms and conditions of contract, the same should be brought out by the tenderer.
v) Each page of the offer must be numbered consecutively and should be signed and stamped by the

tenderer at the bottom. A reference to the total number of pages comprising the offer must be
made at the top right hand corner of the first page.
vi) All the copies of Annexure enclosed with the tender paper should be duly filled in by the tenderer
and submitted along with the tender duly signed and stamped on each page.
The Tender Form should be submitted in following order:-
All pages of tender document and supporting documents in following order :-
1. Tender form duly signed on each pages along with earnest money in accordance with Para 2 above.
Separate Demand draft in respect of cost of tender form, if down loaded from website.
2. List of works completed of similar nature in the last three financial years and current financial
year giving description of work, organization of whom executed, approximate value of contract

Signature of Tenderer Page 10 of 27

at the time of award and date of scheduled completion of work, date of actual start, actual

completion and final value of contract. Documents like work completion certificate etc in support of

list should be submitted.

Financial Description Organization Approximate value Date of Date of Final value of
Year
1 of work actual start completion contract

23 456 7 8

3. List of works contract value received in last three years and current financial year giving description

Financial of work, organization for whom executed, approximate value of contract at the time of award, date
Year
1 of actual start and contract value received. Documentary evidence like audited balance sheet,

showing contract value received separately from contracts, certificate from organized regarding

payment etc. should be enclosed in this regard.

Description of work with Organization Approximate value Date of Date of Final value of

period of contract actual start completion contract

2 3 456 7 8

12. A satisfactory work completion certificate along with a performance statement giving a list of
major works, including nature of the works, executed in the recent past, giving details of customer
names, addresses, order No. (S) and dates.

13. Other documents required as per tender conditions and tenderer should be submitted in separate
envelopes.

14. PAYMENT TERMS:-
The standard payment terms subject to recoveries of any amount under the liquidated damages clause
of contract will be as under:-

a) The contractor shall submit their monthly running bills regularly up to 5th of every month containing
each item of list duly certified by by SS/FZD for the purpose of payments. Such payments are usually
arranged by 15th of the month. The first monthly payment shall be released only after the contractor
has fulfilled his responsibility of submitting necessary documents and maintaining records in
compliance with labour laws, rules and regulations as required. The payment will be made to the
firm/contractor only after completion of satisfactory work. Bills in three copies accompanied with the
certificate in support to the satisfactory performance should be submitted to office of Sr. Divisional
Commercial Manager, North Central Railway Allahabad for arranging payment through Accounts
Department.

b) A sum equal to the contractual amount per month for the entire cleaning contract as detailed in list
will be paid as per agreement, after incorporating any deductions as per clause 8.

c) Payment to the contractor/vendor would usually be made through NEFT/RTGS.
15. DEDUCTIONS:-

Payments, as in clause 7 above, shall be subject to deductions of any amount for which the contractor
is liable under the contract against this tender or any other contract in respect of which the President
of India is the contracting authority.
16. ACCEPTANCE OF TENDER:-
The Railway Administration may accept a tender for a part of the quantity offered, reject any tender
without assigning any reason and may not accept the lowest or any tender.
16.1 Acceptance of tender will be communicated by a formal acceptance letter (by Registered post) of the
tender direct to the contractor, which may be deemed to conclude the tender award procedure.
16.2Work should be commenced within 15 days from award of contract and 15 days period will deemed to
have commenced from date of dispatch of the formal acceptance letter. The delay in delivery will not
be considered.
17 EFFECT AND VALIDITY OF OFFER :-
17.1 The submission of any offer connected with these specification shall constitute an agreement that the
tenderer shall have no cause of action or claim against the Railway Administration for rejection of his
offer. The Railway Administration shall always be at liberty to reject or accept any offer or offers at

Signature of Tenderer Page 11 of 27

his sole discretion and any such action will not be called into question and the tenderer shall have no
right to claim in that regard against the Railway Administration.
17.2The offer shall be kept valid for a minimum period of 90 calendar days from the date of opening of
tender, within which the tenderer will not be entitled to rescind or to withdraw his offer.
Notwithstanding this, if the tenderer rescinds his offer within the period stipulated above, the earnest
money deposited by him along with the tender shall be liable for forfeiture at the sole discretion of the
Sr. Divisional Commercial Manager, North Central Railway, Allahabad/DRM, Allahabad and in that case
the tenderers shall have no further claim on the amount deposited by him as earnest money.
17.3Offers shall be deemed to be under consideration immediately after they are opened and until the
Railways make an official intimation of award of contract to the tenderer. While the offers are under
considerations, tenderer and/or their representatives or other interested parties are advised to refrain
from contraction, the Railway Administration by any means. If necessary, the Railway Administration
will obtain clarifications on the offers by requesting for such information from any or all the tenderers,
either in writing or through personal contacts, as may be considered necessary. Tenderer will not be
permitted to change the substance of their offers after the offers have been opened.
18. GENERAL:
18.1 The volume of cleaning work required to be handled as shown in the enclosed statement is

approximate and it should be clearly understood that this information is furnished to the tenderer
without prejudice and without commitment on the part of the Railway Administration. The volume
of work is likely to fluctuate (increase or decrease). The tenderer(s) should note that no change in
the rate tendered will be accepted, or any claim for compensation arising directly or indirectly out
of such fluctuations in the volume of work to be handled, shall be entertained during the currency
of the agreement.
18.2 Tenderers (s) should inspect the site of work at the station and satisfy themselves regarding local
conditions, nature and volume of work as given in scope of work to be dealt with to enable them to
quote the rate.
18.3 Tenderers (s) is/are further advised in his/their own interest to inspect the place of work at the
station in question to acquaint him/them of local conditions applicable.
18.4 The tenderers must ensure that the conditions laid down for submission of offers detailed in the
preceding papers are completely and correctly fulfilled. Tenders, which are not complete in all
respects, as stipulated above, will not be considered and liable to be rejected.
19 Last date for receipt of tenders
19.1 The offers complete in all respect should reach the Office of Sr. Divisional Commercial Manager,
North Central Railway, Allahabad/ Sr. Divisional Commercial Manager, North Central Railway
Allahabad in a sealed cover conspicuously super scribed. “Tender for cleaning of Shikohabad station
and disposal of garbage” not later than 13.00 hrs on 29.03.2016. Tenders received after the specified
time will not be considered. Railway Administration will not be responsible for any delay in postal
transit.
19.2 The tenders received shall be opened in the presence of such of the tenderers or their
representatives, who may like to be present, at 15:00 Hrs on 29.03.2016. Where practicable, the
names of tenderers and the rates tendered by them will be read out.
20. The tenderers must submit their credentials along with the tender documents before opening of
the tender and no documents shall be allowed to be submitted after opening of the tender.
21. If at any stage any document submitted by the tenderer in connection with the minimum eligibility
criteria or any other purpose is found false or fake, Railway Administration will not be responsible
in any way for the loss suffered by tenderer / contractor due to action against him as a consequence
of the same. Any legal action, Administration / Financial decision taken by Railway in this regard will
be final and binding upon the contractor / tenderer.

Signature of Tenderer Page 12 of 27

Special Conditions of Contract: -

1. The Railways shall provide the contractor storage place / room for keeping their cleaning systems, tools and tackles.
The space given shall be free of cost only for the contract period, and the allotted Space will have to be vacated and
handed over to Railway Administration as soon as the contract expires/ terminates. The stay of workmen will not be
allowed at the site under any circumstances what so ever.

2. Water and electricity required for the work will be supplied free of cost by the Railways. However, contractor has to
ensure proper and full safety of the equipment and personnel employed by him.

3. Water connection will be arranged by contractor himself from water booths available at each platform/ from hydrant
pipes and the contractor will have to use his own hosepipe of sufficient length for execution of the work. However, in
case of any breakdown in water and power supply, Railways is not liable to pay towards any loss incurred by the
contractor on this account.

4. All the materials / chemicals consumables brought to the site shall be protected suitably duly wrapped / packed and
stored so as to avoid any damage during loading transportation / unloading and handling or due to weather conditions
etc. at any stage. Railways shall not be responsible for safety of the items. The space given shall under no circumstance
be used for any other purpose.

5. The contractor shall appoint at least 40 no of Sanitary Labourers, who will work in three shifts i.e. 06.00 hrs to 14.00
hrs, 14.00 hrs to 22.00 hrs and 22.00 to 06.00 hrs. Minimum deployment will be done.

6 The contractor shall have to use environment friendly chemical agents and other consumables (the best available
quality) along with equipments and accessories to ensure comprehensive cleaning.

7 The SS/FZD shall be the nodal body for daily inspection and supervision of this contract and for certifying the quantum
and quality of work done for purposes of payment of the contractor’s bills.

8 The contractor shall arrange all equipments and accessories at his own cost.

9 The contractor shall be responsible for maintenance of equipment’s/ machineries supplied by him. Railway
Administration is not liable to pay any amount for this purpose.

10 Contractor will have to abide by the labour laws in force. Any claims in this regard whatsoever will have to be borne by
the Contractor? Such labours engaged is the liability of the contractor and Railway bears no liability whatsoever on
such engagement.

11 All the workers engaged by the Contractor must carry the identity card/ badges at the time of work. Expenses incurred
would be borne by the contractor and no cost would be paid by the Railway.

12 Contractor shall arrange all necessary equipment’s like trolleys, bins for collection and disposal of garbage and other
cleaning equipment’s in addition to machineries and manpower required to carry out the work in proper manner at his
own cost.

13 Contractor has to keep his tools and plants in his own custody at the space earmarked by Railways. Theft or any unusual
occurrence will be the full responsibility of the contractor.

14 Regarding quality of cleanliness, and imposition of penalty due to non-execution of work wholly or in part, Railways
decision would be final and binding on the contractor.

15 In each shift one supervisor has to be engaged with the consent of the Railways to supervise the work.

16 Apart from routine cleaning and maintenance work in the scope of work, some occasional work like removal of animal’s
dead bodies/carcass etc. from within the station premises and yard to nominated areas will also have to be done at no
extra cost.

17 The contractor shall be responsible for the behaviour and conduct of the workers engaged by him. No worker with
doubtful integrity or having bad record / character shall be employed by the contractor. Contractor shall not in any
capacity employ any person of bad character or any person whose antecedents, have not been investigated by the Police
and shall issue an appointment certificate, which shall contain a photograph of the employee specifying the employee’s
name father’s name and address with/his/her/left/right hand thumb impression affixed thereon in printer’s ink which
he will carry with him/her while on duty. The expenses for such verification as is necessary shall be borne by the
Contractor. The workers deployed by the contractor shall be at all times, be in, neat & tidy uniform approved by Railway
Administration. If any worker/ers are not found in uniform, a penalty of Rs. 200/- per worker will be imposed.

18 The contractor shall submit their monthly bills concerning each of list, duly certified by the Railway Administration
representative, for the purpose of settlement and payments.

19 Taxes shall be deducted at source as per laws & rules in force.

20 The first monthly payment shall be released only after the contractor has fulfilled his responsibility of submitting all
necessary documents and maintaining records in compliance with Rules & Regulations and as required by Railways.

21 100% payment will be made only when all areas of station premises under contract have been cleaned to the entire
satisfaction of Railway administration.

22 For not cleaning dustbins spittoons etc. daily, a penalty of Rs. 500/- for the first day and Rs. 1000/- for the subsequent
day / days shall be imposed upon the contractor

23 For non-availability of prescribed Labour fine up to Rs 500/-per day per Labour will be imposed.

Signature of Tenderer Page 13 of 27

24 For not disposing the garbage from station to main garbage dumping point a penalty of Rs. 1000/- for the first day
and Rs. 1500/- for the subsequent day / days shall be imposed upon the contractor

25 For deficiency in service i.e. not performing the cleaning activities as per frequency schedule, minimum penalty of 20%
of per day rates of the contract will be levied.

26 Apart from this during inspections if the overall cleanliness is not found satisfactory then fines up to Rs.10000/- may
be imposed on contractor in addition to para 22 to 25 the deductions made in respect of non-working of machine and
penalty imposed for deficiency in service.

27 The contractor will prepare his bill based on these records taking into account, no of activities satisfactory attended,
deductions, penalties entered thereof.

28 The payment to the contractor will be made on monthly basis. The contractor shall submit monthly bill to SS/FZD &
CMI/FZD. Taxes shall be deducted at source as per laws & rules in force.

29 The contractor shall ensure that during the process of cleanliness no damage is caused to any fittings, fixture or any
equipment. In such cases penalty shall be levied depending upon the extent of damage. Cost of damage, fixed by Rly
will be final and binding on the contractor.

30 In case of amount of recoveries to be made exceeds the security deposit, the contractor shall further make good the
deficiencies in cash within 15 days of the date of demand to this effect.

Signature of Tenderer Page 14 of 27

ANNEXURE”B”

TECHNICAL OFFER

01. Name/s of Tenderer/s : ……………………………………………..

02. Whether Individual/Firm : ……………………………………………..
Company / Co-Operative : ……………………………………………..
Society(Duly registered) : ……………………………………………..

03. Permanent(i) Business Address : ……………………………………………..
: ……………………………………………..
(ii) Residential Address : ……………………………………………..
04. If a firm :- : ……………………………………………..
: ……………………………………………..
: ……………………………………………..

(a) Whether registered or unregistered, : ……………………………………………..
(b)
(c) Partnership or Proprietorship ……………………………………………..
NOTE:
Date and No. of Registration under Indian : ……………………………………………..

Partnership Act. ……………………………………………..

Name and address of partners : ……………………………………………..

……………………………………………..

True copy, (duly attested) of Registered Partnership Deed is to be enclosed in case of Partnership

Firm and copy of Certificate of Registration under Indian Partnership Act, and should also be

enclosed.

05. If a Company: -
(a)
(b) Whether Incorporated in India : ……………………………………………..

NOTE: Name and address of Directorates : ……………………………………………..

06. ……………………………………………………………………………………………...
(a)
(b) A Certificate copy of the (i) Certificate of Incorporation, (ii) Memorandum and Articles of
(c)
Association, and (iii) Last audited Balance Sheet and Profit & Loss Accounts is to be enclosed.
(d)
If a Registered Society: -

Name of the Society. : ……………………………………………..

Name of the President. : ……………………………………………..

Address. : ……………………………………………..

……………………………………………………………………………………………...

Date and No. of Registration of the Society. : ……………………………………………..

……………………………………………………………………………………………...

NOTE: A Certified copy of the (i) Certificate of Registration, (ii) Memorandum and Articles of Society,
07.
(iii) Last audited Balance Sheet and Profit & Loss Accounts should be enclosed with this tender.

Whether the current Income Tax return of : ……………………………………………..

the Firm / Individual is enclosed in certified : ……………………………………………..

copy. : ……………………………………………..

: ……………………………………………..

08. Whether details of previous experience of : ……………………………………………..
similar works completed during last 3 years : ……………………………………………..
and current financial year of a minimum : ……………………………………………..
value of 35% of advertised value of work are : ……………………………………………..
enclosed

09. Whether the details of other cleaning : ……………………………………………..

contracts held at present are enclosed. : ……………………………………………..

: ……………………………………………..

: ……………………………………………..

10. Whether the details of contract value : ……………………………………………..

received in respect of contract performed : ……………………………………………..

Signature of Tenderer Page 15 of 27

during last three financial year and current : ……………………………………………..

year be a minimum of 150% of advertised : ……………………………………………..

value of work are enclosed.

11.

Original Demand Draft/MR No……………………………. date ………………… Issued by the

………………………………………………….. ……………Name & Address of the SBI / Nationalized/Scheduled Bank)

for Rs…………………………………………is enclosed herewith.

12. Details of Labour.

The contractor shall appoint 40 safaiwalas for this work which includes machine operators also. They will work

in three shifts i.e. 06.00 hrs to 14.00 hrs, 14.00 hrs to 22.00 hrs and 22.00 hrs to 06.00 hrs. Deployment of

workers.

Details of the labour employed with the firm may be provided in the given Proforma.

SNo. Name of Employees Working with the firm since Age

Arrangement of labour, whether will be on labour contract basis or work will be managed with regular employees.

Details to be submitted if labour are to be taken from labour contractor.

TENDERER’S SEAL. Signature of the Tenderer (s)

Place:…………………………………

Dated: -------------------------------

Signature of Tenderer Page 16 of 27

List - 1

ESTIMATED COST OF CLEANING GADGETS AND TOOLS FOR FIROZABAD
STATION

SN Description Of Material Requirement

For One Year

1 Plastic Buckets-9 02

2 Plastic Buckets-5 36

3 Bombay Brooms 42

4 Goa Brooms 240

5 Scrubbing Brushes Plastic 18

6 Wire Brush with Handle 18

7 Rubber Squeezers with Long Handle ( 2 ft) 08

8 Rubber Squeezers with Long Handle ( 1 ft) 03

9 Cobweb removal Brushes 12

10 Coir Brushes with wooden Handle 06

11 Hand drawn Trolleys for collection and disposal of Refuse with rubber Tyres plastic moulded 03

(Otto/supreme make)

12 Ladders with adjustable height 1

13 Drainage Phowrahs 03

14 Shovels 2

15 Punjas 2

16 Phowrahs 03

17 Gamelas 2

18 Wheel Barrows 02

19 Black Poly bags of Size 30" X 30" with 40Microns thickness for use of Dust Bins 900

TOTAL

ESTIMATED COST OF PROTECTIVE GEAR FOR STAFF OF FIROZABAD

SN Description Of Material Per Person (Per Year)

1 Protective Gear Set for Safaiwalas consisting of Cap, Disposable * 2 Sets X 40 = 80 Sets
Nose Mask, Hand Gloves and Coat.

2 Uniform for safaiwalas * 2 Sets X 40 = 80 Sets

3 Ankle Shoes * 2 Pairs X 40 = 80 Pairs

Tractor trolley or small truck with its driver.
The successful Tenderer will also make his own arrangement for the following items on regular basis
which will be required apart from the above requirements on his own expenses during the contract
period. Railway will neither provide these items nor will payment be made for these items.

Signature of Tenderer Page 17 of 27

List-2

f”k¶V okbt LVkQ +dk fMIyk;easV

vyhx<+ LVs”ku ds flVh lkbM ljdqysfVax ,fj;k] leLr QqV vksoj fczt ,oa IysVQkeZ ua- 3 ls 4 ij
fLFkr dk;kZy;ksa] IysVQkeZ VSªd ,oa ukfy;kas vkfn dh lQkbZA

dz-la dk;Z LFky lQkbZ deZpkfj;kas dh la[;k

6&14 cts 14&22 cts 22&06 cts dqy
30
1 Sweeping & mopping of full station area, Station building, 14 14 02 08
circulating area, FOB, platforms, tracks, drains, water 04 04 0
booths, All offices, Waiting Hall & Waiting Rooms (2nd Class, 02
Ladies & Gents), Retiring Rooms, PF sheds/Pillars & Toilets 01 01 0
etc. 19 19 02 40

2 Rags picking from all tracks between home signals
Howrah end and home signals Delhi end, every day i.e.
picking of all types of rags such as polythene, bottles,
dona, pattal, kulhars, glasses and other waste articles
fallen in the tracks and yards, will be picked regularly
in day shift only; rags will be picked from the tracks,
collected in bags and disposed of in the main dustbins
of the station.

3 Collection of garbage, rags, silts etc from all the
dustbins of station area daily and final disposal of all
the accumulated garbage, rags, silt etc to the Municipal
Corporation dumping grounds outside the railway
premises, twice in a day (i.e. once in the morning & once
in evening) by small truck or tractor trolley with man &
One Labour.
TOTAL

Signature of Tenderer Page 18 of 27

Annexure -C

AGREEMENT

Agreement No. --------------------------------------------

1. An Agreement made on this ---------------------- between the President India as owner and Administrator of North Central
Railway and acting in the premises through Sr. Divisional Commercial Manager Allahabad, North Central Railway (hereinafter called
2. Railway Administration) of ONE PART and M/s ---------------------------------------------------------------
2.1 ---------------------------------------------------------------------------------------------------
(i) --------------------------------------and carrying on the business of cleaning under the name of ----------------
(ii) ----------------- authorized signatory, hereinafter called cleaning contractor which expression shall deemed to include his
(iii) / their respective heirs, executors, administrators, legal representative, successors and permitted assigns of the other part for
(iv) the purpose of cleaning.
(v) Terms and conditions for running of contract:
(vi)
(vii) SCOPE OF WORK:
(viii)
The Contractor shall under take cleaning activities at Firozabad station premises within the sub cleaning Systems of the Railway
(ix) station.
(x) The contractor will use the cleaning material as per list 1 on monthly basis. No cleaning material is to be stacked on platform or
(xi) station premises except for the place nominated for the purpose.
(xii) Dusting, cobweb cleaning, and cleaning of walls, roof, offices, platforms, concourse area and other passenger activity areas.
(xiii)
(xiv) Sweeping should not be thrown on tracks.
(xv) Cleaning and removing stains, pan/gutkha spits, posters from walls, floors, stair cases and other areas within station premises with
(xvi) acid and solutions etc.
(xvii) Cleaning and wiping of windows, door glasses, mirrors, and other glasses provided in station premises using chemical spray.
2.2
Thorough cleaning and disinfections of toilets other than pay and use toilets with cleaning agent, acid, phenyl, solutions etc.
(i)
(ii) Collection of garbage from station premises, dustbins and collected from different areas of cleaning using trolleys with Scooter
wheel and disposal of the same to the main garbage dumping point in nominated area. At no point of time the garbage collected will
(iii) be stacked in any area or corners of the platforms or near water booths or any area on the station premises.
(iv) Area around water booths should be specially attended, wash basins etc. is to be done by using cleaning agents as specified in list
(v) of technical specification. Beneath the iron mesh desilting is to be done.
(vi) He should maintain a Register in which entries about items / material consumed as List No 1 should be made on daily basis. The
(vii) contractor should be able to produce this register when ever asked for by SS/CMI/Railway Officials.
(viii) Rag picking is to be done regularly from track & circulating area allotted in the contract.

The activities listed in list 2 are not exhaustive. Contractor will have to make all efforts in maintaining all time cleanliness of
adequate level on station premises.
The contractor is responsible for disposal of dead animals and prevention the entry of stray animals in the allotted area.

The frequency in the given list should be treated as minimum, however, increase in frequency of activity may depend upon the
requirements to ensure high standard of cleanliness.
While working on the track the contractual staff should takes extra care with regards to his own safety. No responsibility will be
borne by Railway Administration in case of any untoward incident.
The contractor will have to use a dedicated Cell phone no so as to contact the supervisor on duty in each shift in case of any
requirement. Each shift supervisor should be readily available.
Special Conditions of Contract:

The Railways shall provide the storage place / room to the contractor, for keeping their cleaning systems, tools and tackles. The
space given shall be free of cost only for the contract period which will have to be vacated and handed over to Railway
Administration after expiry/ termination of the contract. The stay of workmen will not be allowed at the site under any
circumstances what so ever after expiry/ termination of the contract.
Water and electricity required for the work will be supplied free of cost by the Railways.

All the materials / chemicals, consumables brought to the site shall be protected duly wrapped / packed and stored so as to avoid
any damage during loading transportation / unloading and handling or due to weather conditions etc. at any stage. Railways shall not
be responsible for safety of the items. The space given shall under no circumstance be used for any other purpose.
The contractor shall appoint at least 40 labourers including machine operators who will work in three shifts i.e. 06.00 hrs to 14.00
hrs (19 labours), 14.00 hrs to 22.00 hrs (19 labours) and 22.00 to 06.00 hrs (02 Labours).
The contractor shall supply all consumables required for running of these cleaning systems as well as for cleaning, disinfectant etc.
Under no circumstances over-used replaceable attachments be used which can cause damage to the floor
The contractor shall have to use environment friendly chemical agents and other consumables (the best available quality) along
with equipments and accessories to ensure comprehensive cleaning.
The contractor shall provide regular maintenance of all cleaning systems brought for this contract and ensure its reliability. If
required, stand by machines & battery should be available.
The SS/FZD & CMI/FZD will certify the quantum and quality of work done for purposes of payment of the contractor’s bills.

The contractor shall arrange all equipment at his own cost.

Signature of Tenderer Page 19 of 27

(ix) The contractor shall be responsible for maintenance of equipments/machineries supplied by him. Railway Administration is not
(x) liable to pay for this purpose.
(xi) Contractor will have to abide by the labour laws in force. Any claim in this regard whatsoever will have to be borne by the
(xii) Contractor? Such labours engaged is the liability of the contractor and Railway bears no liability whatsoever on such engagement.
(xiii) All the workers engaged by the Contractor must carry the identity card/badges while working in Railway premises. Expenses
(xiv) incurred would be borne by the contractor and no cost would be paid by the Railway.
(xv) Contractor has to keep their tools and plants in their own custody at the space provided by Railways. For theft or any unusual
occurrence it will be the full responsibility of the contractor.
(xvi) Regarding quality of cleanliness and imposition of penalty due to non-execution of work wholly or in part, Railways decision would
(xvii) be final and binding on the contractor.
(xviii) In each shift one supervisor has to be engaged with the consent of the Railways to supervise the work.
(xix)
(xx) The contractor shall be responsible for the behaviour and conduct of his workers engaged by him. No worker with doubtful integrity
(xxi) or having bad record / character shall be employed by the contractor. Contractor shall not in any capacity employ any person of
(xxii) bad character or any person whose antecedents, have been investigated by the Police and shall issue an certificate, which shall
(xxiii) contain a photograph of the employee specifying the employee’s name father’s name and address with/his/her/left/right hand
(xxiv) thumb impression affixed thereon in printer’s ink which he will carry with him/her while on duty. The expenses for such verification
(xxv) as is necessary shall be borne by the Contractor. The workers deployed by the contractor shall be at all times, be in, neat & tidy
(xxvi) uniform.
(xxvii) The contractor shall submit monthly bill to SS/FZD & CMI/FZD for the purpose of payments.
(xxviii) Taxes shall be deducted at source as per laws & rules in force.
The first monthly payment shall be released only after fulfilment of responsibilities of submitting all necessary documents and
(xxix) maintaining records in compliance with Rules & Regulations and as required by Railways.
(xxx) 100% payment will be made only when all areas of station premises under contract have been cleaned and maintained to the entire
satisfaction of Railway administration.
(xxxi) Railway may terminate the contract without assigning any reason under prior notice of minimum 30 days.
2.3. The contractor may leave willing fully the contract after giving prior notice of minimum 30 days to the Railway Administration.

i. For not cleaning dustbins spittoons etc. daily, a penalty of Rs. 500/- for the first day and Rs. 1000/- for the subsequent day / days
ii. shall be imposed upon the contractor.
iii. For non-availability of prescribed Labour fine up to Rs 500/-per day per Labour will be imposed.
iv. For not disposing the garbage from station to main garbage dumping point a penalty of Rs. 1000/- for the first day and Rs. 1500/-
v. for the subsequent day / days shall be imposed.
vi. Appropriate fine as per circumstances decided by railway authority, would be imposed in case of any complaints regarding
vii. cleanliness.
viii. For deficiency in service i.e. not performing the cleaning activities as per frequency schedule, minimum penalty of 20% per day
ix. rates of the contract will be levied.
x. Apart from this during inspections if the overall cleanliness is not found satisfactory then fines up to Rs.10000/- may be imposed
on contractor in addition to paras (xxii) to (xxvi) the deductions made in respect of penalty imposed for deficiency in service.
In case of any equipments being out of order apart from penalty as above, the contractor shall carry out the concerned activities
as per schedule manually, to the same standard, by deploying adequate number of labours for which no extra cost will be paid by
the railways.
The contractor will prepare his bill based on these records taking into account, no of activities satisfactory attended, deductions,
penalties entered thereof.
The contractor shall ensure that during the process of cleanliness no damage is caused to any fittings, fixture or any equipment.
In such cases penalty shall be levied depending upon the extent of damage.

In case of amount of recoveries to be made exceeds the security deposit, the contractor shall further make good the deficiencies
in cash within 15 days of the date of demand to this effect.

GENERAL CONDITION:
Each operator should also be equipped with equipments for maintenance of cleaning of their area of deployment.
Cleaning agents and disinfectants of standard quality (ISI / BIS Certified) should only be used for cleaning.
Frequency of intensive cleaning is to be done as per list No. 2. All time cleanliness of area under contract should be maintained
and ensured.
The contractor shall use cleaning agents, detergents, disinfectants and other consumables of standard quality.
The contractor shall co-operate whenever Railways undertake painting, distempering, maintaining, repairing of all structures etc.
in the station.
The Railway shall provide space for keeping the machines and equipments at Allahabad Railways Station at the free of cost.

The work will be carried out in such a manner that it will not affect running of trains or free flow of passengers or other traffic.
Proper signages / boards may be displayed during work to warm passengers of wet surface.
No subletting is permitted.
All labour be provided with distinct uniforms as approved by the Railways along with Gumboot, Mask, and Gloves etc at the
contractor’s own cost.
If there is non-performance/bad workmanship/non-satisfactory work, contractor would be served with 7 days’ notice to improve
performance. On expiry of 7 days’ notice, if contractor fails to improve performance, then Railways have the liberty to issue 48
hours’ notice of termination. On expiry of 48 hours’ notice period contract would be terminated by issuing a letter and on such
termination, contractor’s entire Security Deposit and Performance Guarantee available with Railways plus any dues arising from
the works executed by the contractor will be forfeited.

Signature of Tenderer Page 20 of 27

xi. List of operators/staff engaged and their deployment shall be given to Station Superintendent or his representative’s daily.
xii. Station Superintendent or his authorized official shall verify the attendance.
xiii. SS/FZD will supervise all work on daily basis and a record will be maintained for any discrepancy noticed. The contractor will be
xiv. penalized for activities not done or if the quality of work is of sub-standard.
The contractor shall have valid registration with Provident Fund Commissioner and Employees State Insurance.
xv
xvi The contractor will be fully responsible for discharge of various obligations under different statutes i.e. The Contract labour
xvii (Regulation and Abolition) Act 1970 and Central Rules, 1971, payment of Wages Act 1936, minimum wages Act 1948, workmen
compensation Act 1923, payment of bonus, Provident Fund, Gratuity, Insurance and miscellaneous provisions Act 1952 etc. The
xviii contractor must comply with all rules and regulations related to the employment of staff under the current labour laws in India.
The contractor shall engage trained people for handling the electrical/mechanical tools.
3.
4. The contractor shall be fully responsible for any accident caused to his staff, due to lack of knowledge of handling
i) electrical/mechanical tools.
ii) The contractor shall ensure that all his workmen/women are in good health with no history of any chronic, contagious disease,
6. contractor should obtain necessary medical certificate of their employees from railway doctor. Staff deployed on sanitation duty,
i) if found with our valid medical certificate, a fine upto Rs. 500/- will be imposed on the contractor.
ii) Persons having criminal record should not be engaged by the contractor, necessary police verification should be obtained by the
iii) contractor of their employees.
While on duty the staff should not be in any kind of intoxication, if found the said staff will immediately be removed and an
iv) appropriate penalty will be imposed.
v)
vi) VALIDITY and RATE: w.e.f. --.--. to --.--. @ Rs. all inclusive per month i. e. Rs all inclusive for
vii)
the entire period of 24 months.
viii)
ix) Documentation- The contractor or his representatives are required to submit the following documents to the Commercial
x)
7. Department before commencement of the job.
i)
Copies of documents showing the legal status of the firm
ii)
A declaration that the Contractor is an independent employer and every labour/Employee employed or engaged by him will be the
8.
i) employees of the contractor.
ii)
iii) OTHER STIPULATIONS

The contractor shall personally and exclusively supervise or deploy sufficient supervisors exclusively to supervise the work so as

to ensure that the services rendered are under guidelines and to the satisfaction of the Railways.

Any dispute and/ or difference arising out of the contract shall be referred to Sr. Divisional Commercial Manager, Allahabad

North Central Railway, or any other officer authorized on his behalf whose decision shall be final and binding on the contractor.

Any dispute or difference arising out of the agreement (for which provision does not exist in this agreement) shall be referred

to Arbitrator, the proceedings of which will be conducted in accordance with Arbitration and Conciliation Act, 1996, and its

Amendments.

The contractor shall be responsible for the safety of the staff deployed by him. The railway administration shall not be liable to

pay any compensation or offer any medical aid for any injury caused to persons employed by the contractor.

Railway Administration’s competent authority (Commercial Department Officers only) has full power to make any changes/

terminate/ modification in the contract without assigning any reason.

The contractor shall not sublet, assign or transfer this contract or any rights or benefits here under to any person or persons,

nor shall the contractor take or involve any partners without prior consent of).

Any notice given by the Sr. Divisional Commercial Manager, Allahabad on behalf of president of Union of India by virtue of

provisions vide clause 17 of the general condition of the contract shall be deemed to be duly served if left or sent by registered

post to the last known address of the contractor.

Any dispute and /or difference of opinion arising out of the day-to-day work concerning this contract shall be referred to the

Station Supdt. Fatehpur whose decision shall be final and binding on the contractor.

All disputes arising out of this contract shall be subject to courts of Allahabad jurisdiction only.

The above conditions shall be read in conjunction with the Special Conditions of the contract. The above terms will, however,
override any similar clauses mentioned in the General instructions of Contract.
EXECUTION:
The whole contract is to be executed in the most approved, substantial and workmanlike manner to the entire satisfaction of the
Railway Administration or its nominee, who both personally and by his deputies, shall be free to inspect the work at such times as
he may deem fit, and on any question of the true intent and meaning of the specification, railways’ decision shall be final and
conclusive.
If the Contractor deliberately gives wrong information in his tender or creates circumstances of his tender, the Railway
Administration reserves the right to reject such tender and in the case of the successful tenderer to cancel the contract at any
stage.
SECURITY DEPOSIT:

Security deposit Rs. @ 5% of total contract value Rs. is to be deposit as under:-

Earnest Money Rs. deposited in the form of --------------- dated --------------- issued by in favour of Sr.DFM, N.C. Railway,

Allahabad valid upto ---------- and will be adjusted as security deposit.

Balance security deposit Rs. will be deducted from his running bill @ 10% till the remaining balance of the security money

is recovered in full.

Security deposit will be released by JA grade officer or authority who has signed the contract along with certificates from

officer regarding fulfillment of all contractual liabilities unconditional and unequivocal NOC from contractor will also be required.

Signature of Tenderer Page 21 of 27

The Security deposit will be returned to the contractors without any interest after physical completion of the contract to the

satisfaction of the Railway Administration as certified by the competent authority.

8.1 Performance Bank Guarantee:-

Performance Guarantee Rs. -------------------------- in the form of Deposit Receipt No. --------- (A/c No. ------------)

i) dated -------------- issued by --------- Bank, ------------, Allahabad in favour of Sr Divisional Finance Manager, North Central

Railway, Allahabad valid up to is to be deposited towards PG by the contractor.

ii) Procedure to release the Performance Guarantee as same as Security Deposit.

iii) Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be en-cashed

and balance work will be got done independently without risk and cost of failed contractor. Failed contractor (Including every

member/partner of such a firm) shall be debarred in participating in the tender for executing the balance work.

9. Responsibility of the contractor for executing contract:

i) Risk of the equipment: The contractor shall perform the contract in all respects in accordance with the terms and conditions

of the agreement. The equipment and every constituent part thereof, whether in the possession of control of the contractor, his

agents or servants and the Railway administration, shall remain in every respect at the risk of the contractor the contractor shall

be responsible for all loss, destruction, damage or deterioration of or to the equipment from any cause whatsoever.

ii) First aid facilities shall be provided and maintained by the contractor so as to be readily accessible during working hours. First

aid box equipped with the prescribed contents shall be provided at every place where contract labour is employed by him.

10. Progress Report :-

One supervisor appointed by the contractor should remain round-the-the clock at the station. The contractor and their staff

shall conduct their business in a quiet and orderly manner and shall not allow the working of the machines, in any respect whatever

to interfere with the Railway Administration’s work executed by railway staff at the station, or the comfort and convenience of

the travelling public.

11. Inspection Register and records:

The contractor shall submit monthly reports as to the performance of the contract in such form as may be called for by the

railway administration or its nominee. The submission and acceptance of these reports shall not prejudice the rights of the Railway

Administration in any manner.

12. Force majeure: In the event of any unforeseen event directly interfering with the execution of works, arising during the currency

of the contract, such as insurrection, restraint imposed by the Government, act of legislative or other authority, war, fire, flood,

explosions, epidemics, quarantine restrictions, Acts of God, etc the contractor shall within a week from the commencement

thereof of notify the same in writing to the Railway Administration with reasonable evidence thereof. If the force majeure

condition mentioned above be in force for a period of 15 days or more at any times, the Railway Administration shall have the

option to terminate the contract on expiry of 15 days of commencement of such force majeure by giving 7 days’ notice to the

contractor in writing. In case of such termination no damage shall be claimed by either party against the other, save and except

those, which had occurred under any clause of the contract prior to such termination.

13. Postponement: The successful tenderer(s)/Contractor(s) shall have no claim whatsoever against the Railway Administration if the

work is postponed to a later date closed down for completion over a longer period, suspended in the course of execution or

abandoned either in part or whole in the overall interest of the Railway Administration. The decision of the Railway Administration

in this regard shall be final and binding on the Tenderer(s)/contractor(s).

14. Disputes: Any dispute arising out of interpretation of drawings, specifications or any terms and conditions including special

conditions of contract or arising during the execution of the work/contract decision of Railway Administration shall be final and

binding on the Tenderer(s)/contractor(s).

15. All the general conditions of contract vide Railway Board’s authority No./CE/1/Vol.ll dated. 06.02.1998 and amended vide letter

no. 2003/CE-l/CT/4/PT-l dated 12.05.06 and modification /changes, corrections enforced from time to time will be applicable

with this contract. Above conditions should be read in connection with General Condition of contract. In case any condition is in

contradiction to the amended G.C.C. the condition as mentioned in amended G.C.C. will be applicable.

In witness whereof the said parties here to have set their hands at the place and on the dates herein after mentioned

respectively.

16. Price Variation Clause:

Price variation as a result of revision of wages paid to the labours and material cost shall be applicable as per “ Clause A – Price

variation clause” to the general condition of contract (GCC) issued vide Railway Boards L. No. 2007/CE -2/CT/18 Pt 19 dated

14.12.2012 as under.

a) The amount of variation in labour price component shall be workout by the following

formula : R X (I – Io ) X P

L = ---------------- ---

Io 100

Where- L - Amount of price variation in labour.

R - Gross value of work done by contractor as per on account bill(s) excluding cost of material supplied by railway at fixed rate.

I - Consumer price index for industrial workers- All India – published in R.B.I. bulletin for the average price index of the 3 months

of the quarter under consideration

Io - Consumer price index number for industrial worker- All India- Published by R.B.I. bulletin for the base period.

P - % of labour component.

b) The amount of variation in materials component shall be worked by the following

formula:

R X ( W -Wo) X Q

M= ------------------- ------

Wo 100

Signature of Tenderer Page 22 of 27

Where
M-Amount of price variation in material
R- Gross value of work done by contractor as per on account bill(s) excluding cost of material supplied by railway at fixed rate.
W- Index Number of Whole sale prices – By Groups and sub – Groups – All commodities as published by R.B.I. bulletin for the
price index of the 3 months of the quarter under consideration.
Wo - Index number of whole sale prices – By Groups and Sub- Groups- All commodities as published in the R.B.I. bulletin for the
base period.
Q - % of material component.
As per Railway Board l. no. 2007/CE-I/CT/18 Dt 14.12.2012 the percentage of labour Component, material component, fuel
component etc. in other works component Shall be as under:
Labour component 55%
Material component 15%
Fuel component 20%
17 Variation in quantity:
The procedure detailed below shall be adopted for dealing with variations in quantities including extension of period of contracts:-
i. 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.
ii. 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 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
SA Grade;
(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98%
of the rate awarded for that item in that particular tender;
(ii) Quantities operated in excess of 140% but up to 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;
(b) The variation in quantities as per the above formula will apply only to the overall contract value.
18 Employment/Partnership etc. of Retired Railway Employees:
(a) Should a tenderer be a 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 or any other
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 an incorporated company have any such retired engineer or retired officer as one of its Directors or should a
tenderer have in his employment any retire 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 where such Engineer or Officer had 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 incorporate company, to become a partner or Director as
the case may be, or to take the employment under the contractor, has been obtained by the tenderer or the Engineer or Officer,
as the 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 submitted the tender. Tenders without the information above referred to or a statement to the effect
that no such retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the case may be shall be
rejected.
(b) Should a tenderer or contractor being an individual on the list of approved Contractors, have a relative(s) or in the case of
partnership firm or company of contractors one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in
gazette capacity in the Engineer or any other department of the Railway, the authority inviting tenders shall be informed of the
fact at the time of submission of tender, failing which the tender may be disqualified/rejected or if such fact subsequently
comes to light, the contract may be rescinded in accordance with provision in Clause 62 of Standard General Conditions of
Contract.
19 PROVISION OF PAYMENT OF WAGES ACT:
The Contractor shall comply with the provisions of the payment of Wages Act 1936 and the rules made there under in respect of
all employees employed by him either directly or through petty Contractor or sub-Contractor in the works. If in compliance with
the terms of the contract, the Contractor directly or through petty contractors or sub-contractors shall supply any labour to be
used wholly or partly under the direct orders and control of the Sr. DCM/Allahabad whether in connection with the works to be
executed hereunder or otherwise for the purpose of the Sr. DCM/Allahabad, such Labour shall nevertheless be deemed to
comprise persons employed by the Contractor and any money which may be ordered to be paid by the Sr. DCM/Allahabad shall be
deemed to be moneys payable by the Sr. DCM/Allahabad on behalf of the Contractor. Sr. DCM/Allahabad may on failure of the
Contractor to repay such money to the Railways, deduct the same from any moneys due to the Contractor in terms of the contract.
The Railway shall be entitled to deduct from any moneys due to Contractor (whether under this contract or any other contract)
all moneys paid or payable by the Railway by way of compensation of aforesaid or for costs of expenses in connection with any
claim thereto and the decision of the Sr. DCM/Allahabad upon any question arising out of the effect or force of this clause shall
be final and binding upon the Contractor.
20 PROVISION OF CONTRACT LABOUR (REGULATION AND ABOLITION) Act, 1970:
(i) The Contractor shall comply with the Provision of Contract Labour (Regulation and Abolition) Act, 1970 and the Contract Labour
(Regulation and Abolition) Central Rules, 1971 as modified from time to time, wherever applicable and shall also indemnify the
Railway from and against any claim under the aforesaid Acts and the Rules.

Signature of Tenderer Page 23 of 27

(ii) The Contractor shall obtain valid labour license under the aforesaid Act as modified from time to time wherever applicable
before the commencement of the work and continue to have a valid license until the completion of the work. Any failure to fulfil
this requirement shall attract the penal provisions of the contract arising out of the resultant non-execution of the work.
(iii) The Contractor shall pay to Labour employed by him directly or through sub-Contractors the wages as per provisions of the
aforesaid Act and the Rules wherever applicable. The Contractors shall not with-standing the provisions of the contract to the
contrary, cause to be paid the wages to Labour indirectly engaged on the work including any engaged by his sub-Contractors in
connection with the said work, as if the Labour had been immediately employed by him.
In respect of all Labour directly or indirectly employed in the work for performance of the Contractor’s part of the contract,
the Contractor shall comply with or cause to be complied with the provisions of the aforesaid Act and the Rules wherever
applicable.
(iv) In every case in which by virtue of the provisions of the aforesaid Act or the Rules, the Railway is obliged to pay any amount
of wages to a workman employed by the Contractor or his sub-Contractor in execution of the work or to incur any expenditure in
providing welfare and health amenities required to be provided under the aforesaid Act and the Rules or to incur any expenditure
on account of the contingency liability of the Railway due to the Contractor’s failure to fulfill his statutory obligations under the
aforesaid act or the Rules and Railway will recover from the Contractor the amount of wages so paid or the amount of expenditure
so incurred and without prejudice to the rights of the Railway under Section 20 Sub-section (2) and Section 2, Sub-section (4)
of aforesaid Act, the Railway shall be at liberty to recover such amount or part thereof by deducting it from the security deposit
and/or from any sum due by the Railway to the Contractor whether under the contract or otherwise. The Railway shall not be
bound to contest any claim made against it under sub section (1) of Section 20 and Sub-section (4) of section 21 of the aforesaid
Act except on the written request of the Contractor and upon his giving to the Railway full security for all cost for which the
Railway might become liable in contesting such claim. The decision of the Railway regarding the amount actually recoverable from
the Contractor as stated above, shall be final and binding on the Contractor.
21 Provision of Employees Provident Fund and Miscellaneous Provisions Act, 1952:
The Contractor shall comply with the provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of
Employees’ Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit Linked Insurance Scheme, 1976; as modified from time
to time through enactment of “Employees Provident Fund & Miscellaneous Provisions Act, 1952”, wherever applicable and shall also
indemnify the Railway from and against any claims under the aforesaid Act and the Rules.
22 WAGES TO LABOUR:
The Contractor shall be responsible to ensure compliance with the provision of the Minimum Wages act, 1948 (hereinafter
referred to as the “said act”) and the Rules made there under in respect of any employee directly or through petty Contractors
or sub-Contractors employed by him. If in compliance with the terms of the contract, the Contractor supplied any Labour to be
used wholly or partly under the direct orders or control of the Railway whether in connection with any work being executed by
the Contractor or otherwise for the purpose of the Railway such Labour shall, for the purpose of this clause, still be deemed to
be persons employed by the Contractor. If any money shall as a result of any claim or application made under the said act but
directed to be paid by the Railway, such money shall be deemed to be moneys payable to the Railway by the Contractor and on
failure by the Contractor to repay the Railway any money paid by it as aforesaid within seven days after the same shall have been
demanded. The Railway shall be entitled to recover the same from any money due or accruing to the Contractor under this or any
other contract with the Railway.
23 All these conditions and specifications should carefully be studied by the tenderer/tenderers before submitting his/their tender.
He/they should in his/their own interest be well acquainted with the site of work.
24 PROVISION OF WORKMEN COMPENSATION ACT:
In every case in which by virtue of the provisions of Section 12 Sub-section (1) of the Workmen’s Compensation Act 1923, Railway
is obliged to pay compensation to a workman directly or through petty Contractor or sub-Contractor employed by the Contractor
in executing the work, Railway will recover from the Contractor the amount of the compensation so paid, and, without prejudice
to the rights of Railway under Section 12 Sub-section (2) of the said Act, Railway shall be at liberty to recover such amount or
any part thereof by deducting it from the security deposit or from any sum due by Railway to the Contractor whether under
these conditions or otherwise, Railway shall not be bound to contest any claim made against it under Section 12 Sub-section (1)
of the said Act except on the written request of the Contractor and upon his giving to Railway full security for all costs for which
Railway might become liable in consequence of contesting such claim.

Signature (s) of Tendere (s) For and on behalf of President of India
Sr. Divisional Commercial Manager, Allahabad

North Central Railway.

Witnesses Witnesses
1. Name: 1. Name:

Address: Address:
2. Name: 2. Name:
Address: Address:

Signature of Tenderer Page 24 of 27

NORTH CENTRAL RAILWAY
ALLAHABAD

FINANCIAL OFFER

SCHEDULE OF RATE FOR THE CONTRACT FOR CLEANING OF SHIKOHABAD STATION

1. Tender Notice No CM-I/Sani/ Cleaning/FZD/2016 Dated: 19.02.2016

2. Name of Work: Cleaning work contract of Full station area, circulating area, water booths, Waiting Hall &

Waiting Rooms, PF sheds, & Pillars, Toilets, Retiring rooms, platforms tracks, drains etc.

Rag Picking work of from all tracks & area falling between home signal HWH end to home

signal DLI end. Final disposal of all the accumulated garbage, rags, silt ect. From the

nominated dustbins to the municipal/suitable dumping yards at Firozabad station with the

contractors own labour, transport, materials, Machines & Tools.

3. Assessed Cost of the Work R 99,29,957.00 (Rupees Ninety Nine lacs Twenty Nine thousand

Nine hundred Fifty Seven only).

4. Period of Contract: 2 years

5. Earnest Money R 1,99,000/- (One Lakhs Ninety Nine thousand dred only)

6. Cost of Tender Form R5,350/- (Rs. Five thousand Three Hundred Fifty only), (Non-refundable).

7. Date & Time of Closing of Tender: 29.03.2016 at 13:00 hrs.

8. Date & Time of Opening of Tender: 29.03.2016 at 15:00 hrs.

9. Place for submission & opening of Tender: 1. Sr. DCM office, DRM Building, Nawab Yusuf Road, Allahabad

2. Dy. CTM, Kanpur office at 1st floor of Kanpur Station.

10. Validity of Tender: 90 days (from the date of opening of tender)

Nature/Description of work Rate to be quoted both in figures and words (Rupees )

for Two Years

Cleaning work contract of Full station area, In Figures Rs. ___________________________
circulating area, water booths, Waiting Hall &
Waiting Rooms, PF sheds, & Pillars, Toilets, ( In Words)
Retiring rooms, platforms tracks, drains etc.
Rag Picking work of from all tracks & area Rupees ___________________________
falling between home signal HWH end to home
signal DLI end. Final disposal of all the _____________________________________

_____________________________________

accumulated garbage, rags, silt ect. From the _____________________________________
nominated dustbins to the municipal/suitable
dumping yards at Firozabad station with the _______________only)

contractors own labour, transport, materials,

Machines & Tools

NOTE: -

1. Rate offered in above column will include current Labour wages rate for skilled+ semi-skilled labour, cost

of Machines & Tools, Material & consumable cost, cost of Protective gear, profit & all types of taxes

applicable on such type of tenders.

2. Deployment of Manpower as per list-2 –Every day, a minimum of 19 labourers in 6.00-14.00 Hrs, 19

labourers in 14.00-22.00 hrs and 02 labourer in 22.00-06.00 Hrs shift should be deployed, one truck &

driver (Semi skilled).

3. Bidder quoting less than current labour wages rate + EPF (13.36%) + ESI (4.75%) issued by Ministry of

Labour as on date of opening of tender for the number of labour/truck driver mentioned in above column

(as per item No. 2) demarcated to quote rate shall be summarily rejected.

4. Protective gear for all the workers should be provided as per list-1.

5. Adequate Quantity of Cleaning gadgets & Tools should be provided as per list-1.

i) Tenderers are requested to quote the rates inclusive of all taxes and duties such as sale tax/Vat,

Service tax, Octroi, royalties or any other taxes, and duties whatsoever leviable by Government

(state or central) or any statutory body.

ii) Tenderer conditions regarding extra payment on above account will not be considered and rates

quoted by the tenderer will be taken as rates inclusive of all taxes and duties as leviable by

Government (state or central) or anybody.

iii) Any overwriting/correction has to be attested/countersigned by the tenderer(s). The rate quoted

in words shall be considered as final rate in case of any ambiguity. The rate is inclusive of all charges

and all other taxes liveable to the government.

6. Certificate to be produced by contractor along with monthly bill:

Signature of Tenderer Page 25 of 27




Click to View FlipBook Version