NORTHEAST FRONTIER RAILWAY

TENDER DOCUMENT FOR

Garbage Disposal of New Cooch Behar Railway Colony from Door to Door Rly. quarter from total no of quarter area 315 Nos and Dispose it to Dumping Area for, 01 (One) year[365 days]

TENDER Notice (NIT) No. CMS-06 of 2017 Date: 24-08-2017

Signature of the bidder/s Page 1 Declaration

I/We have downloaded the tender document from the internet site http://www.nfr.indianrailways.gov.in and I/we have not tampered / modified the document in any manner. In case, if the same is found to be tampered / modified, I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and in case the same is detected after awarding the work, the contract will be terminated.

I/We submitting a demand draft no. ______dated ______issued by ______for Rs.______towards the cost of tender document as per Tender Notice No. ______Dated ______.

______Signature of Bidder/s

Name : ______

Date : ______

Address : ______

Mobile No.______

Signature of the bidder/s Page 2 This document contains 17 pages including cover TENDER FORM (First sheet) Cost of Tender Documents: Rs.1000/- in person; Rs. 1,500/- by post TENDER ( NIT ) No. CMS-06 of 2017 Dated 24-08-2017 Tender Form No. H/259/III -Pt-IV (Door to Door Collection) Sold to Sri/M/s…………………………………… Against MR No…………………dated………………………. Rs…………..………deposited at…………………DC/APDJ On date………………… CMS Divisional Railway Hospital/ APDJ

To THE PRESIDENT OF INDIA Acting through Chief Medical Superintendent, Alipurduar Jn., N. F. Railway.

Name of Work: - Garbage collection from New Cooch Behar Railway Colony quarters (Total no of quarter 315 Nos)from door to door and to dispose it to dumping area outside Railway premises. Disposal of collected garbage to a specified space , 3 K.M away from NCB colony by a cycle van fitted with garbage bins. Small Dustbin /bucket (2Nos/ Qrs.) to be provided to all 315 qrts. at NCB Railway Colony for collection of house hold garbage (dry and wet ) by dwellers, for 01 (One) year(365 days) ) by engaging two(2) Nos of labourers.

1. I/We ______have read the various conditions to tender attached here to and hereby agree to, abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening of the same and in default thereof. I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do the work for “Chief Medical Superintendent/Divisional Railway Hospital/N.F. Railway/ APDJ” at the rates quoted in the attached schedule and hereby bind myself /ourselves to complete the work in all respects within stipulated period from the date of issue of letter of acceptance of the tender.

2. I/We also hereby agree to abide the Conditions of contract given in second sheet of tender form and to carry out the work according to the Special Conditions and specifications of work as laid down by the Railway for the present contract.

Signature of the bidder/s Page 3 3 A sum of Rs. 7240/- (Rupees seven thousand two hundred forty only) is herewith forwarded as “Earnest Money”. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies in case my/our tender is accepted and if:-

a) I/We do not execute the contract documents within fifteen days after receipt of notice issued by the Railway that such documents are ready, or b) I/We do not commence the work within the time limit specified by the Railways after receipt of order to that effect.

4 Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a binding contract between us subject to modifications, as may be mutually agreed to between us and indicated in the letter of acceptance of my/our offer for this work.

Signature of witness Signature of Bidder(S) 1. Date: Bidder’s address & Mobile No. 2.

Signature of the bidder/s Page 4

TENDER FORM (Second sheet) Instructions to Bidders and conditions of tender- 1. The following documents form part of tender documents-  a) Tender form –First sheet  b) Instructions to Bidders and conditions of tender – Second sheet  c) Special Conditions/Specifications (Enclosed)  d) Schedule of Rates and Work (Enclosed)

The scope of the work is given in Special Conditions/Specifications (Enclosed). The bidder/s shall quote his/their rates in the format given for Schedule of Rates and Work (Enclosed). The tenders containing erasures and/or alteration of the tender documents are liable to be rejected. Any correction made by the bidder/s in his/their entries must be attested by him/them. The works are required to be completed within the specified period from the date of issue of acceptance letter. 2. Earnest Money (EM): Estimated cost of the work is Rs. 3, 61,788/- (Rupees three lakh sixty one thousand seven hundred eighty eight only). The Tender must be accompanied by sum of Rs. 7240/- (Rupees seven thousand two hundred forty only ) as earnest money deposited in any of the forms as mentioned below in the name of FA & CAO, N F Railway, Maligaon (MLG) ,failing, which the tender will summarily be rejected. I. In cash or in the form of deposit receipt, Fixed Deposit , demand draft executed by State Bank of India or any of the Nationalized Bank or by a scheduled Bank. Any other mode of transaction except the above mentioned form will not be accepted as EM. II. Government securities (Stock) certificate, bearer bonds, bankers’ Cheque, promissory notes, certificates, etc. will not be accepted as EM. (a). The bidder shall keep the offer opened for a minimum period of 90 days from the date of opening of the tender, it is understood that the tender documents has been sold/issued to the bidder/s and the tender is permits to bidder in consideration of stipulation on his/their part that after submitting his/their tender subject to the period being extended further if required by mutual agreement from time to time. He will not resign from his offer or modify the terms and conditions thereof in a manner not acceptable to the Chief Medical Superintendent/Divisional Railway Hospital/ APDJ/N. F. Railway. If the bidder fails to observe or comply with the foregoing stipulation, the amount deposited as earnest money for the due performance of the above stipulation shall be forfeited to the Railway. (b). If the tender is accepted, the amount of earnest money will be retained and adjusted as security deposit for the due and faithful fulfillment of the contract. (c) The Earnest money of the unsuccessful bidder/s will be returned within a reasonable time but the Railways shall not be responsible for any loss or depreciation that may happened to the security for the due performance of the stipulation to keep the offer open for the period specified in the tender documents

Signature of the bidder/s Page 5 or to the earnest money while in their possession nor be liable to pay interest thereon. 3. Security Deposit (SD): a.The successful bidder shall be required to deposit a sum of Rupees equal to 5% of the total value of the contract accepted by as SD for the due fulfillment of contract. b. The balance amount of Security money after the adjustment of the EMD amounting to Rs. 7240/- (Rupees seven thousand two hundred forty only)/- will be recovered from the running bills at the rate of 10% of the bill amount till the full security deposit is recovered and no other mode of collecting SD such as in the form of instruments like BG, FD etc. shall be accepted towards SD. c. No interest is payable on cash Deposit of earnest money and recovery of Security Deposit. d. The SD money shall be released only after the expiry of the maintenance period and after passing the final bill based on “No claim certificate. Wherever the contract is rescinded, the SD shall be forfeited and the PG shall be en-cashed. 4. Right of the Railway to deal with bidder: The authority for the acceptance of the tender rests with the Railways. It shall not be obligatory on the said authority to accept the lowest or any other tender and no bidder/s shall demand any explanation for the cause of rejection of his /their tender not the Railways undertake to assign reasons for declining to consider or reject any particular tender or all tenders. 5. Performance Guarantee (PG) 5.1. The successful bidder may give Performance Guarantee (PG) amounting to 5% of the contract value in any of the following forms:- a) A deposit of cash b) Irrevocable Bank Guarantee/DCR c) Deposit Receipts, Pay Orders, Demand Drafts and Fixed deposit. These forms Performance Guarantee could be either of the State Bank of India or of any Nationalized Banks. c) Also FDR in favour of FA&CAO/MLG ( free from any encumbrance) or duly pledged to the FA&CAO/MLG) will also be accepted.

5.2. The successful bidder shall have to submit a Performance Guarantee (PG) within 30 (thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and 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 the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work.

5.3.The Performance Guarantee (PG) shall be released after the physical completion of the work based on the “Completion Certificate” issued by the competent authority stating that the contractor has completed the work in all respects satisfactorily. The security deposit, however, shall be released only

Signature of the bidder/s Page 6 after the expiry of the maintenance period and after passing the final bill based on “No Claim Certificate” .

5.4. Whenever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee shall be en-cashed and the balance work shall be get done independently without risk and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work either in his/her individual capacity or as a partner of any other JV/partnership firm. 5.5. The Railway administration shall not make a claim under the Performance Guarantee except the amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Railway administration may claim the full amount of the Performance Guarantee. ii) Failure by the contractor to pay President of India of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the service of notice to this effect by Railway administration. iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

6. If the bidder/s deliberately gives/give wrong information in his/their tender or creates/create circumstances of the acceptance of his/their tender, the Railways reserves the right to reject such tender at any stage.

7. If the bidder/s expires after the submission of his/their tender or after the acceptance of his/their tender, the Railway shall deem such tender cancelled. If a partner of a firm expires after the submission of their tender or after the acceptance of their tender, the Railway shall deem such tender as cancelled unless the firm retains its character.

8. Income Tax Clearance Certificate: The bidder/s is/are required to produce along with his/their tender, an authorized copy of the Income Tax Clearance Certificate or a sworn affidavit duly countersigned by the Income Tax Office to the effect that he/they have no taxable income.

9. Deduction for Income Tax: In terms of Income Tax Act, 1961 as amended from time to time, 2% recovery of income tax (on taxable amount of each work) and surcharge as applicable from bill will be made at source. A certificate will be issued for the actual amount deducted at the time of payment.

Signature of the bidder/s Page 7 10. Bidder’s Credentials:

Minimum Eligibility Criteria: a) The bidder should submit proof that during the previous year they had operated EPF accounts of employees that were at least twice the number of employees proposed to be engaged through this tender. b) The Agency (bidder) should have a proper system of recruitment, C&A verification of their staff, a distinct uniform and proper ID cards. c) Should have the following registrations(copies to be submitted with tender)- i) Valid license under section 4 of the trade license of such(above) services (Regulation) Act, 2005 to undertake the work of the labour commission.. ii) Certificate of registration under Labour Commissioner iii) Registration under Employees’ State Insurance Act, 1948 iv) Registered under Employees’ Provident Fund & Miscellaneous Provisions Act, 1952 d) The tenderer should provide GSTIN number.

11. Tender must be enclosed in a sealed cover, super scribed “Tender No. (NIT) CMS-06 of 2017 date: 24-08-2017 and the tender must be sent by registered post/courier to the address of Chief Medical Superintendent, Divisional Railway Hospital, N. F. Railway, APDJ, and Alipurduar Jn- 736123 so as to reach this office not later than (on or before) 12.30 hrs, on 10/10/2017 or deposited in tender box allotted for the purpose in the office of the Chief Medical Superintendent, APDJ, N. F. Rly. APDJ, Alipurduar 736123. This tender box will be sealed at 12.30 hrs on 10/10/2017. The tender will be opened at 16.00 hrs. on 10/10/2017. The tender papers will be sold up to 12.00 hrs. of 09/10/2017. If any of the dates mentioned above happened to be a holiday/ Bandh the tender will be sealed/received/ opened on the next working day at the same time and place specified above. 12. Non-compliance with any of the conditions set forth therein above is liable to result in the tender being rejected. Tender will not be considered if;  Tender is received after scheduled date and time.  Not submitted on the prescribed form or unsigned.  Not submitted with sealed cover 13. Execution of contract agreement: The successful bidder/s shall be required to execute an agreement with the President of India acting through Chief Medical Superintendent/Divisional Railway Hospital/ APDJ/N. F. Rly for carrying out the work within a period of thirty (30) days after receipt of acceptance letter on non judicial stamp papers. Expenditure for agreement papers etc should be borne by bidder. Such agreement will be valid for two (2) years from the date of signing the agreement by both the parties or a fixed by the Railway authorities.

14. Employment/Partnership, etc. of Retired Railway Employee: (a) If the bidder be a retired Engineer of the gazetted rank or any of the gazetted Officer working before his retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not, in any of the department of any of the Railways owned and administered by the President of India for the time being, or should a tender being partnership firm have one of its partners a retired Engineer or retired Gazetted Officer as aforesaid, or should bidder being an incorporated company have any such retired Engineer or retired Gazetted Officer as one of its Directors, or should a bidder have in his employment

Signature of the bidder/s Page 8 any retired Engineer or retired Gazetted Officer as aforesaid, the full information as to the date of

retirement of such retired Engineer or retired Gazetted Officer from the said service and in case where such Engineer or Officer had not retired from Govt. service at least two years prior to the date of submission of the tender as to whether permission for taking such contract , or if the contractor be a partnership firm or an incorporated company, to become a partner or Director as the case may be, or to take the employment under the contractor, has been obtained by the bidder or the Engineer of 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 submitting the tender. Tender 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 bidder, as the case may be, may likely be rejected. (b) Should a contractor or bidder being an individual on the list of approved contractors, have a relative(s) or in the case of partnership firm or company if contractor’s one or more of his shareholder(s) or a relative(s) of the shareholder(s) employed in Gazetted capacity in any of the department of the of the N. F. 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. 15. Omissions & Discrepancies: The bidder/s shall not take any advantage of any misinterpretation of the conditions due to typing or any other error and in doubt, shall bring it to the notice of the Chief Medical Superintendent/Divisional Railway Hospital/ APDJ without delay. In case of any contradiction, only the printed rules and books shall be followed and no claim for the misinterpretation shall be entertained.

16. No subletting of the contract is permissible.

17. Settlement of Disputes: All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the work or after its completion and whether before or after the determination of the contract shall be resolved by the sole arbitrator appointed by the Chief Medical Superintendent, N. F. Railway under the provisions of Arbitration & Conciliation Act – 1996 provisions under clauses 63 & 64 of GCC-1998 will apply in the Arbitration proceedings.

18. All decisions on behalf of the Railway Administration may be taken by the Chief Medical Superintendent/Divisional Railway Hospital/ APDJ and it shall be final and binding on the bidder/s.

I agree to abide by the above conditions

Signature of the bidder/s Page 9

Special conditions/specifications

Introduction, Scope and Special Terms and Conditions for Door to Door collection of garbage and its disposal.

1.0 INTRODUCTION: Garbage collection from New Cooch Behar Railway Colony quarters (Total no of quarter 315 Nos)from door to door and to dispose it to dumping area outside Railway premises. Disposal of collected garbage to a specified space, 3 K.M away from NCB colony by a cycle van fitted with garbage bins. Small Dustbin /bucket (2Nos/ Qrs.) to be provided to all 315 qrts. at NCB Railway Colony for collection of house hold garbage (dry and wet ) by dwellers, for 01 (One) year(365 days) by engaging two(2) Nos of labourers.

2.0 SCOPE OF WORK:  The collection of garbage to be completed by 12.(Hrs.) everyday.  The garbage of the surface area inside colony is also to be collected and disposed along with house hold garbage.  The laborers will collect garbage(Dry and wet) from every quarter, as collected by the dweller at the bins kept at their quarter to covered bins in cycle van for transport.  It is the duty of the contractor to train and explain the dweller about segregation and collection of household garbage.  During transport of garbage, if there is any fall of garbage at the colony, it is the duty of the contractor to clean it.  The labourers if found doing any unfair means necessary action will be takes as per rule.

3.0 TERMS & CONDITIONS a) The Health Inspector of NCB (HI/NCB) colony will supervice and advise the contractor for better function of work. b) A regular signature is to be collected from every quarter after collection of household garbage against the quarter numbers and it will be inspected and countersigned by the HI/NCB. c)Contractor will submit daily attendance of the labourers to the HI/NCB. d)It is the duty of contractor to provide cycle van every day , its repair and its replacement in event of it goes out of order. e)Failure to supply two (2)labourers/and cycle van in any day will lead to a fine of Rs 500.00 (five hundred) per day and the amount will be deducted from monthly bill. f)Failure of work or partial work is not acceptable and will be marked as “ Unsatisfactory work and will lead to a fine of Rs 1000.00( One thousand) per day. “ Unsatisfactory work’ for more than seven (7) days in a months will lead to termination of contract. g) The contractor shall provide Uniform, personal safety gears, whistle and identity card to labourers. h) It is duty of the contractor to fix up dumping place/treatment plant of the garbage collected, out side railway premises.

Signature of the bidder/s Page 10 i) The laborers should be free from any communicable disease.

4.0 STIPULATED PERIOD OF COMPLETION OF JOB: For one (1) year from the sign of contract agreement or mutually agreed upon date. However, Railway administration may extend the duration of the contract for another six (6)months at the same rates and other terms and conditions of the contract of the previous year with mutual understanding with the contractor. 5.0 If the contractor/s fails to start the job or is unable to complete the job within the stipulated period as per clause 4.0 above, CMS/PDJ without prejudice to any other right or remedy available to it under contract may at its discretion recover from the contractor as ascertained damages and not by way of penalty a sum equivalent to 0.5% to 1% of the contract value of the work for each week or part of the work subject to 10% of the first Rs.2.00 lakh and at 5% of the balance work order value. 6.0 FORECE MAJEURE: In the event of either party being rendered unable by force majeure to perform any obligation required to perform by them under this contract then relative obligation of the party affected by such force majeure shall be suspected for the period during which force majeure lasts. The “FORCE MAJEURE” as complete here in shall mean act of God , War, Civil, Riot, Fire , Flood & Acts and regulation of Government .

Upon the occurrence such causes and upon its termination the party alleging that it has been rendered unable as aforesaid all notifies the other party in writing within 48 hrs. of the alleged beginning and ending thereof , giving full particulars and satisfactory evidence in support of the claim. If the force Majeure conditions lasts for more than 2 (two) months CMS/DRH/APDJ shall have the option of cancelling this contract in whole or in part at his discretion without any liability. Time for performance of the related obliged suspected by the Force Majeure may be extended by CMS/APDJ for the period for which such case would last. No payment shall be made during the period when Force Majeure condition lasts. 7.0 ARBITRATION CLAUSE. All disputes and differences of any kind whatsoever arising out of or in connection with the contract, whether during the progress of the work or after its completion and whether before or after the determination of the contract shall be referred by the contractor to CMS/APDJ, and the CMS/APDJ shall within 120 days after receipt of the contractor’s representation make and notify decisions on all the matters referred to by the contractor in writing and on demand of Arbitral Tribunal the dispute related to excepted matters shall not be referred to the Arbitrator (s) appointed by the CMS/APDJ under clause 63 & 64 of GCC – 1998 and the provisions of the Arbitration & Conciliation Act’ 96 including up to date rules made there under. 8.0 OBSERVANCE OF APPLICABLE LAWS: The contract shall observe and abide by all applicable laws, rules and regulations prevailing in the country including but not limited to the contract labor (R&A) Act, Minimum wages Act, ESI Act., and Employees’ Provident Fund Act. etc. and shall keep CMS /APDJ harmless and indemnified against any action brought against it in this regard.

9.0 CHANGE OF OWNERSHIP AND ASSIGNMENT: The contractor shall not save, without previous consent in writing to the CMS/APDJ, sublet, transfer or assign the contract or any part thereof on or interest therein benefit or

Signature of the bidder/s Page 11 advantage thereof in any manner whatsoever. Any such assignment/subletting if approved by CMS/APDJ, shall not absolve the contractor of all or any of his obligations, duties and responsibilities under the contract agreement. In case the contractor’s rights and or obligations under this contract are transferred or assigned without the written consent, CMS /APDJ may at its absolute discretion terminate this contract.

10.0 TERMINATION OF CONTRACT: 10.1 TERMINATION OF EXPIRY OF THE CONTRACT PERIOD: This contract shall be deemed to have been automatically terminated on the expiry of contract in accordance with relevant provisions unless extended in terms of Para 4.0 as stated above. 10.2 TERMINATION ON ACCOUNT OF FORCE MAJEURE: Either party shall have the option to terminate this contract on account of force majeure as set forth in force majeure clause. 10.3 TERMINATION ON ACCOUNT OF INSOLVENCY: In the event that the contractor at any time during the term of this contract becomes insolvent or makes a voluntary assignment of its asset for the benefit of creditors or is adjudged bankrupt, then the CMS /APDJ shall by a notice in writing have the right to terminate this contract and all the contractors right and privileges hereunder shall stand terminated forthwith. In such eventuality the CMS /APDJ shall pay the contractor applicable rates if due and after deduction if any, upon the date of termination of the contract as soon as possible, if any is made for declaration of insolvency to the court the contractor shall keep the shed informed of the fact in writing. 10.4 TERMINATION FOR UNSATISFACTORY PERFORMANCE: If the Railway administration feels that the performance of the contractor is unsatisfactory or the contractor is not complying with the requirement on its part as specified elsewhere in the contract, CMS /APDJ shall inform the contractor in writing and specify the reason for dissatisfaction.

10.5 The CMS /APDJ will terminate this contract if the contractor fails to comply with the requisitions contained in the said written notice within 7 (seven) days receipt thereof. Further CMS /APDJ will evoke the security deposit due to the failure of the executing contractor.

10.6 TERMINATION AT SOLE DISCRETION OF THE CMS/DRH/APDJ. Notwithstanding any things contained herein the CMS /APDJ may at his sole discretion to terminate this contract, by giving to the contactor 30 days written notice in advance to the effect without assigning any reason whatsoever. Upon termination of this agreement, the contractor shall return to the hospital authorities the entire Railway item, which is at the time of termination in contractor’s possession.

10.7 CONSEQUENCES OF TERMINATION: In all case of termination here in set forth, the obligation of the Rly administration to pay the rate and/or any other charges shall be limited to the period up to the date of termination. Notwithstanding the termination of this agreement, the parties shall continue to be bound by the provisions of this agreement that reasonably require some action or forbearance after such termination.

Signature of the bidder/s Page 12

12.0 Jurisdiction of Court:

The court at the place at which the contract has been entered upo n shall only have the jurisdiction to decide upon the disputes/differences that may have arisen out of this CA.

13.0 TERMS OF PAYMENT:

No advance payment in any form shall be made by CMS /APDJ to the contractor. Payment shall be made for the actual job/services rendered satisfactorily as per the schedule of rates, accepted by the Railways, on submission of bills in triplicate with the joint note signed by contractor and authorized representative of CMS /APDJ, failing which no payment shall be made. Bills in triplicate will be submitted monthly after satisfactory completion of work in favour of CMS /APDJ. The amount of penalty if any, as per provision for the same in the agreement will be deducted from the bills before final payment.

13.1 The bidder shall claim the payment only in Railway Standard Bill form in triplicate addressed to Chief Medical Superintendent, APDJ/ NFR. Payment will be released within 30 days after submission of the bill. However contractor cannot claim for any delays in payment.

13.2. 25% of the bill amount payable to the Contractor will be withheld and paid only when it furnishes evidence those EPF/ESI obligations has been discharged.

13.3. Bill Paying authority: DFM/APDJ.

I agree to abide by the above conditions

………………………………. SignatureContractor/ Bidder(S) With stamp

Signature of the bidder/s Page 13 RATE OF SCHEDULE

TENDER No. CMS-06 of 2017 dt: 24-08-2017.

Name of work: Garbage collection from New Cooch Behar Railway Colony quarters (Total no of quarter 315 Nos)from door to door and to dispose it to dumping area outside Railway premises. Disposal of collected garbage to a specified space, 3 K.M away from NCB colony by a cycle van fitted with garbage bins. Small Dustbin /bucket (2Nos/ Qrs.) to be provided to all 315 qrts. at NCB Railway Colony for collection of house hold garbage (dry and wet ) by dwellers, for 01 (One) year(365 days) by engaging two(2) Nos of labourers. . Quoted value in terms of Approximate Sl. percentage (%) above or Description tender value for EMD in Rs No. below in figure as well as in 1(One) years in Rs. words. 1. Garbage collection from New Cooch Behar Railway Colony quarters (Total no of quarter 315 Nos)from door to door and to dispose it to dumping area outside Railway premises. Disposal of collected garbage to Rs. 3, 61,788/- a specified space, 3 K.M away Rs. 7240/- (Rupees three lakh from NCB colony by a cycle van (Rupees seven sixty one thousand fitted with garbage bins. Small thousand two seven hundred Dustbin /bucket (2Nos/ Qrs.) to hundred forty eighty eight only). be provided to all 315 qrts. at only) NCB Railway Colony for collection of house hold garbage (dry and wet ) by dwellers, for 01 (One) year(365 days) by engaging two(2) Nos of labourers.

………………………………. SignatureContractor/ Bidder(S) With stamp

Signature of the bidder/s Page 14