IRCAMTECH/GWL/Cleaning/2016-18 1 of 31

INDIAN RAILWAYS CENTRE FOR ADVANCED MAINTENANCE TECHNOLOGY MAHARAJPUR, GWALIOR – 474 005

TENDER DOCUMENT -- NOT TRANSFERABLE

1. Tender Notice No. : IRCAMTECH.GWL.Cleaning.2016-18 Date: 16.11.2015

2. Name of work : Cleaning of the premises of IRCAMTECH, Maharajpur, Gwalior for two years

3. Estimated cost : Rs. 2258721/- 4. Earnest money : Rs. 45200/- 5. Completion Period : 24 Months 6. Date & Time of Placement of Tender Box : 28.12.2015 at 10.00 hours 7. Last Date & Time of submission of Tender : 19.01.2016 at 15.00 hours. 8. Date & Time of opening of tender : 19.01.2016 at 15.15 hours. 9. Cost of tender form : Rs. 3000/- 10. Issued by : Director/S&T/IRCAMTECH, Maharajpur, Gwalior – 474 005 For and on behalf of President of India

11. Issued to : ………………………………………………….. ………………………………………………….. ………………………………………………….. …………………………………………………..

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 2 of 31 IMPORTANT NOTE FOR INTENDING TENDERERS

PLEASE ENSURE THAT :

1. You have signed the offer page with seal, full name, address and witnesses, filling all the blanks. 2. The tenderer(s) should quote only single percentage above/below/at par against each schedule in the OFFER SHEET ONLY. 3. You have filled in the required columns. 4. The validity of offer prescribed by the Railway is acceptable to you. 5. Do not quote special conditions of your own as they are likely to vitiate your tender and make it prone to rejection. 6. All pages of this tender document must be signed with seal, corrections neatly scored out and initialed otherwise offer will be rejected. 7. Please do not leave any lapses, which may lead to declaration of your offer as INVALID. 8. The tenderer is required to furnish following details:

Sr. Description Details

1. Name of the tenderer

2. Address of the tenderer

3. Mobile Number

4. Alternate Mobile Number

5. Landline Phone No.

6. Fax No.

7. Email Id

Signature of the tenderer with seal and date

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 3 of 31

Hkkjr ljdkj - jsy ea=ky; Hkkjrh; jsy mPp vuqj{k.k izkS|ksfxdh dsUnz Ekgkjktiqj] Xokfy;j &474 005 ¼e-iz-½ dk;Zdkjh funs'kd@dSeVsd@Xokfy;j Hkkjr ds jk"Vªifr ds fy, ,oa mudh vksj ls fuEufyf[kr dk;Z gsrq eksgjcan [kqyh fufonk;sa vkeaf=r djrs gSA

1- खुल नवदा सचनाू संया : bjdseVsd-Xok-Dyhfuax-2016&18 fnukad 16-11-2015 काय का नाम अनुमानत धरोहर राश नवदा प नवदा जमा नवदा खुलने कमत - - जार करने क करने क अंतम क तथ तथा अंतम तथ तथ तथा समय समय तथा समय nks o"kkZs gsrq bjdseVsd :- 2258721/- :- 45200@& 19.01.2016 19.01.2016 19.01.2016 egkjktiqj] Xokfy;j ds ¼:-iSrkyhl gtkj at 11:00 hrs. at 15:00 hrs. at 15:15 hrs. ifjlj dh lQkbZ ¼:- ckbZl nks lkS ek=½ yk[k vB~Bkou gtkj lkr lkS bDdhl ek=½ 2- खुल नवदा सचनाू संया : इरकमटेक.वा.सवल.सयौरट.2016-18 दनांक 26.11.2015 इरकमटेक, पये 34,71,710/- पये 69,500/- 29.01.16 को 11.00 29.01.16 को 15.00 29.01.16 को 15.15 महाराजपुर, वालयर (पये चतीस लाख (पये उनहतर बजे। बजे। बजे। के परसर म िथत इकतर हज़ार सात हज़ार पाँच सौ रेवे संपित क सौ दस मा) मा) चौकसी एवं सुरा यवथा का काय दो वष के लए। uksV& 1- fufonk izi= /ku izkfIr jlhn tek djds izkIr fd;k tk ldrk gSA izR;sd fufonk gsrq /ku izkfIr jlhn fufonk ds i{k esa #i;s 3000@& ¼rhu gtkj½ ek= Xokfy;j jsyos LVs'ku ds cqfdax dkmaVj ij tek djds izkIr dh tk ldrh gSA blds vfrfjDr vkj- Mh-,l-vks- y[kuÅ dh osclkbV www.rdso.indianrailways.gov.in ¼fufonk [kqyus dh frfFk ls ,d ekg iwoZ ls ½ fufonk izi= Mkmu yksM fd;s tk ldrs gS blds fy, mUgsa jk"Vªh;d`r cSad@ vuwlwfpr cSad }kjk tkjh fufonk ewY; #i;s 3000@& ¼rhu gtkj ½ ek= dk fMekUM Mªk¶V tks dkj[kkuk ys[kkf/kdkjh] jsy fLizax dkj[kkuk flFkkSyh] Xokfy;j ds i{k esa ns; gks] fufonk ds lkFk layXu djuk gksxk vU;Fkk fufonk dks fujLr dj fn;k tk;sxkA fufonk izi= ds fy, tek dh x;h /ku jkf’k okil ugha gksxhA fufonk i= vgLrkarj.kh; gksxkA 2- izR;sd fufonk izi= bl dk;kZy; ls Mkd }kjk eaxkus ds fy, izkFkZuk i= ds lkFk visf{kr jkf’k #i;s 3500@& ¼#i;s 3000@& fufonk izi= dk $500@& Mkd O;;½ dk fMekUM Mªk¶V tks dkj[kkuk ys[kkf/kdkjh] jsy fLizax dkj[kkuk flFkkSyh] Xokfy;j ds i{k esa tkjh fd;k x;k gks layXu djuk gksxk] tks fd fufonk [kqyus dh frfFk ls 10 fnu iwoZ izkIr gks tkuk pkfg,A Mkd }kjk fufonk izi= eaxkus gsrq fdlh Hkh rjg ds iksLVy foyac@uqdlku@axSj izkIrh ds fy;s jsYos fdlh Hkh #i eas ftEesnkj ugha gksxhA 3- fcuk /kjksgj jkf’k ;k mi;qDr Lo#i okyh fufonk vLohd`r dj nh tk;sxhA /kjksgj jkf’k dsoy jk"Vªh;Ñr cSad }kjk tkjh ,dkm.V is;h fMekUM Mªk¶V ds :i esa gh ekU; gksxh tks dkj[kkuk ys[kk vf/kdkjh] jsy fLizax dkj[kkuk] flFkkSyh] Xokfy;j ds i{k esa ns; gksA

funs’kd ¼ladsr ,oa nwj½ bjdseVsd] Xokfy;j Hkkjr ds jk"Vªifr ds fy;s o mudh vksj ls

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 4 of 31

GOVERNMENT OF INDIA – MINISTRY OF RAILWAYS INDIAN RAILWAYS CENTRE FOR ADVANCED MAINTENANCE TECHNOLOGY MAHARAJPUR, GWALIOR – 474 005 (M.P.) Executive Director/CAMTECH/ Gwalior for and on behalf of President of India invites sealed open Tenders for the following works:

1. TENDER NOTICE NO: IRCAMTECH.GWL.Cleaning-2016-18 Date: 16.11.2015 Name of Work Estimated cost Earnest money Last date Last Date and Date and time in Rs. in Rs. and time of time of of Opening of issue of submission of tender tender tender document Cleaning of the 22,58,721/- 45,200/- 19.01.2016 19.01.2016 19.01.2016 premises of (Rupees Twenty (Rupees Forty at 11:00 hrs. at 15:00 hrs. at 15:15 hrs. IRCAMTECH, two Lakh fifty five thousand Maharajpur, eight thousand two hundred Gwalior for two seven hundred only) years and twenty one only) 2. Tender Notice No. IRCAMTECH.GWL.CIVIL.SECURITY.2016-2018, Date: 26.11.2015 Providing 34,71,710/- 69,500/- 29.01.16 at 29.01.16 at 29.01.16 at Security (Rs. Thirty four (Rs. Sixty nine 11:00 hrs. 15:00 hrs. 15:15 hrs. arrangements lakh seventy one thousand five and Guarding of thousand seven hundred only) railway hundred ten property at only) IRCAMTECH, Maharajpur, Gwalior for two years. Note: 1. The tender document can be obtained in person on the presentation of cash receipt. The cash receipt can be obtained by depositing the amount of Rs. 3000/- (Rs. Three thousand)at the booking counter of Gwalior Railway station in favour of each tender. Tender form can also be downloaded from RDSO website www.rdso.indianrailways.gov.in, (from one month before the date of opening of tender) in which case a demand draft of Rs 3000/- (Rs. Three thousand) from nationalized/ scheduled bank in favour of WAO/Rail spring Karkhana Sithouli, Gwalior shall be required to be attached with the downloaded tender form, otherwise tender will be rejected. The money deposited for tender form will not be refundable. The tender form is not transferable. 2. The tender form can also be obtained from this office through post by sending demand draft of Rs 3500/-(Rs 3000/- for tender form cost + Rs 500/- Extra for postal charges) for each tender drawn in favour of WAO Rail Spring Karkhana, Sithouli Gwalior, which should be received by this office 10 days before the date of opening of tender. Railway shall not be responsible for any postal delay/damage/non receipt. 3. Tender without earnest money or proper form will be rejected. The earnest money should be in form of Account Payee DD issued by any nationalized bank in favour of WAO, Rail Spring Karkhana, Sithouli, Gwalior.

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

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 5 of 31

TENDER FORM “A”

The President of India, Acting through the Executive Director, IRCAMTECH Ministry of Railways, Maharajpur, Gwalior (M.P)-474005

1. I/We...... have read the various conditions to tender attached hereby and agree to abide by the said conditions. I/We also agree to keep this tender open for acceptance for a period of 90 days from the date fixed for opening the same and in default thereof I/We will be liable for forfeiture of my/our “Earnest Money”. I / We offer to do the work for at the rates quoted in the attached Schedule and hereby bind myself / ourselves to complete the work of this tender. I / We also hereby agree to abide by the General conditions of contract, Special conditions of contract and carry out the work according to the scope of work for the present contract.

2. The required earnest money has been submitted. The full value of the earnest money shall stand forfeited without prejudice to any other rights or remedies if:-

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

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

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

Signature of Witnesses:

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

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 6 of 31

INSTRUCTIONS TO TENDERERS

1.0 MEANING OF TERMS

In these Regulations for Tenders and Contract the following terms shall have the definitions/meanings assigned hereunder except where the context otherwise requires:- a) “Railway” shall mean the President of India acting through the Administrative office of the IRCAMTECH authorized to deal with any matters, which these presents are concerned on his behalf. b) “Director / S&T” shall mean the officer in administrative charge of IRCAMTECH, exercising the powers of Director for the subject contract. c) “Director / S&T” shall mean the officer in charge of the S&T discipline of IRCAMTECH. d) “Executive Director Representative” shall mean the Officer/ Supervisor in direct charge of the works and shall include any officer or Inspector of the Department appointed by the IRCAMTECH and shall mean and include the Executive Director’s Representative of the Successor Railway. e) “Contractor” shall mean the person, firm or company whether incorporated or not who enters into contract with the Railway and shall include their executors, administrators, and successors and permitted assigns. f) “Tenderer” shall mean the person, the firm or company who tenders for the works with a view to execute the works on contract with the Railway and shall include their personal representatives, Successors and permitted assigns. g) “Works” shall mean the works contemplated in the drawings and schedules set forth in the tender forms and description of contract and required to be executed according to specifications. h) “Drawings” shall mean the drawing, plans and tracing or prints thereof annexed to the Tender Forms.

2.0 General instructions

2.1 Tender document can be obtained from the office of Executive Director/ CAMTECH, Gwalior up to 11.00 Hrs on 05.01.2016. 2.2 Tender document can also be downloaded from RDSO website www.rdso.indianrailways .gov.in. 2.3 Downloaded tender document should be accompanied with demand draft of Rs 3000.00 (towards the cost of tender document) drawn in favour of WAO, Rail Spring Karkhana, N.C.Railway Sithouli Gwalior failing which the tender shall be liable to be rejected. 2.4 The firms will have to submit offers on prescribed Proforma as per tender specifications. 2.5 The firms will have to submit relevant documents to authenticate whatever is stated by firms in their tender documents. If a tenderer deliberately gives wrong information in his/their tender or creates undue circumstances for the acceptance of his/their tender, the Railway reserves the right to reject such tender at any stage. 2.6 The authority for the acceptance of the tender will rest with Executive Director/ IRCAMTECH/ Ministry of Railways who does not bind himself to accept the lowest or any other tender nor does he undertake to assign reasons for declining to consider any particular tender or tenders, and no tenderer/tenderers shall demand any explanation for the cause of rejection of his/their tender and decision of Railway administration in this respect shall be final. 2.7 Non compliance with any of the conditions set forth herein is liable to result in the tender being rejected.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 7 of 31

2.8 Cost of tender form shall be as under: (i) For works costing up to Rs. 5 lakh Rs. 1000/- (ii) For works costing above Rs. 5 lakh and upto 20 lakh Rs. 2000/- (iii) For works costing above Rs. 20 lakh and upto 50 lakh Rs. 3000/- (iv) For works costing above Rs. 50 lakh and upto 2 Crore Rs. 5000/- (v) For works costing above Rs. 2 Crore and upto 50 Crore Rs. 10000/- (vi) For works costing above Rs. 50 Crore Rs. 25000/- Note If any plan / drawing is attached with the tender form Rs. 200/- per plan / drawing will be levied extra.

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

4.0 These Regulations for Tenders and Contracts shall be read in conjunction with the General Conditions of Contract-2014 and shall be subject to modifications, additions or suppression by special conditions of Contract and/or special specifications, if any, annexed to the Tender Forms.

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

6.0 Earnest Money:

6.1) The Tenderer shall be required to deposit a sum of Rs. 45200/- (Rupees forty five Thousand two hundred only) with the Tender as a deposit for earnest money in the form of DD issued by any Nationalized or scheduled bank in favour of WAO, Rail Spring Karkhana Sithouli, Gwalior for the due performance of stipulation to keep the offer open till such date as might be specified in the tender. EMD in the form of Bank guarantee will not be accepted. 6.2) (a) The earnest money shall be as under:

Value of the Work Earnest Money Deposit (EMD)

A. For works estimated to cost up to Rs. 1 crore 2% of the estimated cost of the work B. For works estimated to cost more than Rs.1 crore Rs. 2 lakh plus ½% (half percent) of the excess of the estimated cost of work beyond Rs. 1 crore subject to a maximum of Rs. 1crore

The earnest money shall be rounded to the nearest Rs. 10. This earnest money shall be applicable for all modes of tendering. (b) It shall be understood that the tender documents have been sold/issued to the tenderer and the tenderer is permitted to tender in consideration of stipulation on his part, that after submitting his tender he will not resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the Engineer. Should the tenderer fail to observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited to the Railway.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 8 of 31

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

6.3 (a) The Earnest Money should be in cash or in any of the following forms: “The Earnest Money should be in cash or in the form of deposit receipts, pay orders or demand drafts executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank.” (b) Earnest money may be accepted in the following forms: (i) A deposit in cash (ii) Government securities at 5% below the market value (iii) Deposit receipts or demand drafts of the Nationalized Bank (iv) A deposit in the Post Office Saving Bank (v) National Savings Certificates (vi) Twelve Year National Defense Certificates (vii) Ten Year Defence Deposits (viii) National Defence Bonds (ix) National Savings Certificates, (x) Time Deposit Account which came into force on 16.03.1970 and notified under Ministry of Finance, Notification No.F3 (7) NS/70, dated 28.02.70 (xi) IRFC Bonds

Note: (vi) to (viii) - these Certificates/Bonds may be accepted at their surrender value.

7.0 Security Deposit: The successful tenderer shall have to deposit a security deposit on acceptance of the tender as under:

7.1 On acceptance of the tender, the successful tenderer shall deposit a total Security Deposit (SD) depending on the total cost of the contract agreement. SD shall be @ 5% of the contract value. SD shall be recovered @ 10% of the running bill amount till the full security deposit is recovered. The EMD of Rs. 45200/- already deposited with Railways shall be adjusted against above SD.

7.2 Unless otherwise specified in the Special Conditions, if any, the Security Deposit/rate of recovery/mode of recovery shall be as under: (a) Security Deposit for each work should be 5% of the contract value, (b) The rate of recovery should be at the rate of 10% of the bill amount till the full Security Deposit is recovered, (c) Security Deposits will be recovered only from the running bills of the contract and no other mode of collecting SD such as SD in the form of instruments like BG (except Note (ii) below); FD etc. shall be accepted towards Security Deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance period in all the cases other than Note (i) mentioned below and after passing the final bill based on No Claim Certificate with the approval of the Competent Authority. The Competent Authority shall normally be the authority who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 9 of 31

fulfilled by the contractor and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’ from the contractor concerned should be obtained. Note (i) After the work is physically completed, Security Deposit recovered from the running bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent amount to be submitted by him. 7.3 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the Contractor under the Contract, but Government Securities deposited in terms of Sub- Clause (1) of this clause will be payable with interest accrued thereon.

8.0 Performance Guarantee

(1) The successful bidder shall have to submit a performance guarantee (PG) within 30 days from the date of issue of letter of acceptance (LOA). Extension of time for submission of PG beyond thirty days and up to 60 days from the date of issue of letter of acceptance (LOA may be given by authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond thirty days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit requisite PG even after 60 days from the date of issue of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for that work. (2) The successful bidder shall submit performance guarantee amounting to 5% of the contract value in any of the following forms:- (i) A deposit of cash. (ii) Irrevocable Bank Guarantee. (iii) Government securities including state loan Bonds at 5% below the market value. (iv) Deposit Receipts, Pay orders, Demand drafts and guarantee Bonds. These forms of Performance guarantee could be either of the State Bank of India or any of the Nationalized Bank. (v) Guarantee Bonds executed or Deposits Receipts tendered by the Scheduled Banks. (vi) A deposit in the Post Office saving Bank. (vii) A deposit in the National Saving Certificates. (viii) Twelve years National Defence Certificate. (ix) Ten years Defence deposits. (x) National Defence Bonds and (xi) Unit trust certificate at 5% below market value or at the face value whichever is less. (xii) FDR in favour of WAO/RSK/Sithouli/Gwalior (free from any encumbrance). Note: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance. (3) The Performance Guarantee shall be submitted by the successful bidder after the Letter of Acceptance (LOA) has been issued, but before signing of the contract agreement. This P.G. shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time for completion of work gets extended, the contractor shall get the validity of P.G. extended to cover such extended time for completion of work plus 60 days. (4) The value of PG to be submitted by the, contractor will not change for variation upto 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of the original contract value, an additional Performance Guarantee amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor. (5) The Performance Guarantee (PG) shall be released after physical completion of the work based on 'Completion Certificate' issued by the competent authority stating that the

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 10 of 31

contractor has completed the work in all respects satisfactorily. The Security Deposit shall, however, be released only after expiry of the maintenance period and after passing the final bill based on 'No Claim Certificate' from the contractor. (6) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the Performance Guarantee shall be encashed. The balance work shall be got done independently without risk & cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for executing the balance work. If the failed contractor is a JV or a Partnership firm, then every member/partner of such a firm shall be debarred from participating in the tender for the balance work in his/her individual capacity or as a partner of any other JV/partnership firm. (7) The engineer shall not make a claim under the Performance Guarantee except for amounts to which the President of India is entitled under the contract (not withstanding and/or without prejudice to any other provisions in the contract agreement) in the event of: (i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein above, in which event the Engineer may claim the full amount of the Performance Guarantee. (ii) Failure by the contractor to pay President of India any amount due, either as agreed by the contractor or determined under any of the Clauses/Conditions of the Agreement, within 30 days of the service of notice to this effect by Engineer. (iii) The Contract being determined or rescinded under provision of the GCC, the Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal of the President of India.

9.0 Care in Submission of Tender a) Before submitting a tender, the tenderer(s) will be deemed to satisfy him by actual inspection of the site and locality of the works. b) When work is tendered by a firm or company of Contractors, the tender shall be signed by the individual, legally authorized representative to enter into commitments on their behalf. c) Tender must be enclosed in a sealed cover, super scribed “Tender No: IRCAMTECH.GWL.Cleaning.2016-18 dated 16.11.2015 and must be deposited in the tender box allotted for this purpose, or may be sent by registered post to Executive Director IRCAMTECH, Gwalior so as to reach within stipulated date and time.

10.0 Execution of Contract documents:

10.1 The Tenderer whose tender is accepted shall be required to appear at the office of the Director (S&T), IRCAMTECH in person, or if a firm or corporation, a duly authorized representative shall so appear to execute the Contract documents within stipulated period after notice that the work has been awarded to the firm. Failure to do so shall constitute a breach of the agreement effected by the acceptance of the tender in which case the full value of the earnest money accompanying the tender shall be forfeited without prejudice to any other rights or remedies. 10.2 The contract shall be governed by the General conditions of contract (as amended from time to time till the date of tender opening) and Special condition of contract for this work.

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

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 11 of 31

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

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

14. Contractor’s Credentials: - The tenderers should submit along with his/ their tender:- a) His position as an independent Contractor; b) His knowledge, from actual personal investigations, of the resources of the zone or zones in which he offers to works. c) His ability to supervise the work personally or by competent and duly authorized agents. d) His financial position.

15. Completion Time- At the first instance the period covered by this contract shall be for duration of two years. The date of start of this work will be given in the letter of acceptance (LOA). The said contract can be extended as per Railways requirement on same terms and conditions. In case of failure by the contractor to fulfill his contractual obligations, Railway reserves the right to terminate the contract.

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

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

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

19. The contractor shall solely be responsible for all acts of commission/omission of its employees. The contractor shall also be responsible in the event of any theft / loss during the tenure of agreement either due to negligence or connivance of his employees. 20. That any shortage, damage and/or loss to any items/properties of Railways will be recovered from the contractor, in monetary terms or replaceable in actual.

21. VARIATION IN QUANTITY

The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: 1. Individual NS items in contracts shall be operated with variation of plus or minus 25% and payment would be made as per the agreement rate. For this, no finance concurrence would be required. 2. In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions:

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 12 of 31

(a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade; (i) Quantities operated in excess of 125% but 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 upto 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender; (iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the Individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreemental value should not be permitted and, if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with prior personal concurrence of ED/Finance RDSO and approval of DG/RDSO/Lucknow. 3. In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items upto 25% of individual item without finance concurrence. (b) For decrease beyond 25% for individual items or 25% of contract agreement value, the approval of an officer not less than rank of S.A. Grade may be taken, after obtaining 'No Claim Certificate' from the contractor and with finance concurrence, giving detailed reasons for each such decrease in the quantities. (c) It should be certified that the work proposed to be reduced will not be required in the same work. 4. The limit for varying quantities for minor value items shall be 100% (as against 25% prescribed for other items). A minor value item for this purpose is defined as an item whose original agreement value is less than 1% of the total original agreement value. 5. No such quantity variation limit shall apply for foundation items. 6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a whole and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate). 7. For the tenders accepted at Zonal Railways level, variations in the quantities will be approved by the authority in whose powers revised value of the agreement lies. 8. For tenders accepted by DG/RDSO/Lucknow, variations upto 125% of the original agreement value may be accepted by DG/RDSO/Lucknow. 9. For tenders accepted by Board Members and Railway Ministers, variations upto 110% of the original agreement value may be accepted by DG/RDSO/Lucknow. 10. The aspect of vitiation of tender with respect to variation in quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

22. Period of Completion- Two Years from the actual date of commencement of work.

23. QUOTING OF RATES:

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

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 13 of 31

24. ERASURE AND ALTERATION:-

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

25. OBLIGATION TO ACCEPT / REJECT:

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

26. DELIBERATION

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

27. RETAINING OF CHARACTER OF FIRM:-

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

28. NON COMPLIANCE

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

29. ARBITRATION CLAUSE

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

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER

IRCAMTECH/GWL/Cleaning/2016-18 Page 14 of 31

OFFER SHEET

1. Tender Notice No. : IRCAMTECH.GWL.Cleaning dated 16.11.2015

2. Name of work : Cleaning of the premises of IRCAMTECH, Maharajpur, Gwalior for two years

3. Total Estimated value: Rs. 22,58,721/-

Sr. Schedulle Estiimated Quoted rates (Percentage above/ bellow/At par wiith No. vallue iin Rs. the estimated vallue) In figures In words 1. Schedulle A-I 18,86,808/- %

2. Schedulle A-II 18,200/- %

3. Schedulle B 3,53,713/- %

Note to the tenderer:

1. The minimum wages for semi skilled and unskilled persons in Gwalior region as per Ministry of Labour and Employment, Office of Chief Labour Commissioner (C) New Delhi for the last three years are as given below:

Category of Rates of minimum wages w.e.f. Worker 1.10.12 1.4.13 1.10.13 1.4.14 1.10.14 1.4.15 1.10.15 Semi Skilled 262/- 279/- 291/- 309/- 312/- 328/- 333/- Unskilled 231/- 246/- 257/- 273/- 276/- 290/- 294/-

The total amount of schedule A-I which has 7 persons for 626 days are calculated as given in the table below. S.No. Category Qty. Minimu Wages ESI EPF Total Service Contractor Total Nos. m for 626 @ @ Tax Profit Amount Wages days 4.75% 13.36% Rs. @ 14% 10% Rs. (includi Rs. Rs. Plus Rs. ng Rs. V.D.A.) per person per Day Rs. 1 2 3 4 5 6 7 8 9 10 11

1 Cleaning 1 294 184044 8742.09 24588.28 217374.37 30432.41 21737.44 269544 employee (Rounded off)

The amount for one employee of Schedule A-I with 14.5% (Service tax including Swachh Bharat cess) service tax and without contractor’s profit is 217374.37+31519.28= Rs. 248894/, hence total amount of Schedule A-I without contractor’s profit is Rs. 248894x7= Rs. 17,42,258/-. The tenderer quoting below this amount for Schedule A-I will not be considered.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 15 of 31

The schedule A-I is based on minimum wages as decided by Ministry of Labour and Employment, Office of Chief Labour Commissioner (C), New Delhi. These rates of wages are w.e.f. 01.10.2015. These rates are revised twice in a year. The next revision of rates is likely to be w.e.f. 1.04.2016. The rate of wages on the date of opening of this tender will be considered for evaluation of this tender. For schedule A-I, the tenderer(s) quoting the rates below the amount based on minimum wages on the date of opening of this tender will not be considered. 2. Government recently introduced 0.5% Swachh Bharat Cess on services. Hence the Service tax will be calculated at the rate of 14.5% instead of 14%. 3. The tenderer(s) should quote only single percentage above/below/at par against each schedule in this OFFER SHEET ONLY. 4. In case the rate above/below is not mentioned clearly, the quoted rate shall be treated as above rates. 5. The tenderer(s) should not quote any percentage/rate in the annexed schedule. 6. Conditional tender stands summarily rejected. 7. The rates quoted by the tender(s) and accepted by Railway Administration shall hold good till the completion of work and no additional individual claims will be admissible on account of variation in market rates. 8. OBSERVANCE OF EMPLOYEES STATE INSURANCE ACT AND THE EMPLOYEES PROVIDENT FUND ACT The Contractor shall observe all the provisions of the Employees State Insurance Act, 1948 and the employees provident Fund Act, 1952 duly amended from time to time and shall pay the contribution/subscription in accordance with the said act in respect of the employees with the said company engaged by it for the services. Contractor has to submit valid registration certificates and requisite documents related to Employees State Insurance and Provident Fund issued by Employees Provident Fund Organisation. The contractor has to submit copies of the contributions/subscriptions after depositing necessary PF, ESI, EDLI and administration charges as applicable. Details of these charges should be submitted by the contractor to railway at the time of preparing bill. 9. Details of wages paid in the bank account of the staff as per minimum wages act of Chief Labour Commissioner/New Delhi should be submitted by the contractor to railway at the time of preparing bill.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 16 of 31

ADHERENCE TO LABOUR LAWS AND REGULATION 1. The contractor shall pay to his labour as per prevailing rates of minimum wages as revised by Ministry of Labour and Employment. Office of Chief Labour Commissioner (C), New Delhi from time to time. The proper and verifiable proof of making payment to the labour as per minimum wages shall be submitted by the contractor along with the claim. 2. Rate of minimum wages for this tender has been taken as per Ministry of Labour and employment, office of the Chief Labour commissioner (c), New Delhi’s letter no. 1/15(6)/2015-LS-II dated 30.9.15. As per this letter, minimum wages for Gwalior (B- Category) is Rs. 294/- per day for sweeping and cleaning staff. 3. For payment of difference, if any, contractor shall produce request and calculation sheet based on man days worked in the given period for actual labour engaged in the work as per the record of Railways. The base rate will be the minimum wages prevailing on the date of opening of tender. The difference in minimum wages for the month to which the claim pertains and base rate will be admissible. If the minimum wages are revised downward, necessary deductions will be made. 4. Service tax , EPF, ESI rates if varies shall also be calculated and considered for variation in the amount. 5. No other PVC clause shall be applicable for this contract. 6. CALCULATION FOR AMOUNT OF ONE EMPLOYEE DUE TO CHANGE in SERVICE TAX, ESI and EPF : Suppose there is change in Service tax, ESI or EPF, then the calculation for amount of one employee is as given in the table below.

Mini- Wages for ESI @ EPF @ Total Service Contract Total If the contra- % of Remarks mum one 4.75% 13.36% Tax 14% or Profit Estimated tenderer ctor contra- wages person plus 10% Amount for quotes 1% profit ctor (inclu- for 626 one person below then 10= profit ding days for 626 days total 9-(5+6) 11= V.D.A) amount 10/9 per day payable Rs. Rs. Rs. Rs. Rs. Rs. Rs. Rs. Rs. Rs. Rs. 1 2 3 4 5 6 7 8 9 10 11 12 294 184044 8742 24588 217374 30432 21737 269544 266849 19042 7.14% Existing rates 294 184044 8742 24588 217374 31519 21737 270631 267925 19031 7.10% If Service tax =14.5% 294 184044 9202 25766 219012 30662 21901 271575 268860 19185 7.14% If EPF=14% ESI=5%

7. CALCULATION FOR AMOUNT OF ONE EMPLOYEE DUE TO CHANGE IN MINIMUM WAGES IS GIVEN IN THE NEXT PAGE.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 17 of 31

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 18 of 31

SCEHEDULE OF WORK Sub: Cleaning of the premises of IRCAMTECH, Maharajpur, Gwalior for two years.

S. NS/ Description of item Unit Qty. Rates/ Unit Amount in N. MS (Rs) Rs

Schedule – A- I

1 NS1 Removal of garbage/ refuse by two helpers from day 626 861.16 539088 the IRCAMTECH premises and dumping the same in garbage pits or specified bins kept in colony daily by hand trolley so the same may be removed by tractor trolley and dumped outside of IRCAMTECH premises at a location permitted by Municipal Corporation, Gwalior. 2 NS2 Sweeping and cleaning with water the following day 626 861.16 539088 places twice in a week by engaging two sweepers daily for whole week. It also includes cutting of grass, shrubs, unwanted vegetation and trimming of trees, removal of stones, thorns, glass, garbage etc. wherever required. i All roads ii Surrounding areas of all houses and bungalows iii Club iv Children’s park v Side open and covered drains vi Temple and its surrounding area 3 NS3 Sweeping and cleaning with water the following day 626 861.16 539088 places twice in a week by engaging two sweepers daily for whole week. It also includes cutting of grass, shrubs, unwanted vegetation and trimming of trees, removal of stones, thorns, glass, garbage etc. wherever required. i) Cricket ground ii) Volleyball ground iii) Football ground iv) Area surrounding club v) Area surrounding office building & Pond and its surrounding area vi) Two wheelers parking area & car parking area 4 NS4 Sweeping and cleaning with water the following day 626 430.58 269544 places once in a week by engaging one sweeper daily for whole week. It also includes cutting of grass, shrubs, unwanted vegetation and trimming of trees, removal of stones, thorns, glass, garbage etc. wherever required. i) Lawn tennis ground ii)Yoga ground iii) Gym iv) Volleyball ground for children v) Football ground for children vi) Cricket ground for children Total Schedule A-I 18,86,808

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 19 of 31

Schedule A-II 5 NS5 Provision of Uniform to employees for 24 Month 24 700 16800 months 6 NS6 Provision of I.D. card and badge and Safety year 2 700 1400 items to the employees for 2 years Total Schedule A-II 18,200 Total Schedule A 19,05,008

SN. NS/ Description of item Unit Qty. Rates/ Unit Amount in MS (Rs) Rs

Schedule – B 1 NS1 Removal of garbage/ refuse FOUR times in a Month 24 1647.41 39538 month by tractor and trolley along with driver and fuel with the help of two nos. of labour (already included under NS item No. 1 of schedule A) from the IRCAMTECH premises, from the garbage pits and dispose of the same by dumping it at a location permitted by Municipal Corporation, Gwalior. 2 NS2 Cutting of grass, shrubs de weeding up to Runnin 48000 0.69 33120 ground level beside the road on both side up to g meter two meters (Two meter each side of road from (RM) edge of road) wide of IRCAMTECH premises once in two months.

3 NS3 Cleaning of shrubs, unwanted vegetation hour 60 458 27480 growths etc. and leveling of ground by use of tractor with fuel, driver and other accessories

4 NS4 Removal of roots of unwanted vegetation and hour 60 1100 66000 spreading of earth by use of JCB or similar with fuel, driver and other accessories 5 NS5 Supply of mechanical grass cutter No. 1 5400 5400 6 NS6 Supply of heavy duty grass cutter No. 1 45400 45400

7 NS7 Supply of flexible water pipe Meter 500 25.55 12775 8 NS8 Geru Kg 200 7.3 1460 9 NS9 Watering jug, scissor, khurpi, fawda( 01 no. Set 3 803 2409 each) 10 NS10 Bamboo brooms -10 no. per month Month 24 66 2838 11 NS11 Set of Axe, Tasala, sharpened flat rod (like Set 3 1560 4680 talwar) and panja each one number 12 NS12 Hand trolley with portable dustbin No. 2 7230 14460 13 NS13 Operation of Diesel/Petrol operated grass Hr. 312 200 62400 cutter/ water pump inclusive of grass cutter / pump with fuel, operator etc. 14 NS14 Supply and spray of weedicide to remove litre 10 400 4000 unwanted vegetation and wild growth with spray machine 15 MS25 Fine sand (Zone IV ) (Ordinary sand) Cum 10 575 5750 2130

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 20 of 31

SN. NS/ Description of item Unit Qty. Rates/ Unit Amount in MS (Rs) Rs

16 MS25 Dehardun white lime quintal 2 575 1150 2180 17 MS25 Aluminum paint in two container Litre 50 207 10350 4050 18 MS25 Synthetic enamel paint in all shades Litre 50 178.5 8925 4070 19 MS25 Ordinary varnish Litre 15 92 1380 4130 20 MS25 Superior quality road marking paint Litre 10 235.8 2358 4200 21 MS25 Bleaching powder quintal 1 1840.00 1840 9070 Total Schedule B 3,53,713

S.N. Item Amount in Rs. 1 Schedule – A 19,05,008 2 Schedule – B 3,53,713 3 Total Amount 22,58,721

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 21 of 31

SCOPE OF WORK SCHEDULE A

ITEM NS1 i) Contractor shall provide two helpers for collecting the garbage/ refuse. ii) Contractor will deploy two helpers daily for 08 hrs (timing decided by administration) who shall collect the garbage/ refuse from the residential area, outside the centre building, substation, club building, Railway ground etc. and dump the same in the garbage pits/ specified bins kept in the premises in CAMTECH.

ITEM NS 2 i) The area shall be cleaned with water. For carrying water, water tanker shall be provided by the contractor. ii) The working time of sweeping will be 08 hrs during day which will be decided by administration. Punctuality should be maintained. iii) The quality of sweeping will be up to the satisfaction of Railway administration. iv) For cleaning on the walls, big ladder and broom with long handle shall be provided by the contractor. v) The painting of the slides, swings etc. provided in the children park shall be done by the contractor. The regular painting of speed limit board shall be done by the contractor. vi) The watering of existing plants and trees shall be done by the contractor. vii) The sub- items are as follows: (a) All roads, drawings may be taken from the office. (b) Surrounding area of all houses and bungalows. It includes area within the boundary and wire fencing of the bungalows and quarters. It also includes the area between the back sides of quarters. It also includes area from the back side boundary wall of the bungalows and quarters to the boundary wall of the CAMTECH premises. (c) Club includes hall, store room, bath room, toilet room, badminton court etc. (d) Children’s park includes area both side and back side of the club. The contractor may do concreting wherever feasible to avoid cutting of grass as there is rapid growth of grass in monsoon season. (e) Open drain is the drain for flow of water. Closed drain is drain which is covered or under the road. (f) Temple and its surrounding area up to the road. The contractor may do concreting wherever feasible to avoid cutting of grass as there is rapid growth of grass in monsoon season.

ITEM NS 3 i) The area shall be cleaned with water. For carrying water, water tanker for spraying the water shall be provided by the contractor. ii) The working time of sweeping will be 08 hrs during day which will be decided by administration. Punctuality should be maintained. iii) The quality of sweeping will be up to the satisfaction of Railway administration. iv) The sub items are as follows. (a) Cricket ground includes complete ground upto the boundary wall including pitch. (b) Volleyball ground includes complete ground including surrounding area. If there is any break in concrete of cricket pitch and volleyball court, it shall be repaired by the contractor using sand and cement. (c) Football ground is the area of football ground including poles.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 22 of 31

(d) Area surrounding the club includes all area surrounding club building up to the roads on each side. (e) Area surrounding the office up to the roads on each side. It also includes area from the boundary wall of CAMTECH between gate no. 1 and 2 to the road. Pond and its surrounding area mean floor and wall of the pond. (f) Two wheeler parking is the area where two wheelers are parked. Car parking is the area where cars are parked. v) The person provided in this item shall be acquainted with maintenance of sports grounds.

ITEM NS 4 i) The area shall be cleaned with water. For carrying water, water tanker for spraying the water shall be provided by the contractor. ii) The working time of sweeping will be 08 hrs during day which will be decided by administration. Punctuality should be maintained. iii) The quality of sweeping will be up to the satisfaction of Railway administration. iv) The sub items are as follows . (a) Lawn tennis ground includes complete ground upto the boundary line including 2m beyond boundary on each direction. (b) Yoga ground includes complete yoga ground. (c) Gym includes rooms where gym equipments are kept. It includes rooms, bathroom, toilet room, dusting of equipments, windows, etc. (d) Volleyball ground for children includes complete ground including surrounding area. (e) Football ground for children is the area of football ground including poles. (f) Cricket ground includes complete ground upto the boundary line including pitch. v) The person provided in this item shall be acquainted with maintenance of sports grounds.

ITEM NS-5

A uniform with T-shirt, lowers, cap, gum boots/safety shoes, hand gloves, rain coat, sports shoes, socks, shall be provided to all the workers.

ITEM NS-6

ID card and badge shall be provided to all the workers. Safety equipments like helmet, goggles, apron shall be provided to grass cutter operator/ pump operator/ weedicide spray operator.

SCHEDULE B

ITEM NS-1 i) Contractor shall collect the garbage/ refuse from the pits in the residential area/ colony, outside of central building, substation, hostel, club building and from beside the road and other place where the garbage are collected within CAMTECH premises. ii) Contractor shall ensure that the collected garbage/ refuse should be dumped at location permitted by Municipal Corporation at Gwalior. Contractor will maintain liason with municipal corporation authorities for dumping of garbage at permitted location. Obtaining permission from Municipal Corporation Gwalior will be the responsibility of the contractor. iii) The working time and day shall be decided in consultation with the officer in charge of the work to ensure that normal working of the centre is not disturbed. The timing of work may be suitably altered any time during the currency of the contract if needed.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 23 of 31 iv) Contractor shall obtain a written permission from the Municipal Corporation authority, Gwalior for dumping the garbage/ refuse on the alloted place before commencing the work. v) Contractor shall have to carry the work on the locations of CAMTECH premises, as per the directions of officers/ supervisor in charge of work. vi) The drawing indicating areas where the contractor is to carry out his work may be seen in the CAMTECH office. vii) All charges of the vehicle (Tractor & Trolley), driver, helper and fuel etc. shall be borne by the contractor. viii) Any damages/ repair and maintenance of the vehicle shall be the responsibility of the contractor. ix) No outsider shall be allowed in the vehicle except with the permission of the officer/ supervisor incharge. x) In case of any mishap/ accident railway will not be responsible for any damages of any kind. This should be fully borne by contractor. xi) If tractor and trolley for disposal of garbage is not provided, a penalty of Rs. 1000/- shall be levied by Railway for one trip. xii) The driver holding valid documents of the vehicle and valid license shall only be allowed for this purpose. The driver should be well acquainted with the traffic rules and roads of Gwalior city. xiii) The vehicle should have at least a valid third party insurance coverage.

ITEM NS 2 i) Contractor shall arrange for cutting of grass, dry shrubs weeding beside the road on both side up to 02 meters (two meters each side of road from edge of road) including stone parting (Flagging stone) area having grass, beside the road and also way to garbage pits once in two months by deploying sufficient labour. The regular trees shall not be cut by the contractor. Trimming of branches of trees obstructing the movement of road traffic shall be done. ii) The contractor shall supply set of axe, tasla, sharpened flat rod (Talwar), panja, watering jug, scissors, khurpi and fawda (one number each) for this item. iii) The grass cut by the labour shall be dumped by labour in the garbage pit/ bins available near the site. iv) The cutting of grass, dry shrubs should be done up to ground level. v) In the monsoon season there is rapid growth of grass, hence contractor may do concreting wherever feasible beside the road to avoid cutting of grass.

ITEM NS 3

The tractor or equivalent machine with different attachment as per requirement shall be used for cleaning unwanted vegetation and leveling of ground in the premises of the CAMTECH wherever required. Necessary fuel, driver etc. shall be provided by the contractor and their expenses will be borne by the contractor.

ITEM NS 4

The JCB or equivalent machine with different attachment as per requirement shall be used for cleaning unwanted vegetation, removal of roots and leveling of ground in the premises of the CAMTECH wherever required. Necessary fuel, driver etc. shall be provided by the contractor and their expenses will be borne by the contractor.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 24 of 31

ITEM NS 5

Supply of mechanical grass cutter of 18 inches size and wheels with heavy duty rubber tyres with grass box and handle.

ITEM NS 6

Supply of diesel/petrol operated heavy duty grass cutter of 20 inches size and different cutting heights arrangements with four wheels.

ITEM NS 7

Supply of flexible water pipe for watering of the trees and sports grounds.

ITEM NS 8

Supply of Geru of red / yellow colours.

ITEM NS 9

Watering jug having capacity of minimum 5 litres. Scissors for cutting branches of trees, khurpi for removing grass, fawda with wooden/iron handle for earth work.

ITEM NS 10

Bamboo brooms with proper handle.

ITEM NS 11

Axe of at least 3 inches of cutting edge with proper wooden/iron handle. Tasla of minimum of 1½ feet inner dia. Talwar of minimum height of 4 feet with minimum cutting edge length of 4 inches with proper wooden handle. Panja for removing stones and grass.

ITEM NS 12

Supply of hand trolley with wheel and handle having capacity of minimum 90 litres. Dustbin of Stainless Steel of Pedal / Swing with Plastic Bucket-- 20 Ltrs minimum each.

ITEM NS 13 It includes supply of grass cutter/water pump with fuel (petrol / diesel) and operator. The operator should wear all safety equipments like helmet, goggles, apron, hand gloves, safety shoes/ gumboot.

ITEM NS 14 It includes supply of weedicide and spray machine of minimum 10 litres capacity.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 25 of 31

Special conditions of Contract

1) Contractor shall provide proper tools and plants for operation of items NS-1 to NS-4 of Schedule –A and item NS-1 of Schedule-B to the staff deployed by him. 2) The duration of contract will be for twenty four months. 3) The on account bill will be paid to the contractor monthly. The contractor shall have to prepare & submit the bills well in advance. 4) The working hours of the staff provided by the contractor shall be as under: i) 16th October to 15th March - 8:30 to 12:30 and 13:30 to 17:30 hours. (Lunch 12:30 to 13:30 hrs.) ii) 16th March to 15th October - 7:30 to 11:30 and 12:30 to 16:30 hours. (Lunch 11:30 to 12:30 hrs.) iii) If any of the contractor staff found absent during duty hours, penalty should be imposed for Rs. 1000/- per person per day. 5) Penalty amount of Rs. 1000/- at a time shall be levied by Railway in case of non performance or unsatisfactory work. 6) In case of non deployment of helpers/sweepers on any day, the Railway shall impose the penalty of Rs. 1000/- on the contractor for per person per day. 7) The contractor shall furnish a list of man power deployed with full description, for this work prior to start of the work to the officer in charge and shall notify the changes there in from time to time. 8) The contractor shall provide all necessary safety equipments and uniform to their staff. 9) The contractor shall pay to his workers as per the Minimum Wages Act of the Government of India. 10) The contractor will not allow/ entertain entry of any outsider in any form in the premises of IRCAMTECH campus for any work. 11) The contractor is not allowed to use their staff while on duty in the IRCAMTECH campus for any other work. 12) Railway reserves the right to ask the contractor to remove any person, if found to be unsuitable for work or any other ground like bad conduct etc. In such situation the contractor must remove the concerned person and replace him by a suitable person on next working day. 13) After producing proof of deposit of EPF & ESI and salary as per minimum wages act in the bank account of the staff provided by the contractor, the payment of the contractor will be released. Receipt of deposit of Service tax should also be submitted by the contractor. 14) For the work mentioned in this tender, the contractor should arrange water for cleaning purpose if the administration so desires.

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 26 of 31

ANNEXURE-I

CERTIFICATE TO BE GIVEN BY THE BIDDER

(Applicable in case of use of downloaded tender documents)

I/We …………………………………………………………………………………………certify that I/We have checked this downloaded bid documents along with application form with the bid documents available online at www.rdso.indianrailways.gov.in and there is no discrepancy/variation/printing mistake and it is further certified that no alteration/modification has been made in the bid documents and the application for, I/We accept that the entire responsibility of ensuring that this application form along with other documents are as per original available on website is mine/ours. I/We also agree that if anything contrary is found the decision of IRCAMTECH/Administration will be final and binding on me/us.

Signature of tenderer Director (S&T) (with name & address) for & on the behalf of President of Union of India

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 27 of 31

AGREEMENT OF WORK

CONTRACT AGREEMENT No. …………………………………………………………dated …………………….ARTICLES OF AGREEMENT made this ………………………………………….between the President of India acting through the Railway, Administration herein after called the “Railway” of the one part and ……………………………………………………………here-in-after called the “Contractor” on the other part.

WHEREAS the Contractor has agreed with the Railway for the performance of the works

------set forth in the schedule hereto annexed upon the General conditions of Contract and the specifications of IRCAMTECH, Maharajpur, Gwalior and the special conditions and special specifications, if any and in conformity with the drawings here unto annexed AND WHEREAS the performance of the said works is an act in which the public are interested.

NOW THIS INDENTURE WITHNESSETH that in consideration of the payments to be made by the Railway, the contractor will duly perform the said works in the said schedule set forth and shall execute the same with great promptness, care and accuracy in a workman like manner to the satisfaction of the Railway and will complete the same in accordance with the said specifications and said drawings of conditions of contract on or before the……………………………………………. and will maintain the said works for a period of twenty four calendar months from the certified date of their completion will observe, fulfill and keep all the conditions therein mentioned (which shall be deemed and taken to be part of this contract as if the same had been fully set forth herein) and (the Railway) both hereby agree that if the contractor shall duly perform the said works in the manner aforesaid and observe and keep the said terms and conditions, the Railway will pay or cause to be paid to the contractor for the said works on the final completion there of amount due in respect thereof at the rates specified in the schedule here to annexed.

Contractor...... DIRECTOR (S&T) Address and Date...... IRCAMTECH/GWALIOR for and behalf of the President of India Signature of First witness...... With Address……………………………………….. ______

Signature of Second Witness...... With Address………………………………………..

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 28 of 31

Annexure-II

PERFORMANCE STATEMENT FOR LAST THREE YEARS

Sr. Order placed Type of Period of Value of Date of Payment No. by work contract contract completion of Received (In Rs) (Give full Ordered From - To contract Address) (In Rs)

Certificate of successful completion of contract from the contract awarding authority may be enclosed.

Signature & Stamp of Tenderer/s

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 29 of 31

Annexure-III ECS FORMS

Form No. E-5 (appendix-vii)

Electronic Clearing Service (Credit Cleaning) Model Mandate Form (Investor/customer’s option to receive payments through Credit Clearing Mechanism)

Name of the scheme and the periodicity of payment No. 1) Investor/customer’s name :

2) Particulars of Bank account : A Name of the Bank : B Name of the branch :

Address :

Telephone No. :

C 9- digit code number of the bank and branch appearing on the MICR cheque issued by the bank: D Type of the account (S.B. Current or cash Credit) With code E Ledger and Ledger folio number: F Account number (as appearing on the cheque book) (In lieu of the bank certificate to be obtained as under. Please attach a blank cancelled cheque or photocopy of cheque or front page of your savings bank pass book issued by your bank for verification of the above particulars)

3) Date of effect: I hereby declare that the particulars given above are correct and complete. If the transaction is delayed or not effected at all for reasons of incomplete or incorrect information. I would not hold the user institution responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under the scheme.

(______) Signature of the Investor/ Customer Date

Certified that the particulars furnished above are correct as per our records Bank’s Stamp

Signature of the Tenderer/s

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 30 of 31

INSTRUCTIONS FOR DOWNLOADING OF TENDER DOCUMENTS FROM INTERNET & ITS SUBMISSION

1. The tender documents for this work can be obtained from the internet at RDSO website www.rdso.indianrailways.gov.in and the offers can be given on the same subject to the conditions given below which shall be carefully studied by the intending tender(s) and offers submitted accordingly. 2. The tender documents shall be carefully downloaded from the website mentioned above and the same shall be printed carefully. The tender documents so downloaded shall be complete in all respects, which shall be the sole responsibility of the tenderer(s), and the Railway shall not be liable for any mistakes/loss or corruption of data in downloading and/or printing. The end of tender document has been marked in bold letters as “END OF TENDER DOCUMENT” on a separate page in the uploaded document, which may be checked while downloading the tender document to ensure that the complete tender document has been downloaded. The tenderer(s) must also compare the document as printed with the document uploaded on the website. The tenderer(s) shall sign the undertaking given below in para 10. 3. A master copy of the document downloaded from the website mentioned above shall be kept in the office of the tender inviting authority. In case of any discrepancy between the tender document downloaded from the website and the master copy, the latter shall prevail and shall be binding on the tenderer(s). The offer received shall be deemed to have been submitted on the document as uploaded and appearing in the website mentioned above whose master copy is kept in the office of tender inviting authority. 4. The tenderer(s) shall print the document on good quality, white A4 size paper on any good quality printer, preferably or desk jet or inkjet type printer. 5. The cost of tender document as mentioned in the notice inviting tender shall be enclosed with the offer as a separate bank draft in the name of “WAO/RSK/STLI” or original money receipt deposited with Divisional cashier, or the station manager/GWL for the requisite amount as cost of tender document. The cost of tender document shall not be clubbed with the earnest money deposit. The tenders submitted without the requisite cost of tender documents in appropriate form shall not be considered. 6. The tenders shall be filled up after careful study of the documents and the site and any clarification required may be obtained from the tender inviting authority whose address is given in the tender documents. 7. The tenderer(s) downloading the documents from internet must keep themselves updated through the website from which the tender document is downloaded regarding corrigenda, if any, to the notice inviting tender or the tender or the tender documents, which shall be uploaded in the same website and also published in newspapers. The offers received without such corrigenda published shall be liable to be rejected. 8. Any willful changes/deletion/addition in printing carried out in the tender documents shall be viewed very seriously, whether detected at the time of opening/award of tender or after award of work and the same may result in penal action including banning of further business with the defaulting tenderer(s). In addition, the tenderer(s) are liable to be prosecuted for the same as per law. 9. The tenderer(s) or his authorized representative shall sign in original on each page of the downloaded tender document. 10. The following declaration should be given by the tenderer(s) while submitting the tender:- a. I/We have downloaded the tender form from the internet site and I/We have not tampered/modified the tender documents in any manner. In case the same is found tampered/modified, I/We understand that my/our offer shall be summarily rejected and I/We are liable to be banned from doing business with the Railway and/or prosecuted as per law. b. I/We are submitting a demand draft no……………….. dated …………. Issued by…………………………….. or original money receipt no……………… deposited with………………………. Station for Rs. …………………. Towards the cost of tender document.

Signature of Tenderer(s)

Date : …………………………. Address :………………………….. ………………………..………………………….. ……………………………………………………..

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER IRCAMTECH/GWL/Cleaning/2016-18 Page 31 of 31

End of Tender Document

SIGNATURE OF DIRECTOR(S&T) SIGNATURE OF TENDERER