EAST COAST RAILWAY

COMMERCIAL DEPARTMENT -WALTAIR DIVISION

TENDER NOTICE NO: WCY/8/Cleanliness/Outsource/DVD/SCM/2018.

NAME OF THE WORK

Contract for Manual Cleaning at and SIMHACHALAM Railway Stations i.e. surface cleaning activities of all platforms, all offices and service buildings, circulating and parking areas, waiting halls, RPF office, FOBs, tracks and cleaning of drains, rag picking from all tracks from outer signal to outer signal by using required tools, consumables , and Daily Garbage disposal from the station premises by using Truck, (as specified in the tender schedule) for a PERIOD OF 18 MONTHS from the date of issue of LOA.

Value of the Contract : Rs. 57,85,712/- Earnest Money Deposit : Rs.115720/- Tender Document Cost : Rs. 5900/-

Declaration Form

Tender Notice No: Wcy/8/Cleanliness/Outsource/DVD/SCM/2018 Name of the work : Contract for Manual Cleaning at DUVVADA and SIMHACHALAM Railway Stations i.e. surface cleaning activities of all platforms, all offices and service buildings, circulating and parking areas, waiting halls, RPF office, FOBs, tracks and cleaning of drains, rag picking from all tracks from outer signal to outer signal by using required tools, consumables , and Daily Garbage disposal from the station premises by using Truck, (as specified in the tender schedule) for a PERIOD OF 18 MONTHS from the date of issue of LOA. To, The President of India Acting through Senior Divisional Mechanical Engineer East Coast Railway, Waltair Division.

I/We have read the various conditions of tender attached here to and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for a period of 60 (Sixty) 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 East Coast Railway, at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respects within 18 months from the date of issue of letter of acceptance of the tender.

I/We also hereby agree to abide by the General Conditions of Contract corrected with the latest printed/advance correction slips and to carry out the work according to the special conditions of contract and specifications of materials and works as laid down by Railway in the annexed Special conditions/Specifications and the Standard General Conditions of Contract July 2014 with up to date Correction Slips A sum of Rs. 115720/- (Rupees one lakh fifteen thousand seven hundred & twenty only) is hereby forwarded as Earnest Money. The full value of the Earnest Money shall stand forfeited without prejudice to any other right or remedies in case my/our tender is accepted and if :-

a. I/We withdraw the offer within the validity date of my/our offer. b. I/We do not commence the work within fifteen days after receipt of orders to that effect. c. In case of my/our failure to submit the requisite Performance Guarantee even after 60 days from the date of issue of LOA, the contract may be terminated duly forfeiting the EMD and other dues, if any payable to us against the contract.

I/We am/are a Micro and small Enterprises registered from ______(body approved by Ministry of MSME) with registration No:______and terminal validity up to ______for similar service contracts.

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 on my/our offer for this work.

Signature of Witness :

1.______Signature of Tenderer(s) Date :______2.______Address of Tenderer(s) 1.0 ELIGIBILITY CONDITIONS :

To participate in this tender, the Tenderer must fulfil following eligibility Criteria.

Should have completed in the last three financial years at least one similar work, for a minimum value of 35% of the advertised tender value. (i) Similar nature of works physically completed within qualifying TECHNICAL ELIGIBILITY period i.e, the last 3 financial years and current financial year CRITERIA shall only be considered in evaluating the eligibility criteria. (ii) The total value of similar nature of works completed during the qualifying period, and not the payment received within qualifying period alone, shall be considered. (iii) Tenderer has to produce supporting documents/certificates from the organization with whom they have worked along with the tender offer. Certificates from private individuals for whom such works are executed shall not be accepted.

FINANCIAL ELIGIBILITY Total contract amount received during the last three CRITERIA financial years and in the current financial year up to the date of opening of tender Should be a minimum of 150% of Advertised Tender Value of work. An authenticated certificate duly attested from employer/ client, audited balance sheet duly certified by a Chartered Accountant to be produced.

NOTE 1:

(A) Current financial year means, the financial year in which the tender is opened. Financial year means on and from 1st April to 31st March.

(B) Bid should be in Two packet System. Bidders shall submit their quotations/offers in two sealed envelopes; with one envelope containing the Technical bid(first packet) and the other envelope containing the Financial bid(second packet)l

(C) The credentials (technical and financial) with regard to execution and physical completion of single similar work and contractual receipts should pertain to the qualifying period i.e. within the current financial year and three previous financial years.

(D)Authentic copy of the documents should be uploaded by the tenderer(s) along with their offer to fulfil the eligibility criteria otherwise their offers will not be considered and summarily rejected.

(E)The following documents are to be uploaded along with the offer by the tenderer: i) List of personnel, organization available on hand and proposed to be engaged for the subject work ii) List of Plant & Machinery available on hand (own) and proposed to be inducted (own and hired to be given separately) for the subject work. iii) List of works completed in the last three financial years giving description of work, organization for whom executed, value of contract at the time or award, date of award and date of scheduled completion of work, Date of actual start, actual completion and final value of contract should also be given.

iv) List of works on hand indicating description of work, contract value, approximate value of balance work yet to be done and date of award v) In case of item (iii) & (iv) above, supportive documents/ certificates from the organization with whom they worked/ are working should be uploaded. vi) Certificates from private individuals for whom such works are executed/ being executed shall not be accepted.

NOTE 2: Following safeguards will be followed while considering the credentials issued by Private Organizations for the subject contract: (i) The credential should be from the Client/Owner organization for whom the work was done and not from another Contractor/Service provider. (ii) The Client/Owner organization must be an existing firm registered under Companies Act. Credentials issued by Proprietorship firms, Partnership firms, JV firms etc., shall not be considered. (iii) TDS Certificates issued by the Client/Owner organization in respect of payment received by the tenderer should be submitted along with the tender. (iv) The credential documents must be got verified from the issuer.

ANNEXURE “A” GENERAL INSTRUCTIONS

The tenderer(s) should not put any unusual condition from their side contradicting terms and conditions in the e-tender. Such unusual/contradictory conditions shall not be considered.

1.1 Please fill in required information asked for in the specified space in the e-tender. tender will be otherwise treated incomplete and hence will be liable for rejection.

1.2 The quantity shown in the schedules are approximate and are likely to vary on either side (+/-) as per the conditions of contract.

2. Tender Document:

2.1. Tenderers are required to submit their offer through e-tender on website www.ireps.gov.in and the tenderers shall quote his/their rates therein as required. a.2 Tenderer should furnish the satisfactory evidence that: a) He is a reputed contractor / firm who can undertake works similar to this tender and has adequate technical knowledge and experience. b) He has all the tools and tackles as per Schedule B, Schedule C and Schedule D of Annexure C. c) He has adequate financial stability and status to meet the stipulations under the contract. d) He has an established supervisory control organization to ensure that there is adequate control at all stages of execution of the contract.

3. EARNEST MONEY a) The tenderer has to deposit an earnest money of Rs. 115720/- (Rupees one lakh fifteen thousand seven hundred & twenty only).This will be refunded to unsuccessful bidders within a reasonable time. Railway will not pay any interest towards the money deposited. b) As per Railway Board’s letter No 2015/CE-I/CT/5/1 dated 31.08.2016, Payment of EMD & Tender document cost shall be made only through net banking or payment gateway. FDRs will not be accepted as EMD. 4. Exemption from EMD and Tender Document Cost: a) Payment of tender document cost and Earnest Money deposit will be exempted to Micro and Small Enterprises, which are registered with (i) District Industries Centers, (ii) Khadi and Village Industries Commission, (iii) Khadi and Village Industries Board, (iv) Coir Board, (v) National Small Industries Corporation, (vi) Directorate of Handicraft and Handloom and (vi) Any other body specified by Ministry of MSME. MSE’s registered with the above agencies for the item tendered will be exempted as per Rly. Bd’s letter No.2010/RS(G)/363, Dt.06.7.2012. b) In this regard valid documentary evidence is to be uploaded to avail the exemption.

5. SECURITY DEPOSIT- 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 contractor should deposit the full SD amount before commencement of the work by cash depositing at Cash Office, E.Co.Railway, VSKP or by Demand Draft drawn in favour of FA & CAO, East Coast Railway, Bhubaneswar payable at . No deduction towards SD shall be made from running bills. If at any stage of the contract period, it is established that the contractor has not paid minimum wages to the labourers or failed to pay the wages to the labourer before expiry of 7th of every month as per the minimum wages act 1936, Railway being the Principal employer shall have the right to pay minimum wages to the labourers out of the SD amount available with the Railway. The contractor shall be asked to deposit the amount so spent from the SD within 10 days failing which the same amount will be recovered from the running bills / amount payable to the contractor and credited to the SD. (c) Security Deposit shall be returned to the contractor after the physical completion of the work and maintenance period is over as certified by the Competent Authority. The Competent authority shall normally be the authority, who is competent to sign the contract. If this Competent Authority is of the rank lower than JA Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The certificate, inter alia, should mention that the work has been completed in all respects and that all the contractual obligations have been fulfilled by the contractor(s) and that there is no due from the contractor to Railways against the contract concerned. Before releasing the SD, contractor concerned should submit an unconditional and unequivocal no claim certificate. (d) No interest will be payable upon the Earnest Money and Security Deposit or amounts payable to the contractor under the contract. 6. Performance Guarantee (P.G.) (10%) of the contract value. Mode of submitting Performance Guarantee is outlined below: a. The successful bidder shall have to submit a performance Guarantee (PG), valuing 10% of contract value in four separate parts of 2.5% each of the contract value, within 30 days from the date of issue of letter of acceptance (LOA). Extension of time for submission of PG beyond 30 (thirty) days and upto the date of submission of PG from the date of issue of 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 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 after Sixty (60) days from the date of issue of LOA, a notice shall be served to the contractor to deposit the PG immediately, however not exceeding Ninty (90) days from the date of issue of LOA. In case the tenderer fails to submit the required PG even after 90 (ninety) 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. In case of 60 the day is bank holiday or office closure next working day should be considered as the last day for submission of the PGs. Decision of Authority competent to sign the Contract agreement would be final in case of any disputes. b. The successful bidder should give a Performance Guarantee amounting to 10% 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 5percent 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 of any of the Nationalized Banks. v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks. vi) A deposit in the Post Office Saving Bank. vii) A deposit in the National Savings Certificates. viii) Twelve Years National Defence Certificates. ix) Ten Years Defence Deposits. X) National Defence Bonds and Unit Trust Certificates at 5 per cent below market value or at the face value whichever is less. xi) FDR in favour of FA & CAO, E.Co.Railway, Bhubaneswar, (free from encumbrance) may be accepted. c) The performance guarantee should be valid up to the stipulated date of completion period 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. d) The value of PG to be submitted by contractor will not change for variation up to 25% (either increase or decrease). In case during the course of execution, value of the contract increases by more than 25% of original contract value, an additional PG amounting to 5% (five percent) for the excess value over the original contract value shall be deposited by the contractor. e) Performance Guarantee shall be released after satisfactory completion of the work based on the completion certificate. The procedure for releasing should be same as for Security Deposit. f) Wherever the contracts are rescinded, the security deposit should be forfeited and the Performance Guarantee shall be encashed and the balance work should be got done independently without risk and at the cost of the original contractor. The original 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 would 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. h) It is the responsibility of the Contractor while submitting FDR as PG to ensure that FDRs obtained from the issuing bank are with “Automatic Renewal Facility” so that when the FDRs become due for renewal there will be no need to part with those FDR lodged for safe custody. Railway Administration will not be responsible for loss of interest to the Contractor if he fails to comply this while submitting FDRs along with the tender. 7. SUBMISSION OF OFFERS: Any individual(s) signing the tender or other documents connected therewith shall specify whether he is signing:

(i) As sole proprietor of the concern. (ii) As partner or partners of the firm. (iii) As a director, Manager or Secretary of a limited company duly authorized by a resolution passed by the board of Director or in pursuance of the authority conferred by memorandum of association.

a) The rates are to be quoted in the Schedule of Rates sheet of the tender document. b) The rates quoted must be inclusive of the following which shall be built in their offered rates: (i) Cost of man power, Cost of Consumables Cost of tools and garbage disposal etc. (ii) All statutory taxes and levies of Central and State Government including Goods and Service Tax (GST). c) Tenderers will examine the various provisions of the Central Goods and Service Tax Act, 2017 (CGST)/ Integrated Goods and Service Tax Act 2017 (IGST)/ Union Territory Goods and Service Tax Act 2017 (UTGST)/ respective state’s State Goods and Service tax Act (SGST) also as notified by the Central/State Government & as amended from time to time and applicable taxes from time to time and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered while quoting rates. d) The successful tenderer who is liable to be registered under CGST/IGST/UTGST/SGST Act shall submit GSTN along with other details required under CGST/IGST/UTGST/SGST Act to Railway immediately after the award of contract without which no payment shall be released to the contractor. The contractor shall be responsible for deposition of applicable GST to the concerned authority. f) In case the successful tenderer is not liable to be registered under CGST/IGST/UTGST/SGST Act, the Railway shall deduct the applicable GST from his/their bills under reverse charge mechanism (RCM) and deposit the same to the concerned authority. g) GST clause is applicable as per the Railway Board letter No. 2017/CE-I/CT/4/GST, Dated 23.6.2017 and Railway Board letter No.2016/CE-I/CT/12/GST/Pt.I, Dt.29.6.2017, 8. Company Profile: a. Tenderer(s) should specifically and fully disclose in his/their respective tender, their respective constitutions and submit along with each tender scanned attested copies of documents like partnership deed, Articles and Memorandum of Association, Certificate of Incorporation etc., if any, in support of such disclosures. If Tenderer(s) is/are a firm i.e. partnership business, it should be stated whether the same is Registered under the Indian Partnership Act, and the name and address of all the partners of the firm should be fully disclosed. The Railway Administration shall always have the liberty to demand production of the original partnership deed of the said documents and also to make such further and other inquiries regarding the constitution of the Tenderer(s) as may be considered necessary. b. The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of a partnership concern. If the tender is submitted on behalf of a partnership concern, he should submit the scanned copy of the certified copy of partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership firm. If these documents are not enclosed along with tender documents, the tender will be treated as having been submitted by individual signing the tender documents. The original of the scanned document shall have to be submitted on or before the due date of closing of tender. The Railway will not be bound by any power of attorney granted by the tenderer or by changes in the composition of the firm made subsequent to the execution of the contract. It may, however recognize such power of attorney and changes after obtaining proper legal advice, the cost of which will be chargeable to the contractor. c. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to act through agent or individual partner(s) should submit along with the tender or at a later stage, a power of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person whether he/they be partner(s) of the firm or any other person specifically authorising him/them to submit the tender, sign the agreement, receive money, witness measurements, sign measurement books, compromise, settle, relinquish any claim(s) preferred by the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration. d. If a Tenderer expires after the submission of the tender or after the acceptance of his tender, the Railway should deem such tender of contract as cancelled. If a partner of a firm expires after the submission of that tender or after acceptance of these tenders, the Railway should deem such tender or contract as cancelled unless the firm retains its original character.

9. DOCUMENTS AND OTHER CONDITIONS a. The submission of offer in the e-tender by a Tenderer(s) shall be deemed to imply and taken as indicating that he has read, understood and abide by the conditions stated therein and Indian Railway Standard General Condition of Contract-2014 including correction slips issued up to the date of closing of tender. b. When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. c. If the Tenderer(s) deliberately gives/give wrong information in his/their Tender or creates/create circumstances for the acceptance of his/their Tender, Railway reserve the right to reject such tender at any stage. d. The authority for the acceptance of the Tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and no Tenderer(s) shall demand any explanation for the cause of rejection of his/their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders. The Railways reserve the right to accept the Tender either for the full quantity of work or part thereof or divide the works amongst more than one Tender without assigning any reasons for any such actions. e. Should a Tenderer(s) find discrepancies in or omission from the drawings or any of the Tender Forms, or should be in doubt as to their meanings, he/they should at once, notify the authority inviting the Tender who may send a written instructions to all Tenderer(s). It should be understood that every endeavour has been made to avoid any error which can naturally effect the basis of the Tender and the successful Tenderer(s) shall take upon himself/themselves and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof. f. The documents submitted by Tenderer(s) online and generated/downloaded by Railway Authority shall become the property of the Railway and the Railway shall have no obligation to return the same to the Tenderer(s). g. Before submitting a Tender, the Tenderer(s) will be deemed to have satisfied himself/ themselves by actual inspection of the site and locality of the work that all conditions liable to be encountered during the execution of the works are taken into account and that the rates he/they enters/enter in the Tender Forms are adequate and all inclusive. h. When work is tendered for by a firm or company of contractors, the tender shall be signed by the individual legally authorized to enter into commitments on their behalf. i. The successful Tenderer(s) shall be required to execute an Agreement with the President of India acting through Sr. DCM, East Coast Railway, Waltair for carrying out the work according to General Conditions of Contract as amended/corrected up to the date of closing of tender, Special Conditions/Specifications annexed to the tender and specifications for work. j. The Tenderer(s) whose tender is accepted shall appear at the office of the Sr. Divisional Commercial Manager, East Coast Railway, Visakhapatnam e in person or in case of a Firm or Corporation, a duly authorized representative thereof shall (as the case may be) so appear to execute the Contract documents within 7 days after receipt of notice issued by Railway that such documents are ready. Failure to do so shall constitute breach of the Agreement effected by the acceptance of the Tender in which case the earnest money accompanying the tender shall be forfeited by the Railway without prejudice to any other rights or remedies.

k. In the event of any Tenderer whose tender is accepted shall refuse to execute/does not execute the contract documents as here in before provided, the Railway may determine that such tenderer(s) has/have abandoned the contract and there upon his/their tender and acceptance letter thereof shall be treated as cancelled and the Railway shall be entitled to forfeit the full amount of earnest money and to recover the damages for such default as per Clause No. 62(pt-II) of Indian Railway Standard General Conditions of Contract-2014 corrected/amended upto the date of closing of tenders.

l. In case of non acceptance of a tender by the Railway Administration for any reason whatsoever, the Tenderer(s) cannot claim for any expenses incurred by him/them in submitting the tender for the work or for any other account.

m. All the works included in the tender/contract shall be completed in all respect within the time specified in tender document.

n. Unusual terms and conditions in offers are liable to be rejected.

o. These instructions to the Tenderer(s) shall be deemed to form a part of the tender document. 10. The tenderer should avoid ambiguity in his offer. If his offer is to his standard lengths/sizes/dimensions, he should specifically state them in details without any ambiguity. Brief descriptions such as “standard lengths” etc., should be avoided in the offer. 11. Non-compliance with any of the conditions given herein above is liable to result in the tender being rejected.

12. PAYMENT.- The standard payment terms subject to recoveries of any amount under the liquidated damages clause of contract will be as under : i. The contractor shall submit their monthly bills on 1st of every month duly certified by the Station Manager/ Duvvada Railway Station, Chief Commercial Clerk/SCM Railway Station and counter signed by Sectional Commercial Inspectors for the purpose of settlement and payments.

ii. The first monthly payment shall be released only after the contractor has fulfilled his responsibility of submitting labour license and other necessary documents and maintaining records in compliance with labour laws, rules and regulations and as required by the Railway Administration.

iii. Bills in four copies accompanied with challan, vouchers pertaining to the payment to the labourer, PF and ESI deposit receipts, inspection certificate and other required documents should be submitted to Sr. DCM’s office for arranging payment through ECS by Accounts Department. iv. A sum equal to the contractual amount per month for the entire cleaning contract as detailed in Annexure-“G” will be paid as per agreement. 13. DEDUCTIONS: Payments, as in clause 12 above, shall be subject to income tax deductions & other deductions/charges leviable under any amount for which the contractor is liable under the contract against this tender or any other contract in respect of which the President of India is the contracting authority. 14. Variation in Quantities:

The following conditions shall govern the variation in quantities in this contract. QUANTITY VARIATION CLAUSE SHALL BE APPLICABLE: The procedure detailed below shall be adopted for dealing with variations in quantities during execution of works contracts: A) 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.

B) In case an increase in quantity of an individual item by more than 25% of the agreement quantity is considered unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh tender for operating that item is considered not practicable, quantity of that item may be operated in excess of 125% of the agreement quantity subject to the following conditions: (a) Operation of an item by more than 125% of the agreement quantity needs the approval of an officer of the rank not less than S.A. Grade.

(i) Quantities operated in excess of 125% but up to 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender. (ii) Quantities operated in excess of 140% but up to 150% of the agreement quantity of the concerned item shall be paid at 96% of the rate awarded for that item in that particular tender. (b) The variation in quantities as per the above formula will apply only to the individual items of the contract and not on the overall contract value. (c) Execution of quantities beyond 150% of the overall agreement value should not be permitted, and if found necessary, should be only through fresh tenders or by negotiating with existing contractor, with personal concurrence of FA&CAO/FA & CAO (T) and approval of General Manager.

C. In cases where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items up to 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.

15. Price Variation Clause: Price Variation Clause is not applicable to this contract.

16. ACCEPTANCE OF TENDER: i. The Railway Administration may accept a tender for a part of the quantity offered, reject any tender without assigning any reason and may not accept the lowest or any tender. ii. Acceptance of tender will be communicated by a formal acceptance letter (by registered post) direct to the contractor, which may be deemed to conclude the contract. iii. The delivery period/completion period will be deemed to have commenced from the date of issue of LOA.

17. EFFECT AND VALIDITY OF OFFER i. The submission of any offer connected with these specifications and documents shall constitute an agreement that the Tenderer shall have no cause of action or claim against the Railway Administration for rejection of his offer. The Railway Administration shall always be at liberty to reject or accept any offer or offers at its sole discretion and any such action will not be called into question and the Tenderer shall have no claim in that regard against the Railway Administration. ii. The offer shall be kept valid for a minimum period of Sixty (60) days from the date of opening of tender within which the Tenderer will not be entitled to rescind or to withdraw his offer. Notwithstanding this, if the Tenderer rescinds his offer within the period stipulated above, the earnest money deposited by him along with the tender shall be liable for forfeit at the sole discretion of Chief Medical Superintendent, E.Co.Railway, Visakhapatnam, and in that case the tenderers shall have no further claim on the amount deposited by him as earnest money. iii. Offers shall be deemed to be under consideration immediately after they are opened and until the Railways make an official intimation of award of contract to the tenderers. While the offers are under consideration, tenderer and/or their representatives or other interested parties are advised to refrain from contacting the Railway Administration by any means. If necessary, the Railway Administration will obtain clarifications on the offers by requesting for such information from any or all of the tenderers, either in writing or through personal contacts, as may be considered necessary. Tenderers will not be permitted to change the substance of their offers after the offers have been opened. 18. GENERAL: i. The volume of cleaning work and disposal of garbage required to be handled as shown in the enclosed statement is approximate and it should be clearly understood that this information is furnished to the tenderers without prejudice and without commitment on the part of the Railway Administration. The volume of work is likely to fluctuate (increase or decrease). The Tenderer(s) should note that no change in the rate tendered and accepted, or any claim for compensation arising directly or indirectly out of such fluctuations in the volume of work to be handled, shall be entertained during the currency of the agreement. ii. Tenderer(s) should inspect the site of work at the station and satisfy themselves about local conditions, nature and volume of work to be dealt with to enable them to quote the rate. iii. Tenderer(s) further is/are advised in his/their own interest to inspect the place of work at the station in question to acquaint himself/themselves of local conditions applicable. iv. The Tenderers must ensure that the conditions laid down for submission of offers detailed in the preceding pages are completely and correctly fulfilled. Tenders which are not complete in all respects, as stipulated above, may be summarily rejected. 19. RIGHTS TO DEAL WITH TENDER: The authority for the acceptance of the tender will rest with the Railway. It shall not be obligatory on the said authority to accept the lowest tender or any other tender and neither Tenderer(s) shall demand neither any explanation for the cause of rejection of his /their tender nor the Railway undertake to assign reasons for declining to consider or reject any particular tender or tenders.

20. Termination of contract - (As per Clause- 62 of GCC ) If there is non-performance / bad workmanship / Un – satisfactory work, contractor would be served with 7 days notice to make good. On expiry of 7 days notice, if contractor fails to make good or the performance does not improve, then railways have the liberty to issue 48 hours notice of termination. On expiry of 48 hours notice period, contract would be terminated by issuing a letter and on such termination, contractor’s entire security deposit and performance guarantee available with Railways plus any dues arising from the works executed by the contractor will be forfeited.

21. ARBITRATION :In the event of any question, difference or dispute arising between the Railway Administration and the contractor under these conditions or in connection with this contract as to, the respective rights, duties and obligation of the parties here to or as to the contradiction or interpretation of any of the terms and conditions of this contract or as to its application, except the matters, the decision where of its here inexpertly provided for any also excepting the matters regarding which the contractor as submit to claim certificate, the same shall be referred for arbitration to Arbitrator(s) who shall be appointed by the General Manager, E.Co. Railway, Bhubaneswar on his own discretion if issue involves are considered to be of complicated in nature, the order of the arbitrator shall normally be governed as per extent rule applicable in railway contract. 22. FORCE MAJEURE: In the event of any unforeseen event, directly interfering with the execution of works, arising during the currency of the contract, such as insurrection, restraint imposed by the Government, act of legislative or other authority, war, fire, floods, explosions, epidemics, quarantine restrictions, Acts of God, etc. the contractor shall within a week from the commencement there of notify the same in writing to the Railway Administration with reasonable evidence thereof. If the force majeure condition mentioned above be in force for a period of 15 days or more at any times, the Railway Administration shall have the option to terminate the contract on expiry of 15 days of commencement of such force majeure by giving 7 days notice to the contractor in writing. In case of, such termination no damage shall be claimed by either party against the other, save and except those, which had occurred under any other clause of the contract prior to such termination.

ANNEXURE-B SPECIAL CONDITIONS OF CONTRACT. 1. Successful Tenderers shall be allowed to operate the contract, and no subletting would be permitted without the permission of Railways. 2. Successful tenderers will have to abide by the different labour laws and other statutory obligations in force and shall have to pay minimum wages as declared from time to time by the Central government. They should submit records that wages are being paid as per the recommendations in force. If there is any enhancement in wages as published by Ministry of Labour & Employment acting through Chief Labour Commissioner(C), New Delhi, the same will be paid to the contractor on submission of sufficient documentary evidence. Such labourer engaged is the liability of the contractor and Railway bears no liability whatsoever on such engagement. 3. All labourers to be provided with distinct uniform and protective gear as approved by the Railways. Payment to the employees engaged by the contractor shall required to be done by the contractor regularly before seventh day of every month through bank payment only and not by cash payment. And copy of the Bank salary statement to be submitted along with the monthly bill. 4. All labourers are to be supplied soap daily for washing at the cost of contractors. 5. The contactor shall warn all his workmen to be careful while crossing the tracks against the movement of trains. The Railway accepts no claims in regard to any loss due to the accident on the track by the passage of trains. Stoppage of Contractual work for any agitation etc due to any injury or casualty to contractor staff will be the responsibility of contractor. 6. Identity cards, duly authenticated by the contractor have to be prominently displayed by the labourer. Cost of such incurrence would be borne by the contractor and no extra cost would be paid by the Railway. 7. The supervision of the Duvvada, Simhachalam Railway stations cleaning will be under the instructions of SMR/DVD and the CCC/SCM or their nominated representatives. SMR/DVD, CCC/SCM shall be responsible for daily inspection and supervision of this contract and for certifying the quantum and quality of work done for the purpose of payment of the contractor’s bill. 8. During the course of execution of contract, meeting would be called once in a month, to review the performance and to take corrective action to avoid recurrence of public complaints. Additional meeting may also be held in case of any emergency. 9. The Contractor shall indemnify the Railway Administration and shall make good any losses to the Railway Station Buildings during their work of cleanliness. 10. The work will be carried out in such a manner that it will not affect running of trains or free flow of passengers or other traffic. 11. Contractor has to keep their tools in their own custody at the space to be provided by Railways. Theft or any unusual occurrence will be the full responsibility of the contractor. 12. Contractor has to strictly follow the Provisions of Contract Labour (Regulation and Abolition) Act, 1970, the payment of wages Act, 1936, the minimum wages Act, 1948, The Employee’s Provident funds and miscellaneous provisions Act, 1952, The Employee’s state insurance Act, 1948, Manual scavenging prohibition act and all other labour laws in force during the contract period.

13. Contractor would be paid through on account bill once in a month for the work executed by him. The billing period shall be calendar month and the contractor should claim the bills to Sr.DCM/WAT in quadruplicate by first of every month for timely payments. Payment of wages to the labourers should not be linked to the clearance of bills. 14. Regarding quality of cleanliness, and imposition of penalty due to non-execution of work wholly or in part, Railways’ decision would be final and binding on the contractor. 15.WORK EVALUATION: The effectiveness of cleaning will be evaluated on a scale of 0 -10 as per the evaluation sheet placed at Annexure-G and scores will be assigned for each item in the score card.

16. PENALTY CLAUSES The contractor should ensure that the overall daily scores should be equal to or more than 90%. If the rating is found to be less than 90%, then a penalty as specified below shall be imposed and recovered from the on account bills. However the contractor should make necessary efforts to maintain the score more than 90%.

Sl. No. OVERALL RATING PENALTY IF ANY (i) 80.1 – 90% 10% of the accepted rate (per day) will be recovered from the bills for the number of days on which the scoring is less than or equals to 90%. (ii) 70.1 – 80% 20% of the accepted rate (per day) will be recovered from the bills for the number of days on which the scoring is less than or equals to 80%. (iii) 60.1 - 70 % 30% of the accepted rate (per day) will be recovered from the bills for the number of days on which the scoring is less than or equals to 70%. (iv) 50.1 - 60% 40% of the accepted rate (per day) will be recovered from the bills for the number of days on which the scoring is less than or equals to 60%. (v) <=50% The contractor will not be paid against his claims.

17. The Railway Administration will terminate the contract if the work executed by the contractor is consecutively unsatisfactory (below 60% rating) for 10 days, at the risk and cost of the contractor. 18. If the contractor fails to perform the sanitation work due to total tool down/strike by the labourer, proportionate one day value of the contract will be deducted (no work, no pay). In addition, it attracts a fine of Rs. 10,000/- (Ten thousand) per day. No penalty shall be applicable during extraordinary circumstances i.e., political mob, disaster & bandh, as per force majeure clause.

19. Railway Officials not below the rank of SAG officers will be inspecting the quality of cleanliness from time to time. In case of adverse remarks of any inspecting official or public complaints received on cleanliness (registered in the available complaint book in the station and & found to be valid by the Railway authority) the contractor will be liable for a penalty of Rs. 5,000/-(Rupees Five thousand only) to Rs.10,000/- (Rupees Ten Thousand only) or the compensation awarded to complainant in any court of law or in consumer court or both will be imposed by Sr.DCM/WAT in due consultation with competent authority.

20. MAN POWER: (i) The contractor shall engage sufficient manpower to maintain standards of cleanliness or as suggested by Railways. An approximate requirement is given in ANNEXURE –C & D. All the persons employed by the Contractor should be physically fit. They should be between 18 to 50 years of age. (ii) In case the contractor is unable to employ the stipulated minimum number of workers as per ANNEXURE-C, an amount equal to 150% of the minimum wage as prevailed on that day per person per shift shall be recovered from the contractor’s bills towards penalty. (iii) The labourer engaged by the contractor should always be in prescribed uniform, identity badges & if they are found without these, Railway may impose penalty of Rs.100/- per day per case. (iv) Contractors shall not in any capacity employ any person of bad character or any person whose antecedents have not been investigated by the Police and shall issue an appointment certificate, which shall contain a photograph of the employee specifying the employee’s name, father’s name, address and the place at which employed, with his/her signature or left/right hand thumb impression affixed thereon in printer’s ink which he will carry with him/her while on duty. The expenses for such verification as is necessary shall be borne by the Contractor. The contractor should submit the police verification certificates along with first monthly bills. (v) The Contractor shall not under any circumstances whatsoever, appoint minor / Child Labourer which is offensive under such laws.

(vi) RESPONSIBILITY OF SUPERVISORS: (i) He is responsible for get the work done through the labourers to the satisfaction of Railway administration. His services should be terminated by the contractor within a week’s notice following the unsatisfactory recommendations by the Railway authorities. (ii) Any grievance of the labourer should be brought to the notice of Railway administration through the contractor’s supervisor only. Under no circumstances the contract labourer should not interfere with the working of Station. (iii) Services of any labourer should be terminated by the contractor with in a week’s notice following the unsatisfactory recommendations by the Railway authorities.

21. MATERIALS & TOOLS:

(i) The contractor shall use consumables in suggested quantities and numbers as in ANEEXURE – E or as per requirement and instructions of Railway Supervising official and minimum of one month stock and one month buffer by first of every month should be deposited with the SMR/DVD, CCC/SCM and they shall in-turn issue material to the contractor staff as per requirement. (ii) If adequate quantity of cleaning material as specified in Annexure-E is not being supplied, a penalty of Rs.500/- per item per day shall be recovered in addition to the amount equal to non-supply of the material.

(iii) If adequate quantity tools as specified in Annexure-E are not being supplied, a penalty of Rs.500/- per item per day shall be recovered in addition to the amount equal to non-supply of the material.

22. Penalty Clause for Garbage Disposal:

(i) The capacity of the truck should be of minimum 200Cft and the tenderer has to submit the certificate of registration of the vehicle proposed to be engaged for this contract, issued by RTA after paying life tax, insurance, brake power certificate and any other certificate required as per RTA rules before commencement of work. (ii) The truck to be engaged for this contract should not be older than three (03) years. (iii) The driver should possess valid driving license and other requisites as per RTA rules amended from time to time. (iv) If the Contractor fails to lift and dispose the daily quantity of 145 Cft., of garbage, a penalty of Rs.2000/- per day will be levied for non-execution of work, in addition to recovery of the actual expenditure incurred by the Railway Administration to undertake the work on the same day for maintaining the station cleanliness. This will be certified by the Supervisor In-Charge at the work spot, duly entering the same in the log / measurement book and countersigned by the Official In charge. (v) If the contractor is found disposing the garbage at any place other than municipal nominated dumping ground, a penalty of Rs.1,000/- per day will be levied. vi) Wherever dust bins are provided for the users in the station, there should not be any spillage of garbage in and around the dust bins while carrying out loading into the mechanical carrier. As such for any spillage around the dust bins or in the station premises, a penalty of Rs.1000/- will be levied which will be decided by the Inspecting Railway Official or In-charge Medical Officer or any other authorized representative of the Railways. 23. The contractor should maintain proper registers for labourer (as per labour laws), material, and tools. He should maintain public complaints register and obtain feedback from passengers. 24. During inspections, on receipt of complaints about non-cleanliness, the areas identified have to be attended at once for which no extra payments would be made by the Railways. 25. Water for cleaning purposes shall be provided free of cost by the Railways. 26. The contractor must keep his / their premises open for inspection of records by Railway Supervisors and Officers or Authorized Representative or Railways as and when necessary and for this, the Contractor must supply all necessary records as may be required by the inspecting officials.

27. Railways authorities or its nominated representative will supervise all work in each shift on daily basis and a record will be maintained for each activity completed. The contractor will be penalized for activities not done or if the quality of work or materials used is of sub-standard specifications.

28. In case of Railway accidents where the ARME will move, the contractor has to provide 10 staff or as directed by Railways.

Annexure-C

SCHEDULE OF WORK & MAN POWER REQUIRED TO BE ENGAGED-DVD Total Sl. Measurement man Location Activity Frequency No. in Sq.m. power / Day 1 Circulating area: Thorough Sweeping, washing 01 Platform No.1.side 10618.12 of spittoons, continuous and Shift ”Ä”-1time constant picking up of refuse. Shift ”B”-1time Thorough sweeping washing Platform No.4 side 3590.35 of spittoons, continuous and Shift Ä”-1 time constant picking up of refuse Shift ”B”-1time 2 Platform No.1 6787.00 Thorough sweeping Shift “A” =1 time Mopping + washing of spit Shift ”B”= 1 time spots 3 Platform No.2 & 3 4062.20 Thorough sweeping Shift “ A“ =1 01 Mopping + washing of spit 1time spots. Shift “ B “= 1 time 4 Platform No.4 6510.00 Thorough sweeping Shift “ A “ = 1 1time Mopping + washing of spit Shift “ B “= 1 time spots. 5 Service building 375.06 Thorough sweeping Mopping Shift –“A –1 time Platform No.1 side +washing of spit spots Shift ”B”= 1 time station building

Cleaning of entire platform from North 01 end to south end

Sitting pedestals-35 & water pedestals -08,

(Continuous and constant collection of Refuse. Washing of betel nut stains, fish water leakage stains,

food & drink stains etc as and when required. -

Polishing the floor of the platforms when ever required and

cleaning of water and sitting pedestals.) RRI cabin Ground 1013.52 st nd Thorough sweeping Mopping Shift-Ä”-1 time floor, 1 floor and 2 +washing of spit spots floor

Platform No.4 side 244.07 Thorough sweeping Mopping booking office Shift-Ä”-1 time +washing of spit spots 01 RPF cut post 110.25 Thorough sweeping Shift –Ä”-1 time Mopping + washing of spit spots Pay & use toilets 94.08 Thorough sweeping Mopping + washing of spit spots Shift-´A 1 time

6 Foot over Bridges 517.775 Thorough sweeping Shift-Á- 1 time 01 platform No.1to 4 Mopping+ washing of spit spots 7 Circulating area to platform 1059.10 Thorough sweeping Shift-Ä”-1time 1 Mopping + washing of spit spots. Shift-“B”-1time

8 Parking places

Platform No.1 side 2623.00 Thorough sweeping Shift-Ä”-1time

Mopping + washing of spit Shift-B”-1time 01 spots.

Platform No.4 side 4042.00 Thorough sweeping Shift-Ä”- 1time

Mopping+ washing of spit Shift-“B”-1time spots. 9 Inter concrete between 480.00 Thorough sweeping Shift –A- 1 time 01 platform No.1 to 2&3 and 240 x Mopping + washing of spit 2=480.00 sq. M ( pavers ) spots. 10 Route No.1 7384.00 Thorough sweeping and Shift “-A”-1time Route No.2 collection of Refuse Shift”-B” - 1time Route No.3 immediately after departure 02 Route No.4 of every train and as and Route No.5 when required. Route No.6 Route No.7 Annexure-D SCHEDULE OF WORK & MAN POWER REQUIRED TO BE ENGAGED-SCM

Total man Sl. Measurement Location Activity Frequency power/ No. in Sq.m. Day 1 Circulating area: Thorough Sweeping, Shift “ A “ = 1 times 01 washing of spittoons, Shift “ B “ = 1 times Platform 1 side 3033.18 continuous and constant picking up of refuse. 2 Platform 1 6418.40 Thorough sweeping Shift “ A “ = 1 times Cleaning of entire Mopping + washing of Shift “ B “ = 1 times 01 platform from North spit spots. end to south end sitting pedestals-35 & water pedestals -08, (continuous and constant collection of Refuse, washing of betel nut stains, fish water leakage stains, food & drink stains etc as and when required. Polishing the floor of the platforms whenever required and cleaning of water and sitting pedestals. 3. Platform 2 3850.00 Thorough sweeping Shift –A – 1 time 01 Cleaning of entire Mopping + washing of Shift – B – 1 time platform from North spit spots. end to south end sitting pedestals-35 & water pedestals - 08,(continuous and constant collection of Refuse, washing of betel nut stains, fish water leakage stains, food & drink stains etc as and when required. Polishing the floor of the platforms whenever required and cleaning of water and sitting pedestals.

4 Service Buildings Thorough sweeping Shift -“ A “-1 time 01 Station 1 side station 660.8 Mopping + washing of spit Shift “B”- 1 time building spots.

Waiting hall 103.68 Thorough sweeping Shift -Ä”-1 time Mopping +washing of spit spots Shift-Ä”-1 time 02

Pay & use toilets 94.08 Thorough sweeping Mopping +washing of spit Shift-Ä”-1 time spots Shift-“B”-1 time

5 Foot over Bridges 180.00 Thorough sweeping shift “ A”=1time 01 Platform 1 to 2 Mopping + washing of spit shift-“B”= 1time spots. 6 Parking places 2424.9 Thorough sweeping shift “ A”=1time 01 Mopping + washing of spit shift-“B”= 1time spots 7 Track from outer 2000.00 Thorough sweeping and Shift “A” = 1 01 signals R-1,r-2,R-3,R- collection of Refuse times 4, R-5,R-6, R-7 immediately after Shift”B ”=1 time departure of every train Shift-“C”-1 time and as and when required. Shift-“D”-1 time 8 A) Pest Control: daily PF Nos. Spraying of insecticides once in a day on 1 to 3 Spraying of anti-fly, 1-3 Platforms, entire station buildings, 1 to 3 tracks, anti-mosquitoes and FOB, all entrances, W/Halls, Retiring rooms, periodical Pest circulating area, all offices, and Garbage disposal Control measures area, Parcel area. (weekly). B) Removal of Thorough dusting and removal of cobwebs on Cobwebs: From the the roofs of PFs, roofs of all platforms, Offices, corners, walls, glass pans, in between station buildings and display boards, FOB including stair cases using Platform Shelters. vacuum cleaners, brushes, long handle brooms PF No.1, PF No.2 & 3 with the help of ladders twice in a week. 9 Daily Collection of 145. Cft. Collection of garbage from dust bins, circulating area, and 145Cft. of garbage entire station premises & track-rags from Home signal to from the VAT located Home signal and finally dumped in nominated dumping in the station and final ground. disposal to nominated dumping ground of KRPU municipality by engaging truck along with driver and fuel etc.

SUMMARY OF MAN POWER FOR CLEANING ACTIVITIES AT EACH STATION

Description Shift “-A” Shift “B” Total Unskilled 05 04 09 Total 05 04 09

NOTE: The frequency shown above is for the minimum execution of the work. However the contractor should execute the work as and when required in addition to the frequency mentioned in the above schedule, as instructed by Station Manager/Duvvada, Clerk In Charge/Simhachalam Railway stations.

Annexure- E

Requirement of Consumables each at DVD and SCM stations

Sl No Consumables Quantity required in a day Quantity required in a month 1 Bleaching powder` ½ kg 15 kg 2 Lime powder ¼ kg 7.5 kg 3 Phenyl Scented ½ ltr 15 ltrs 4 Soap oil 1ltr 30ltrs 5 Carpet Brush -- 10 6 Cob web Stick long -- 05 7 Bucket 13 liters -- 04 8 Hand Gloves Rubber -- 09 sets 9 Nose mask -- 50 10 Toilet Brush Flat -- 04 11 Coconut Broom -- 15 12 Soft Broom -- 15 13 Garbage Cover GR -- 10 14 Acid for cleaning ¼ ltrs 7.5 ltrs 15 Taski R-5 (5 ltr can) -- 5ltrs for floor cleaning

Note: The contractor should supply additional quantity of consumables and other consumables which are not mentioned in the above list as per the requirement and advice of SMR/DVD and CCC/SCM during special circumstances like melas, VVIP’s visit etc. Tools Required

Sl. No. Description Qty. required per Unit Annum 1 Plastic Dustbins (Bio degradable) 60ltr. 15 Nos. 2 Plastic Dustbins (Non-Bio degradable) 60ltr. 15 Pairs 3 Shovels 2 Nos. 4 Spades (Powrahs) 2 Nos. 5 Rake Panja 2 Nos. 6 Drain spades 6 Nos. 7 Garbage lifting baskets 6 Nos.

ANNEXURE ‘F’

EAST COAST RAILWAY

SCHEDULE OF RATES

Operation of Manual Cleanliness at Duvvada and Simhachalam, when the work will be carried out by an authorised agency for a period of 18(eighteen) months from the date of award for the entire work of each station. Daily 18 numbers of unskilled labourers required at 8 hours/day for Duvvada and Simhachalam (2 locations) . The daily minimum wages per unskilled labour per shift for each station will be as per Estimation of Rates for unskilled labour specified for various districts by respective Dy. Chief Labour Commissioner.

Schedule Description of work Departmental Uniform percentage Estimated value (%)rate to be quoted both in figures & words A As described above for Duvvada Rs 5209920/- (In figures % and Simhachalam stations for 18 unskilled labour @ 536/-per (In words day/per person for 18 months(536x18x30x18) B ESI as on 01.05.2018@ 4.75% on Rs 247472/- To be quoted at par only the rates as per current minimum wages C Consumables Rs 328320/- Total Dept Estimated Value Rs 5785712/- i.e.(a + b + c) above

NOTE:- 1) The amount shown in Schedule-B are indicative and incorporated only to evaluate the Total Value of Tender. Therefore, the Tenderers are advised to quote their rate for Schedule-B as "AT PAR" only.). Even if any Tenderer quotes some other rate against this schedule, the same would be ignored and the inter-se merit position shall be arrived at by taking the quoted rate as "AT PAR" only.

Annexure- G SAMPLE EVALUATION SHEET DAILY REPORT & MEASUREMENT BOOK FOR EVALUATION OF CLEANING CONTRACT BY M/S.______AT DUVVADA/SIMHACHALAM RAILWAY STATION ( From 6-00 Hrs of Date to 6-00 Hrs of Date ) No. Date : .

S. Name of Work SHIFT A SHIFT B No. Contract for Manual Cleaning at 06 .00 to 14.00hrs 14.00 to 22.00 hrs DUVVADA and SIMHACHALAM Railway (Scoring in 0-10 (Scoring in Stations i.e. surface cleaning activities of scale) 0-10 Scale) all platforms, all offices and service buildings, circulating and parking areas, waiting halls, RPF office, FOBs, tracks 1 Circulatingand cleaning area of sdrains, rag picking from 2 Service Building 3 Waiting hall 4 Pay & use toilets 5 Platform No.1 6 Platform No.2&3 7 Platform No.4 8 Foot over bridge 9 Parking places 7 Removal of cob webs, pests and insects etc. 8 Rag picking from all tracks and from outer signal to outer signal on both ends. 9 Garbage disposal from station premises. 10 Tracks from outer signals(R-1, R-2,R- 3,R-4,R-5,R-6 &R-7 Total Evaluation No. of man power engaged per day No. of man power found without uniform

Signature of Contractor / Shift Supervisor

Remarks of SMR/DVD, CCC/SCM

PAGE – 2

i. Calculation of Payment.

Sl. Description Amount in Rs. No A Daily accepted rate Rs. B Average score for the day C Overall rating for the day D % admissible E Amount admissible as per the rating

ii. Penalties:

Sl.No Description . A For deficiency in man power (150% of No. of Penalty to be the minimum wage as prevailed on the Absentees imposed in day) Rs.per person a) Un skilled persons B For lack of uniform: Rs. 100/- per case. No. found without uniform C Any other penalties as per Sl.No.18&9of special conditions: (Specify Reason)

D Penalty for deficiency in disposal of garbage ( specify reason)

E TOTAL PENALTIES

Net Amount Payable = 1 (E) – 2 (E) =

Sign. Of SMR/ DVD / SCM Signature of contractor/authorised representative

Counter Signed

Sr.DCM/WAT

REVISED MODEL FORM OF BANK GUARANTEE BOND In consideration of the President of India (hereinafter called the Government) having agreed to exempt ……………………. (hereinafter called the said contractor (s) from the demand under the terms and conditions of an agreement dated ………… made between …………… and …………. for ……………….. (hereinafter called “the said agreement”), of security deposit for the due fulfilment by the said contractor (s) of the terms and condition contained in the said agreement, on production of a Bank Guarantee for Rs……………… (Rupees ………………… ……………………………… only). 1. We ………………………………….. ( hereinafter referred to as the Bank) (indicate the name of the Bank) at the request of ……………………….(contractor (s) do hereby undertake to pay to the Government an amount not exceeding Rs……………. Against any loss or damage caused to or suffered or would be caused to or suffered by the Government by reason of any breach by the said contractor(s) of any of the terms or conditions contained in the said agreement. 2. We …………………………………..(indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this guarantee without any demur merely on a demand from the Government stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Government by reason of breach by the said contractor (s) of any of the terms or conditions contained in the said agreement or by reason of the contractor (s) failure to perform the said agreement. Any such demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However our liability under this guarantee shall be restricted to an amount not exceeding Rs………………… 3. We undertake to pay to the Government any money so demanded not withstanding any dispute or disputes raised by the contractor(s) /supplier (s) in any suit or proceeding pending before any court of Tribunal relating thereto our liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment there under and the contractor (s) supplier (s) shall have no claim against us for making such payment. 4. We ……………………. (indicate the name of the bank) further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said agreement and that it shall continue to be enforceable till all the dues of the Government under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged or till ……………….. office/department) Ministry of …………………….. certified that the terms and conditions of the said Agreement have been fully and properly carried out by the said contractor (s) and according discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the …………………., we shall be discharged from all liability under this guarantee thereafter. 5. We ……………………… (indicate the name of the bank) further agree with the Government that the Government shall have the fullest liberty without our consent and without affecting in any manner, our obligations hereunder to vary any of the terms and conditions of the said agreement or to extend time of performance by the said contractor (s) contractor (s) and to forbear or enforce any of the terms and conditions relating to the said agreement and we shall not be relieved from our liability by reason of any such variation or extension being granted to the said contractor (s) or for any forbearance, act or omission on the part of the Government or any indulgence by the Government to the said contractor (s) or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have effect of so relieving us. 6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor (s) / supplier (s).

7. We ………………….. (indicate the name of the bank) lastly undertake not to revoke this guarantee during its currency except with the previous consent of the Government in writing.

Date the ……………. Day of …………….200 For ______(indicate the name of the Bank)

NATIONAL ELECTRONIC FUND TRANSFER/ ELECTRONIC CLEARANCE SERVICE (CREDIT CLEARING) MODEL MANDATE FORM ( Investor / Customer’s Opinion to receive payment 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) IFSC Code of the branch: e) Type of the Account (Current/Savings/ Cash Credit with code 10/11/13): f) Ledger and Ledger Folio Number: g) Account Number (appearing on the Cheque book): (In lieu of the bank certificate to be obtained as under, please attach a bank cancelled cheque or photocopy of a cheque or front page of your savings bank passbook issued by your bank for verification of the particulars).

3. Date of effect:

I hereby decide 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 instruction responsible. I have read the option invitation letter and agree to discharge the responsibility expected of me as a participant under scheme.

Date: Signature of the Investor/Customer

Certified that the particulars furnished above are correct as per our records.

Bank Stamp

Date.______Signature of the Authorised Official of the Bank.