Tender Form & Schedule

Embed Size (px)

Citation preview

  • 8/14/2019 Tender Form & Schedule

    1/24

    FTENDER DOCUMENTS

    1. Tender No. WKS/559/TEN

    2. Name of work.Maintenance of lawn & hedge and other

    horticulture work in different Directorate & labs.

    3. Approximate cost of work. Rs. 20,97,282.00

    4. Earnest Money. Rs. 41,950.00

    5. Completion period. 01 (one) Year.

    Tender Closing date & time. : 13.01.2010 at 11.00 Hrs.

    Tender to be submitted upto : 13.01.2010 at 14.30 Hrs.

    Tender Opening date & time. : 13.01.2010 at 15.00 Hrs..

    NOT TRANSFERABLE.

    ISSUED BY Town Engineer

    RDSO, Lucknow

    ISSUED TO. --------------------------------------------

    --------------------------------------------

    --------------------------------------------

    Signature of the Contractor Page 1 of 24

  • 8/14/2019 Tender Form & Schedule

    2/24

    Name of work:- Maintenance of lawn & hedge and other horticulture work in different

    Directorate & labs.

    Sr.

    No.Description

    Page No.

    FromTo

    1.Tender Form First Sheet - 3

    2.Tender Form Second Sheet 4 7

    3.Special Conditions/Specifications of contract Part-I 8 12

    4.Specification for N.S. Iems. 13 16

    5.Certificate by the Tenderer - 17

    6. Offer Sheet/Schedule of Approx. Quantity. 18 20

    Signature of the Contractor Page 2 of 24

  • 8/14/2019 Tender Form & Schedule

    3/24

    FIRST SHEET

    Name of work:-Maintenance of lawn & hedge and other horticulture work in different Directorate& labs.

    To,The President of India,

    Acting through the Town EngineerRDSO,Manak Nagar,

    Lucknow

    I/We_________________________________have read the various conditions to tender attached hereto

    and hereby agree to abide by the said conditions. I/We also agree to keep this tender open for acceptancefor a period of 90 days from the date fixed for opening the same and in default thereof, I/we will be liable

    for forfeiture of my/our "Earnest Money". I/we offer to do the work for Town Engineer/Director (Civil),

    RDSO, Manak Nagar, Lucknow at the rates quoted in the attached schedule and hereby bindmyself/ourselves to complete the work in all respect within 1(One) year including monsoon from the date

    of issue of letter of acceptance of the tender.

    (2) I/we also hereby agree to abide by the General Conditions of Contract 1999 and to carry out the

    work according to the Special Conditions of Contract and specifications of materials and works

    laid down by the Railway in the annexed Special Conditions/Specifications and Standard

    Specifications 1987 of Northern Railway.

    (3) A sum of Rs. 41,950.00 (Rupees Forty one thousand nine hundred fifty only) isherewith forwarded as Earnest Money. The full value of the Earnest money shall stand forfeited

    without prejudice to any other right or remedies if: -

    (a) I/we do not execute the contract documents within seven days after receipt of notice issued by the

    Railway that such documents are ready and

    OR

    (b) I/we do not commence the workwithin fifteen days after receipt of orders to that effect.

    (4) Until a formal agreement is prepared and executed, acceptance of this tender shall constitute a

    binding contract between us subject to modification as may be mutually agreed to between us andindicated in the letter of acceptance of my/our offer for this work.

    Signature of Witness: - ----------------------------

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

    (2) --------------------------------------- Date -----------------------

    Address of the Tenderer(s)

    Signature of the Contractor Page 3 of 24

  • 8/14/2019 Tender Form & Schedule

    4/24

    TENDER FORM (SECOND SHEET)

    Name of work:-Maintenance of lawn & hedge and other horticulture work in different Directorate& labs.

    Instructions to Tenderer and Conditions of Tender:

    1.1Tender must be enclosed in a sealed cover superscripted as Tender No. WKS/559/TEN and must be sent byregistered post to the address of the Town Engineer, RDSO, Manak Nagar, Lucknow 226011, so as to reach

    the office not later than 14.30 hrs. on 13.01.2010or deposited in the special box allotted for the purpose in the

    office of Town Engineer, RDSO, Manak Nagar, Lucknow 226011. The tender box will be sealed at 14.30

    hrs. On 13.01.2010. The tender will be opened on 15.00 hrs. in the presence of tenderer(s) or their authorized

    representatives on 13.01.2010 at same place. The tender papers will not be sold after 11.00 hrs. on

    13.01.2010 .

    1.2The following documents form part of tender/contract :a) Tender form - First sheet and second sheet.

    b) Special Conditions/Specifications (Technical & Non-Technical).

    c) Schedule of approximate quantities (attached).

    d) General Conditions of Contract (G.C.C.) 1999 with all amendments.

    e) Northern Railway Standards Specifications 1987

    f) All general and detailed drawings pertaining to this work, which will be issued by the Engineer or

    his representative (from time to time) with all changes and Modifications.

    2.0 SYSTEM OF TENDERING

    Tender will consist of one packet and to be submitted in sealed cover at the time of submitting tender.Envelops should be super scribed as under:-

    Maintenance of lawn & hedge and other horticulture work in different Directorate & labs.2.1 As far as possible the tenderer(s) bid should not have any condition or specification or assumption contrary

    to the provisions in these tender documents on which the tenderer(s) bid is based, Tenderer(s) own special

    conditions, not in conformity with the tender specifications, are required to be listed separately & shall be

    supplemented by the details of exact financial implications if applicable. Railway will not take cognizance of

    any other conditions/variations from the drawings etc. except under the format specified in the tender

    documents for such special conditions if any. It needs to be emphasized that only such conditions/stipulations

    which are at variance with the tender conditions codal provision stipulate in the tender documents need be

    mentioned, in case tenderer(s) choice to stipulated such special condition taking into account the restrictions

    mentioned elsewhere in the tender document. Only such of the special conditions/specifications stipulated by

    tenderer(s) which have been specifically approved by the Railways in writing shall be deemed to have beenaccepted by the Railways. The tenderer(s) conditions/stipulations/codal are at variance with the tender

    conditions/codal provisions shall be withdrawn by the tenderer(s)

    2.2 The list of documents to be attached by the tenderer(s) for this tender, duly sealed should consist of:-(i) Earnest Money in proper form.

    (ii) Key personal matrix of staff of the firm, details of infrastructures facilities.

    (iii) Partnership deed if any.

    (iv) Complete tender documents duly stamped & signed by the tenderer(s).

    (v) Authentic documents in support of his/their credentials.

    (vi) Details of plants and machinery.

    (vii) Permanent Account Number (PAN) issued by income tax department.

    (viii) Demand draft/Pay order /Bankers cheque towards the cost of tender document in case tender documents

    are down loaded from website of RDSO.2.3 If the tenderer(s) fails to submit the authenticated documents in support of his/their credentials as specified in

    tender documents, his/their tender will liable to be rejected summarily.

    2.4 Tender form is not transferable.

    3. Eligibility criteria:

    (i) Turnover:

    Tenderer(s) should have received total contractual amount against satisfactory execution/works in progress of

    all type of works for a minimum of 150% of advertised tender value of work during the last three financial

    year (i.e.2006-07,2007-08 & 2008-09) and in current financial year, as per payment certificate from the

    tenderer duly issued by the officer of concerned Govt. Department or as per Audited balance sheet dulycertified by Chartered Accountant.

    Signature of the Contractor Page 4 of 24

  • 8/14/2019 Tender Form & Schedule

    5/24

    (ii) Experience in similar nature of work:-

    The tenderer (s) should have successfully completed at least one similar single work for a minimum value of

    35% of advertised tender value of the work in the last three financial years (i.e. 2006-07, 2007-08 & 2008-

    09) and in current financial year. Certificate from Private/individual for whom such work are executed/ being

    executed should not be accepted.

    (iii) The tenderer(s) shall submit the documentary proof in support of eligibility criteria mentioned above

    alongwith the tender form. Certificate issued by individual in his personal capacity shall not be

    accepted.

    Following works will be treated as of similar nature:-

    Maintenance of lawn & hedge etc. and other horticulture work

    4. Inspection of Site before Tendering, etc.

    The tenderer(s) shall inspect the proposed site of work and acquaint himself/themselves with the site

    conditions, availability of materials, working hours, layout of land, trees and shrubs that he/they will have to

    cut, type of strata likely to be met within the borrow pits, stacking space for materials, approach roads, path

    ways available etc. and all relevant items connected with the execution of the work. No claim shall be

    entertained for the contractor(s) making his/their own arrangements for approaches/approach road from

    outside railway land and contractor(s) will bear entire expenses such as road taxes, payment for right of way,

    etc. to outsiders and for Construction of approaches/approach roads, etc.

    5. Drawings for the Work:

    Drawings for the work can be seen in the offices of the Town Engineer, RDSO, Manak Nagar, Lucknow

    226011 at any time during the office hours. These drawings are only for the guidance of tenderer(s). Detailed

    working drawings (if required), based generally on the drawings mentioned above, will be given by the

    Engineer in charge or his representative from time to time.6. Earnest Money and Security Deposit:

    6.1 The tenderer(s) is/are required to deposit a sum of 41,950.00 (Rupees Ninety eight thousand sevenhundred fifty only)as earnest money for due performance of stipulation to keep the offer open for the periodspecified below.

    6.2 The tenderer shall hold the offer open for a period of 90 (Ninety)days from the date fixed for opening the

    same. It is understood that the tender documents have been sold/issued to the tenderer and the tenderer is

    being permitted to tender in consideration of the stipulation on his/their part that after submitting his/their

    tender he will not resale from his offer or modify the terms and conditions thereof in a manner not acceptableto the Town Engineer, RDSO, Manak Nagar, Lucknow226011. Should the tenderer fail to observe or comply

    with the foregoing stipulation, the aforesaid earnest moneyshall be forfeited to the Railway.

    6.3 In case the tenderer(s) withdraws his offer within the validity date of his/their offer or fails to undertake the

    contract after acceptance of his/their tender, the full earnest moneyshall be forfeited.

    6.4 The earnest money should be in cash or in the form of Deposit Receipt, pay orders or demand drafts executed

    by State Bank of India or any of the nationalized banks or by a scheduled Bank.

    6.5 Guarantee bonds, Government securities (stock) certificates, bearer bonds, promissory notes, cash certificates

    and cash deposited with DPM or stations etc., will not be accepted.

    NOTE:

    (1) Deposit receipts, pay orders and demand drafts should be drawn in favour of

    ExecutiveDirector Finance, RDSO, Lucknow.

    (2) If the name of the directors/company is added thereafter, the tenderer(s) is/are

    required to paste & sign Rs.1.0 (one) Revenuestamps on backside of the deposit receipt.

    (3) The facility of lump-sump earnest money will not be accepted from the registered contractors of any railway

    and they are required to deposit earnest money alongwith their offer.

    7. Tenders containing erasures, overwriting and/or alterations of the tender documents are liable to be rejected.

    Any correction made by the Tenderer(s) in his/their entries must be attested.

    8. If a tenderer(s) deliberately gives/give wrong information in his/their tender, or creates/ create circumstances

    for the acceptance of his/their tender, the railway reserves the right to reject such tender at any stage.

    9. If a tenderer expires after the submission of his tender or after the acceptance of his tender, the railway shall

    deem such tender as cancelled. If a partner of a firm expires after the submission of their tender or after the

    acceptance of their tender, the railway shall deem such tender as cancelled unless the firm retains its character.

    10. Security Deposit, Validity of Tender:

    10.1 The tender must be accompanied with earnest money in any of the forms mentioned in the tender failing

    which the tender will be summarily rejected.

    Signature of the Contractor Page 5 of 24

  • 8/14/2019 Tender Form & Schedule

    6/24

    10.2 If the tender is accepted, the amount of earnest money will be held as security deposit for the due and faithful

    fulfillment of the contract. The earnest money of the unsuccessful tenderer(s) will, save as herein before

    provided, be returned to the unsuccessful tenderer/s but the railway shall not be responsible for any loss or

    depreciation that may happen to the security for the due performance of the stipulation to keep the offer open

    for the period specified in the tender documents or to the earnest money while in railway's possession not be

    liable to pay interest thereon.

    11. SECURITY DEPOSIT & PERFORMANCE GUARANTEE :

    (A) Unless otherwise specified in the special conditions, if any, the Security Deposit/rate of recovery/mode of

    recovery shall be as under: -

    i. Security Deposit for each work should be 5% of the contract value.

    ii. The rate of recovery should be at the rate of 10% of the bill amount till the full Security

    Deposit is recovered.

    iii. Security Deposit recovered only from the running bills of the contract and no other mode of

    collecting SD such as SD in the form of instruments like BG, FD etc. shall be accepted towards

    Security Deposit.

    (B) Introduction of Performance Guarantee:

    The procedure for obtaining performance guarantee is outlined below:-

    (a) The successful bidder should give a Performance Guarantee (PG) amounting to 5% of the contract value in

    any of the following forms:

    (i) A deposit of cash (ii) Irrevocable Bank Guarantee (iii)Government Securities at 5 percent below the market

    value (iv) Deposit receipts, Pay Orders, Demand Drafts and Guarantee bonds either of the State Bank of India

    or of any of the nationalized Banks (v) Guarantee Bonds executed or Deposits Receipts tendered by all

    Scheduled Banks (vi) A Deposit in the Post Office Saving Bank (vii) A Deposit in the National SavingsCertificates (viii) Twelve years National Defence Certificate (ix) Ten years Defence Deposits (x) National

    Defence Bonds and (xi) Unit Trust Certificates at 5 percent below market value or at the face value whichever is less.(b) A Performance Guarantee shall be submitted by the successful bidder after the letter of acceptance has been

    issued, but before signing of the agreement. The agreement should normally be signed within 15 days after the

    issue of LOA and the Performance Guarantee shall also be submitted within this time limit. This guarantee

    shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time or

    completion of work gets extended, the contractor shall get the validity of Performance Guarantee extended to

    cover such extended time for completion of work plus 60 days.

    (c) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the

    Completion Certificate issued by the competent authority stating that the contractor has completed the workin all respects satisfactorily. The security deposit, however, shall be released only after the expiry of the

    maintenance period and after passing the final bill based on No claim Certificate.(d) Wherever the contract is rescinded, the security deposit shall be forfeited and the

    Performance Guarantee shall be encashed and the balance work shall be got done independently without risk

    and cost of the failed contractor. The failed contractor shall be debarred from participating in the tender for

    executing the balance work.

    (e) 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.

    12. Partnership Deeds, Power of Attorney, etc.

    The tender shall clearly specify whether the tender is submitted on his own behalf or on behalf of partnershipconcern. If the tender is submitted on behalf of partnership concern he should submit the certified copy of

    partnership deed along with the tender and authorization to sign the tender documents on behalf of partnership

    concern. If these documents are not enclosed along with tender documents, the tender will be treated as having

    been submitted by individual signing the tender documents. The railway will not be bound by any Power of

    Attorney granted by the tendered or by changes in the composition of the firm made subsequent to the

    Signature of the Contractor Page 6 of 24

  • 8/14/2019 Tender Form & Schedule

    7/24

    execution of the contract. It may however recognize such power of attorney and changes after obtaining

    proper legal advice.

    13. Rights of Railway to deal with Tenders:

    The authority for the acceptance of the tender will rest with the Railway which does not bind itself to accept

    the lowest or any other tender nor does the Railway undertake to assign reason for declining to consider or

    reject any particular tender or tenders.

    14. Execution of Contract Documents:

    14.1 The successful tenderer(s) shall be required to execute an agreement with the Railway for carrying out the

    work according to General Conditions of Contract, Special Conditions/Specifications annexed to this tender,

    and specification for work and materials as laid down in the "Northern Railways standard specifications

    1987" amended with correction slips as mentioned earlier.

    14.2 The tenderer(s) whose tender is accepted will be required to appear at the office of the Town Engineer, RDSO,

    Manak Nagar, Lucknow 226011 in person or in case of firm or corporation a duly authorized representativeshall appear to execute the contract documents within 7 days after notice that the contract has been awarded to

    him and contract documents are ready for signature. Failure to do so shall constitute a breach of the agreement

    effected by the acceptance of the tender in which case the full value of the earnest money accompanying

    the tender shall stand forfeited without prejudice to any other right or remedies.

    14.3 Sales Tax/Commercial Tax

    State Govt. /local bodies, Sales Tax/Commercial Tax at the rate prescribed by the Govt. of State for works

    contract/construction contracts will be recovered from the bills from time to time for works carried out in the

    State Govt. /local bodies.

    15. Employment Partnership, etc. of Retired Railway Employees

    15.1 Should a tenderer be retired engineer of the Gazetted rank or any other Gazetted officer working before his

    retirement, whether in the executive or administrative capacity, or whether holding a pensionable post or not,

    in the Engineering Department of any of the Railways owned and administered by the President of India forthe time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or

    retired Gazetted officer as aforesaid, or should a tenderer being as incorporated company have any such

    retired engineer or retired Officer as one of its Directors, or should a tenderer have in his employment any

    retired engineer or retired Gazetted officer as aforesaid, the full information as to the date of retirement of

    such engineer or Gazetted officer from the said service and in case when such engineer or officer has not

    retired from government service at least 2 years prior to the date of submission of the tender as to whether

    permission for taking such contract or if the contractor be a partnership firm or an incorporated company to

    become a partner or Director as the case may be or to take employment under the contractor, has been

    obtained by the tenderer or the engineer or officer as the case may be from the President of India or any

    officer, duly authorized by him in this behalf, shall be clearly stated in writing at the time of submitting thetender. Tenders without the information above referred to or a statement to the effect that no such retired

    engineer or retired Gazetted officer is so associated with the tenderer, as the case may be, shall be rejected.

    15.2 Should a tenderer or contractor on the list of approved contractors have a relative or relatives, or in the case of

    firm or company of contractors one or more of his shareholders or a relative or relatives of the shareholders,

    employed in Gazetted capacity in the Engineering Department of the RDSO, the authority inviting tenders

    shall be informed of the fact at the time of submission of tender, failing which the tender may be disqualified

    or if such fact subsequently comes to light, the contract may be rescinded in accordance with the provisions in

    clause 62 of the General Conditions of Contract.15.3 The tenderer whether a sole proprietor, a limited company or a partnership firm if they want to act through

    agent or individual partner/ partners should submit along with the tender or at a later stage, a power of

    attorney duly stamped and authenticated by a Notary Public or by Magistrate in favour of the specific person

    whether he/they be partner/ partners of the firm or any other person specifically authorizing him/them tosubmit the tender, sign the agreements, receive money, witness measurements, sign measurement books,

    compromise, settle, relinquish any claim or claims preferred by the firm and sign No claim Certificate and

    refer all or any disputes to arbitration.

    16. Tender documents are not transferable

    I/We have specially noted clause 16 of conditions of tender and declare that I/we have no relative employed in

    the Gazetted or non-Gazetted capacity in the RDSO.

    Signature of the Contractor Page 7 of 24

  • 8/14/2019 Tender Form & Schedule

    8/24

    Name of work:-Maintenance of lawn & hedge and other horticulture work in different Directorate

    & labs.SPECIAL CONDITIONS/SPECIFICATIONS OF CONTRACT (PART-I)

    NON-TECHNICAL

    A. GENERAL

    1. These special conditions and the work schedule shall govern the works to be executed under this contract in

    addition to and/or in part suppression of the General Conditions of Contract and Standard Specifications aslaid down in the Northern Railways Standard Specifications 1987 as amended by correction slips on or

    before the opening of tender.2 Where there is any conflict between these Special Conditions of Contract on one hand and Standard

    specifications and General Conditions of Contract on the other hand, the former shall prevail.

    3 Any special condition stated by the tenderer(s) in the covering letter submitted along with the tender shall

    be deemed as part of contract to such extent only as have explicitly been accepted by the Railway.

    4 Cess Charges:

    4.1 For Contractor's labour employed/ residing at stations and in colonies where railway sanitary facilities exist,

    Contractor(s) will be required to pay Cess charges as per rules in force on the Railway from time to time.

    5 Contractor's Responsibility to arrange Tools, Plants, Machinery etc.

    The Contractor should make his/their own arrangements for all plants and tools required for the successful

    completion of the work in time.

    6 Materials supplied by Railway:

    The tenderer shall be responsible to see that the materials such as cement, steel etc., supplied by theAdministration are utilised for the sole purpose for, which they have been issued to him, failing which, he is

    liable to be dealt according to law for any misuse of these commodities by himself, his agents or workmenetc.

    6.1 If any extra quantity of Railway materials over and above that shown in the drawing or any extra quantity of

    cement or any other Railway materials over the standard scale have been issued to the contractors due to

    wastage. Workmanship or any other reason or if in the opinion of the Town Engineer, the Railway

    materials have not been accounted for by the contractor/s satisfactorily or have not been used on bonafide

    Railway works allotted to the contractor/s the cost of such Railway materials will be recovered from the

    contractor/s.

    6.2 The cement and/or steel Railway materials issued in excess of the requirement/s as above shall be returned

    at the place of issue, in perfectly good condition by the contractor/s to Railway immediately after

    completion or determination of the contract. If the contractor/s fails to return the said materials, the cost ofcement and/or steel Railway materials issued in excess of the requirements as computed by the Railway

    according to the specifications and approved drawings, will be recovered from the contractor/s @ one and

    half the prevailing procurement cost at the time of the last issue or one and half the current price of the

    material after completion of the particular phase of the work, whichever is higher plus 7% freight, viz. 1.5 x

    (Purchase price or current price+7% freight, only). This will without prejudice to the right of the Railway

    to take action against the contractor/s under the conditions of the contract for not doing/completing the

    work according to the prescribed specifications and approved drawings.

    7. a) Engagement of Qualified Engineers:

    The contractor shall the following technical staff during the execution of the work :-

    i) One graduate engineer when the cost of the work to be executed is Rs. 15 lacs and above

    ii) One qualified Diploma holder (overseer) when the cost of the work to be executed is more than Rs. 5

    lacs.Technical staff should be available at site required by the Engineer In-charge to take instructions. In

    case the contractor fails to employ the technical staff as aforesaid, he shall be liable to pay a reasonable

    amount not exceeding a sum of Rs. 2000/- (Rs. One thousand only) for each month of the fault in case of

    graduate Engineer and Rs. 1000/- (Rs. One thousand only) for each month of the fault in case of diploma

    holder (Engineer)

    The decision of the Engineer-in-charge as to the period for which the required technical staff was

    not employed by the contractors as to the reasonableness of the amount to be deducted on this amount shall

    be final and binding on the contractor.

    No one of the engineer should be related to the tenderers

    8. Water:

    Signature of the Contractor Page 8 of 24

  • 8/14/2019 Tender Form & Schedule

    9/24

    The contractor(s) shall make his/their own arrangements for potable and other water supply required for the

    execution of the work as well as for his labour. However, if water is supplied by the Railway, the

    contractor(s) will have to pay water charges as laid down in the General Conditions of Contract.

    9. Variation in quantities during execution.

    9.1 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.

    9.2 In case of increase in quantity of an individual item by more than 25% of the agreement quantity is

    considered as unavoidable, the same be got executed by floating a fresh tender. If floating a fresh tender is

    considered not practicable, negotiations may be held with the existing contractor for arriving at reasonable

    rates for additional quantities in excess of 125% of agreement quantity.

    9.3 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.

    9.4 No such quantity variation limit shall apply for foundation items.

    9.5 As far as SOR items are concerned, the limit of 25% would apply to the value of SOR schedule as a wholeand 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 rates (single percentage rate or individual item

    rate).

    9.6 In case variation leads to vitiation, the payment of variation quantity of that schedule which is

    causing vitiation, will be made at the rate quoted by lowest eligible tenderer for that particular

    schedule getting affected by vitiation.

    9.7 Variation limits are not applicable to foundation work. The actual quantities of work to be done against

    items of work pertaining to foundations may, however, be varied beyond the limit of 25% plus or minuslaid down above for which variation also the contractor shall be entitled to no extra payment on account of

    any such excess or reduction in the quantities over those given in the contract schedule but will be paid at

    the accepted contract rate for the actual amount of work done in all the items of work done pertaining to

    foundations.

    10. Errors, Omissions and Discrepancies

    The tenderer(s) shall not take any advantage of any misinterpretation of the conditions due to typing or any

    other error and if any in doubt shall bring it to the notice of the Engineer without delay. In case of any

    Contradiction, only the printed rules and books should be followed and no claim for the misinterpretationshall be entertained.

    11. Deduction for Income Tax

    The Railway will deduct 2% of income tax on the gross amount and surcharge on income tax of each bill as

    prescribed by Government from time to time and such deduction of Income Tax shall be recovered whilemaking payment to the Contractor/s. The settlement of income tax should be made with the Income Tax

    authorities.

    12. Arrangements for Permits or License

    Arrangements for permits and license for materials will not be made by the Railway or any assistance

    given. The Contractor will have to make his own arrangements. No import license shall be arranged by the

    railway for this work.

    13. Taxes and Royalties

    13.1 All rates quoted in the tender shall be deemed to be inclusive of all taxes, royalties payable by the

    Contractor(s) to the government or public body or local authority and no additional amount will be paid or

    claim entertained on this account by the Railway.

    13.2 All taxes such as Income tax, Sales tax and other taxes as prescribed by Central/State Govt. from time to

    time shall be applicable. The Contractor shall be fully responsible for payments of all such taxes withoutany liability of Railway Administration deducting towards such taxes shall be made from the payments of

    the contractor in accordance with rules in force from time to time.

    14. Measurements in Metric Units

    Measurements and payment will be made in metric units. In the case of items regarding measurements, the

    measurements will be rounded off to the second place of decimal for working out payment.

    15. Inspection Register and Records

    The Contractor/s shall maintain accurate records, plans and charts showing the dates and progress of all

    main operations and the Engineer and his authorized representative shall have access to this information atall reasonable times. Records of tests made shall be handed over to the Engineers representative after

    carrying out the tests. The following registers will be maintains at site by the Contractor/s.

    Signature of the Contractor Page 9 of 24

  • 8/14/2019 Tender Form & Schedule

    10/24

  • 8/14/2019 Tender Form & Schedule

    11/24

    Name of Work: Maintenance of lawn & hedge and other horticulture work in different

    Directorate & labs.

    1. SPECIAL CONDITIONS AND SPECIFICATION2. The rates quoted should be inclusive of all taxes viz. Royalty, Terminal, Octroi, Trade tax, Income-

    tax etc. and any other taxes payable to Government or any other party and no extra payment will be

    made on this account.

    3. The contractor will be paid once in a month on the basis of certificate of satisfactory completion of thework every day from the RDSOs nominated officials. The decision of the Engineer In charge in this

    regard shall be final and binding on the contractor.

    4. The administration will not be responsible for the death and injury to any of the contractors men.The Administration will not be responsible for any road mishap or accident met by the mechanical

    transport, etc. inside or outside the RDSO premises. The contractors men will be fully responsible for

    any such violation.5. In case of dispute, which may arise, concerning the agreement or tender, the decision of the

    Town Engineer/RDSO/Lucknow and or/Director/Civil/RDSO/Lucknow, shall be final and binding

    upon the contractor.6. The contractor will not employ labour below age of 18 years.

    7. In the event of labour being prevented from working in normal working hours due todispute, Strikes, etc. in Railways, RDSO premises where the work is being carried out, the total loss

    in idle time and other incidental expenses will not be borne by the RDSO Administration.8. The contractor shall at all time keep the RDSO Administration indemnified against all

    claims which may have been made under workmen compensation Act & rules in force for the time

    being.9. All the operation of Horticulture work, under this contract shall be done daily except Sunday and

    three festivals in a year. The duty hours of Malis deployed by the contractor will start from 8:00 hrs.

    17.00 hrs.10. At least Thrityfive (35) Malis shall be deployed daily for efficient working without any

    fail.

    11. If on any particular day No. of Malies are less than stipulated,than a penalty of Rs.100/- per

    day per Mali will be imposed.

    Signature of the Contractor Page 11 of 24

  • 8/14/2019 Tender Form & Schedule

    12/24

    Special Condition for N.S.Items

    ykWu ewfoax dk;Zen la0 1

    1- yku dh ?kkl bysDVhd ikoj }kjk pkfyr ykWu ewoj ls gh dkVuh gksxhAfctyh dh lIykbZ jsyos }kjk Qzh esa nh tk,xhA2- Bsdsnkj ds ikl yku dh ?kkl dkVus dh ekhu ykWu ewoj viuh gksuh

    pkfg,A3- ykWu ds fdukjksa dh ?kkl xzkl dfVax CysM ryokj ls bl izdkj dkVuh

    gksaxh fd ekhu }kjk dkVh gqb ?kkl ls uhph rFkk Waph u gksA4- lkekU;r% ?kkl dk ykWu dkVus dh vko`fRr fuEu izdkj gksxh%

    nks ykWu dfVax ds chpvUrjky

    tqykbZ vxLr flrEcj vDVwcj

    8 fnu ls 12 fnu ds chpeghus esa rhu ckj dsfy,

    uoEcj fnlEcj

    tuojh Qjojh

    27 fnu ls 32 fnu ds chpeghus esa ,d ckj dsfy,

    ekpZ vizSy

    ebZ twu 13 fnu ls 17 fnu ds chpeghus esa nks ckj dsfy,

    5- ykWu esa gj ykWu ewfoax ds ckn jklk;fud [kkn ;wfj;k dk fNM+dko1 fd-xzk- izfr 100 oxZeh0 {ks= dh nj ls djuk gksxk yku dks gjk&Hkjk

    j[kus ds fy, ftldk izcU/k Bsdsnkj dks Lo;a djuk gksxkA6- izR;sd yku ewfoax ds dk;Z dk ys[kk&tks[kk ,d jftLVj cukdj j[kuk gksxk

    ftlesa funskky; ukfer deZpkjh rFkk Bsdsnkj ds gLrk{kj gksuk vfuok;ZgksxkA

    7- dk;Z dk Hkqxrku fcuk ys[kk&tks[kk jftLVj ds ugha fd;k tk;sxk ftldksfunskky; }kjk ukfer deZpkjh }kjk cuk;k tk,xkA

    8- mijksDr vko`fr ds vykok vko;drk gksus ij tc Hkh Bsdsnkj dks dgktk;sxk yku ewfoax dk dk;Z djuk gksxk ftlds fy, Hkqxrku fd;k tk,xkA

    9- izR;sd yku esa ?kkl dh WapkbZ 40&50 fe-eh- ls vf/kd ugha gksuhpkfg,A

    10- ftl ykWu esa taxy vf/kd gksxk rks Bsdsnkj dks yku dkVus ls igysfunskky; ukfer deZpkjh ds vknsk gksus ij ykWu dh ohfMax djuh gksxhftldk Hkqxrku vyx ls lEcfU/kr en esa fd;k tk;sxkA

    11- mijksDr vko`fRr ds vuqlkj yku ewfoax u gksus ij Lohd`r nj dsnksxqus nj ls dVkSrh dh tk;sxhA

    Signature of the Contractor Page 12 of 24

  • 8/14/2019 Tender Form & Schedule

    13/24

    12- yxkrkj o"kkZ ds dkj.k ykWu dh dfVax ugha gks ikrh gS rks mlds fy,Bsdsnkj ftEesnkj ugha gksxkA dfVax u gksus ij Hkqxrku ugha fd;ktk,xkA

    jsyos ds ikuh ls yku dh flapkbZ djuken la0 2

    1- funskky; ds yku dh flapkbZ funskky; esa yxs uyksa ls gh djuh gksxhA

    2- ykuksa dh flapkbZ tc Hkh ikuh dh lIykbZ gksrh gS] mlh le; djuh gksxhAvyx ls ikuh ugha fn;k tk;sxkA3- ikuh yxkus ds fy, ukbyksu ikbi dk Bsdsnkj dks Lo;a bartke djuk gksxkA4- izR;sd yku ds yxk;s x;s ikuh dk ,d jftLVj esa ys[kk&tks[kk rS;kj djuk

    gksxkA bl jftLVj esa funskky; ukfer deZpkjh rFkk Bsdsnkj dk gLrk{kjgksuk t:jh gSA

    5- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxkA ys[kk&tks[kkjftLVj funskky; ukfer deZpkjh }kjk cuk;k tk;sxkA

    6- vizSy] ebZ] twu ds ekg esa yku esa ikuh izfr lIrkg yxkuk gksxk vDVwcjls ekpZ rd 15 fnuksa ds vUrjky ij ikuh yxkuk gksxkA o"kkZ ds eghuksatqykbZ] vxLr] flrEcj esa ikuh yxkus dh dksbZ vko;drk ugha gSA blizdkj o"kZ esa 24 ckj ikuh yxkuk gksxkA

    7- vko;drk iM+us ij Bsdsnkj dks o"kkZ =rq esa Hkh ikuh yxkuk gksxk] ;fno"kkZ ugha gksrh gS] ftldk Hkqxrku fd;k tk;sxkA

    8- mijksDr vko`fr ds vuqlkj dk;Z u djus ij Lohd`r nj ds nksxqus nj lsdVkSrh dh tk;sxhA

    9- ikuh dh ek=k funskky; ukfer deZpkjh ds larks"k ds vuqlkj djuh gksxhA

    gst dkVus dk dk;Z

    en la0 3

    1- gst dkVus dk dk;Z lw;ksZn; ls lw;kZLr gksus ds chp esa gh fd;k tk;sxkA2- gst dkVus ds fy;s Bsdsnkj dks midj.kksa dh O;oLFkk Lo;a djuh gksxhA3- gst dfVax dk dk;Z gst dkVus okyh dSaph ls gh fd;k tk;sxk] eksVh

    Mkykas ij mudh dVkbZ&NaVkbZ dk dk;Z xzkl dfVax CysM ryokj lsfd;k tk ldrk gSA

    4- fnu&izfrfnu ds dk;Z dk ys[kk&tks[kk ,d jftLVj esa j[kuk gksxk rFkkmlesa funskky; ukfer deZpkjh] Bsdsnkj ds gLrk{kj gksuk vko;dgksxkA

    5- dk;Z dk Hkqxrku ys[kk&tks[kk jftLVj ds vuqlkj gh fd;k tk;sxk ftldksfunskky; ukfer deZpkjh }kjk cuk;k tk;sxkA

    6- gst dfVax dk leLr dk;Z funskky; ukfer deZpkjh ds funsZkkuqlkj gh fd;ktk;sxkA

    7- gst dfVax ds ckn tks Hkh mldk eyck fudysxk mldks ,d= djds Bsdsnkjdks vius Lo;a ds lk/ku ls mlh fnu dkyksuh ls ckgj funsZfkr LFkku ijQsaduk gksxkA

    8- gst dk ijh fgLlk Vki ,d ysoy esa djuk gksxk rFkk lkbt esa Hkh lh/kkdkVuk gksxkA

    Signature of the Contractor Page 13 of 24

  • 8/14/2019 Tender Form & Schedule

    14/24

    9- ;fn dVh gqbZ gst izfr fnu ugha mBkbZ xbZ rks Bsdsnkj ls ,slh fdlhfkdk;r ds fy, izfr funskky; #0 10@& izfr fnu n.M fy;k tk;sxkA

    10- gst dkVus dh vko`fr nks eghus esa ,d ckj gksxh ,oa nks dfVax dschp dk vUrjky 55 ls 65 fnu ds chp gh gksuk pkfg,A

    11- gst dks gjk&Hkjk j[kus gsrq vko;drkuqlkj ikuh fn;k tk;sxk ,oajklk;fud [kkn 1 fd-xzk- izfr 100 eh0 yEckbZ esa Mkyh tk;sxhA

    12- gst mijksDr vko`fRr ds vuqlkj u dkVus ij Lohd`r nj ds nksxqus nj ls

    dVkSrh dh tk;sxhAen la0 4

    1- ?kkl] taxy] >kM+h dh fNykbZ rFkk dVkbZ funskky; ukfer deZpkjh dsfunsZkkuqlkj rhu ekg esa ,d ckj djuk gksxkA

    2- QsfUlax ds vUnj dh ?kkl] taxy] >kM+h vkfn lHkh Nhyuh rFkk dkVuhgksxhA

    3- QsfUlax ds vUnj ds {ks= dh ?kkl ;k taxy dks [kqjih ls Nhyuk gksxk]dsoy ogh taxy tks >kM+huqek gksxk mls xzkl dfVax CysM ls dkVktk;sxkA

    4- ?kkl dh fNykbZ ds ckn iwjs {ks=Qy dh QaVh ls njslh djuh gksxhA5- fNyh ?kkl dks lkbV vfHk;Urk ds funsZkkuqlkj crk;s LFkku ij Bsdsnkj dks

    vius lk/ku ls Qsaduk gksxkA6- bl dk;Z ds fy, Bsdsnkj dks fdlh Hkh izdkj ds vkStkj dh vkiwfrZ ugha dh

    tk;sxhA lHkh vkStkjksa dk Bsdsnkj dks Lo;a izcU/k djuk gksxkA7- fd;s x;s fNykbZ ds dk;Z dk ys[kk&tks[kk ,d jftLVj esa j[kuk gksxk rFkk

    mlesa funskky; ukfer deZpkjh] Bsdsnkj ds gLrk{kj gksuk vko;dgksxkA

    8- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxk ftldks funskky;

    ukfer deZpkjh }kjk cuk;k tk;sxkA9- ?kkl] taxy] >kM+h fNykbZ rFkk dVkbZ u djus ij Lohd`r nj ds nksxqus njls dVkSrh dh tk;sxhA

    u;h gst yxkuken la0 5

    1- u;h gst ogha ij yxk;h tk;sxh tgkWa ij gst ugha gSA2- u;h gst ds fy;s 45 lseh0 pkSM+h rFkk yEckbZ dh vko;drkuqlkj o 20

    lseh0 xgjh [kqnkbZ djds D;kjh cukuh gksxhA

    3- D;kjh ls ?kkl] dadM+] iRFkj fudkyus gksaxs rFkk D;kjh lery djuhgksxhA4- D;kjh esa gst ds c

  • 8/14/2019 Tender Form & Schedule

    15/24

    9- ikbi rFkk vU; vkStkjksa dk izcU/k Bsdsnkj dks Lo;a djuk gksxkA10- fd;s x;s dk;Z ys[kk&tks[kk ,d jftLVj sa j[kuk gksxk rFkk mlesa

    funskky; ukfer deZpkjh] Bsdsnkj ds gLrk{kj vko;d gksaxsA11- fcuk ys[kk&tks[kk jftLVj ds Hkqxrku ugha gks ldsxk ftldks funskky;

    ukfer deZpkjh }kjk cuk;k tk;sxkA12- gst dks gjk&Hkjk j[kus gsrq izkjEHk esa xkscj dh [kkn 1 ?ku eh0 izfr

    100 eh0 yEckbZ esa Mkyh tk,xhA

    13- u;h gst u yxkus dh nkk esa Lohd`r nj ds nksxqus nj ls dVkSrh dhtk;sxhA

    Uk;h yku cukukEkn la0 6

    1- ftl txg yku cukuk gS ml txg dh ?kkl] taxy vkfn dks fdlh [kj&irokj ukkdnok ls lq[kkuk gksxkA

    2- vxj ,slk ekSle gks fd nok ls ?kkl u lw[k ik;s ;k nok u Mky ik;s rks yku ds[kj&irokjksa dks QkoM+s ls [kksn dj gh fudkyuk gksxkA

    3- yku dh ?kkl lw[kus ij ikuh yxkdj yku ls tM+ksa dks rFkk dadM+ vkfnQkoM+s ls 20 lseh0 xgjh xqM+kbZ djds fudkyuk gksxkA

    4- yku dh njslh djuh gksxh vkSj lkbV bathfu;j ds funsZkkuqlkj

  • 8/14/2019 Tender Form & Schedule

    16/24

    lM+d ijEkn la0 7

    1- vko;drkuqlkj lM+d ij mxh ?kkl dks [kqjih] QkoM+k] [kj&irokj ukkd nokvkfn ls lkQ djuk gksxkA

    2- ?kkl lkQ djus dk fjdkMZ jftLVj esa j[kuk gksxkA3- ;g jftLVj funskky; ukfer deZpkjh }kjk cuk;k tk;sxkA4- ?kkl Bhd izdkj ls fudkyuh gksxh ftlls lM+d lkQ fn[kk;h nsA5- ;g dk;Z o"kZ esa pkj ckj funskky; ukfer deZpkjh ds funsZkkuqlkj fd;k

    tk;sxkA

    yku ds pkjksa rjQ yxs ckWMZj dh dVkbZen la0 8

    1- ckMZj dSaph ls dkVuk gksxkA2- gkbV rFkk lkbt funskky; ukfer deZpkjh ds funsZkkuqlkj j[kuk gksxkA3- izR;sd ckj dkVs x;s ckMZj dk jftLVj esa fjdkMZ j[kuk gksxk ftl ij laosnd

    rFkk funskky; ukfer deZpkjh dk la;qDr fujh{k.k gksxk ,oa gLrk{kj

    gksxkA ;g jftLVj funskky; ukfer deZpkjh }kjk cuk;k tk;sxkA4- ckMZj u dkVus dh nkk esa Lohd`r nj ds nksxqus dh nj ls dVkSrh dh

    tk;sxhA5- ckMZj dkVus dh vko`fr nks eghus esa ,d ckj gksxh ,oa nks dfVax ds

    chp dk vUrjky 55 fnu ls 65 fnu ds chp gksxkA

    en la0 9

    1- funskky; ukfer deZpkjh ds funsZkkuqlkj u;k ckMZj gh yxkuk gksxkA2- yxk;s x;s ckMZj dk fjdkMZ jftLVj esa j[kuk gksxk ftldks funskky; ukfer

    deZpkjh }kjk cuk;k tk,xkA3- ckMZj dh uki rHkh gksxh tc ckMZj Bhd izdkj ls feV~Vh esa yx tk;sxkvkSj laosnd ,oa funskky; ukfer deZpkjh ds gLrk{kj iqfLrdk esa fd,tk,axsA

    4- funskky; ukfer deZpkjh ds funsZkkuqlkj ckMZj dh dfVax] cht dhvkiwfrZ Bsdsnkj dks djuh gksxhA blds fy, vyx ls dksbZ Hkqxrku ughafd;k tk;sxkA

    5- u;k ckMZj u yxkus dh nkk esa Lohd`r nj ds nksxqus nj ls dVkSrh dhtk;sxhA

    en la0 10

    1- xeyksa esa ikuh ,d fnu ds vUrjky ij nsuk gksxkA xs: ls jaxkbZ eghusesa ,d ckj djuh gksxhA

    2- xeyksa dh fujkbZ xqM+kbZ lIrkg esa ,d ckj djuh gksxhA3- xkscj dh [kkn eghus esa ,d ckj Mkyuh gksxhA4- xeyksa dh vuqj{k.k O;oLFkk Bhd u gksus dh fLFkfr esa n.M Lo:Ik #0

    5@& izfr xeys dh nj ls dVkSrh dh tk;sxhA

    Signature of the Contractor Page 16 of 24

  • 8/14/2019 Tender Form & Schedule

    17/24

    5- bl dk;Z ds fy, jftLVj esa fjdkMZ j[kuk gksxk tks funskky; ukferdeZpkjh }kjk cuk;k tk;sxk ,oa larks"ktud fLFkfr esa gksus ij gh Hkqxrkufd;k tk;sxkA

    en la0 11 ls 14

    1- ikS/kksa lfgr xeys dh vkiwfrZ lkekU;r% Bsdk izkjEHk gksus ds ,d ekg dsvUnj gh djuk gksxkA

    2- vkiwfrZ djus dk fnukad nks fnu igys lwfpr djuk gksxk rkfd vkiwfrZ dsfy, yk;s x;s ikS/kksa dk fujh{k.k fd;k tk ldsA ;fn xeyksa esa ikS/ks ,oaxeyk larks"ktud ugha gS rks mudks rqjUr okil ysuk gksxk vkSj okil fd,x, xeyksa dk dksbZ Hkh Hkqxrku ugha fd;k tk;sxkA

    3- xeyksa esa ikS/kksa dh lkbt en esa fn, x, lkbt ds vuq:Ik gksuh pkfg;sA4- ikS/kksa okys xeys dh ns[kHkky lEcfU/kr en esa fn;s x;s fooj.k ds

    vuqlkj Bsdsnkj }kjk djuh gksxh ftlds fy, vyx ls Hkqxrku fd;k tk;sxkA5- ikS/kksa okys xeyksa dh vkiwfrZ ,d eghus esa u djus ij nsjh ds fy, #0

    1&@ izfr fnu izfr xeyk dVkSrh dh tk;sxh tks lEcfU/kr en dh Lohd`r nj dsnqxqus ls vf/kd ugha gksxhA

    en la0 15

    1- feV~Vh ds ids gq, 30 lseh0 O;kl ds xeys dh vkiwfrZ funskky; ukferdeZpkjh ds funsZkkuqlkj vko;drk iM+us ij djuh gksxhA

    en la0 16

    1- isM+ksa dh dVkbZ NVkbZ dk dk;Z funskky; ukfer deZpkjh dsfunsZkkuqlkj gh fd;k tk;sxkA

    2- isM+ksa dh NaVkbZ u gksus ij #0 50@& izfr isM+ dh nj ls dVkSRkh dh

    tk;sxhA

    en la0 17

    1- yku esa ,d fnu ds vUrjky ij >kM+w yxkuk gksxk rFkk dwM+k@iRrsbR;kfn funsZkkuqlkj MLVfcu esa MkysxkA

    2- bl dk;Z dk ys[kk&tks[kk jftLVj esa funskky; ukfer deZpkjh ,oa Bsdsnkjds gLrk{kj ds lkFk j[kk tk,xkA

    3- ;fn >kM+w o"kkZ bR;kfn dh otg ls ugha yx;k tk ldrk gS rks bldk fooj.kjftLVj esa j[kk tk;sA

    mijksDr dkj.k ds vykok ;fn dk;Z Bsdsnkj }kjk ugha fd;k tkrk gS rksLohd`r nj ds nksxqus nj ls dVkSrh dh tk,xhA

    ekSleh Qwyksa ds ikS/ks yxkuken la0 18

    Signature of the Contractor Page 17 of 24

  • 8/14/2019 Tender Form & Schedule

    18/24

    1- o"kZ esa rhu ckj ekSleh Qwyksa ds ikS/ks vuqeksfnr lwph ds vuqlkjyxkus gksaxsA

    2- Qwyksa ds ikS/ks ykus ds fy, D;kfj;ksa dks 20 lseh0 xgjk [kksnukgksxk rFkk D;kfj;ksa ls ?kkl] dadM+] iRFkj vkfn fudkyus gksxs rFkkD;kfj;ka lery djds esM+ lh/kh rFkk lqUnj cukuh gksxh ftlls ns[kus esalqUnj yxsA D;kfj;ka cukus ls igys D;kfj;ksa esa xkscj dh [kkn 1 ?ku eh0izfr 100 oxZeh0 {ks= esa Mkyuk gksxk ftldk izcU/k Bsdsnkj Lo;a

    djsxkA3- ikS/kksa dh c

  • 8/14/2019 Tender Form & Schedule

    19/24

    1- isM+kas dh jaxkbZ tehu ls 1 eh0 WapkbZ rd vPNh DokfyVh ds pwukls djuh gksxh rFkk ftlesa ij dk 200 feeh0 dh iV~Vh xs: ls jaxuhgksxhA ;g dk;Z de ls de 55 fnu rFkk vf/kd ls vf/kd 65 fnu ds vUrjky ijdjuk iM+sxkA

    2- bl dk;Z dk ys[kk&tks[kk jftLVj esa funskky; ukfer deZpkjh ,oa Bsdsnkjds gLrk{kj ds lkFk j[kk tk,xkA

    3- isM+ksa dh jaxkbZ u djus ij #0 3@& izfr isM+ dh nj ls dVkSrh dh

    tk;sxhA

    Signature of the Contractor Page 19 of 24

  • 8/14/2019 Tender Form & Schedule

    20/24

    CERTIFICATE TO BE GIVEN BY THE BIDDER

    (Applicable in case of use of downloaded tender documents)

    I/We . certify

    that I/We have checked this downloaded bid documents alongwith application form with the bid

    documents available online at www.rdso.gov.in and there is no discrepancy/variation/printing

    mistake and it is further certified that no alteration/modification has been made in the biddocuments 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 RDSO/Administration will befinal and binding on me/us.

    Signature of tenderer

    (with name & address)

    Signature of the Contractor Page 20 of 24

  • 8/14/2019 Tender Form & Schedule

    21/24

    SCHEDULE OF ITEMS, QUANTITY & RATESName of work: Maintenance of lawn & hedge and other horticulture work in different Directorate &

    labs.App. Cost. : Rs. 20,97,282.00 Date of opening: 13.01.2010Earnest Money: 41,950.00 Date of completion: 1 (one) Years from the date

    of acceptance issued.dz- l-

    fooj.k xSj&vuqlwph en Ekk=kbdkb

    Z

    njvadks ,oa

    'kCnksaesa

    dqy

    /kujkfk

    1 Ykku ewoj ls yku dh ?kkl 15 fnu ds vUrjky lsdkVuk rFkk dVh gqbZ ?kkl dks Qsduk ,oa jklk;fud [kkn Mkyuk ftlls yku iwjs o"kZ gjkfn[kk;h nsA lkbV bathfu;j ds funsZkkuqlkjo"kZ esa 24 ckj

    7]80]695-00

    oxZeh0

    0-41 3]20]084-95

    2 jsyos ds ikuh ls yku dh flapkbZ djukA vizSy]ebZ] twu esa izR;sd lIrkg rFkk vDVwcj] uoEcj]fnlEcj] tuojh] Qjojh] ekpZ esa 15 fnu ds ckn,oa cjlkr ds ekg tqykbZ] vxLr] flrEcj esa

    ikuh yxkus dh vko;drk ugha gSA o"kZ esa24 ckj ikuh nsuk gSA

    7]63]347-00

    oxZeh0

    0-06 45]800-82

    3 Ikgys ls yxh gqbZ gSt dks dSaph ls dkVuknksuksa lkbM rFkk ijh fgLlk gSt dheksVkbZ rFkk VkaWi dks ,d leku ry es cjkcjdjuk rFkk dVh gqbZ gSt dks laosnd vius lk/kuls lkbV bathfu;j }kjk crk;s x;s fufnZ"V LFkku ijQsaduk vko;drkuqlkj gSt esa [kkn Mkyuk rFkkikuh Mkyuk ftlls gSt iwjh gjh fn[kk;h nsA ;gdk;Z o"kZ esa 8 ckj djuk gSA

    7]533-00

    eh0 1-45 10]922-85

    4 ?kkl] taxy] >kMh vkfn dks [kqihZ] QkoMk lsNhyuk rFkk fNyh ?kkl dks lkbV bathfu;j dsfunsZkkuqlkj crk;s x;s LFkku ij QsadukA ;gdk;Z o"kZ esa 6 ckj gksxk izR;sd 3 nks ekges ,d ckj

    3]17]237-00oxZeh0 1-00 3]17]237-00

    5 ubZ gSt yxkukA blds fy, 45 lseh- rd pkSMh rFkk 10lseh- xgjh ukyh cukuk rFkk D;kjh dh 25 lseh xgjkbZxqMkbZ djds ?kkl] dadM] iRFkj vkfn fudkyuk xksojdh [kkn feykdj lery djuk o nks ykbuksa esa gSt dhdfVax 15&15 lseh- dh nwjh ij yxkuk ;k gst dk chtcksukA le; ij ikuh yxkuk fujkbZ] xqMkbZ] dfVaxvkfn dk;Z Bsdk ds le; rd djuk ftlls gSt gjh fn[kkbZ

    nsA ubZ gSt dh pkbZ 45 lseh gksus ds i'pkr ghHkqxrku fd;k tk;sxkA

    1]832-00

    eh0 4-00 7]328-00

    6 u;k yku cukukA ftl txg ij yku cukuk gS ml txgds ?kkl] taxy dks [kjirokj uk'kd nok Mkydjlq[kkukA [kjirokj lw[kus ds ckn yku dh QkoMsls 30 lseh- xgjh xqMkbZ djuk] [kjirokj] dadM]iRFkj fudkyuk] [kkn Mkyuk] tehu dks lerydjukA ckn esa yku esa crk;h rFkk vuqeksfnr ?kkl dks 1 bap ls 2 bap dh nwjh ij yxkuk]flapkbZ djukA le; ij yku ohfMax djuk ,o

    25]357-00

    oxZeh0

    21-00 5]32]497-00

    Signature of the Contractor Page 21 of 24

  • 8/14/2019 Tender Form & Schedule

    22/24

  • 8/14/2019 Tender Form & Schedule

    23/24

    11

    30 lseh vkdkj ds ,d feV~Vh ds xeys esa yxs ,dxqykc ds ikS/ks dh vkiwfrZA 45 lseh WphyxHkxA

    156 ux 36-66 5]718-96

    12

    30 lseh vkdkj ds ,d feV~Vh ds xeys esa yxs ,ddzksVu ds ikS/ks dh vkiwfrZA 45 lseh WphyxHkxA

    191 ux 45-00 8]595-00

    13

    30 lseh vkdkj ds ,d feV~Vh ds xeys esa yxs ,d

    lkbdl ds ikS/ks dh vkiwfrZA yxHkx ,d o"kZiqjkukA

    141 ux 75-00 10]575-

    0014

    30 lseh vkdkj ds ,d feV~Vh ds xeys esa yxs ,dQuZ ds ikS/ks dh vkiwfrZA 45 lseh WphyxHkxA

    156 ux 33-33 5]199-48

    15

    30 lseh vkdkj ds feV~Vh ds xeys dh vkiwfrZA 70 ux 11-42 799-40

    16

    isM+ks dh vkWjukesUVy NaVkbZ dk dk;ZA 3]582 ux 70-98 2]54]250-36

    17

    yku esa >kMw yxkukA ftlls lkQ lqFkjk fn[kkbZnsA mlls fudys dwM+s dk fuLrkj.k

    vko;drkuqlkjA

    54]25]487-00

    oxZeh0

    0-02 1]08]509-74

    18

    lnhZ] xehZ] cjlkr ds ekSle esa Qwy ds ikS/ksyxkus ds fy, D;kjh rS;kj djuk D;kjh ds pkjks vksj ?kkl Nhydj ckMZj cukuk D;kjh dks 30 lseh- xgjkbZ rdQkoMs ls xqMkbZ djuk] ?kkl rFkk vU; [kjirokjfudkyuk] [kkn feykuk ,o lery djuk] esM lqUnj rFkklh/kh cukuk] ?kkl vkfn dks lkbV bathfu;j dsfunsZkkuqlkj crk;s LFkku ij QsadukA vuqeksfnrlwaph ds vuqlkj gj ekSle ds ikS/kksa dh vkiwfrZdjuk rFkk D;kjh esa crk;h x;h nwjh ds vuqlkjyxkukA Qwyks dh D;kfj;ks dh lQkbZ rFkk ikuhyxkus gsrq lIrkg esa ,d ckj ekyh dks izR;sdfunskky;@dk;kZy; esa tkuk vko;d gSA

    11]475-00

    oxZeh0

    6-50 74]587-50

    19

    yku ohfMax&vuko;d ?kkl] [kjirokj dks yku lsfudkyukA

    2]17]020-00

    oxZeh0

    1-25 2]71]275-00

    20

    isM+ksa dh jaxkbZ 1 ehVj rd djukA nkseghus esa ,d ckj o"kZ esa 06 ckj

    13]038-00

    ux 5-50 71]709-00

    dqy ;ksx 20]97]282-26

    Say 20]97]282-00

    Total for NS Item (S.N. 1 to 20)Rs. 20,97,282.00

    In words

    In Fig.

    % age above/below/at parNote: 1. The tenderer is required to quote rate both in words & figures.

    2. Contractor to quote a single rate for all NS item i.e. %age above/below or at par for item no. 1 to 20 only.

    3. Non-schedule items 20 (Twenty) only.

    4. The basic Cost of quantities for N.S. items mentioned above are only approx. and subject to change

    as per requirement.

    5. Income Tax as per rates applicable shall be deducted at source.

    6. All taxes legally livable shall be borne by the contractor nothing extra will be paid.7. Contractor should submit their PAN and Bank Account No. separately.

    Signature of the Contractor Page 23 of 24

  • 8/14/2019 Tender Form & Schedule

    24/24

    8. Eligibility Criteria:

    Tender being composite tender, only those firms/contractors who satisfy the following criteria

    should submit their offer for this work.

    9. Turnover:Tenderer(s) should have received total contractual amount against satisfactory execution works in

    progress of all type of works for a minimum of 150% of advertised tender value of work during the

    last three financial year (ie 2006-07,2007-08&2008-09) and in current financial year, as perpayment certificate from the tenderer duly issued by the officer of the concerned Govt.Department

    or as per audited balance sheet duly certified by Chartered Accountant.

    10.Experience in similar nature work:The ternderer(s) should have successfully completed at least one similar single work for a minimum

    value of 35% of advertisement tender value of the work in the last three financial year (ie 2006-

    07,2007-08&2008-09) and in current financial year. Certificate from Private/individual for whom

    such work are executed should not be accepted. Following works will be treated as of similar nature:-

    Maintenance of lawn & hedge etc. and other horticulture work

    a) The tenderer (s) shall submit the documentary proof in support of eligibility criteria mentionedabove alongwith the Tender Form.Certificate issued by individual in his personal capacity shall not

    be accepted.

    b) The tenderer should have labour licence for Horticulture work.

    c) The tenderer should be registered with EPFO & ESIC.d) The tenderer should be ISO:9001 certified for Horticulture work.

    (Rajiv Kumar Gupta)Town Engineer

    Signature of the Tenderer for & on behalf of President of India.

    (with name & address)