23
Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV) Page 1 of 23 Town Engineer R.D.S.O./Lucknow For& on behalf of President of Union of India Signature of tenderer/s TENDER DOCUMENTS. 1. Tender No. RPF/Tender/390/TEN (Pt.-V) 2. Name of work. Providing Security Arrangement in various barrier points/Gates at RDSO premises. 3. Approximate cost of work. Rs. 95,40,053.00 4. 5. Earnest Money. Cost of Tender Document Rs. 1,90,810.00 Rs. 5000.00 (By Post) Rs. 5500.00 6. Completion period. 24 (Twenty Four) Months. Tender form available from: 23.02.2016 at 10:00 hrs. Tender sale Closing date & time: 14.03.2016 at 11.00 Hrs. Tender to be submitted from : 29.02.2016 at 10.00 Hrs. Tender to be submitted up to : 14.03.2016 at 14.30 Hrs. Tender Opening date & time. : 14.03.2016 at 15.00 Hrs NOT TRANSFERABLE. ISSUED BY Town Engineer RDSO, Lucknow ISSUED TO. : -------------------------------------------- -------------------------------------------- --------------------------------------------

TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 1 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

TENDER DOCUMENTS.

1. Tender No. RPF/Tender/390/TEN (Pt.-V)

2. Name of work. Providing Security Arrangement in

various barrier points/Gates at RDSO

premises.

3. Approximate cost of work. Rs. 95,40,053.00

4.

5.

Earnest Money.

Cost of Tender Document

Rs. 1,90,810.00

Rs. 5000.00

(By Post)

Rs. 5500.00

6.

Completion period.

24 (Twenty Four) Months.

Tender form available from: 23.02.2016 at 10:00 hrs.

Tender sale Closing date & time: 14.03.2016 at 11.00 Hrs.

Tender to be submitted from : 29.02.2016 at 10.00 Hrs.

Tender to be submitted up to : 14.03.2016 at 14.30 Hrs.

Tender Opening date & time. : 14.03.2016 at 15.00 Hrs

NOT TRANSFERABLE.

ISSUED BY Town Engineer

RDSO, Lucknow

ISSUED TO. :

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

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

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

Page 2: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 2 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

Name of work: - Providing Security Arrangement in various barrier

points/Gates at RDSO premises.

Sr. No.

Description Page No.

From To

1. Tender Notice 03 04

2. Special Condition - 05

3. Tender Form – First Sheet - 06

4. Tender Form – Second Sheet 07 14

5. SPECIAL CONDITIONS/SPECIFICATIONS OF CONTRACT

(PART-I) NON-TECHNICAL 15 17

6. SPECIAL CONDITIONS /SPECIFICATIONS OF ONTRACT

(PART-II) (TECHNICAL) 18 21

7. Certificate given by the tenderer - 22

Schedules of approximate quantities/ Offer Sheet - 23

Page 3: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 3 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

GOVERNMENT OF INDIA, MINISTRY OF RAILWAY RESEARCH DESIGNS & STANDARDS ORGANIZATION

Manak Nagar, Lucknow-11

NOTICE INVITING TENDER

For and on behalf of president of Union of India, The Town Engineer RDSO, Lucknow invites

sealed open tender on prescribed form for the following work: -

S. No.

Name of work Approx. cost (Rs.)

Cost of tender

document (Rs.)

Earnest Money

(Rs.)

Completion period

Date of opening

Availability of Tender document

1 Providing Security

Arrangement in various

barrier points/Gate points at

RDSO premises.

95,40,053.00

5,000/-

By post

5,500/-

1,90,810.00

24

(twenty four)

months

14.03.2016 23.02.2016

The above tender will be open on 14.03.2016 at 15:00 hrs. in the office of the Town Engineer,

RDSO, Manak Nagar, Lucknow.

Note: -

1) Tender unaccompanied by requisite earnest money will be summarily rejected. Earnest money in the

form of Bank guarantee/ FDR/TDR/DR will not be accepted. The earnest money should be

deposited in cash or in the form Banker’s cheque /DD etc. issued by State Bank of India or any

Nationalized Bank or scheduled bank in favour of Executive Director, Finance, RDSO payable at

Lucknow. Cash may be deposited in the office of D.C.P.M., N.Rly., Charbagh, Lucknow and receipt

enclosed with the tender document.

2) Tender form can be obtained from the office of the Town Engineer, RDSO, Manak Nagar, Lucknow on

any working day from 23.02.2016 during working hours up to 11:00 hrs on 14.03.2016, on production

of demand draft/pay order in favour of Executive Director, Finance, RDSO payable at Lucknow or

money receipt issued by DCPM office, Northern Railway, Charbagh, Lucknow for the cost of tender

document shown as above. The tender document can also be downloaded from the website of RDSO

(www.rdso.indianrailways.gov.in) on or after 23.02.2016 and the cost of downloaded tender document

to be submitted along with tender documents in the form of demand draft/pay order in favour of

Executive Director, Finance, RDSO payable at Lucknow, failing it, offer will be summarily rejected.

The cost of tender document is not refundable.

3) The tender document can also be obtained by post on request, on production of demand draft/pay order

of requisite cost of Tender in favour of Executive Director, Finance, RDSO payable at Lucknow.

4) Tender form duly filled must be enclosed in a sealed cover superscripted as Tender no.

RPF/Tender/390/TEN/(Pt.IV) and must be sent by register post to the address of the Town Engineer,

RDSO, (Ministry of Railway), Manak Nagar, Lucknow-226011, so as to reach the office not later than

14:30 hrs. on 14.03.2016 or dropped in the special box allotted for the purpose at RPF Chauki near

office of the Town Engineer, RDSO, Manak Nagar, Lucknow-226011 from 29.02.2016 at 10:00

hrs. to 14.03.2016 at 14.30 hrs. The tender box will be sealed at 14:30 hrs on 14.03.2016. The tender

will be opened at 15:00 hrs. on same day at same place in the presence of tender(s) or their authorized

representative.

5) This office will not be responsible for any type of postal delay for delivering blank tender form

or sending offer for participation.

Page 4: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 4 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

6) 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. 2012-13, 2013-14 & 2014-15) and current

financial year (i.e. 2015-16) up to the date of opening of Tender, as per payment certificate from

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

sheet duly certified by Chartered Accountant.

(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 and

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

executed should not be accepted.

Following works will be treated as of similar nature:-

“Providing Security Services to any Govt.Organization in Hostel/Rest

House/Residential Colony/Office infrastructure / Premises involving Public Utility.”

Note: -

Similar work has been carried out as a part larger work, the same should be specifically stated in

the credentials and its costs be advised separately.

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

above along with the tender form. Certificate issued by individual in his personal capacity shall

not be accepted.

7) The tenderer who has awarded the work will require submitting Performance Guarantee

amounting to 5% of contract value.

8) Tender forms are not transferable.

9) The validity of offer for a period of 90 (Ninety)days from the date of opening of Tender.

10) In addition to above, all other terms & condition of the tender can be seen in tender document

posted on website. (www.rdso.indianrailways.gov.in).

Page 5: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 5 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

SPECIAL CONDITIONS:

(i) The tenderer should have the license as per Private Security Agency Regulation Act.-2005 issued by Police Department of U.P.

The Firm should also be registered in EPFO and ESIC and should submit proof of registration alongwith tender form.

The Agency should deploy preferably Ex-Servicemen below the age of 55 years for Railway Security duty.

(ii) The tenderer(s) shall submit the documentary proof in support of eligibility criteria mentioned above along with the tender form. Certificate issued by individual in his personal capacity shall not be accepted.

(iii) 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 be rejected summarily.

(iv) The Pvt. Security personnel provided to the Railway should be physically fit, free from any physical disabilities and smart. The agency should have a proper system of recruitment, C & A verification of their staff, a distinct uniform and proper ID cards

(v) 25% of the Bill Amount payable to Security agency should be withheld and paid only when it furnishes evidence that EPF Obligation have been discharged.

(vi) The firm should give proof that during previous year they had operated EPF Accounts of Employees that were at least twice the number of employees proposed to be engaged by the Railways.

(vii) The Pvt. Security guards to be deployed shall be imparted a week long orientation course by RPF before they are deployed on Railway Security duty. The guard shall not be treated as having performed duty for Railways during the period of training. The expenditure on remuneration etc. of these guards during the period of training will have to borne by the concerned Private Security Agency.

Page 6: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 6 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

FIRST SHEET

Name of work: - Providing Security Arrangement in various barrier

points/Gates at RDSO premises.

To, The President of India, Acting through the Town Engineer RDSO,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 acceptance for a period of 90 days from the date fixed for opening the same and in default thereof, I/we will be liable for forfeiture of my/our "Earnest Money". I/we offer to do the work for Town Engineer/Director (Civil), RDSO, Manak Nagar, Lucknow at the rates quoted in the attached schedule and hereby bind myself/ourselves to complete the work in all respect within 24(Twenty Four) months 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 2010 ( Vol. -I & II) of Northern Railway. (3) A sum of Rs. 1,90,810.00 (Rupees One Lakh ninety Thousand & eight Hundred ten Only) is herewith 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 work within 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 and indicated 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)

Page 7: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 7 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

TENDER FORM (SECOND SHEET)

Name of work: - Providing Security Arrangement in various barrier

points/Gates at RDSO premises.

1. Instructions to Tenderer and Conditions of Tender: 1.11 Tender must be enclosed in a sealed cover superscripted as RPF/Tender/390/TEN (Pt.-V)

and must be sent by registered 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 14.03.2016or 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 14.03.2016. The tender will be opened on 15.00 hrs. in the presence of tenderer(s) or their authorized representatives on 14.03.2016 at same place. The tender papers will not be sold after 11.00 hrs. on 14.03.2016.

1.2 The 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 2010 (Vol. I & II) 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 CONDITION OF CONTRACT AND SPECIFICATION

Except where specifically started otherwise in the Tender Documents the work is to be carried in accordance with(i) Northern Railway General Conditions on contract and regulations and instructions to Tenderer/s and standard from of contract 1999 amended from Time to Time & upto date(ii) Northern Railway Unified Standard Schedule of Rates (Works & Material) 2010 amended from Time to Time & upto Date and (iii) Indian Railway Unified Standard Specifications (Works and material)-2010 Volume I & II. Copies of all these publication can be obtained from Baroda House, Northern Railway(HQ) New Delhi on Payment.

3.0 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:

Providing Security Arrangement in various barrier points/Gates at RDSO

premises.

3.1 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 stipulated in the tender documents need be mentioned, in case tenderer(s) choose to stipulate 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 been

accepted by the Railways.

The tenderer(s) conditions/stipulations at variance with the tender conditions/codal provisions shall be withdrawn by the tenderer(s)

Page 8: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 8 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

3.2 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 personnel 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) Permanent Account Number (PAN) issued by income tax department. (vii) Demand draft/Pay order /Bankers cheque towards the cost of tender document in

case tender documents are down loaded from website of RDSO.

3.3 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 be rejected summarily.

3.4 If the offer received below Minimum wages, Tender will be rejected summarily. 3.5 Tender form is not transferable. 3.6 The offer from Tenderer in proper Tender Document accompanted by required

earnest money in valid form and cost of tender form will only be considered. Any loose document/offer submitted separately by the tenderer other than this complete tender document will not be taken in cognisance irrespective of low or higher revision of rates.

4.0 ELIGIBILITY CRITERIA:

Only those firms/contractors who satisfy the following criteria should submit their offer for this work :

(i) Turnover:

The tenderer(s) should have received the total contractual amount against satisfactory execution/works in progress of all ype of works for a minimum of 150% of advertised tender value of work during last three financial years (i.e. 2012-13,2013-14,2014-15) and current financial year (i.e. 2015-16) up to date of opening of Tender, as per payment certificate from the tender duly issue by the officer of concerned Govt. Department or as per Audited Balance Sheet duly certified by Chartered Accountant.

(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 the advertised tender value of the work in the last Three Financial Years and current financial year. Certificate from individual for whom such work are executed/being executed should not be accepted

Following works will be treated as of similar nature:-

“Providing Security Services to any Govt.Organization in Hostel/Rest House/Residential Colony/Office infrastructure / Premises involving Public Utility”.

Similar nature of work physically completed within the qualifying period, i.e. last three financial years and current financial year (even though the work might have commenced before the qualifying period) should only be considered in evaluating the eligibility criteria. The total value of similar nature of work completed during the qualifying period and not the payment received within qualifying alone, should be considered. In case the final bill of similar nature of work

has not been passed and final measurement have not been recorded, the total paid amount including statutory deductions is to be considered. If final measurement have been recorded and work has been completed with negative, then also the paid amount including statutory deductions is to be considered.

Page 9: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 9 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

However, if final measurement have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility. In case composite works involving combination of different works, even separate completed works of required value should be considered while evaluating the eligibility criteria. The tenderer(s) shall submit the documentary proof in support of eligibility criteria mentioned above alongwith the tender form. Certificate from private individuals for whom such works are executed/being executed shall not be accepted. SPECIAL CONDITIONS: (ii) The tenderer should have the licence as per Private Security Agency Regulation Act.-

2005 issued by Police Department of U.P. The Firm should also be registered in EPFO and ESIC and should submit proof

of registration alongwith tender form. The Agency should deploy preferably Ex-Servicemen below the age of 55 years

for Railway Security duty. (ii) 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.

(iii) 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 be rejected summarily.

(iv) The Pvt. Security personnel provided to the Railway should be physically fit, free from any physical disabilities and smart. The agency should have a proper system of recruitment, C & A verification of their staff, a distinct uniform and proper ID cards

(v) 25% of the Bill Amount payable to Security agency should be withheld and paid only when it furnishes evidence that EPF Obligation have been discharged.

(vi) The firm should give proof that during previous year they had operated EPF Accounts of Employees that were at least twice the number of employees proposed to be engaged by the Railways.

(vii) The Pvt. Security guards to be deployed shall be imparted a week long orientation course by RPF before they are deployed on Railway Security duty. The guard shall not be treated as having performed duty for Railways during the period of training. The expenditure on remuneration etc. of these guards during the period of training will have to borne by the concerned Private Security Agency.

Note :

If Similar work has been carried out as a part larger work, the same should be specifically stated in the credentials and its costs be advised separately.

5. Inspection of Site before Tendering, etc.

The tenderer(s) is/are advised to visit the site of work and investigate actual conditions regarding nature and condition of site.

6. Earnest Money and Security Deposit:

6.1 The tenderer(s) is/are required to deposit a sum of Rs.1,85,200.00 (Rupees One Lakh Eighty Five Thousand & Two Hundred Only) as earnest money for due performance of stipulation to keep the offer open for the period specified below.

6.2 The tenderer shall hold the offer open for a period of 90 days (Ninety) 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 resile from his offer or modify the terms and conditions thereof in a manner not acceptable to the CSC/RDSO, Manak Nagar, Lucknow – 226011. Should the tenderer fail to observe or comply with the foregoing stipulation, the aforesaid earnest money shall be forfeited to the Railway.

Page 10: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 10 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

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 money shall be forfeited.

6.4 The earnest money should be in the form of Deposit receipt, pay orders or demand drafts executed by State Bank of India or any of the nationalized bank 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

Executive Director/Finance, RDSO, Lucknow. (2) If the name of the directors/company is added thereafter, the tenderer(s)

is/are required to paste & sign Rs. 1.00 (One) Revenue Stamps 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 along with 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.

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:

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.

iv. The Security Deposit shall be forfeited whenever the contract is rescinded. The Security Deposit unless forfeited in whole or in part according to the

Page 11: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 11 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

terms and conditions shall be released to the contractor only after the expire of the maintenance period and after passing the final bill based on „no claim certificate‟. Thus before releasing the SD, an unconditional and unequivocal no claim certificate from the contractor concerned should be obtain. The competent authority should issue the certificate regarding the expire of the maintenance period and passing of the final bill based on „no claim‟ certificate‟.

Note. : I. After the work is physically completed, Security Deposit recovered from the

running bills of a contractor can be return to him if he so desires, in lieu of FDR for equivalent amount to be submitted by him.

II. In case of contractor of value Rs. 50 Crore and above, irrevocable Bank Guarantee can also be accepted as a mode of obtaining Security Deposit.

III. No Interest will be payable.

12. Introduction of Performance Guarantee: (As per GCC para 16(4) with latest amendment.

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 Savings Certificates (viii) Twelve years National Defence Certificate (ix) Ten years Defence Deposits (x) National Defence Bonds and (xi) Unit Trust Certificates at 5 % below market value or at the face value whichever is less. Also DD in favour of Exe. Director Finance, RDSO at Lucknow(Free from any encumbrance) may be accepted.

(b) The procedure for obtaining Performance Guarantee is outlined below : The successful bidder shall have to submit a Performance Guarantee(PG) within 30(Thirty) days from the date of issue of Letter of Acceptance(LOA). Extension of time for submission of PG beyond 30(Thirty) days and upto 60 days from the date of issue of LOA may be given by the authority who is competent to sign the contract agreement. However, a penal interest of 15% per annum shall be charged for the delay beyond 30 (Thirty) days i.e. from 31st day after the date of issue of LOA. In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA. The contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The failed contractor shall be debarred from participating in re-tender for the work.

(c) The Performance Guarantee (PG) shall be submitted by the successful bidder after the Letter of Acceptance(LOA) has been issued, but before sigining of the contract agreement. This PG shall be initially valid upto the stipulated date of completion plus 60 days beyond that. In case, the time of completion of work gets extended, the contractor shall get the validity of Performance Guarantee (PG) extended to cover such extended time for completion of work plus 60 days.

(d) The Performance Guarantee (PG) shall be released after the physical completion of the work based on the “Completion Certificate” issued by the

Page 12: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 12 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

competent authority stating that the contractor has completed the work in 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” from the contractor.

(e) Wherever the contract is rescinded, the security deposit shall be forfeited and the Performance Guarantee(PG) 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.

(f) The RDSO shall not make a claim under the Performance Guarantee(PG) 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(PG) as described herein above, in which event the RDSO may claim the full amount of the Performance Guarantee(PG).

(ii) Failure by the contractor to pay the 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 RDSO.

(iii) The contract being determined or rescinded under provision of the G.C.C. the Performance Guarantee(PG) shall be forfeited in full and shall be absolutely at the disposal of the President of India.

(g) Partnership Deeds, Power of Attorney, etc.

The tenderer shall clearly specify whether the tender is submitted on his own behalf or on behalf of partnership concern. 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 execution of the contract. It may however recognize such power of attorney and changes after obtaining proper legal advice.

(h) 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.

(i) Execution of Contract Documents:

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 "Indian Rly. Unified Standard specifications2010(Vol. I & II)” amended with correction slips as mentioned earlier.

(j) JV/Partnership firms : This is applicable with G.C.C. with latest amendment.

13. ACCEPTANCE OF TENDER:

Page 13: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 13 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

13.1 “IF THE TENDERER/S DELIBERATELY GIVES A WRONG INFORMATION/WHOSE

CREDENTIALS/DOCUMENTS IN HIS/THEIR TENDERS AND THEREBY CREATE (S) CIRCUMSTANCES FOR ACCEPTANCE OF HIS/THEIR TENDER, RAILWAY RESERVES THE RIGHT TO REJECT SUCH TENDER AT ANY STAGE, BESIDES, SHALL SUSPEND

THE BUSINESS FOR ONE YEAR”

13.2 The authority for acceptance of tender rests with CSC, as the case may be who dose not undertake to assign reasons for declining to consider any particular tender or tenders. He also reserves the right to accept the tender in whole or in part or to divide the tender amongst more than one tender if deemed necessary.

13.3 The successful tender/s shall be required to execute an agreement with the President of India acting through the Chief Security Commissioner (RPF) / Director(Civil)/Town Engineer, for carrying out the work as per agreed conditions.

13.4 The tender/s shall not increase his/their rate in case the Railway Administration negotiates for reduction of rates. Such negotiations shall not amount to cancellation or withdrawals of the original offer and rates originally quoted will be binding on the tender/s.

13.5 The tender/s shall submit an analysis of rates called upon to do so. 13.6 The tenderer(s) whose tender is accepted will be required to appear at the office of

CSC/RDSO,Lucknow – 226011 in person or in case of firm or corporation a duly authorized representative shall 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. 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 for the time being, or should a tenderer being partnership firm have as one of its partners a retired engineer or retired Gazetted officer as aforesaid, or should a tenderer being 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 the tender. Tenders without the information above referred to or a statement to the effect that no such retired engineer or retired Gazetted officer is so associated with the tenderer, as the case may be, is liable to be rejected.

Page 14: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 14 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

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 Security 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 to submit 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 Tenderer(s)

Dated:

Page 15: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 15 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

Name of work: - Providing Security Arrangement in various barrier points/Gates at RDSO

premises.

SPECIAL CONDITIONS/SPECIFICATIONS OF CONTRACT (PART-I) NON-TECHNICAL

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 as laid down in the Northern Railway’s 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.

General Responsibility and Liability of Contractor:

i. Latest edition of relevant Codes including up to date correction slips, on date of submission of tender/negotiated rates shall govern. These codes of Practice are available from the Manager, Government of India publication Branch, Patiala House, New Delhi and Director , Indian Standards Institution, Manak Bhagwan , Bahadur Shah Zafar Marg, New Delhi.

ii. Contractor must have one copy of each relevant code at side as applicable for ready reference of site Engineer/other inspecting officials.

4 Cess Charges: 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 & Payments etc. The Contractor should make his/their own arrangements for all plants and tools required for the successful completion of the work in time. Proper duty roster contractors labour/Guard should be maintained by contractors and payment of 2

nd bill onwards will be made only when the contractor

submits documentary evidence of paying labour as per minimum wages Act. from previous bill.

6 Variation in quantities during execution. (As per GCC para 42(4) with latest amendment)

6.1 Individual NS items in contract 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.

6.2 In case an increase in quantity of an individual item by more that 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:

6.3 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 upto 140% of the agreement quantity of the concerned item, shall be paid at 98% of the rate awarded for that item in that particular tender;

(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the concerned item, shall be paid at 96% of the rate awarded for that item in that particular tender;

(iii) Variation in quantities of individual items beyond 150% will be prohibited and would be permitted only in exceptional unavoidable circumstances with the concurrence of associate finance and shall be paid at 96% of the rate awarded for that item in that particular tender.

6.4 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.

6.5 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 prior personal concurrence of Executive Director/Finance/RDSO/Lucknow and approval of Director General.

6.6 In case where decrease is involved during execution of contract: (a) The contract signing authority can decrease the items upto 25% of individual item without finance

concurrence.

Page 16: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 16 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

(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 decrease in the quantities.

(c) It should be certified that the work proposed to be reduced will not be required in the same work. 6.7 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.

6.8 No such quantity variation limit shall apply for foundation items. 6.9 As far as SOR items are concerned, the limit of 25% would apply the value of SOR schedule as a whole

and not on individual SOR items. However, in case of NS items, the limit of 25% would apply on the individual items irrespective of the manner of quoting the rate (single percentage rate or individual item rate).

6.10 The aspect of vitiation of tender with respect to variation quantities should be checked and avoided. In case of vitiation of the tender (both for increase as well as decrease of value of contract agreement), sanction of the competent authority as per single tender should be obtained.

7. 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 misinterpretation shall be entertained.

8. 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 while making payment to the Contractor/s. The settlement of income tax should be made with the Income Tax authorities.

9. 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.

10. Taxes and Royalties

10.1 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.

10.2 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 without any 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.

11. Mode of Payments:

The Contractor will maintain a register of daily attendance in which he will put stamp of his firm & date on each page, descriptions of the shifts, the column of S.No., Name of the Security Guard, Name of the beat, his arrival time, his signature, time of departure & again signature, sign of the RPF duty officer. The register will be kept in safe custody by the contractor. He will produce the register along-with the bill at the end of the month, on the basis of which the post in-charge of RPF will fill up the details in Measurement Book (M.B.), the same will be signed by the contractor as having accepted the details of work done. Further monthly charges as per the contract, deduction made if any will be writen by post in-charge in M.B. and then will be counter signed by ASC/RPF. The bill along-with M.B. will be sent to accounts department for payment. The decision of the said officials (Post In-charge & ASC/RPF) in respect to certifying in the register shall be final & binding. Clause 46 of GCC stands modified to this effect only

11.1 Payment to the Pvt. Security Guards engaged by the contractor shall be paid through Bank and proof Bank statement should be submitted alongwith each claim seeking payment from RDSO.

11.2 The firm should pay EPF, ESI and Service Tax first to the concerned organization. After submission of the proof of the payment of the same, the required amount will be reimbursed by the RDSO.

Page 17: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 17 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

12. SAFETY PRECAUTIONS

12.1 The Contractor/s shall at all times adopt such safe methods of work as will ensure safety of structure, equipment and labour. If at any time the Railway finds the safety arrangements unsafe, the contractor/s shall take immediate corrective action as directed by the Railway's in the matter shall in no way absolve the contractor/s of his/their sole responsibility to adopt safe working methods.

12.2 The Contractor(s) shall design and execute temporary works such as formwork and supports, so as to ensure absolute safety of contractor(s) personnel as well as Railway staff and personnel engaged on the work. The Contractor(s) should indemnify the Railway against damages and injury to workmen. Railway reserves the right to enforce safety regulations on the contractor(s) and recover any cost, which may be incurred for the purpose.

12.3 The contractor(s) should take all precautions for safety of his/ their labour, vehicles working at site while crossing the State Highway/Railway track and ensure no interference with smooth movement or road/rail traffic.

13. COMPLETION PERIOD :

13.1 The Contractor(s) shall have to complete the work in all respects within a period of 02 (Two) Years (Including monsoon) from the date issue of acceptance of the tender.

13.2 The Contractor(s) will have to employ labour in full strength commensurate with working areas available. He will also arrange for materials and equipments to complete the job most expeditiously within the stipulated completion period. The Engineer‟s decision as to what is full strength will be final. He should also submit bar-chart for completing the work in time.

13.3 The contractor/s will be required to maintain speedy and required progress to the satisfactions of the Engineer to ensure that the work will be completed in all respects within the stipulated period failing which action may be taken by the Railway Administration in terms of clause 17 and/or clause 62 of the General Conditions of Contract,1999.

14. MAINTENANCE PERIOD

There will not be any maintenance period for the work.

15. FORCE MAJEURE CLAUSE: 14.1 The term „Force Majeure‟ means any Act of God and any event, whether accidental or not,

beyond the will and control of the Party affected by such event (but not necessarily predictable) such as war, whether declared or not, riot, insurrection, civil commotion, sabotage, strikes, lock out, or other disturbances, accident, fire, earthquake, flood, explosion, damage to plant or installations, epidemic, quarantine restrictions, absence of the usual means of transport and embargoes, the occurrence of which event could not have reasonably be foreseen or provided for by a man of common prudence exercising due diligence together with the steps taken by it to avoid or minimize the adverse effect of such Force Majeure event, as also the cessation of such event.

14.2 In the event that any of the parties hereto finds itself unable, by reason of a case of „Force

Majeure‟ to carry out its obligations hereunder in whole or in part, the obligations of such

Party to the extent that they are affected by such „Force Majeure‟ shall be suspended

as long as impossibility so caused shall last but not thereafter. The adverse situation created

by such „Force Majeure‟ shall be remedied as far as possible, with reasonable dispatch.

14.3 The Party affected by „Force Majeure‟ shall give notice thereof to the other Party setting forth

all necessary particulars concerning the giving of the said notice, the obligations of the Party

giving such notice shall be suspended as said above and the Parties shall consult together

with a view to determining mutually acceptable measures to overcome the difficulties arising

there from

Page 18: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 18 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

Name of work: - Providing Security Arrangement in various barrier

points/Gates at RDSO premises.

SPECIAL CONDITIONS /SPECIFICATIONS OF CONTRACT (PART-II)

(TECHNICAL)

1. INTRODUCTION The work content in this tender consists of Providing Security Arrangement in various barrier points/Gates at RDSO premises. The tenderer(s) should quote his/their rates in figure and words (both), in the prescribed Proforma(offer sheet) attached with the tender. The rates are inclusive of all equipments, transport, labour, taxes, royalties, levies etc. for completion of items except otherwise specified in the schedule of quantities.

a. Scope of work The scope of works includes the security arrangements of RDSO campus, Lucknow. The areas/ premises covers the entire area within the boundary walls of RDSO. The security will be provided round the clock and all the seven days in the week including holidays during the currency of the contract. Following activities will be undertaken by the contractor. a. Regulating and controlling of movement of motorised vehicles. b. Render assistance in fire fighting. c. Assist personnel from assault by anti-social elements in the prescribed premises. d. Apprise the Railway Administration of any irregularities occurred and suggest remedial

methods. e. Entry of stray cattle i.e. cows, bulls, buffaloes, goats, dogs, pigs etc. should be

prevented in campus. f. Provision of all necessary equipment like torches, wooden sticks, etc. to security Guard. g. Maintain a visitors‟ book and records of all the vehicles of without valid pass/sticker and

material coming in and going out of the campus through the barrier points. h. Tendere should provide well educated Receptionist having good knowledge of English

& Hindi so that he/she should be able to maintain a visitor‟s register for the visitors coming into the building and issue passes/cards to the visitors.

b. Security Arrangement Work

Areas of Work to be covered by the Contractor Deployment of Security Staff to provide Security Arrangement in premises of RDSO will involve below:

S. N.

Description of work LOCATION UNIT

1

One Security Guard at 01 barrier point in 01 shifts from 08:30 Hrs to 19:00 Hrs. (Except Saturday & Sunday) May be shut down after 19:00 Hrs.

Barrier Points: Entry From Tejikhera

01

2

One Security Guard each at 05 barrier points in 3 shifts from 06:00 Hrs to 14:00 Hrs., 14:00 Hrs. to 22:00 Hrs., 22:00 Hrs. to 06:00 Hrs.

Barrier Points : 1. Entry From Mehndikhera. 2 Entry Behind DG Bungalow. 3. Entry From Vikaram Nagar Opening. 4. Entry From Near Quarter No. C-41 5. Entry From Newly Constructed Sub- Way(Near Officers Rest House)

15

3

01 Security Guard at Extra Divisional Hospital, RDSO,LKO in 2 shifts from 07:00 Hrs to 15:00 Hrs., 15:00 Hrs. to 23:00 Hrs.,

Extra Divisional Hospital, RDSO,LKO

02

4.

Sector wise Surveillance and Patrolling of entire RDSO Colony Campus & continuous movement by 03 Security Guard in 02 shifts from 15:00 to 23:00 Hrs. 23:00 to 07:00 Hrs.

Patrolling of entire RDSO Colony Campus & Continuous Movement.

06

*Note - This deployment is indicative only and number of barrier points & their location can be changed by RDSO administration as per requirement to ensure security of RDSO Campus.

c. Qualification of Guards:

3.1 The security guards will be provided proper uniform of summer, Rainy & winter seasons by the contractor. No unauthorized items will be allowed to be worn by the security guard. The details of Uniforms such as head gear, Pant Shirt, uniform accessories Shoe, Jackets in Summer, Rainy & Winter Seasons to be put up to Railway authority by the contractor for

Page 19: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 19 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

granting permission to wear on duty. The railway authority will decide the timing of Winter, Rainy & Summer Seasons which will be binding on the contractor.

3.2 The Security Guard should have minimum educational qualification of High School and or equivalent other than ex-servicemen.

3.3 The Security Guard have minimum height of 5’6” (Except hill tribes)

3.4 The security personnel to be deployed in RDSO should be young, preferably of age below 40 years (not applicable in case of Ex. Service Man), of sound health and mind.

3.5 The tenderer shall submit the names, character certificate and photographs of such persons which should be available with them during duty hours, before the contract is operated

3.6 In case conduct/behavior/activities of any of the personnel employed by the Contractor is not found satisfactory, administration shall declare such person, as persona-non-grata and the tenderer shall ensure that such personnel is/are removed and not permitted to loiter or roam around not only in the premises but in the adjoining area also. The tenderer shall also ensure suitable replacement of such personnel immediately.

3.7 This office shall have the right to ask the tenderer to remove any person considered incompetent or found unsuitable or for any other reason. Persons removed shall not be deputed again in RDSO premises without the consent of RDSO Administration.

3.8 The Security Guards will be provided security Gadgets such as Walki Talkie, Telephone instruments, CCTV Monitors etc. which Security Guard will handle properly and any damage to them will be compensated by the contractor. In case of theft, further legal action as per the law will be taken against the security guard and / or contractor as per law in addition to monetary charges to be paid to the Railways for the losses as per procedure prescribed by the railways.

3.9 The Security Guards will ensure no theft of railway property and individual property takes place in his beat jurisdiction failing which legal & monitory penalty will be imposed by railway administration on the contractor & security guards as per law and decision of competent railway authority will be binding on the contractor.

3.10 The Contractor will provide Standard Lathi,Three Cell Torch or equivalent & Whistle to each Security Guard.

3.11 The Contractor will provide cycle/Motorcycle to each Security Guard on Patrolling Duty.

d. Duties of Security Guards at barrier/location:

(iii) The security guards will maintain a register in which names of security guards be entered with date, time and place of duty, duly signed by the Mounting/ Dismounting Guards.

(iv) They will man the openings as specified and restrict the entries of Motorised vehicles unless specifically allowed by RDSO.

(v) They will check the movement of any suspicious persons. (vi) At each opening, a register should be maintained regarding movement of outside vehicle

before it is to allowed to enter the premises. Vehicle no. and time of entry and exit of the vehicle should be noted in the register.

(vii) The Security guard should be acquainted with the vehicles of RDSO and behave in respectful manner with officers and staff of RDSO.

(viii) The movement of vehicle should be fully restricted between 2200-0530 hrs. and only those vehicles should be allowed to enter the premises who have reasonable and satisfactory cause. Details of such vehicles should be intimated to Post In-charge/ RPF/RDSO next day.

(ix) The security guard will allow entry of the vehicles including 2-wheelers bearing stickers/passes issued by RDSO administration.

(x) The Security Guard will not allow outsider to sit or remain with them while on duty. (xi) The Security Guards will not leave their duty place under any circumstances until relieved by

another guard or as directed by Post In-charge/ RPF/RDSO.

(xii) In case of fire, the security guard will immediately alert the staff on duty and assist in fire fighting operation and also inform Post In-charge/ RPF/RDSO office.

(xiii) No guard will be allowed to attend second shift of duty within 24 hours without prior permission of the RDSO authorities and that too only in exceptional conditions.

(xiv) If the Agency finds during their checks or on the report of the Post In-charge/ RPF/RDSO that any of the security personnel is not performing his duties properly, he will take suitable action.

7. Duties of Security guard on Patrolling duty in RDSO Colony

Page 20: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 20 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

i. He should prevent chain/Purse snatching ii. He should prevent eve-teasing, assault etc. . iii. He should prevent theft from railway houses and railway premises iv. He should detain High Speed Bikers and bring them to RPF Post. v. He should detain suspicious persons and bring them to RPF Post. vi. He should drive out stay cattle‟s in RDSO Area outside the RDSO Area.

8. The Tenderer shall all times obey the lawful instructions given to him by CSC/RPF/RDSO or such other person (s) appointed/deputed by the RDSO administration in respect of all work of Security Arrangement. He shall observe the hours of work as laid down by RDSO administration.

9. In the event of labour being prevented from working in the normal working hours due to dispute, strikes etc. in Railways/RDSO premises where the work is being carried out, the actual loss in idle time and other incidental expenses shall not be borne by the RDSO Administration.

10. The tenderer shall compensate RDSO for the loss incurred by the RDSO due to the negligence of tenderer‟s staff.

11. The tenderer shall provide his staff with proper winter and summer uniforms as specified by RDSO administration and shall also ensure that these are worn by them at all times while on duty in clean and tidy conditions. The RDSO shall not accept any staff that is not found wearing the proper and tidy uniform.

12. The security supervisor should take directions from RPF Officer of RDSO appointed to supervise the work.

13. The tenderer shall provide and pay for all medical expenses in respect of all his employees. RDSO has no liability whatsoever in respect of any medical facilities to the staff employed by the tenderer.

14. In case of any mishap/accident to/by the tenderer‟s staff, no liability will lie on the Ministry of Railways for the same. The sole liability will be that of the tenderer.

15. RDSO, Lucknow shall reserve the right to terminate the contract at any time during the currency of the contract without assigning any reasons as per GCC.

16. The overall Security Arrangement Work shall be inspected by the contractor jointly with RDSO from time to time, including the surprise checks.

17. If any item of work as mentioned in “Scope of Work”, is not executed by the tenderer or not executed to the entire satisfaction of the official nominated by RDSO Administration, or any clause of Contract Agreement is violated penalty of Rs.500/- for each default shall be imposed on the tenderer, subject to total penalty being maximum of 10% of the value of contract, and amount shall be recovered from his bills/pending dues/security deposit. The decision of RDSO Administration in this regard shall be final and binding on the tenderer.

22. In case of any dispute of any kind and any respect whatsoever the decision of the CSC/RPF/RDSO, Lucknow shall be final.

23. Railway shall provide a shelter/cabin/gate lodge at barrier points for security guards. Railway

shall also provide electricity in the shelter/cabin/gate lodge. Other facilities, if required, shall be provided by the tenderer and nothing extra shall be paid for this.

24. Scope of work shall not be deemed to have increased by adding of a new building/ other assets in the campus.

25. Penalty Clause:

(I) A penalty of Rs. 500/- per day of absence of any security guard will be imposed. (II) A penalty of Rs. 100/- per person for not wearing proper uniform will be levied. (III) The CSC, ASC or any authority authorized by them shall empowered to impose penalty for misconduct or not being alert of security personnel engaged. (IV) The reported cases of theft case or chain/purse snatching shall attract penalty as decided by CSC/ASC.

Page 21: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 21 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

26. ADHERENCE TO LABOUR LAWS & REGULATION (For Providing Security Arrangement in various barrier points/Gates at RDSO premises.)

1. The Contractor shall pay to his Labour as per current rates of minimum wages act as revised by Ministry of Labour & Employment , Office of the chief Labour Commissioner (C), New Delhi time to time . Minimum wages rate revised generally twice in a year i.e. April & October of every year.

2. Rate of Minimum wages for this tender has been taken as per Ministry of Labour & Employment office of the chief Labour Commissioner (C), New Delhi’s letter No.1/15(3)/2015-LS-II dated 30.09.2015. As per these letter minimum wages for Lucknow (A-Category) is Rs.390.00 per day for Security Guards.

3. The rates shown in estimate are taken as base rate for this tender, if tenderer quote rate below on the base rate of minimum wages, the tender shall be summarily rejected.

4. Difference of base rate of minimum wages & rate of minimum wages at the time of actual payment (for the period actual work done) will be paid extra by the RDSO to the tenderer. For the payment of difference if any contractor shall produce calculation sheet for actual labour engaged in the work as per the record of Railways.

5. No extra payment shall be made due to increase in any inflation other than minimum wages rate.

6. No other PVC Clause shall be applicable for this Contract.

7. Labour deployed by the agency for the work should be registered in ESIC & PF.

Page 22: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 22 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

CERTIFICATE TO BE GIVEN BY THE TENDERER

(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 on line 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 bid documents and the application for. I/We accept

that the entire responsibility of ensuring that this application form along with other documents are as

per original available on website is mine/ours. I/We also agree that if anything contrary is found the

decision of RDSO Administration will be final and binding on me/us.

Signature of Tenderer

With name & address

Page 23: TENDER DOCUMENTS. · 2019. 10. 17. · The cost of tender document is not refundable. 3) The tender document can also be obtained by post on request, on production of demand draft/pay

Tender Notice No.: RPF/TENDER/390/TEN(Pt.IV)

Page 23 of 23 Town Engineer

R.D.S.O./Lucknow For& on behalf of President of Union of India

Signature of tenderer/s

Security Directorate RDSO/LKO

WORK SCHEDULE

Name of work:-Providing Security Arrangement in various barrier

points/Gates at RDSO premises.

Approximate Cost for the Work Rs.: 95,40,053.00 Earnest Money: Rs. 1,90,810.00 Completion Time : 24 Months i.e. (365X2 = 730 Days.)

S. N.

Description of work Qty. Unit

Rate in Rs. (Per Day)

Amount in Rs. (For 24 Months) i.e. (365 X2 = 730

Days). 1

One Security Guard at 01 barrier point in 01 shifts from 08:30 Hrs to 19:00 Hrs. (Except Saturday & Sunday) May be shut down after 19:30 Hrs. Barrier Points:

Entry From Tejikhera

01 Per Day

2

One Security Guard each at 05 barrier points in 3 shifts from 06:00 Hrs to 14:00 Hrs., 14:00 Hrs. to 22:00 Hrs., 22:00 Hrs. to 06:00 Hrs.

Barrier Points:

1. Entry From Mehndikhera. 2 Entry Behind DG Bungalow.

3. Entry From Vikaram. Nagar Opening. 4. Entry From Near Quarter No. C-41 5. Entry From Newly Constructed Sub-

Way(Near Officers Rest House)

15 Per Day

3

01 Security Guard at Extra Divisional Hospital, RDSO,LKO in 2 shifts from 07:00 Hrs to 15:00 Hrs., 15:00 Hrs. to 23:00 Hrs.,

02 Per Day

4

Surveillance and Patrolling of entire RDSO Colony Campus & continuous movement by 03 Security Guard in 02 shifts from 15:00 to 23:00 Hrs. 23:00 to 07:00 Hrs.

06 Per Day

Grand Total:

Note/Declaration 1. The Tenderer is required to quote Rates/Amount against every item both in words & figures failing which his tender is liable to be

rejected. 2. If the offer received below Minimum Wages, Tender will be rejected summarily. 3. The rates mentioned above are all inclusive of all taxes i.e. EPF/ESI/Service Tax/Contractor Profit (Service Charge) and expenses for

manpower fuel & driver and no further charges will be claimed. 4. Contractor should submit their PAN and Bank Account No. separately 5. The offer from Tenderer in proper Tender document accompanied by require earnest money in valid form and cost of tender form

will only be considered. Any loose document/offer submitted separately by the tenderer other than this complete tender document will not be taken cognizance irrespective of low or higher revision of rates.

6. Contract Period: 24 Months. 7. I/We agree to supply the MANPOWER at above rates. 8. I/We agree to maintain such records as may be required or prescribed by the RDSO for documenting the “Providing Security

Arrangement in various barrier points/Gates at RDSO premises.” and for preferring claims thereof, for payment. 9. I/We note that RDSO reserves the right to reject all or any of the offers received without assigning any reason and that it also

reserves the right to accept more than one offer.