Vous êtes sur la page 1sur 25

Coach MLR Workshop Anara,(West Bengal)

Workshop Project, Patna

Tender Document

of

Tender No. 2012/WP/MLRWP/ EC (Open Tender)dated 30.03.2012

Date of Opening: 30.04.2012

Name of Work: Consultancy on environmental issues and for obtaining No objection


certificate (NOC) under Section 25 & 26 of the water (Prevention &
Control of pollution) Act, 1974 & under Section 21 of the Air
(Prevention & Control of pollution) Act, 1981 from West Bengal
Pollution Control Board in connection with setting up of Coach MLR
Workshop, Anara,Purulia(West Bengal) to undertake MLR of 250
Coaches per annum.

Page- 1 of 25
CHAPTER I

Workshop Projects, Patna

Tender No. 2012/WP/MLRWP/ EC , dated :30.03.2012

Forwarding Letter detailing salient features of the tender

Issued to:
________________________________________________________________

________________________________________________________________

________________________________________________________________

________________________________________________________________

Name of Work: Consultancy on environmental issues and for obtaining No objection


certificate (NOC) under Section 25 & 26 of the water (Prevention & Control
of pollution) Act, 1974 & under Section 21 of the Air (Prevention & Control
of pollution) Act, 1981 from West Bengal Pollution Control Board in
connection with setting up of Coach MLR Workshop, Anara, Purulia (West
Bengal) to undertake MLR of 250 Coaches per annum.

Details of Demand Draft/Railways Money Receipt towards cost of tender document.

DEMAND DRAFT/Railways Money Receipt No.-----------------------------DATE-----------------

ISSUED BY ----------------------------------------------------------------------------------------------------

AMOUNT Rs----------------------------------------------------------------------------------------------------

Dear Sir,

1.0 Sealed tenders have been invited for and on behalf of the President of India for the
above mentioned work as per tender notice quoted above. A copy of the tender notice is
enclosed herewith as Chapter-II.

2.0 The tender document is hereby being issued to you on the condition that you agree to
abide by the conditions laid down hereinafter in the tender document.

3.0 The Railway, before the due date of opening, may of its own or in response to any
clarification requested or suggested by any person including that of the Tenderer, may
modify the tender document at its sole discretion.

4.0 The tender document includes six (6) chapters as enclosed, which form an integral part
of the tender document.

Page- 2 of 25
5.0 This tender document contains 25 pages including cover pages.

Chapter Nature of document Pages


Covering page 1
I Forwarding letter detailing salient features of the tender 2-4
II Tender Notice 5-8
III Conditions of Tender & Instructions to Tenderer(s) 9-19
IV Special Conditions of Contract 20
V Form of Tender 21-23
VI Schedule of Items 24
Annexure I 25

6.0 These tender documents also include as integral part of these documents, the East
Central Railways General Conditions of Contract 2008" as amended by updated
correction slips hereinafter referred to as GCC-2008, East Central Railways Schedule
of Rates, 2008 for Civil Engineering Department as amended by updated correction
slips hereinafter referred to as Schedule of Rates,2008 and Standard Specifications as
contained in North Eastern Railways Standard Specifications-1981 as amended by
updated correction slips hereinafter referred to as Standard Specifications -1981. These
three books are hereinafter called the Books of Reference.

7.0 All the above mentioned chapters and above named documents, taken together, if not
scored off, shall constitute the complete tender document hereinafter referred to as
"tender document" and have to be read together and acted upon accordingly. No part of
the tender document can be relied upon or acted upon in isolation.

8.0 In the event of any conflict between the Books of Reference and contents of various
chapters of these documents, the latter shall prevail.

9.0 Scope of the Work:

Preparation of NOC application form and submission to WBPCB.

Examine the project proposal, study site conditions especially from the perspective of
environmental considerations, collect data and Preparation of Environmental Management
Plan (EMP) report in order to obtain NOC from West Bengal Pollution Control Board.

Co-ordination with WBPCB officials for site visit.

Technical discussion with State Pollution Control Board and arrangements of public
hearing including Uninterrupted Video recording of the proceedings during public hearing, if
required.

Follow up & Technical discussion with the WBPCB officials for obtaining NOC.

Preparation of Technical presentation document and making final presentation at WBPCB


if required.

Obtaining Final NOC i.e consent to establish, under Section 25 & 26 of the water
(Prevention & Control of pollution) Act, 1974 & under Section 21 of the Air (Prevention &
Control of pollution) Act, 1981 from WBPCB for the Coach MLR Workshop, Anara,Purulia
(West Bengal).
Compliance of NOC conditions set byWBPCB.
Date of completion of all above works is within 12 months from the date of issue of LOA.

Page- 3 of 25
10.0 Approximate cost of the work: The assessed cost of the work covered by this tender is
approximately Rs. 4,50,024/-(Rupees Four Lakh Fifty Thousand and Twenty Four
only).

11.0 Date of Opening: 30.04.2012

12.0 Opening of the tender: The Tender will be received in the office of the CAO/WP,
Chamber Bhawan, J.C.Road, Patna 800001 up to the prescribed date of opening till
15.00 hrs. The tenders will be opened on the same day at 15.30 hrs in presence of the
tenderers or their authorized representatives who wish to remain present.
In case the tender opening day is declared a holiday on any account, the tenders shall be
received and opened at the same time on the next working day.
13.0 Amount of Earnest Money: The amount of earnest money required to be deposited along
with the tender has been given in the tender notice.
14.0 Validity of the tender: A Tenderer shall keep his tender open for a period of 120 days
from the date of opening of the tender.
15.0 Period of Completion: The successful tenderer shall complete the entire work within the
period specified in the tender notice. The period starts from the date of issue of the letter of
acceptance by the Railway to such tenderer.
16.0 Schedule of Items: The tenderer shall fill up the rates for doing this work in the Schedule
of Items.
17.0 Specification of the work: The work shall be carried out as per specifications contained in
the tender document or otherwise referred to.

Signature of Tenderer(s)
Date: ...............................

Witness:

1.

2.

Page- 4 of 25
CHAPTER II

Workshop Projects, Patna

Tender Notice - Tender Notice No.2012/WP/MLRWP/EC(OPEN TENDER) dated 30.03.2012

1) Sealed Open Tenders are invited for and on behalf of the President of India for the under
mentioned work:

Name of Work: Consultancy on environmental issues and for obtaining No objection


certificate (NOC) under Section 25 & 26 of the water (Prevention & Control
of pollution) Act, 1974 & under Section 21 of the Air (Prevention & Control
of pollution) Act, 1981 from West Bengal Pollution Control Board in
connection with setting up of Coach MLR Workshop, Anara,Purulia(West
Bengal) to undertake MLR of 250 Coaches per annum.

Tender No. Approx. Earnest Cost of Period of Date and


cost money tender completion time of
documents opening

2012/WP/MLRWP/EC 12 30.04.2012
Rs.4,50,024/- Rs.9000 /- Rs.1000 /-
(Open Tender) Months at 1530 hrs

2) Tender documents can be purchased from CAO/Workshop Projects, Chamber Bhawan, J.C.
Road, Patna 800001 by submitting a demand draft of Rs. 1000/ - issued by any
Nationalized/Scheduled Bank in favor FA&CAO/WP Patna. Alternatively Tender documents
can be down loaded from the net www.ecr.indianrailways.gov.in &
www.workshopprojects.org. However, a demand draft/money receipt towards the cost of
tender documents must be enclosed with the tender. Incase of the tender is not accompanied
with the valid demand draft/money receipt for the cost of the tender document as detailed
above, the tender shall be summarily rejected. The demand draft of Rs. 1000/- can be issued
by any nationalized/ scheduled Bank in favour of FA&CAO /WP Patna. Money receipt issued
by the Divisional Cashier, Sonpur/ Danapur Division for the cost of tender document
mentioned above will also be acceptable. If tender document is to be sent by Registered Post,
additional postal expense of Rs. 500/- per tender document will be charged.

3) Tenders are to be dropped in the prescribed tender box placed in office of the CAO/
Workshop Projects Chamber Bhawan, J.C.Road, Patna 800001 up to 15.00 hrs on the date of
opening. All tenders received will be opened at 15.30 hrs on the same day in presence of
tenderers who choose to remain present. If the office is closed on the stipulated date and time
due to some unforeseen reason, the tenders will be received and opened on the next working
day at the same place & time.

Tenders can also be dispatched to CAO/ Workshop Projects, Chamber Bhawan, J.C.Road,
Patna-800001 (Bihar) by registered post/speed post/courier service so as to reach before
15.00 hrs on the date of opening. However, Railway will not be responsible for non receipt
or delayed receipt of such tenders.

4) The tenders must be submitted with proper amount of Earnest Money in favour of
FA&CAO/WP, Patna. Tenders without proper Earnest Money will be summarily rejected. The
tender form is not transferable. The total Earnest Money as stipulated in these documents can
be paid by the Tenderer in any one of the following, and no other, forms:

Page- 5 of 25
Deposit in cash with Divisional Cashier/East Central Railway, Sonpur or Danapur and to
attach the money receipt obtained thereof with the tender documents.

Deposit Receipt or pay orders or demand draft from the State Bank of India or from any of
the Nationalised bank drawn in favour of FA&CAO/WP, Patna and endorsed Account
Payee and valid up to the validity of tender offer. No conformity advice from the Reserve
Bank of India will be necessary.

Deposit receipt executed by the schedule Banks (other than the State Bank of India and
Nationalised Bank.) approved by the Reserve Bank of India.

5) Validity of the tender: The bidder shall keep his offer open for a period of 120 days from
the date of opening of tender.

6) Security Deposit: Security Deposit (SD) shall be 5% of the contract value. The rate of
recovery shall be at the rate of 10% of the bill amount till the full SD is recovered. SD will be
recovered from the running bills of the contract. Alternatively, irrevocable Bank Guarantee
can also be accepted as a mode of taking SD.
Other detailed criteria are available in the tender documents.

7. Eligibility Criteria:
All the prospective Consultant should have experience (in the last five years) in obtaining
consent to establish, under Section 25 & 26 of the water (Prevention & Control of pollution)
Act, 1974 & under Section 21 of the Air (Prevention & Control of pollution) Act, 1981 from
any state Pollution Control Board for at least one Central Govt./Central P.S. Us/State P.S.
Us and other Government project or, the tenderer must have obtained environmental
clearance for any project category A or B ( as per Gazette notification by MoEF/GOI dtd dtd.
14.09.2006 ) in West Bengal in last three Years.

8) Performance Guarantee (PG): Contractor will have to submit a Performance Guarantee


in addition to Security Deposit in form of a Bank Guarantee Bond in token of commitment
to complete the work, successfully.
The procedure for obtaining Performance Guarantee is outlined below:
(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30
(Thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time
for submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue
of LOA may be given by the Authority who is competent to sign the contract
agreement. However, a penal interest of 15 % per annum shall be charged for the
delay beyond 30 (thirty) days, i.e. from 31st day after the date of issue of LOA. In case
the contractor fails to submit the requisite PG even after 60 days from the date of issue
of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any
payable against that contract. The failed contractor shall be debarred from participating
in re-tender for that work.
(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the
following forms, amounting to 5% of the contract value:
(i) A deposit of Cash;
Page- 6 of 25
(ii) Irrevocable Bank Guarantee;
(iii) Government Securities including State Loan Bonds at 5% below the market value;
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These
forms of Performance Guarantee could be either of the State Bank of India or of
any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds and
(xi) Unit Trust Certificates at 5% below market value or at the face value whichever is
less.
Also, FDR in favour of FA & CAO (free from any encumbrance) may be accepted.
NOTE: The instruments as listed above will also be acceptable for Guarantees in case of
Mobilization Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter
of Acceptance (LOA) has been issued, but before signing of the contract agreement. This
P.G. shall be initially valid up to the stipulated date of completion plus 60 days beyond
that. In case, the time for completion of work gets extended, the contractor shall get the
validity of P.G. extended to cover such extended time for completion of work plus 60
days.
(d) The value of PG to be submitted by the contractor will not change for variation up to 25%
(either increase or decrease). In case during the course of execution, value of the
contract increases by more than 25% of the original contract value, an additional
Performance Guarantee amounting to 5%(five percent) for the excess value over the
original contract value shall be deposited by the contractor.
(e) The Performance Guarantee (PG) shall be released after physical completion of the work
based on 'Completion Certificate' issued by the competent authority stating that the
contractor has completed the work in all respects satisfactorily. The Security Deposit
shall, however, be released only after expiry of the maintenance period and after passing
the final biII based on 'No Claim Certificate' from the contractor.
(f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the
Performance Guarantee shall be encashed. The balance work shall be got done
independently without risk & cost of the failed contractor. The failed contractor shall be
debarred from participating in the tender for executing the balance work. If the failed

Page- 7 of 25
contractor is a JV or a Partnership firm, then every member/partner of such a firm shall
be debarred from participating in the tender for the balance work in his/her individual capacity
or as a partner of any other JV/partnership firm.

(g) 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.
Other detailed criteria are available in the tender documents.

For CAO/WP/EC Rly


Chamber Bhawan, J.C.Road,
Patna

Page- 8 of 25
CHAPTER-III

Workshop Projects, Patna

Tender No. 2012/WP/MLRWP/ EC(OPEN TENDER) , dated :30.03.2012


CONDITIONS OF TENDER AND INSTRUCTIONS TO TENDERER(S)

1. (a) TENDERER: The person(s)/Firm(s) who submitted these tender documents as an offer to
carry out the work detailed in Chapter-II are termed tenderer(s) in these documents.

(b) THE CONTRACTOR (S): The tenderer(s) whose tender(s) has been accepted by the
Railway shall thereafter be termed Contractor(s) and these tender documents of the accepted
tender(s) shall become a part of the Contract/Agreement between the Contractor/s and the
Railway.

2. BOOKS OF REFERENCE: These tender documents are to be read with the books.

(a) "East Central Railway Engineering Department General Conditions of Contract 2008"
as amended by updated correction slips termed GCC-2008.

(b) "East Central Railway Engineering Department Schedule of Rates-2008 as amended by


updated correction slip (termed Schedule of Rates-2008).

(c) Standard Specifications contained in North Eastern Railways Hand Book of Standard
Specifications1981 amended by updated correction slip (termed Standard Specifications
1981).

These three books are here-in-after called the "Books of Reference" and shall govern this
tender as well as the contract resulting from the acceptance from this tender, to the extent that
their contents do not conflict with the contents of the various chapters of these documents.

3. NAME OF WORK:
Sealed tenders are invited for and on behalf of the President of India for work
described as:
Consultancy on environmental issues and for obtaining No objection certificate (NOC) from
WBPCB in connection with setting up of Coach MLR Workshop Anara, Purulia (West
Bengal) to undertake MLR of 250 Coaches per annum.

4. INSPECTION OF DATA:
Copies of drawing and other information for the work, relevant to this tender, may be
obtained from the office of the CAO/WP, Chamber Bhawan, J.C.Road, Patna-800001 on
any working day during office hours.

5. INSPECTION OF SITE:
Tenderer must acquaint himself, at his own responsibility, risk and expense, with all
information of the site(s) of work(s) and their neighborhoods, actual working and other prevalent
conditions, laws/regulations, availability and suitability of local labourers, materials, surface and
sub soil condition, accessibility of site(s) of work(s) sources and availability of water, electricity,
camp site, market, banking facilities etc. and all such possible factors as have bearing on rates
and progress of the work under this tender and all these factors should be taken into
consideration before submitting this tender. The workshop to be set up for Mid Life
Rehabilitation of railway coaches at Anara,Purulia; will be similar to Coach Rehabilitation
workshop, Nishatpura,Bhopal (CRWS/BPL). The successful tenderer should visit CRWS/BPL to
be acquainted with the technical activities and its impact on environment.

Page- 9 of 25
6. TENDERERS POSTAL ADDRESS:
(a) Every tenderer shall state in the tender, his postal address fully and clearly in Chapter-V
Form of Tender. Any communication sent in time to the tenderer by post at the said address
shall be deemed to have reached the tenderer duly and in time. Important documents shall be
sent by Registered Post.

(b) CHANGE OF ADDRESS: The tenderer must keep the Railway informed of any change of
address during the currency of tender of work in his own interest.
7. TENDERS TO BE SIGNED BY AUTHORISED PERSONS:

(a) The Tender shall be signed by individual or individuals legally authorized to enter into
commitments on behalf of the tenderer(s). Any individual or individuals signing the
tender documents or other documents connected there-with, should specify whether he
is signing the said documents:-

(i) As a Sole Proprietor of the firm or Attorney of the Sole proprietor.


Or
(ii) As a Partner of partnership firm
Or
(iii) As a Director, manager or secretary in a Limited company (duly authorized by a
resolution passed by the board of directors or in presence of the authority
conferred by the memorandum of association).
(b) In the case of a firm not registered under the Indian Partnership Act, all the partners or
the attorney duly authorized by all of them should sign the tender documents and all
other concerned documents.
(c) Requisite power of attorney or such other documents empowering the individual or the
individuals to sign the Tender document should be furnished in original, along with the
Tender.
(d) The Railway shall not be bound by any Power of Attorney granted by the Contractor or
by changes in the composition of the firm made subsequent to the execution of the
Contract agreement. It may, however, recognize such Power of Attorney and changes,
after obtaining legal advice to the satisfaction of the Railway, the cost of which will be
borne by the Contractor.
8. EX. RAILWAY OFFICERS AS TENDERER (S):

(a) Should a tenderer be, himself, a retired employee having held a Gazetted rank in any of
the Railways, owned and administered by the President of India, or should a tenderer, being a
partnership firm, have, as one or more of its partners, such retired employee(s) as aforesaid,
or, should the tenderer being an incorporate company, have any such person(s) as aforesaid,
as sits Director(s), or, should the tenderer have, in his employment, any person(s), as
aforesaid, full information of such person(s) shall be submitted in Annexure I to this Chapter
of these Tender documents. Further, in cases, where such a person(s), as aforesaid, has
retired from the Railway service within one year of the date of opening of the tender, the
tenderer(s) shall furnish a copy of the permission of the President of India, permitting such a
person(s), as aforesaid, to associate himself with the tenderer(s), in any of the capacity as
aforesaid, in the aforesaid Annexure-I.

(b) TENDERER (S) RELATIVE EMPLOYED AS GAZETTED OFFICER: In case of a


tenderer(s) being an individual having a relative(s) employed in any Gazetted capacity in
the East Central Railway or in the case of partnership firm/or company incorporated under
the Indian Company law, should any partner(s) /Director(s) or relevant(s) of the partner(s) /
Director(s) or share holder (s), be employed in any Gazetted capacity in the East Central
Railway, detailed information about such Gazetted employee(s) shall also be furnished in
the aforesaid Annexure-I.

Page-10 of 25
9. RAILWAY PASS OR CONCESSION:

No Railway pass or concession facilities will be given to the Contractors or their agents and
labourers for the execution of the works. Contractors materials required for execution of the
work will have to be carried at the public rate of Railway freight if carried by Railway transport
and no concession rate of Railway freight will be applicable.

10. PERIOD OF VALIDITY OF TENDER:

The tenderer(s) shall keep the offer open for a minimum period as stated in Chapter- I from the
date of opening of the tender within which period the tenderer(s) cannot withdraw or modify his
offer. The Railway Administration may request the tenderer(s) to extend the validity. The
earnest money referred to in this chapter is for the performance of the stipulation to keep the
tender open for the aforesaid period. It shall be understood that the tender documents have
been issued to the tenderer(s) and the tenderer(s) is permitted to tender in consideration of the
stipulation on his part that after submitting his tender, he will not resile from his offer or modify
the same in any manner not acceptable to the Railway within the period of validity. Should the
Tenderer fail to observe or comply with this stipulation; the Railways shall forfeit the full
amount of Earnest Money.

11. TIME OF COMPLETION OF WORK

This tender is submitted subject to the condition that the tenderer(s) shall complete the works
covered by this tender in all respect within the period of time stipulated in Chapter I. as well
as in tender notice (Chapter-II).The time shall be reckoned from the date of issue of letter of
acceptance.

12. SPECIAL CONDITIONS BY TENDERER (S)

(a) The tenderer(s) is, normally, not expected to make any special condition / stipulation of
his own and is expected to submit his tender in accordance with the conditions /
stipulations contained in these documents, if however, the tenderer(s) wishes to make
any special condition / stipulation(s) or wishes to intimate the Railway of any matter of
importance, he may do so in a covering letter. Such stipulations and conditions shall be
a part of the contract in case of acceptance of the tender, only to the extent explicitly
accepted by the Railway Administration. The accepting authority reserves the right not
to accept any such special stipulations and conditions made by the tenderer and may
reject the tender(s) as unacceptable without any reference to the tenderer(s) or may ask
the tenderer to withdraw any or all such stipulations before awarding the contract and in
the event of his refusals to do so, may not accept his tender.
(b) In case, any special conditions and / or stipulations are made by the tenderer, he shall
also indicate, along with such conditions / stipulations, the cost of withdrawal of the
same. The accepting authority reserves the right, either to accept the conditions /
stipulations made by the tenderer or the cost thereof, at its sole discretion. If such cost
is not indicated, it will be construed that the tenderer(s) is not in a position to withdraw
these conditions at any cost and the tender may be adjudged accordingly without any
reference to the tenderer(s).

13. EARNEST MONEY:


(a) The Earnest Money to be deposited with this tender will be in any of the forms as
stated in clause 13(e) of this Chapter.

(b) APPROPRIATION TOWARDS SECURITY DEPOSIT :If the tender is accepted, this
total Earnest Money will be retained as part Security Deposit termed Initial Security

Page- 11 of 25
Deposit, for the due performance and observance of the terms and conditions of the
contract and shall form part of the Security Deposit stipulated in these documents.

(c) REFUND:
(i) The Earnest Money of the tenderer(s) whose tender(s) have not been accepted, shall
save as herein provided, be returned to them but the Railway shall not be responsible
for any loss or depreciation that may happen thereto while in their possession.

(ii) No interest will be payable on the Earnest Money.

(iii) (1) Earnest money deposited in cash shall be refunded by a cheque drawn in favour of
the tenderer and sent to him by Registered Post at the address of the tenderer given
by him in the FORM OF TENDER .The cheques may be drawn on Reserve Bank of
India at Kolkata or Patna or on State Bank of India at Varanasi, Garhwa, Daltongunj,
Dhanbad, Rampurhat or Ranchi, as indicated by the Tender(s) in the aforesaid FORM
OF TENDER

(2) In case of the Earnest Money deposited through other instruments, the relevant
instruments, duly released shall be sent to the tenderer(s) at the address given by him
in these tender documents, by Regd. Post A/D.

(3) The Railway shall not be responsible for any postal delays or other causes beyond
its control.

(d) FORFEITURE
(i) It shall be understood that these documents have been issued to the tenderer(s) and
the tenderer is permitted to tender in consideration of the stipulations on his part that
after submitting his tender, he will not resile from his offer or modify the rates, terms
and conditions thereof in a manner not acceptable to the Railway. Should the tenderer
fail to observe or comply with the said stipulations, full amount of Earnest Money shall
be forfeited by the Railway.

(ii) Further, if any modification of rates, terms and conditions is made by the tenderer after
opening but within the period of validity of the tender and the Railway accepts this
tender without those modifications and the letter of acceptance is issued to the
tenderer without such modifications, and tenderer refuses to accept the award of
contract, the total Earnest Money shall be forfeited.

(iii) Full earnest money is liable to be forfeited in case any statement, declaration made by
the tenderer is proved wrong/false/incomplete/or such as to withhold any information
relevant to the consideration of the tender.

(iv) In the event of tenderer(s), whose tender is accepted, resile(s) from the contract after
issue of letter of acceptance or fails to commence the work within 30(thirty) days of
issue of letter of acceptance or handing over of the site, which ever is later, the
provisions contained in Clause 62 of GCC- 2008 shall be applicable.

(e) MODE OF PAYMENT:


The total Earnest Money as stipulated in these documents can be paid by the tenderer in
any one of the following, and no other, forms:

(i) Deposit in cash with Divisional Cashier/East Central Railway, Sonpur or Danapur and
to attach the money receipt obtained thereof with the tender documents.

Page- 12 of 25
(ii) Deposit Receipt or pay orders or demand draft from the state bank of India or from
any of the Nationalised banks drawn in favour of Financial Adviser and Chief
Accounts Officer/WP, Patna and endorsed Account Payee and valid up to the
validity of tender offer.

(iii) Deposit receipt executed by the schedule Banks (other than the State Bank of
India and Nationalised Bank.) approved by the Reserve Bank of India for this
purpose.

14. TENDER WITHOUT EARNEST MONEY: Tender(s) not accompanied by full earnest money,
in the requisite manner, as aforesaid, shall under no circumstances be entertained and will
summarily be rejected at the time of opening itself without further reference to the tenderer(s).

15. GENERAL INSTRUCTIONS FOR COMPLETING TENDER DOCUMENTS:

(a) The tenderer shall submit, as his tender, all these documents intact, without severing
detaching, defacing or removing any part thereof. After completing these
documents, the tenderer(s) shall sign each page of these documents, before
submission, intact, without severing, detaching, defacing or removing any part
thereof, as per instructions contained in these documents.

(b) Tender form containing over writings, scribbling, erased rates and/or rate-not shown
in words are liable to be rejected .In case of any discrepancy in rates shown in
figures and words being noticed, the accepting authority may at his discretion
accept the lower of the two.

(c) The tenderer must completely and carefully fill up the letter entitled FORM OF
TENDER i.e. Chapter-V of these documents.

(d) The Tenderer shall not leave any space blank, where he is expected to make any
entry.

(e) False / Incomplete statement: Any statement/declaration made by the Tenderer, if


proved wrong or false or incomplete or such as to withhold any information relevant to the
award of the tender, at any stage of the tender or in the event of his tender having been
accepted at any stage of the contract, shall tender his/their tender(s)/contract(s) liable to be
cancelled/rescinded, in addition to the followings:

(i) If such statement is found at the tender stage, his total earnest money shall be
forfeited.

(ii) In case such a statement is found at the contract stage rights available to the Railways
under Clause 62 of the GCC-2008 shall applicable.

(f) Cancellation of document etc: The cancellation or amendment of any documents


such as power of attorney, partnership deed etc. should be forthwith communicated by
the tenderer/contractor to the Railway in writing, failing which the Railway shall have no
responsibility or liability for any action taken on the strength of the documents available
with the Railway.

16. QUOTATIONS OF RATES:


(a) The quantities of various items involved in the work covered by this tender are given in
the Schedule of Items. Submission of this tender including the rates in Schedule of
Items shall be deemed to have been done after careful study of the tender documents
and site conditions, with full understanding of the implications thereof.
Page- 13 of 25
(b) The Railway Administration reserves the right to modify any or all the schedules
whether it is to increase or to decrease the scope of the work including inclusion/
deletion of any item(s) and therefore, the tenderer(s) should quote reasonable and
workable rates for each of the schedules in the Schedule of Items.

(c) The tenderer shall not be entitled to any revision of rates due to such
increase/decrease in quantities of items. The payment shall be made on the basis of
actual quantities executed under various item(s) and the accepted rates thereof, and
not on the quantities mentioned in various schedules.

(d) RATES TO INCLUDE ALL TAXES: The rates quoted shall be inclusive of all taxes
levied by Central or State Govt. or by any Municipal / Local or any other body.
However, change of rate of Statutory Taxes of the State/Central Government and
levy of any new type of such Statutory Tax shall be on Railway Account.

(e) RATES IN FIGURES AS WELL AS IN WORDS: The Tenderer(s) are required to


quote their rate(s) and all other figures, having financial implications wherever
occurring in these documents, in numerals as well as in words. In case of difference
between the two, the lower of the two shall be taken into account for all-
purpose connected with this tender.

17. SUBMISSION OF TENDER:

(a) Tender must be placed in sealed envelope super-scribed with the tender number,
name of work and date and place of opening and should be dropped in the box
placed for the purpose in the Office of CAO/WP, Chamber Bhawan, J.C.Road, Patna
800001on and before the time and date specified in Chapter-II.
(b) Tender, sealed and super-scribed as mentioned above, can also be sent by
Registered Post to the above named office, provided that, no tender received after
the time and date specified above for closing of tender box, shall be considered.
Railway shall not be responsible for Postal delays.

(c) The requisite total Earnest Money as per ChapterI should be submitted in requisite
manner along with the tender documents without which tender shall be summarily
rejected and rates quoted will not be read out.

Late tenders / delayed tenders: Offers shall be dealt with as per extant rules of
Railways, and the tenderer(s) shall have no right of consideration of such a tender.

18. OPENING OF TENDER: Tenders will be opened in public at the time and place mentioned in
Chapter-II. The date and time of opening may be postponed at the sole discretion of the
Railway, if circumstances so warrant. At the time of opening, the rates and special features/
conditions submitted by the tenderers will be read out in the presence of such tenderers or
their authorized representatives who may choose to be present. The said authorized
representatives shall produce their authority before they are allowed to participate in the
opening. They shall sign the rate statement which is prepared as a result of reading out of the
rates of the tenderer(s).

19. CLARIFICATION OF BIDS SUBMITTED: To assist in the examination, evaluation and


comparison of tenders, the Railway or its authorized person may ask the tenderer(s) for
clarification(s), if needed, for such examination, evaluation and comparison. The request for
such clarification etc and the response thereof shall be in writing.

Page- 14 of 25
20. NEGOTIATION:
(a) The accepting authority reserve the right to enter into negotiations with the L-1 or
more ( in special case) tenderer(s) before acceptance of the tender in order to clarify
special conditions or reduction of rates or for changes in scope of the work etc, at its
sole discretion.

(b) L-1 should be defined as the lowest, valid, eligible and technically acceptable
tenderer.

(c) Should such negotiation with the tenderer(s) be entered into, the tenderer(s) shall not
be permitted to increase their quoted rates under any circumstances, even if it
includes withdrawal / modification of such special conditions as are given by the
tenderer(s) along with their original tender.

21. LETTER OF ACCEPTANCE:

(a) The acceptance of the tender shall be communicated by Registered Post with A/D at
the address given by the tenderer in these tender documents. The letter of
acceptance will remain operative till a formal Contract / Agreement is executed and
signed by and between the Contractor and competent officer of the Railway, for and
on behalf of the President of India, after which the letter of acceptance will merge in
the said formal agreement.

(b) The Railway shall not intimate to the tenderer whose tenders have not been
accepted and the result of their tender(s). However, Earnest Money will be refunded
as per clause 17(c) above.

22. COMMUNICATIONS WITH CONTRACTORS (S)


Subject to and as otherwise provided in this contract, all notices as are required to be given shall
be signed by competent officer of the Railway for and on behalf of the President of India and all
other actions shall be taken by the Engineer and/or his representative.

23. The contract shall be governed by the provisions of the GCC-2008 modified to the extent of
provisions of these documents.

24. AGREEMENT
(a) The Railway shall prepare the agreement and intimate the contractor of its preparations
whereupon the contractor shall sign the same within fifteen (15) days of the receipt of
the intimation.
(b) This contract agreement shall be entered into by the Railway with the Contractor(s) on
the explicit understanding that the contractor(s) shall abide by all the conditions of these
documents and that their implications had been fully understood by the contractor
before tendering for this work.

25. EXTENSION OF TIME OF COMPLETION :


Every extension of time of completion will be dealt under Clause 17 of GCC-2008

26. SECURITY DEPOSIT (SD) BY CONTRACTOR


SD shall be 5% of the contract value. The total Earnest Money of the successful tenderer
shall be adjusted as Initial SD which will merge with the total SD. The rate of recovery shall be
at the rate of 10% of the bill amount till the full SD is recovered. SD will be recovered from the
running bills of the contract. Irrevocable Bank Guarantee can also be accepted as a mode of
obtaining SD.

Page- 15 of 25
27. Refund of Security Deposit (SD):
The SD shall be released after the physical completion of the work based on Completion
Certificate issued by the competent authority stating that the contractor has completed the
work in all respects satisfactorily. SD recovered from the running bills of the contractor can
be returned to him if he so desires, in lieu of FDR/irrevocable Bank Guarantee for equivalent
amount to be submitted by him.
No interest is payable on SD.

28. Performance Guarantee (PG) :


The procedure for obtaining Performance Guarantee is outlined below:

(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30
(thirty) days from the date of issue of Letter Of Acceptance (LOA). Extension of time for
submission of PG beyond 30 (thirty) days and up to 60 days from the date of issue of
LOA may be given by the Authority who is competent to sign the contract agreement.
However, a penal interest of 15% per annum shall be charged for the delay beyond 30
(thirty) days, i.e. from 31st day after the date of issue of LOA. In case the contractor fails
to submit the requisite PG even after 60 days from the date of issue of LOA, the contract
shall be terminated duly forfeiting EMD and other dues, if any payable against that
contract. The failed contractor shall be debarred from participating in re-tender for that
work.
(b) The successful bidder shall submit the Performance Guarantee (PG) in any of the
following forms, amounting to 5% of the contract value:
(i) A deposit of Cash;
(ii) Irrevocable Bank Guarantee;
(iii) Government Securities including State Loan Bonds at 5% below the market value;
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These
forms of Performance Guarantee could be either of the State Bank of India or of
any of the Nationalized Banks;
(v) Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;
(vi) A Deposit in the Post Office Saving Bank;
(vii) A Deposit in the National Savings Certificates;
(viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits;
(x) National Defence Bonds and
(xi) Unit Trust Certificates at 5% below market value or at the face value whichever is
less. Also, FDR in favour of FA&CAO (free from any encumbrance) may be
accepted.
NOTE: The instruments as listed above will also be acceptable for Guarantees in case of
Mobilization Advance.
(c) The Performance Guarantee shall be submitted by the successful bidder after the Letter
Of Acceptance (LOA) has been issued, but before signing of the contract agreement.
This P.G. shall be initially valid up to the stipulated date of completion plus 60 days
beyond that. In case, the time for completion of work gets extended, the contractor shall
get the validity of P.G. extended to cover such extended time for completion of work
plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation up to
25% (either increase or decrease). In case during the course of execution, value of the
contract increases by more than 25% of the original contract value, an additional
Performance Guarantee amounting to 5% (five percent) for the excess value over the
original contract value shall be deposited by the contractor."
(e) The Performance Guarantee (PG) shall be released after physical completion of the
work based on 'Completion Certificate' issued by the competent authority stating that the
contractor has completed the work in all respects satisfactorily. The Security Deposit
shall, however, be released only after expiry of the maintenance period and after
passing the final bi II based on 'No Claim Certificate' from the contractor.
Page- 16 of 25
(f) Whenever the contract is rescinded, the Security Deposit shall be forfeited and the
Performance Guarantee shall be en-cashed. The balance work shall be got done
independently without risk & cost of the failed contractor. The failed contractor shall be
debarred from participating in the tender for executing the balance work. If the failed
contractor is a JV or a Partnership firm, then every member/partner of such a firm shall
be debarred from participating in the tender for the balance work in his/her individual
capacity or as a partner of any other JV/partnership firm.
(g) 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

29. RECOVERY OF INCOME TAX


Income Tax @ 2% (Two percent) of the gross amount of the each bill will be recovered from
all the bills of the contractor in terms of section 101 c of the Income Tax Act, 1961 as
introduced through the Finance Act-1972.
30. CLAIMS
The contractor shall not be entitled to make any claim whatsoever against the Railway under
or by virtue of or arising out of this contract, nor shall the Railway entertain or consider any
such claim, if made by the contractor, after he shall have signed a No Claim certificate in
favour of the Railway, in such form as shall be required by the Railway the work are finally
measured up. The contractor shall be debarred from disputing the correctness of the items
covered by No Claim certificate or demanding a clearance to arbitration in respect thereof
under Clause 43(2) of GCC-2008.

The Railway shall not be liable to the contractor for any matter arising out of or in connection
with the contract or the execution of the works unless the contractor shall have made a
claim in writing in respect thereof before the issue of the maintenance certificate under
Clause 50(I) of GCC-2008.

31. RESCIDING OF CONTRACT


Determination of contract owing to default of contractor-
(1) If the Contractor should
(i) Becomes bankrupt or insolvent, or
(ii) Make an arrangement with of assignment in favour of his creditors, or agree
to carry out the contract under a Committee of Inspection of his creditors, or
(iii) Being a company or corporation, go into liquidation (other than a voluntary
liquidation for the purpose of amalgamation or reconstruction), or
(iv) Have an execution levied on his goods or property on the works, or
(v) Assign the contract or any part thereof otherwise than as provided in clause 7
of these conditions or
(vi) Abandon the contract, or

Page- 17 of 25
(vii) Persistently disregard the instructions of the Engineer, or contravene any
provision of the contract, or
(viii) Fail to adhere to the agreed programme of work by margin of 10% of the
stipulated period,
(ix) Fail to remove materials from the site or to pull down and replace work after
receiving from the Engineer notice to the effect that the said material or works
have been condemned or rejected under Clause 25 & 27 of these conditions, or
(x) Fail to take steps to employ competent or additional staff and labour as required
under clause 26 of the conditions, or
(xi) Fail to afford the engineer or Engineers representative proper facilities for
inspecting the works or any part thereof as required under Clause (28) of the
conditions, or
(xii) Promise, offer or give any bribe, commission, gift or advantage either himself or
through his partner, agent or servant to any officer or employee of the Railway
or to any person on his or on their behalf in relation to the execution of this or
any other contract with this Railway.
(xiii) (A) At any time after the tender relating to the contract has been signed and
submitted by the contractor, being a partnership firm admit as one of its
partners or employ under it or being an incorporated company elect or
nominate or allow to act as one of its directors or employ under it in any
capacity whatsoever any retired of the gazetted rank or any retired gazetted
officer working before his retirement, whether in the executive or administrative
capacity, or whether holding any pensionable post or not, in the Engineering
Department of the Railways for the time being owned and administered by the
President of India before the expiry of one year from the date of retirement from
the said service of such Engineer or Officer unless such engineer or Officer has
obtained permission from the President of India or any officer duly authorized
by him in this behalf to become a partner or a director or to take employment
under the contract, as the case may be, or
(xiii) (B) Fail to give at the time of submitting the said tender:
(a) The correct information as to the date of retirement of such retired
Engineer or retired officer from the said service, or as to whether any such
retired Engineer or retired officer was under the employment of the contractor at
the time of submitting the said tender, or
(b) The correct information as to such Engineers or Officers obtaining
permission to take employment under the contractor, or
(c) Being a partnership firm, the correct information as to, whether any of its
partners was such a retired Engineer or a retired officer, or
(d) Being on incorporated company, correct information as to whether any of
its directors was such a retired Engineer or a retired officer, or
Being such a retired Engineer or retired officer suppress and not disclose or the time of
submitting the said tender the fact of his being such a retired Engineer or a retired
officer or make at the time of submitting the said tender a wrong statement in relation
to his obtaining permission to take the contract or if the contractor be a partnership firm
or an incorporated company to be a partner or director of such firm or company as the
case may be or to seek employment under the contractor and after expiry of 48 hours
notice a final termination notice should be issued.

Then and in any of the said cases, the engineer on behalf of the railway may serve the

Page- 18 of 25
Contractor with a notice in writing to that effect and if the contractor does not within
seven days after the delivery to him of such notice proceed to make good his default in
so far as the same is capable of being made good and carry on the work or comply
with such directions as aforesaid to the entire satisfaction of the Engineer, the Railway
shall be entitled after giving 48 hours notice in writing under the hand of the Engineer
to rescind the contract as a whole or in a part or parts (as may be specified in such
notice) and after expiry of 48 hrs notice, a final termination notice should be issued.

(2) Right of railway after rescission of contract owing to default of Contractor In the event
of any or several of the courses, referred to in sub clause (1) of this clause, being
adopted :-

(a) The contractor shall have no claim to compensation for any loss sustained by
him by reason of his having purchased or procured any materials or entered
into any commitments or make advances on account of or with a view to the
execution of the works or the performance of contract and Contractor shall not
be entitled to recover or be paid any sum or any work thereto for actually
performed under the contract, unless and until the Engineer shall have certified
the performance of such work and the value payable in respect thereof and the
Contractor shall only be entitled to be paid the value so certified.

(b) The Engineer or the Engineers Representative shall be entitled to take


possession of any materials, tools, implements, machinery and buildings on the
works or on the property on which these are being or ought to have been
executed and to retain and employ the same in the further execution of the
work or any part thereof until the completion of the works without the contractor
being entitled to any compensation for the use and employment thereof or for
wear and fear or destruction thereof.
(c) The Engineer shall as soon as may be practicable after removal of the
Contractor fix and determine ex-part or by or after reference to the parties or
after such investigation or enquiries as he may consider fit to make or institute
and shall certify what amount (if any) had at the time of rescission of the
contract been reasonably earned by or would the contract and what was the
value of any unused or partially used materials, any constructional plant and
any temporary works upon the site. The legitimate amount due to the
contractor after making necessary deduction and certified by the Engineer
should be released expeditiously.
32. ARBITRATION CLAUSE
All disputes and differences of any kind whatsoever arising out of or in connection with the
contract, whether during the progress of work or after its completion and whether before or
after the determination of the contract shall be referred by the contractor in the Railway and
the same will be dealt under Clause 63 to 64 (7) of GCC-2008.

Signature of Tenderer(s)
Date: ...............................

Witness:

1.

2.
Page- 19 of 25
CHAPTER-IV

WORKSHOP PROJECTS, PATNA


SPECIAL CONDITIONS OF CONTRACT
Tender No. 2012/WP/MLRWP/ EC(OPEN TENDER) , dated :30.03.2012
1. Assignment Scope and Deliverables:
1.1. The scope of the work will include the following:
Preparation of NOC application form and submission to WBPCB.
Examine the project proposal, study site conditions especially from the perspective of
environmental considerations, collect data and Preparation of Environmental Management
Plan (EMP) report in order to obtain NOC from west Bengal Pollution Control Board.
Co-ordination with WBPCB officials for site visit.
Technical discussion with State Pollution Control Board and arrangements of public
hearing including Uninterrupted Video recording of the proceedings during public hearing, if
required.
Follow up & Technical discussion with the WBPCB officials for obtaining NOC.
Preparation of Technical presentation document and making final presentation at WBPCB
if required.
Obtaining Final NOC i.e consent to establish, under Section 25 & 26 of the water
(Prevention & Control of pollution) Act, 1974 & under Section 21 of the Air (Prevention &
Control of pollution) Act, 1981 from WBPCB for the Coach MLR Workshop Anara.
Compliance of NOC conditions set by WBPCB.
Date of completion of all above works is within 12 months from the date of issue of LOA.
1.2. Deliverables:
i) Preparation and submission of NOC application form to WBPCB.
ii) Preparation of Environmental Management Plan (EMP) for Coach MLR Workshop
Anara both construction & operation phase which includes ;
a. Monitoring of Ambient Air Quality (AAQ) from 3 different locations from project
site for PM2.5, PM10,SO2, NO2 & CO before construction phase.
b. Noise Level Survey at 5 different locations before construction phase.
c. Analysis of Ground and Surface Water Quality as per CPCB requirement before
construction phase.
d. Analysis of Soil samples from different locations before construction phase.
e. Assessment of Environmental Impacts on various components of the
Environment and preparation of Report on Environmental Management plan
iii) Obtaining Final NOC i.e consent to establish, under Section 25 & 26 of the water
(Prevention & Control of pollution) Act, 1974 & under Section 21 of the Air
(Prevention & Control of pollution) Act, 1981 from WBPCB & Compliance of NOC
conditions set by WBPCB.
2. Eligibility Criteria:
All the prospective Consultant should have experience (in the last five years) in obtaining
consent to establish, under Section 25 & 26 of the water (Prevention & Control of pollution)
Act, 1974 & under Section 21 of the Air (Prevention & Control of pollution) Act, 1981 from
any state Pollution Control Board for at least one Central Govt./Central P.S. Us/State P.S.
Us and other Government project or, the tenderer must have obtained environmental
clearance for any project category A or B ( as per Gazette notification by MoEF/GOI dtd dtd.
14.09.2006 ) in West Bengal in last three Years.
3. Payment Schedule:
30 % after submitting NOC Application form along with all the details & Environmental
Management Plan (EMP).
20% after site visit by WBPCB Officials.
40% after obtaining Consent to Establish (NOC) under Section 25 & 26 of the water
(Prevention & Control of pollution) Act, 1974 & under Section 21 of the Air
(Prevention & Control of pollution) Act, 1981 from WBPCB, Kolkata.
10% Compliance of NOC conditions set by WBPCB.
Page- 20 of 25
CHAPTER V

WORKSHOP PROJECTS, PATNA

LETTER OR APPLICATION BY THE TENDERER

FORM OF TENDER

Tender No.2012/WP/MLRWP/ (Open Tender) Date : 30.03.2012

From: ___________________________

Full Address: __________________________________________

______________________________________________________

To
CAO/Workshop Projects,
Chamber Bhawan,
J.C.Road, Patna.-800001

Name of the work: Consultancy on environmental issues and for obtaining No objection
certificate (NOC) under Section 25 & 26 of the water (Prevention & Control
of pollution) Act, 1974 & under Section 21 of the Air (Prevention & Control
of pollution) Act, 1981 from West Bengal Pollution Control Board in
connection with setting up of Coach MLR Workshop, Anara, purulia (West
Bengal) to undertake MLR of 250 Coaches per annum.

WHEREAS the President of India acting through the Workshop Projects, Patna Administration
and their authorized officers have invited sealed tenders for the above mentioned work.

1. AND WHEREAS I/We _____________________________________________

___________________________________________________ have read the Tender


Notice pertaining to the aforesaid Tender.

2. AND WHEREAS I/We, _____________________________________________

________________________________________________ have obtained these


tender documents from CAO/WP, Workshop Project Patna.

3. AND WHEREAS I/We, _____________________________________________

___________________________________ have perused these tender documents and


have visited the site and have satisfied ourselves as to the nature of work and the site
condition.

4. AND WHERE AS I/We _______________________________________forward


a sum of Rs____________________________________________________ towards
the Earnest Money in one or more of the following forms:-

*(i) Deposit in cash with Divisional Cashier / East Central Railway, Danapur or
Sonpur and attach herewith the money receipt No. ______________________
dated______________ obtained there from.
Page- 21 of 25
*(ii) Deposit receipt, or Pay Order, or Demand Draft from ____________________
Bank for a sum of Rs ____________________ in favour of Financial Adviser &
Chief Accounts Officer(Con) Workshop Project, Patna and endorse Account
payee and valid up to ________________________.

5. AND WHERE AS I/We, _____________________________________________

___________________________ understand that the above mentioned total earnest


money has been deposited subject to the stipulation made in this tender document.

6. AND WHEREAS my / our address for all communication shall be as under-

_______________________________________

_______________________________________

_______________________________________

_______________________________________

7. AND WHEREAS I/We, ___________________________________________

______________ state that in the event of this offer being unsuccessful, the aforesaid
total Earnest Money deposited by us may be refunded to us by a Cross Cheque on the
Bank and its branch mentioned below:-
(i) Reserve Bank of India / Kolkata.

(ii) Reserve Bank of India / Patna

(iii) State Bank of India / Ranchi.

(iv) State Bank of India / Garhwa

(v) State Bank of India / Daltongunj

(vi) State Bank of India / Varanasi

(vii) State Bank of India / Dhanbad

(viii) State Bank of India / Rampurhat.

8. AND WHEREAS I/ We, ____________________________________________

_________________________ here by sign these tender documents by virtue of the


legal authorities vested with me / us to tender into commitment on behalf of the tenderer
/ tenderer(s), documentary support where of is enclosed.

9. Now, therefore, I/We, _________________________________hereby submit these


tender as an offer for doing the work defined in those documents at the rate quoted in
the schedules contained herein, and special conditions and rates given in the covering
letter*.

Page- 22 of 25
10. It is certified that all the statements made in this offer and also in the required alterations
are true and correct.
11. This application is made in full understanding that:

(a) The offer by the tenderer(s) will be subject to verification of all information
submitted with this tender document.

(b) The Railway reserves the rights to :-

Amend the scope and value of contract at any moment


Reject or accept this offer, and reject all applications / offers without any
financial liability.

* (*) Strike out whichever is not required.

Signature of Tenderer(s)
Date ________________
Witness on behalf of Tenderer.

1. Signature ________________________________________________
Name & Address
________________________________________________

________________________________________________

________________________________________________

2. Signature ________________________________________________
Name & Address
________________________________________________

________________________________________________

________________________________________________

3. Signature ________________________________________________
Name & Address
________________________________________________

________________________________________________

___________________________________________________

Page- 23 of 25
CHAPTER VI
Workshop Projects, Patna
Tender No. 2012/WP/MLRWP/ EC(OPEN TENDER) , dated :30.03.2012

Name of work: - Consultancy on environmental issues and for obtaining No objection certificate
(NOC) under Section 25 & 26 of the water (Prevention & Control of pollution)
Act, 1974 & under Section 21 of the Air (Prevention & Control of pollution)
Act, 1981 from West Bengal Pollution Control Board in connection with setting
up of Coach MLR Workshop, Anara, purulia (West Bengal) to undertake MLR
of 250 Coaches per annum.

Schedule of Items
Description of work Rate
In figures In words
1. Preparation & submission of NOC Application
Form.
2. Preparation of Environmental Management Plan
(EMP) for both construction & operation phase
which includes ;
a. Monitoring of Ambient Air Quality (AAQ) from
3 different locations from project site for
PM2.5,PM10, SO2, NO2 & CO during construction
phase.
b. Noise Level Survey at 5 different locations
during construction phase.
c. Analysis of Ground and Surface Water Quality
as per CPCB requirement during construction
phase.
d. Analysis of Soil samples from different
locations during construction phase.
e. Assessment of Environmental Impacts on
various components of the Environment and
preparation of Report on Environmental
Management plan.
3. Co-ordination with WBPCB Officials for site visit
and Participation in Technical Discussions with
WBPCB Officials for obtaining NOC.
4. Obtaining final NOC i.e Consent to establish,
under Section 25 & 26 of the water (Prevention
& Control of pollution) Act, 1974 & under Section
21 of the Air (Prevention & Control of pollution)
Act, 1981 for the Coach MLR Workshop Anara.
5 Compliance of NOC conditions set by WBPCB.

Signature of tenderer
Date----------------------------
Page- 24 of 25
CHAPTER-III
Annexue-I

DECLARATION REGARDING ASSOCIATION OF RLY. OFFICER(S)/RETIRED RLY. OFFICER(S) WITH TENDERER(S)

Sl. Name Status with the If working in Rly on the date of Date of Status at Particulars of permission
No. tenderer tendering, designation & place of retirement retirement taken for associating
posting with the tenderer
1 2 3 4 5 6 7
1

Page- 25 of 25

Vous aimerez peut-être aussi