Design, Supply, Transportation, Erection at site, Commissioning
Design, Supply, Transportation, Erection at site, Commissioning
Design, Supply, Transportation, Erection at site, Commissioning
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
TENDER PAPER<br />
Page 1 of 34<br />
NORHTEASTERN RAILWAY<br />
TOP SHEET<br />
Name of the work: - <strong>Design</strong>, <strong>Supply</strong>, <strong>Transport<strong>at</strong>ion</strong>, <strong>Erection</strong> <strong>at</strong> <strong>site</strong>, <strong>Commissioning</strong>,<br />
Testing of Effluent tre<strong>at</strong>ment plant of capacity 100KL/ day <strong>at</strong> N.E. Railway, Diesel Loco Shed<br />
Gonda, UP with all assemblies / sub-assemblies and accessories on turn key basis.<br />
1. Tender Notice No. : M/DSL/GD/OT/ETP/2010-11.<br />
2. Type of Tender : Single Packet.<br />
3. Approx Cost/Tender Value : Rs.30.30 Lakhs.<br />
4. Period of Contact : Four Months.<br />
5. Earnest Money : Rs.60,600/-<br />
6. Cost of Tender Form : Rs.3000/- (Non-refundable).<br />
7. D<strong>at</strong>e & Time of Closing Tender : 24.02.2012 up to 15.00 Hrs.<br />
8. D<strong>at</strong>e & Time of Opening of Tender : 24.02.2012 up to 15.30 Hrs.<br />
9. Index: -<br />
Sl.No. Item From page<br />
No<br />
To Page<br />
No.<br />
01 Top Sheet 01 01<br />
02 Tender document 02 02<br />
03 Offer Form 03 03<br />
04 Tender Notice 04 05<br />
05 Schedule of Requirement SECTION-I 06 06<br />
06 Technical Requirement SECTION-II 07 07<br />
07 Schedule of work SECTION-III 08 18<br />
08 Special condition of contract SECTION-IV 19 21<br />
09 General condition SECTION-V 22 29<br />
10 Other term & conditions SECTION-VI 30 30<br />
11 Credential of Tender 31 31<br />
12 Schedules of R<strong>at</strong>e ANEXURE -I 32 33<br />
13 Tender Notice 34 34<br />
14 M<strong>at</strong>erial specific<strong>at</strong>ion list (Mech.) A1 A2<br />
15 Block Diagramme A3 A3<br />
16 M<strong>at</strong>erial specific<strong>at</strong>ion list (Elect) B1 B2
TENDER DOCUMENT<br />
Page 2 of 34<br />
N.E. RAILWAY<br />
OFFICE OF THE<br />
SR. DIVISIONAL MECHANICAL ENGINEER (DIESEL)<br />
N.E. RAILWAY<br />
DIESEL LOCO SHED/GONDA – 271002.<br />
U.P.<br />
------------------------------------------------------------------------------------------------------------------<br />
TENDER NO. : M/DSL/GD/OT/ETP/2010-11<br />
FOR DESIGN, SUPPLY, TRANSPORTATION, ERECTION AT SITE, COMMISSIONING<br />
AND TESTING OF EFFLUENT TREATMENT PLANT AT N.E. RAILWAY DIESEL<br />
LOCO SHED, GONDA, U.P. WITH ALL ASSEMBLIES/ SUBASSEMBLIES AND<br />
ACCESSORIES ON TURN KEY BASIS.<br />
TENDER DOCUMENT<br />
ISSUED BY :<br />
SR. DIVL. MECH. ENGINEER (DIESEL)<br />
N.E. RAILWAY, DIESEL LOCO SHED,<br />
GONDA (U.P.) – 271002.<br />
Phone No. 05262 – 260080<br />
E. mail – srdmegd@gmail.com<br />
ISSUED TO :<br />
M/s ………………………………….<br />
………………………………………<br />
………………………………………<br />
………………………………………<br />
………………………………………<br />
Price : Rs. 3,000/- (Rupees Three Thousand only)<br />
Cash Receipt No. -------------------------------------------------------<br />
NOTE : All tender documents shall be returned to this office in original, duly signed and<br />
stamped on each page by the tenderer.<br />
Total number of pages:<br />
34+5 pages enclosure.
OFFER FORM<br />
Page 3 of 34<br />
TENDER NO. : M/DSL/GD/OT/ETP/2010-11<br />
Name of work : <strong>Design</strong>, <strong>Supply</strong>, <strong>Transport<strong>at</strong>ion</strong>, <strong>Erection</strong> <strong>at</strong> Site, <strong>Commissioning</strong> and Testing<br />
of Effluent Tre<strong>at</strong>ment Plant <strong>at</strong> N.E. Railway, Diesel Shed Gonda (U.P.) with<br />
all assemblies / sub-assemblies and accessories on turn key basis.<br />
------------------------------------------------------------------------------------------------------------<br />
To,<br />
The President of India,<br />
Acting through Sr. Divl. Mech. Engineer (DSL),<br />
N.E. Railway, Diesel Loco Shed/Gonda(U.P.) – 271002.<br />
Telephone No. : 05262 – 260080.<br />
1. I/We ………………………………………………………………………… have read<br />
the various conditions to the tender <strong>at</strong>tached hereto and hereby agree to abide by the<br />
such conditions. I/We also agree to keep this tender open for acceptance for a period of<br />
120 days from the d<strong>at</strong>e fixed for opening of the same and default thereof. I/We will be<br />
liable forfeiture of my/our “Earnest Money”. I/We offer to do the work for<br />
Sr. Divisional Mechanical Engineer (Diesel), N.E. Railway, Diesel Shed, Gonda <strong>at</strong> the<br />
r<strong>at</strong>e quoted in the <strong>at</strong>tached schedule and hereby bind myself/ourselves to complete the<br />
work in all respects within stipul<strong>at</strong>ed period of time from the d<strong>at</strong>e of issue of letter of<br />
acceptance of the tender. I/We also hereby agree to abide by the general and special<br />
conditions of the contract of Railway – 1999 upd<strong>at</strong>ed till d<strong>at</strong>e and to carry out the work<br />
according to the specific<strong>at</strong>ion for m<strong>at</strong>erial and work laid down by the Railway for the<br />
present contract as well as all other enclosures annexed to the tender form.<br />
2. A sum of Rs. 60,600/- (Rupees Sixty thousand and six hundred only) depo<strong>site</strong>d vide<br />
Receipt No. ……………..… D<strong>at</strong>ed …………… in favour of FA&CAO, N.E. Rly,<br />
Gorakhpur is herewith forwarded as “Earnest Money”. The original receipt is enclosed<br />
with the offer. The full value of earnest money shall stand forfeited without prejudice to<br />
any other rights or remedies available to Railway if.<br />
a) I/We do not execute the contract documents within 15 days after receipt of Notice<br />
issued by the Railways th<strong>at</strong> such documents are ready. ‘OR’<br />
b) I/We do not commence the work within 10 days after receipt of order to th<strong>at</strong> effect.<br />
3. Until a formal agreement is prepared and executed, acceptance of this tender shall<br />
constitute a binding contract between us subject to modific<strong>at</strong>ions as may be mutually<br />
agreed to between us and indic<strong>at</strong>ed in the letter of acceptance of my/our offer for this<br />
work.<br />
Sign<strong>at</strong>ure of Witnesses<br />
(Along with complete address)<br />
(SIGNATURE OF TENDERER)<br />
Tenderer’s Address<br />
No. 1 : ----------------------------- ---------------------------------<br />
-------------------------------------- ---------------------------------<br />
No. 2 : ----------------------------- ---------------------------------<br />
-------------------------------------- ---------------------------------
North Eastern Railway<br />
Page 4 of 34<br />
Office of the Sr. Divisional Mechanical Engineer (Diesel)<br />
North Eastern Railway, Gonda – 271002<br />
Tender Notice (for Web<strong>site</strong>)<br />
Open Tender Notice No. M/DSL/GD/OT/ETP/2010-11, d<strong>at</strong>ed: 27.12.2011<br />
Sealed open tenders are invited in the prescribed form for and on behalf of the President of<br />
India (Acting through Sr. Divisional Mechanical Engineer (Diesel), N.E. Railway, Gonda),<br />
which will be received up to 15.00 Hrs. on 24.02.2012 and opened on the same d<strong>at</strong>e <strong>at</strong> 15.30<br />
hrs, from reputed tenders having required experience, capability and financial st<strong>at</strong>us for the<br />
following work:<br />
Name of Work<br />
100 KL/Day - <strong>Design</strong>,<br />
<strong>Supply</strong>, <strong>Transport<strong>at</strong>ion</strong>,<br />
<strong>Erection</strong> <strong>at</strong> Site and<br />
<strong>Commissioning</strong> & Testing<br />
of Effluent Tre<strong>at</strong>ment<br />
Plant <strong>at</strong> N.E. Railway,<br />
Diesel Shed Gonda (U.P.)<br />
with all assemblies/subassemblies<br />
and accessories<br />
on turn key basis.<br />
The tender<br />
assessed<br />
cost<br />
Cost of<br />
prescribed<br />
form<br />
Earnest<br />
Money<br />
D<strong>at</strong>e and<br />
time of<br />
opening<br />
Rs.3030000/- Rs.3000/- Rs.60600/- 24.02.2012<br />
<strong>at</strong> 15.30hrs<br />
Completion<br />
period of<br />
the work<br />
04 Months<br />
2.0 Scope of the work: ETP (100 KL/DAY)<br />
(i) Scope of work for 3 Chambered Effluent Collection Sump with pumping st<strong>at</strong>ion is as<br />
under :- Grit Chamber, Screen chamber & screen, Oil Grease separ<strong>at</strong>or and trap, Wet well<br />
and ventil<strong>at</strong>ion, Effluent Transfer Pump, Manifold & Hoist, Pumping main from pumping<br />
st<strong>at</strong>ion to Mechanical ETP.<br />
(ii) Scope of Work for Effluent Tre<strong>at</strong>ment Plant (100 KL/day):-<br />
Self driven effluent conditioners, Autom<strong>at</strong>ic Oil-W<strong>at</strong>er Separ<strong>at</strong>or, Oil skimmer,<br />
Floccul<strong>at</strong>ion Chamber with Mechanical Structures, Diffused Air Flo<strong>at</strong><strong>at</strong>ion Unit (DAF),<br />
Dual Chambered Moving bed bio reactor with all its ancillaries like- FBM Aer<strong>at</strong>ors and<br />
Bio Media, Secondary setting zone inclined tube settler, PEL Dosing Unit, Ozone<br />
Gener<strong>at</strong>or with all its ancillaries, Multi-Grade Filtr<strong>at</strong>ion Unit, Activ<strong>at</strong>ed Carbon Filtr<strong>at</strong>ion<br />
Unit, Sludge drying beds and required piping & valves, Sludge Pump with required piping,<br />
Tre<strong>at</strong>ed w<strong>at</strong>er storage tank, Inline feed pumps with required piping and valves, Blower with<br />
required piping and valves.<br />
3.0 Minimum eligibility criteria have been stipul<strong>at</strong>ed for consider<strong>at</strong>ion of the offers received in<br />
response to this tender notice and the same is available on the North eastern Railway’s<br />
web<strong>site</strong>. Tenderers are required to visit the web<strong>site</strong>, go through the eligibility criteria laid<br />
down and must submit with their offer all documents in support of the same along with<br />
their financial st<strong>at</strong>us, past experience, ability to execute the work etc as per details<br />
contained in the prescribed form. The Minimum eligibility criteria are:<br />
a. Tenderer(s) should have completed <strong>at</strong> least one similar single work for a minimum value of<br />
35% of advertised tender value in last three financial years (i.e. current year + 3 previous<br />
financial years).
Page 5 of 34<br />
b. Tenderer(s) should have received total contractual amount against s<strong>at</strong>isfactory execution/<br />
work in progress of all type works for a minimum of 150% of advertised tender value of<br />
work during last three financial years (i.e. current year and three previous financial years).<br />
(i) Similar work would mean th<strong>at</strong> the tenderer should have executed a work of Effluent<br />
Tre<strong>at</strong>ment Plant.<br />
(ii) The current year shall mean the period upto the d<strong>at</strong>e of opening as originally advertised in<br />
the Newspapers. The extended d<strong>at</strong>e of opening, if any, shall not be taken into account for<br />
this purpose.<br />
4.0 The prescribed form is not transferable and may be purchased from the office of the Sr.<br />
Divisional Mechanical Engineer (Diesel), North Eastern Railway, Gonda-271002 on and<br />
from 23.01.2012 between 10.00 hrs to 15.00 Hrs. up to one working day prior to the d<strong>at</strong>e of<br />
opening of the tender after payment of cost of the same with the Chief Cashier, North<br />
eastern Railway, Lucknow and on production of the receipt thereof. The tenderre, who<br />
wishes to obtain the prescribed form by post, should send cost thereof plus a sum of Rs.<br />
500/- (Rupees five hundred) as postal charges and Rs. 200/- (Rupees two hundred) for<br />
relevant plans and drawings Money Order to Sr. Divisional Mechanical Engineer(Diesel),<br />
North Eastern Railway, Gonda-271002. Under no circumstances, amount paid for the<br />
prescribed form shall be refunded.<br />
5.0 Tenders must be accompanied with the aforesaid earnest money in acceptable forms as<br />
detailed in the prescribed form. No adjustment of the earnest money submitted with earlier<br />
tenders, including tenders, which have already been accepted, shall be done. The tenders<br />
received without the aforesaid earnest money shall be summarily rejected.<br />
6.0 Tenderers may download the prescribed form from the North eastern Railway’s web<strong>site</strong><br />
“http://www.nerailway.gov.in” and “www.tenders.gov.in” also. However, aforesaid cost of<br />
such prescribed form shall have to be paid in the shape of demand draft in favour of<br />
FA&CAO, North Eastern Railway, Gorakhpur as an enclosure to the tender offer. Offers<br />
received in the prescribed form downloaded from the web<strong>site</strong> without valid demand draft<br />
for the full cost thereof shall be summarily rejected. In case it is detected <strong>at</strong> any time th<strong>at</strong> a<br />
tenderer/ contractor has added/deleted/modified the contents of the prescribed form during<br />
and/ or after downloading, the tender shall be discharged, the contract shall be termin<strong>at</strong>ed<br />
and tenderer/ contractor would be liable for removal of its name from the approved list,<br />
banning/ suspension of business dealings etc. in addition to other legal remedies available<br />
with the Railway. The tenderers must, therefore, note these aspects carefully.<br />
7.0 Tenders must be submitted in the prescribed form purchased from the above office only,<br />
must be in a sealed cover and must be dropped in the nomin<strong>at</strong>ed ‘tender box’ kept in<br />
Conference hall in the office of the Sr. Divisional Mechanical Engineer (Diesel), North<br />
Eastern Railway, Gonda-271002 up to scheduled d<strong>at</strong>e of opening of the tender till 15.00<br />
hrs, when the said tender box would be closed. The tender box will be opened on the tender<br />
opening day <strong>at</strong> 15.30 hrs. in presence of tenderers or their authorised represent<strong>at</strong>ives who<br />
wish to remain present.<br />
8.0 In case the tender receiving day/ the tender opening day is declared a holiday due to any<br />
reason, the tender box shall be closed <strong>at</strong> the same time on the next working day and shall be<br />
opened <strong>at</strong> the same time on th<strong>at</strong> day.<br />
9.0 As the advertised tender value of the work is less than Rs. 5.00 crore, no purchase<br />
preference would be admissible to the Central Public Sector Enterprises.<br />
10.0 No price Vari<strong>at</strong>ion Clause would be applicable in the present tender case.<br />
11.0 Joint Venture shall not be considered.<br />
Sr. Divisional Mechanical Engineer(Diesel),<br />
For & on behalf of the President of India
Page 6 of 34<br />
SCHEDULE OF REQUIREMENT :<br />
Section -I<br />
S.No. Particulars<br />
1. Name of Work : <strong>Design</strong>, <strong>Supply</strong>, <strong>Transport<strong>at</strong>ion</strong>, <strong>Erection</strong> <strong>at</strong> Site, <strong>Commissioning</strong><br />
and Testing of Effluent Tre<strong>at</strong>ment Plant <strong>at</strong> N.E. Railway, Diesel<br />
Shed Gonda (U.P.) with all assemblies / sub-assemblies and<br />
accessories on turn key basis.<br />
2. Type of Tender : Open Tender<br />
3. Work to be done : As per the Tender Schedule.<br />
4. Approx value of work : Rs. 30.30 Lakhs.<br />
5. Place of work : N.E. Railway, Diesel Loco Shed/Gonda.<br />
6. Completion Period : Within 120 days from the signing of contract.<br />
7. Cost of Tender Form : Rs. 3,000/-<br />
8. Earnest Money : Rs. 60,600/-<br />
9. Last d<strong>at</strong>e and time of : 24.02.2012 up to 15.00 Hrs.<br />
submission of Tender<br />
10. Tender opening d<strong>at</strong>e : 24.02.2012 <strong>at</strong> 15.30 Hrs.<br />
and time
TECHNICAL REQUIREMENT<br />
Page 7 of 34<br />
Section-II<br />
Tender is required to carry out the work of effluent tre<strong>at</strong>ment plant as a turn key project<br />
and all the civil / mechanical / piping and machinery and plants is required to be provided by<br />
the tenderer only. Tenderer will also arrange and provide the following:<br />
1. Lay out plan indic<strong>at</strong>ing various structures pipe lines, drainage, w<strong>at</strong>er storage tanks for<br />
oil tre<strong>at</strong>ed w<strong>at</strong>er etc. on the basis of actual <strong>site</strong>s condition of Diesel shed Gonda.<br />
2. Details of schem<strong>at</strong>ic diagrams / specific<strong>at</strong>ion and Civil structures including oil tanks.<br />
3. Details of effluent tre<strong>at</strong>ment plant covering design specific<strong>at</strong>ion / detailed schem<strong>at</strong>ic<br />
diagrams and process should be certified by a quality agency. The layout and processes<br />
should be in consonance with norms stipul<strong>at</strong>ed in ISO 9001;14001 & also OSAS<br />
18001.<br />
4. Details of all machinery and plant including electrical equipments covering design,<br />
specific<strong>at</strong>ion make and capacity etc.<br />
5. Details of inputs required by the Diesel shed Gonda for running the effluent plants in<br />
terms of man power, electricity, w<strong>at</strong>er, gas, HSD etc. and recharging consumable if<br />
any.<br />
6. Details of all other works rel<strong>at</strong>ed to effluent tre<strong>at</strong>ment plants.<br />
7. Details of integr<strong>at</strong>ed control circuits and instrument<strong>at</strong>ion etc.<br />
8. Compar<strong>at</strong>ive technical advantage of the technological offer in the tech bid compared to<br />
other technologies available in the market from technical, reliability and energy<br />
consumption point of view.<br />
9. Conserv<strong>at</strong>ion of energy man power and consumables.<br />
10. The tre<strong>at</strong>ed w<strong>at</strong>er should be first stored in a surface tank of 25 KL capacity and then to<br />
be pumped out to overhead tank of 100 KL capacity. The supply of tre<strong>at</strong>ed w<strong>at</strong>er from<br />
the overhead tank to be given to washing line etc (delete and which should be by<br />
gravity). by pump. The overhead tank should also be connected with city drain.<br />
Connection should also be made to discharge tre<strong>at</strong>ed w<strong>at</strong>er directly from surface<br />
storage tanks to city drain by gravity.(pump)<br />
11. Details of skimming arrangement preferably belt type (Oleophillic)
A. Scope of Work<br />
SCHEDULE OF WORK<br />
Page 8 of 34<br />
SECTION- III<br />
The Broad scope of work includes setting up effluent tre<strong>at</strong>ment system for handling<br />
effluent w<strong>at</strong>er of N.E. Railway Diesel Locomotive Shed Gonda on turn key basis.<br />
It is expected the tenderer will thoroughly study and under take to design, supply<br />
erection commission the effluent tre<strong>at</strong>ment system for effluent discharge from shed is properly<br />
tre<strong>at</strong>ed to the l<strong>at</strong>est (as on the d<strong>at</strong>e of notific<strong>at</strong>ion of tender) stipul<strong>at</strong>ed norms as laid down as<br />
per UPPCB/UP or as per Govt. of India norms by the Pollution Control Board (CPCB). The<br />
tre<strong>at</strong>ed w<strong>at</strong>er is likely to be connected with (washing pit) city drain. The parameters of the<br />
tre<strong>at</strong>ed w<strong>at</strong>er desired or specified under the detailed scope of work. Drainage should be made<br />
by Railway.<br />
It is presumed th<strong>at</strong> the approxim<strong>at</strong>e capacity of the plant would be in the range of<br />
100 KL per day.<br />
(1) (i) Scope of work for 3 Chambered Effluent Collection Sump with pumping st<strong>at</strong>ion is<br />
as under :-<br />
Grit Chamber, Screen chamber & screen, Oil Grease separ<strong>at</strong>or and trap, Wet well and<br />
ventil<strong>at</strong>ion, Effluent Transfer Pump, Manifold & Hoist, Pumping main from pumping<br />
st<strong>at</strong>ion to Mechanical ETP as per Block Diagram enclosed (enclosed <strong>at</strong> annexure ‘A3’).<br />
The firm will have to supply the m<strong>at</strong>erial as per list enclosed <strong>at</strong> annexure ‘A1’ & ‘A2’.<br />
(ii) Scope of Work for Effluent Tre<strong>at</strong>ment Plant:-<br />
Self driven effluent conditioners,<br />
Autom<strong>at</strong>ic Oil-W<strong>at</strong>er Separ<strong>at</strong>or<br />
Oil skimmer<br />
Floccul<strong>at</strong>ion Chamber with Mechanical Structures<br />
Diffused Air Flo<strong>at</strong><strong>at</strong>ion Unit (DAF)<br />
Dual Chambered Moving bed bio reactor with all its ancillaries like- FBM Aer<strong>at</strong>ors<br />
and Bio Media<br />
Secondary setting zone inclined tube settler<br />
PEL Dosing Unit<br />
Ozone Gener<strong>at</strong>or with all its ancillaries<br />
Multi-Grade Filtr<strong>at</strong>ion Unit<br />
Activ<strong>at</strong>ed Carbon Filtr<strong>at</strong>ion Unit<br />
Sludge drying beds and required piping & valves<br />
Sludge Pump with required piping<br />
Tre<strong>at</strong>ed w<strong>at</strong>er storage tank<br />
Inline feed pumps with required piping and valves<br />
Blower with required piping and valves<br />
Common scope of work to ETP & Pumping St<strong>at</strong>ion are as under:-<br />
Panel Board, Instrument<strong>at</strong>ion & control system, External and Internal Power supply,<br />
Control Room, Inspection & Testing; Performance Guarantee.<br />
2. Detailed of Scope of work:<br />
(i) Chambered Effluent Collection Sump with Pumping St<strong>at</strong>ion should be designed to<br />
provide:<br />
Separ<strong>at</strong>ion of Oil & Grease contents from the effluent through 2 nos. Riser Pipes to be<br />
provided in to the chambers.<br />
Separ<strong>at</strong>ion of Grits and larger solids from the effluent.<br />
Separ<strong>at</strong>ion of other flo<strong>at</strong>ing m<strong>at</strong>erials from the effluent through Screen.
Acceptable pump intake conditions.<br />
Adequ<strong>at</strong>e volume to prevent excessive pump cycling, and<br />
Sufficient depth for pump control, while minimizing solids deposition.<br />
Page 9 of 34<br />
(ii) At normal oper<strong>at</strong>ing levels, the following should be considered in the design;<br />
Reduce or elimin<strong>at</strong>e the free fall of effluent in to the wet well<br />
Minimise rot<strong>at</strong>ion of w<strong>at</strong>er <strong>at</strong> the pump intake<br />
Provide adequ<strong>at</strong>e submergence to minimize surface vortices<br />
Loc<strong>at</strong>e the pumps to minimize the form<strong>at</strong>ion of subsurface vortices<br />
(iii) The capacity of the wet well shall be not less than 30.00 KL<br />
(iv) Oil and Grease contents of the effluent, trapped in the first chamber shall be removed<br />
through Belt type Oil Skimmer. This will be installed in to the first chamber.<br />
(v) The wet well structure shall be designed to withstand the hydrost<strong>at</strong>ic forces including<br />
buoyancy forces. Stair in corrosion resistant m<strong>at</strong>erial shall be provided for access in<br />
to the wet well.<br />
(vi) Cover slab for wet well shall be RCC.<br />
(vii) Control Room Electrical Work:<br />
The lists of approved sources are being <strong>at</strong>tached in Annexure B1 & B2.<br />
(ix) Panel Board, instrument<strong>at</strong>ion & control system<br />
A motor protective system th<strong>at</strong> combines control and protection functions in<br />
one assembly for all the motors shall be provided. The package shall include motor<br />
over load protection, over temper<strong>at</strong>ure, instantaneous over current, ground fault,<br />
phase loss/ phase reversal/ phase unbalance (voltage), phase loss and unbalance<br />
(current), over voltage, under voltage, motor bearing temper<strong>at</strong>ure etc.<br />
(A) NOTE:<br />
1. The monitoring fe<strong>at</strong>ures shall include ampere and voltage.<br />
2. Consider<strong>at</strong>ion must be given to the oper<strong>at</strong>ing environment such as temper<strong>at</strong>ure and<br />
extremely humid environment.<br />
3. The system should be provided with single phase preventer, over-load protector.<br />
4. Adequ<strong>at</strong>e electrical fittings on the plant and in the control room will have to be<br />
provided by the tenderer.<br />
5. Complete lay-out drawings / circuit diagrams should be submitted along with offer.<br />
6. A d<strong>at</strong>a processing machine to following specific<strong>at</strong>ion should be provided for d<strong>at</strong>a<br />
recording and rel<strong>at</strong>ed work of ETP.<br />
(B) Specific<strong>at</strong>ion for d<strong>at</strong>a processing machine:<br />
1. 1GB DDR2, RAM<br />
2. Network card 10/100 MBPS.<br />
3. 2 Parallel, 2Serial and 2USB ports.<br />
4. 18.5” LCD Colour Monitor<br />
5. 1KVA ,UPS,double b<strong>at</strong>tery.<br />
6. Pentium Intel core 2DUO Processor ,2.93 Ghz.<br />
7. Intel G-41 Mother Board.
Page 10 of 34<br />
8. DVD Writer.<br />
9. 320 GB D<strong>at</strong>a-Hard –Disc.<br />
10. Ink-jet Printer.<br />
11. Multi-media Key-Board.<br />
12. Three- button optical mouse.<br />
13. Multi-media speaker.<br />
14. Oper<strong>at</strong>ing system- Windows XP processor with licenses.<br />
15. MS Office-2010 Antivirus with license.<br />
Incase of non-availability of specific brand of the above the firm shall take permission<br />
from the competent authority for the brand being purchased.<br />
DETAIL DESIGN DATA FOR E.T.P.<br />
1. Capacity :<br />
The capacity of Effluent Tre<strong>at</strong>ment Plant is 12.50 KLH (Average flow). The peak<br />
factor for the design purpose is to be taken as 1.5.<br />
2. Effluent characteristics (given by tendrer in previous offers)<br />
N<strong>at</strong>ure of Waste<br />
: Industrial effluent<br />
C.O.D. (Max.) : 1200<br />
B.O.D. (Max.)<br />
: 800 mg/l<br />
S.S.<br />
: 4000 mg/l<br />
T.D.S.<br />
: 6800 mg/l<br />
Oil & Grease<br />
: 5000 mg/l<br />
Av. <strong>Design</strong> flow r<strong>at</strong>e : 12.50 KLH<br />
Peak flow factor : 1.5<br />
Feed<br />
: Pumped to inlet-port of Oil-W<strong>at</strong>er Separ<strong>at</strong>or.<br />
3. Tre<strong>at</strong>ed W<strong>at</strong>er Standard :<br />
FINAL EFFULENT QUALITY SHOULD BE CONFORMING TO THE LATEST(AS<br />
ON DATE OF NOTIFICATION OF TENDER) NORMS OF UPPCB/CPCB.<br />
B.O.D. (Max.)<br />
: 30 mg/l<br />
C.O.D. (Max.)<br />
: 250 mg/l<br />
S.S.<br />
: 100 mg/l<br />
T.D.S.<br />
: 2100 mg/l<br />
Oil & Grease<br />
: 10 mg/l<br />
MECHANICAL & ELECTRICAL WORKS<br />
1. Fully Autom<strong>at</strong>ic Oil-W<strong>at</strong>er Separ<strong>at</strong>or<br />
No. of Unit : 1<br />
Type<br />
: Fully autom<strong>at</strong>ic in Cylindrical shape<br />
MOC of Shell<br />
: MS as per IS 2062, Sand blasted and epoxy painted<br />
Oil-W<strong>at</strong>er Interface Sensor : To be Provided.<br />
Electro-Pneum<strong>at</strong>ic Valve : to be Provided.<br />
Capacity<br />
: 12.50 KLH<br />
2. DAF Unit<br />
No. of Required<br />
: 01 Set<br />
Type<br />
: Rectangular with hopper bottom.<br />
MOC<br />
: Mild steel epoxy painted.<br />
Skid<br />
: Provided.<br />
S<strong>at</strong>ur<strong>at</strong>ion Tank<br />
: Provide.<br />
Pressure Gauge<br />
: Provided.<br />
Pressure relief valve : provided.
Page 11 of 34<br />
DAF recircul<strong>at</strong>ion pump : Provided.<br />
Pressure Control Valve : Provided.<br />
Skimmer Assembly : Provided.<br />
Setting Zone<br />
: Provided.<br />
ECO 2<br />
: Provided 2 Nos.<br />
3. Parallel Effluent Conditioner<br />
No. of Units : 2<br />
MOC<br />
: M.S. Sand blasted and epoxy painted.<br />
Drive<br />
: Self<br />
Arrangement of chemical : To be provided.<br />
injection.<br />
Drain out<br />
: To be provided.<br />
4. Floccul<strong>at</strong>ion Zone<br />
No. of Unit : 1<br />
MOC<br />
: M.S. Epoxy painted<br />
Floccul<strong>at</strong>ion Through : Air Mixing / SS Floccul<strong>at</strong>or<br />
5. Moving Bed Bio Reactor<br />
No. of Unit : 1<br />
No. of Chambers : 2<br />
MOC<br />
: MS Epoxy painted.<br />
Applied Organic Load : 60 kg/BOD 5<br />
Type of Aer<strong>at</strong>ors<br />
: Fine Bubble Membrane<br />
MOC of Membrane : High Grade EPDM<br />
Nos. and size of Aer<strong>at</strong>ors : As per design to be submitted by firm<br />
Type of Bio Media : Random UV Sterilized PP<br />
Retention Period<br />
: As per design<br />
6. Multi-Grade Filter<br />
No. of Unit : 1<br />
MOC of Shell : MS as per IS 2062<br />
Type<br />
: Pressurized Down flow<br />
Media Depth<br />
: 900 mm<br />
Media Type<br />
: Oleophilic Graded Granular Sand and Anthracites.<br />
Under drainage<br />
: To be provided.<br />
Back wash facility<br />
: To be provided.<br />
ROF<br />
: 15000 L/H/M2<br />
7. Activ<strong>at</strong>ed Carbon filter<br />
No. of Unit : 1<br />
MOC of Shell : MS as per IS 2062<br />
Column Ht.<br />
: 2000 mm<br />
Type of media<br />
: Granular Activ<strong>at</strong>ed Carbon Gr-1000<br />
8. Effluent Transfer pumps<br />
No. of Units<br />
: 2 (1 W + 1 SB)<br />
Type<br />
: Non Clog Submersible<br />
Capacity<br />
: 20000 LPH <strong>at</strong> 14 M Head<br />
Drive<br />
: In Built with adequ<strong>at</strong>e HP<br />
Make<br />
: Kirloskar/Kishore/KSB/Equivalent<br />
9. Inline Feed pumps<br />
No. of Units<br />
: 2 (1 W + 1 SB)<br />
Type<br />
: Inline Centrifugal<br />
Capacity<br />
: 20000 LPH <strong>at</strong> 18 M Head<br />
Drive<br />
: Squirrel Cage-Horizontal Foot mounted
Enclosure<br />
: T.E.F.C., We<strong>at</strong>her proof, IP-55<br />
Make<br />
: Kirloskar/Kishore/KSB/Equivalent<br />
10. Sludge pumps<br />
No. of Units<br />
: 2 (1 W + 1 SB)<br />
Type<br />
: Horizontal, Non Clog<br />
Solid Handling capacity : 6 mm<br />
Capacity of Pump<br />
: 5000 LPH <strong>at</strong> 10 M Head<br />
Drive<br />
: Squirrel Cage-Horizontal Foot mounted<br />
Enclosure<br />
: T.E.F.C., We<strong>at</strong>her proof, IP-55<br />
Make<br />
: Kirloskar/Kishore/KSB/Equivalent<br />
11. Blowers<br />
No. of Units : 1<br />
Capacity<br />
: As per design<br />
Type<br />
: Twin Lobe<br />
Drive<br />
: Squirrel Cage-Horizontal Foot mounted<br />
Enclosure<br />
: T.E.F.C., We<strong>at</strong>her proof, IP-55<br />
Make<br />
: Kay/Everest/VE/SI/Kulkarni<br />
12. Chemical Dosing Pumps<br />
No. of Units : 2<br />
No. of Chemical Storage Tank : 2, each of 100 ltrs capacity.<br />
Type of Pumps<br />
: Metering<br />
Make<br />
: Milton Roy / Equivalent<br />
13. Ozone Gener<strong>at</strong>or<br />
No. of Units : 1<br />
Capacity<br />
: As per requirement<br />
Type<br />
: Crona Discharge<br />
O2 Gener<strong>at</strong>or Pump : To be provided.<br />
14. Screen<br />
No. of Units : 2<br />
MOC<br />
: MS<br />
Size<br />
: As per design<br />
15. Oil Skimmer<br />
Bo of Unit : 1<br />
Type<br />
: Double Drum Belt type<br />
Capacity<br />
: 120 LPH<br />
Page 12 of 34<br />
16. Interconnecting pipeline and valves<br />
Piping<br />
: As per detail Engineering Options M.S.BI. Medium class as per<br />
IS – 1239 PVC Class III as per IS : 4985 H.D.P.E. Class III as<br />
per IS : 498 Class LA as per IS : 1537 & 7181<br />
Valves<br />
: ISI marked C.I.D/F PN – 1 class confirming to IS : 780 with<br />
hand wheel for 80 dia & above and ISI marked PP Valves up to<br />
50 dia.<br />
Extended Oper<strong>at</strong>ion : C.I. Headstock Assembly with coupling for extended oper<strong>at</strong>ion<br />
of valves wherever of valve through 20/25 G.I. Medium pipe conforming to IS:<br />
necessary<br />
1239& equivalent<br />
17. Control panel<br />
Type<br />
: Desk type with Mimic Diagram<br />
Main Switch<br />
: To be provided (REQUIRED)<br />
Starters<br />
: To be provided<br />
3 Ph Indic<strong>at</strong>or : To be provided
SPP<br />
Digital Amp Meter<br />
Digital Volt Meter<br />
Level Sensors<br />
Digital Flow meter<br />
Digital PH Meter<br />
Auto/Manual Switch for<br />
Electro-Pneum<strong>at</strong>ic valve<br />
CIVIL WORKS<br />
: To be provided<br />
: To be provided<br />
: To be provided<br />
: To be provided for Submersible Effluent pumps.<br />
: To be provided<br />
: To be provided<br />
: To be provided<br />
Page 13 of 34<br />
1. 3Chambered Effluent Collection Sump (Capacity: 30 KL)<br />
Grit Chamber<br />
: To be provided in Effluent Collection Sump as per design<br />
Screen Chambers (2Nos) : To be provided in the incoming drain as per design<br />
Oil & Grease Separ<strong>at</strong>or : To be provided in Effluent Collection Sump as per design<br />
Oil & Grease Trap : To be provided in Effluent Collection Sump as per design<br />
Wet Well<br />
: To be provided in Effluent Collection Sump as per design<br />
MOC of above Structures : RCC M-25<br />
2. Control Room<br />
Size : 12.00 M2, 3.00 Ht. (PROVISION OF 2 SPLIT 2 TONNE<br />
AIR CONDITIONERS)<br />
Walls : Brick Work in CM 1:4<br />
Roof : RCC M-20<br />
Door<br />
: 1 no of size 2100mmx1200mm in MS<br />
Windows<br />
: 1 no of size 1500mmx1200mm in Aluminium frame with<br />
glass<br />
Floor<br />
: Ceramic Tiles<br />
3. Tre<strong>at</strong>ed W<strong>at</strong>er Storage Reservoir (Capacity:30.00 KL)<br />
MOC : RCC M-25<br />
Free Board<br />
: 300 mm<br />
Over flow arrangement : To be provided.<br />
Detail design : To be provided by firm<br />
4. Pl<strong>at</strong>form for the Entire Mechanical Plant with CGI Roofing<br />
Size<br />
: As per requirement and design<br />
MOC : B/W, PCC M-15 & RCC M-20<br />
5. Sludge Drying Beds<br />
No. of Units : 4<br />
Size of beds : as per design<br />
Construction of beds : In Bricks Masonry with 1:4:8 P.C.C. bed<br />
Filter return line : 90 mm dia. Pipe line from sludge drying beds to Wet Well<br />
Valves for Isol<strong>at</strong>ion : 4 Nos. 40 mm dia G<strong>at</strong>e Valve.<br />
of each bed<br />
B. Scope of Work<br />
The tenderer will be expected to cover the following works as given below:<br />
1. Identifying the type and the sources of effluent. The Diesel locomotive shed Gonda has<br />
the following Major sources of effluent. The tenderer must study the <strong>site</strong> of the shed for<br />
correct estim<strong>at</strong>ion of the type and the sources of effluent. As guidance the following<br />
known sources of pollutants are depicted below:
1.1 Loco maintenance Bays<br />
Page 14 of 34<br />
Pollutants consist of w<strong>at</strong>er, HSD, lubric<strong>at</strong>ing oil, grease dirt, radi<strong>at</strong>or coolants, sludge<br />
and certain chemicals. (CARDIUM & SEWAGE)<br />
1.2 Car body filter cleaning plants<br />
Pollutant discharged consists of lubric<strong>at</strong>ing oil, dirt and cleaning agents etc.<br />
1.3 Loco Components cleaning plants<br />
Pollutants discharge consists of oil, cleaning agents, sludge, dirt, metallic corroded<br />
metal flakes etc.<br />
1.4 Loco Washing<br />
Pollutant consists of detergent solution, oil, grease, dirt, lubric<strong>at</strong>ing oil sludge etc.<br />
1.5 Load Box<br />
Pollutants mainly consist of w<strong>at</strong>er, sludge, oil etc.<br />
1.6 Office Block / Canteen / DM Plant / Compressor<br />
Pollutants mainly w<strong>at</strong>er, sludge, oil, sewage sludge etc. including some chemicals.<br />
1.6.1 Discharge from Labor<strong>at</strong>ory<br />
Miscellaneous Lab chemicals, oil etc discharge in small quantities as pollutants.<br />
The contractor must ensure suitable provision of collecting effluent from<br />
different identified sources. It may necessit<strong>at</strong>e repair, extension of the existing drainage<br />
system etc.<br />
2. Setting up required effluent system :<br />
The effluent tre<strong>at</strong>ment system is expected to tre<strong>at</strong> an estim<strong>at</strong>ed 100 KL of<br />
pollutant w<strong>at</strong>er per day. Arrangement for setting of silt / sludge etc from the drain w<strong>at</strong>er<br />
should be ensured before entering oil w<strong>at</strong>er separ<strong>at</strong>or unit having capacity to<br />
accumul<strong>at</strong>e silt/sludge approxim<strong>at</strong>e 20 Cu.Mtrs.<br />
3. Expected Parameters of effluent <strong>at</strong> output<br />
Suitable arrangement for Physical / Chemical / Biological tre<strong>at</strong>ment of effluent<br />
flowing out of oil w<strong>at</strong>er separ<strong>at</strong>or, so as to achieve effluent level in final discharge as<br />
mentioned in Para 4.<br />
4. Parameters of effluent output<br />
Suitable arrangement to be provided for Physical / Chemical tre<strong>at</strong>ment of<br />
effluent to achieve effluent level in final discharge as indic<strong>at</strong>ed below:<br />
Sl. No.<br />
Parameters<br />
(AS PER TESTING<br />
REPORT OF HBTI<br />
CNB DATED<br />
23/02/2004) Present<br />
level after OWS<br />
Desired level<br />
after tre<strong>at</strong>ment in<br />
ETP<br />
Unit<br />
1 PH 8.4 5.5 – 9.0 Mg/Ltr<br />
2 TDS 628 ≤ 2100 Mg/Ltr<br />
3 TSS 70 ≤ 100 Mg/Ltr<br />
4 BOD 46 ≤ 30 Mg/Ltr
Page 15 of 34<br />
5 COD 64 ≤ 250 Mg/Ltr<br />
6 Oil & Grease 110 ≤ 10 Mg/Ltr<br />
7 Cr (IV) NIL NIL Mg/Ltr<br />
These figures are the result of testing of a sample of shed’s effluent checked <strong>at</strong><br />
out side labor<strong>at</strong>ory and may vary according to discharge from time to time.<br />
Contractor may collect the effluent samples desired for its own s<strong>at</strong>isfaction and<br />
as well as for designing of Effluent Tre<strong>at</strong>ment Plants.<br />
Existing arrangements:<br />
1. Diesel shed Gonda is discharging about 1,00,000 litres (100 KL) of effluent w<strong>at</strong>er every<br />
day. This effluent flows to the oil w<strong>at</strong>er separ<strong>at</strong>or situ<strong>at</strong>ed in the diesel shed premises<br />
(Near the proposed <strong>site</strong> of effluent tre<strong>at</strong>ment plant) where oil is removed to gre<strong>at</strong> extant<br />
by gravity separ<strong>at</strong>ion system. The effluent being routed through this oil w<strong>at</strong>er separ<strong>at</strong>or<br />
tank, is to be tre<strong>at</strong>ed to achieve effluent level in final discharge as indic<strong>at</strong>ed in the<br />
schedule of work and is also acceptable to UP Pollution Control Board in reference to<br />
their relevant parameters.<br />
2. The tre<strong>at</strong>ed w<strong>at</strong>er is to be stored suitably for cleaning purpose etc. remaining portion is<br />
to be disposed off by connecting with the city drain.<br />
3. The effluent tre<strong>at</strong>ment plant (ETP) shall consists of the following:<br />
Silt / sludge / collection arrangement / tank.<br />
Effluent collection / equaliz<strong>at</strong>ion tank.<br />
Reaction tank.<br />
Dosing tank.<br />
Neutralizing system.<br />
Clarific<strong>at</strong>ion system.<br />
Aer<strong>at</strong>ion system.<br />
Sludge drying beds.<br />
Oil separ<strong>at</strong>or for free / emulsified oils. (The existing OWS can also be used;<br />
addition/alter<strong>at</strong>ion if any deemed necessary may be made).<br />
• Office cum Control panel/oper<strong>at</strong>ors room; Labor<strong>at</strong>ory testing bench etc.<br />
provision should be made.<br />
<strong>Design</strong> details provided by the shed:<br />
Any details provided are given for general guidance showing our requirements. The<br />
firm may suitably decide the technique & design of the plant keeping in view to our<br />
requirements. The plant shall be simple economical to oper<strong>at</strong>e and shall have integr<strong>at</strong>ed control<br />
facility such th<strong>at</strong> deputing only one person for max. one shift is sufficient to oper<strong>at</strong>e the plant<br />
in a day ( Day shift only). The requirement of consumables shall be minimum for the working<br />
of the plant and its details shall be given in the offer clearly and elabor<strong>at</strong>ely.<br />
Survey of Effluent Tre<strong>at</strong>ment <strong>site</strong> of Gonda Diesel Shed :<br />
The tenderer or his represent<strong>at</strong>ive should visit Diesel Locomotive shed/Gonda. Prior to<br />
submitting the tender and study the <strong>site</strong> of the proposed effluent tre<strong>at</strong>ment plant <strong>at</strong> the available<br />
existing oil & w<strong>at</strong>er separ<strong>at</strong>or tank (OWS) and drainage system etc. for proper assessment of<br />
the work.
Page 16 of 34<br />
5. Provision for oil collection in 210 Ltrs. barrel<br />
The effluent tre<strong>at</strong>ment system will separ<strong>at</strong>e w<strong>at</strong>er oil /grease etc. through the OWS.<br />
The provision of mechanized collecting of this oil in 210 ltr barrel with minimum manual<br />
labour should be arranged. However empty 210 ltr barrels will be provided free of cost for<br />
collecting oil and oil should be handed over to SSE/Gen for further disposal.<br />
NOTE :- All by products from the plants must be non polluting and should be acceptable<br />
by the UPPCB/Lucknow.(AS PER LATEST NORMS)<br />
6. <strong>Commissioning</strong> and approval / certific<strong>at</strong>ion of the effluent tre<strong>at</strong>ment system<br />
6.1 Once the consent to oper<strong>at</strong>e the plant received from U.P. Pollution Control Board<br />
(UPPCB) and the plant has been handed over to Sr. DME/DSL/Gonda and the acceptance<br />
tests have been completed successfully. The plant shall be tre<strong>at</strong>ed as commissioned. The<br />
charges for obtaining consent to oper<strong>at</strong>e the plant from UPPCB will have to be borne the<br />
tenderer.<br />
6.2 The effluent tre<strong>at</strong>ment plant after commissioning will be run by the firm a period of six<br />
months. During this period tre<strong>at</strong>ed effluent samples will be sent to Uttar Pradesh<br />
Pollution Control Board or their approved lab for testing <strong>at</strong> an interval of 15 days. The<br />
charges for these tests will have to be borne by the tenderer. The results given by the<br />
Uttar Pradesh Pollution Control Board will be scrutinized and only after s<strong>at</strong>isfactory<br />
results obtained as per Uttar Pradesh Pollution Control Boards general standard for<br />
discharged pollutants (Into inland surface w<strong>at</strong>er) in consonance to EPA-86, the plant will<br />
be tre<strong>at</strong>ed finally commissioned.<br />
6.3 The tenderer should carefully read all the conditions about the n<strong>at</strong>ure of work involved as<br />
per technical specific<strong>at</strong>ion and schedule of work. The tenderer must give detailed<br />
brochures on the items offered by them including technical details etc.<br />
6.4 In case of devi<strong>at</strong>ions from the specified schedules merits of the items offered by them<br />
over the specified schedules should be worked out and submitted along with the offer.<br />
6.5 The work shall be completed with in 120 days from the d<strong>at</strong>e of communic<strong>at</strong>ion of<br />
acceptance of tender. However the tenderers must quote the delivery schedules.<br />
6.6 The firm will supply all consumables and provide necessary manpower etc. to run the<br />
plant during these periods. Electrical charges will be borne by the Railway.<br />
7. Penalty for delay in commissioning:<br />
The contractor or his agent shall commission the Effluent tre<strong>at</strong>ment plant with in the<br />
stipul<strong>at</strong>ed time as shown in the contract. This time frame will be applicable from the d<strong>at</strong>e of<br />
issue of work order after signing the agreement.<br />
The time allowed for commissioning of the plant by the contractor or his agent shall<br />
be deemed to be clearance of contract. In case of delay in commissioning of the plant on<br />
the part of the contractor, the purchaser shall be entitled to recover and the contractor shall<br />
be liable to pay liquid<strong>at</strong>ed damages <strong>at</strong> the r<strong>at</strong>e of 1½% of the total contract value for each<br />
and every month or part thereof for which commissioning is delayed. Provided always th<strong>at</strong><br />
the entire amount of liquid<strong>at</strong>ed damages to be paid under the provisions of this clause shall<br />
not exceed 6% of the total contract value.
Page 17 of 34<br />
Continuance of commissioning or after expiry of stipul<strong>at</strong>ed time will also not absolve<br />
the contractor from penalty as st<strong>at</strong>ed above. The decision of the Sr. DME/DSL/NER/Gonda<br />
whether the delay in commissioning has taken place on account of reason <strong>at</strong>tributed by the<br />
contractor shall be final and binding upon the contractor.<br />
8. Plant oper<strong>at</strong>ion for 06months:<br />
Contractor will make necessary arrangements to maintain and run the plant for a<br />
period of 06 months from the d<strong>at</strong>e of receiving consent to oper<strong>at</strong>e from UPPCB. During<br />
this period contractor will make arrangement of labour, m<strong>at</strong>erial, maintenance and other<br />
consumables necessary to run the plant and shall collect and deposit all separ<strong>at</strong>ed oil base<br />
pollutants with Sr. Section Engineer/Gen/Diesel/Gonda and dispose off all sludge /<br />
chemical refuse in a manner not objectionable to UPPCB / Municipal Corpor<strong>at</strong>ion Gonda<br />
& Gonda Diesel Shed.<br />
The firm will supply all consumables and provide manpower to run the plants during<br />
this period. Electrical charges will be borne by the railways as well empty drum will be<br />
provided free of cost of collection of oil.<br />
9. Training of Staff for oper<strong>at</strong>ion of the system:<br />
The firm will train the Diesel shed staff to run the plant during the erection, trial run,<br />
commissioning period and 06 months running period and all trained staff must be given<br />
certific<strong>at</strong>e clearly certifying their ability and skill to oper<strong>at</strong>e the plant. (NUMBER OF<br />
STAFF TRAINED SHOULD BE ATLEAST TWICE THE NUMBER REQUIRED TO<br />
OPERATE THE PLANT AT ANY GIVEN TIME).<br />
A. Handling over the Plant for oper<strong>at</strong>ion:<br />
On completion of the 06 months periods, the contractor will hand over the plant for<br />
oper<strong>at</strong>ion to the trained personnel of the Diesel Shed for routine oper<strong>at</strong>ion.<br />
B. Optional Scope of Work:<br />
The following details d<strong>at</strong>a should be provided by the tenderer for a detailed evalu<strong>at</strong>ion of<br />
the running costs of the plant. The d<strong>at</strong>a would also be used for extending the scope of work.<br />
1. Running Contract :<br />
Firm should quote for running the plants for one year as an additional option.<br />
2. Labour Cost :<br />
The labour cost in terms of man hours and also in estim<strong>at</strong>ed wages should be specified<br />
for oper<strong>at</strong>ion of plant.<br />
3. Cost of consumables :<br />
The quantity, r<strong>at</strong>es and the cost (For Gonda Shed) consumables required for oper<strong>at</strong>ion<br />
of plant will be given by the tenderer.<br />
4. Electricity Charges :<br />
Electricity will be supplied free of cost, however the total load of the plant and energy<br />
consumption should be shown separ<strong>at</strong>ely.<br />
5. Others Miscellaneous expenses :<br />
Any other expenses envisaged in oper<strong>at</strong>ion of the plant for a period of one year should<br />
also be quoted.
6. Post warranty maintenance<br />
Page 18 of 34<br />
The tenderer should quote separ<strong>at</strong>ely for post warranty maintenance charges for 5<br />
subsequent years in their offer for effluent tre<strong>at</strong>ment plant. However the Senior<br />
Divisional Mechanical Engineer/Diesel, Gonda may place a separ<strong>at</strong>e contract for this<br />
work as may be necessary every year.<br />
7. Land Fill <strong>site</strong> :<br />
The tenderer should quote separ<strong>at</strong>ely for complete turn key work of “Land fill <strong>site</strong>”<br />
with or without ETP as an additional ‘OPTION” as per specific<strong>at</strong>ion approved by UP<br />
Pollution Control Board of adequ<strong>at</strong>e size & capacity for storing/collecting by products,<br />
sludge and other solid mass after tre<strong>at</strong>ment.
SPECIAL CONDITION OF CONTRACT<br />
Page 19 of 34<br />
SECTION-IV<br />
1.0 <strong>Commissioning</strong> :<br />
The effluent tre<strong>at</strong>ment plant after commissioning will be run by the Tenderer for a<br />
period of 06 months and during this period tre<strong>at</strong>ed effluent samples will be sent to UP<br />
Pollution Control Board / Central Pollution Control Board <strong>at</strong> an interval of 15 days (The<br />
charges for these test will have to borne by the tenderer). The result given by the UPPCB with<br />
their certific<strong>at</strong>es will be scrutinized and only after the s<strong>at</strong>isfactory results as per UPPCB<br />
General Standards for discharging pollutant for (in land surface w<strong>at</strong>er) in consonance to EPA-<br />
86 in General conforming to Bureau of Indian Standards l<strong>at</strong>est version. The plant will be<br />
tre<strong>at</strong>ed as commissioned.<br />
During this period the firm will supply all the consumables and staff to run the plant.<br />
During the trial period tre<strong>at</strong>ment for disposal of sludge / waste arising from effluent tre<strong>at</strong>ment<br />
plant shall have to be done by the tenderer in accordance to the st<strong>at</strong>utory requirement of the<br />
Central and St<strong>at</strong>e Pollution Control Boards.<br />
2.0 Running Contract :<br />
Firm may also quote running the plant for one year (after commissioning of Effluent<br />
Tre<strong>at</strong>ment Plants and its acceptance) as an additional option, in running cost the details should<br />
be –<br />
Labour cost<br />
Cost of consumables<br />
Other miscellaneous expenses should be shown separ<strong>at</strong>ely.<br />
3.0 Turn Key Project :<br />
The tenderer is required to carry out the work of ETP as a turn key project and all civil,<br />
electrical, mechanical piping works along with the provision of required machinery & plant is<br />
to be done by the Tenderer.<br />
The tender shall contain complete details about the ETP offered by the tenderer along<br />
with reference to our requirements as per Section II, III & IV.<br />
The tenderer shall submit complete procedure for running, oper<strong>at</strong>ion and maintenance<br />
of the ETP offered by them in detail and elabor<strong>at</strong>e manner, along with details about the<br />
consumables required in the plant.<br />
Tenderer shall submit detailed drawing of the plant offered by them (in respect to the<br />
<strong>site</strong> proposed by the Railway for the ETP) showing clearly the system of the tre<strong>at</strong>ment, layout<br />
of the equipment’s, area covered and details of all engineering works th<strong>at</strong> would be done. The<br />
total space requirement shall be given in form of a lay out plan.<br />
Quality of Equipment used :<br />
For efficient and trouble free running of the plant. The mechanical and electrical<br />
equipments fitted in the plant such as pumps motors, pressure gauges, pipe lines, valves,<br />
starters, agit<strong>at</strong>ors, tanks etc. should be of reputed make preferable ISO firms and of ISI mark<br />
and fully confirming to the relevant IS specific<strong>at</strong>ion Firm’s name, specific<strong>at</strong>ions of Bureau of<br />
Indian Standards or of other institutions should be provided as reference for each of the<br />
equipment fitted in the plant as a part of the offer.<br />
Technical Liter<strong>at</strong>ure and Document<strong>at</strong>ion:<br />
The successful tenderer will provide the following technical liter<strong>at</strong>ure in <strong>at</strong> least two hard<br />
copy sets.<br />
• Maintenance/oper<strong>at</strong>ing Manuals and specific<strong>at</strong>ions of each of components items shall have<br />
to be supplied to this shed by the successful tenderer.<br />
• All drawings, flow sheet diagrams.
Page 20 of 34<br />
• Details of parameters of Electronics/Electrical/Mechanical appliances used in the plant.<br />
• Addresses of the OEM’s and the suppliers of the equipment fitted in the plant. This should<br />
also be supplied in the form of a Bill of m<strong>at</strong>erials in MS Excel, MS Access form<strong>at</strong>s on<br />
suitable electronic media.<br />
<strong>Supply</strong> of Spares :<br />
The firm shall have to ensure th<strong>at</strong> spares for the maintenance of this plant and the<br />
equipment fitted there in are supplied (on payment basis) to the Diesel Shed as and when<br />
required for a minimum period of five years after the expiry of the warranty period.<br />
Electrical Works :<br />
Contactor shall have to carry out the work of laying of electrical cables for all the<br />
electrical work involved in the ETP. Diesel shed will provide incoming electrical supply <strong>at</strong> the<br />
MCTB. Tenderer will have to supply all the electrical controls, energy meters, bus bars etc. for<br />
oper<strong>at</strong>ing the plants. The firm will have to supply the m<strong>at</strong>erial as per list enclosed <strong>at</strong> annexure<br />
B1 & B2.<br />
Civil Works :<br />
Tenderer will have to carry out all civil engineering works for all types of tanks and<br />
chambers etc. required in the plant as per standard specific<strong>at</strong>ion. They shall also submit<br />
detailed engineering drawings of all the engineering works of the plant certified by some<br />
qualified consultant.<br />
Sub-Contracted equipment :<br />
All the sub-Contracted equipment should be covered with a warranty for<br />
repair/replacement. Manuals & sources of spares required for the maintenance of these<br />
equipment should also be supplied for all sub-contracted equipment.<br />
Warranty :<br />
All the items / equipments fitted and all the works done in the plant must be under<br />
warranty for a minimum period of 24 months from the d<strong>at</strong>e of commissioning and the final<br />
acceptance of the plant. During this period the contractor is liable to arrange for immedi<strong>at</strong>e<br />
repairs/replacement of the defective parts/equipment free of cost and put the equipment in to<br />
normal working order within 03 days from the d<strong>at</strong>e of sending inform<strong>at</strong>ion to the contractor.<br />
Such replacement shall further carry a warranty of two year and a half from the d<strong>at</strong>e of<br />
replacement/repair.<br />
Acceptance Test :<br />
Tender is required to submit the details of the test procedures to be followed for<br />
commissioning and oper<strong>at</strong>ion of the effluent tre<strong>at</strong>ment plants <strong>at</strong> the <strong>site</strong> of install<strong>at</strong>ion<br />
indic<strong>at</strong>ing the dur<strong>at</strong>ion of the test period and shall warranty an average up time efficiency of<br />
90% for the dur<strong>at</strong>ion of the test period.<br />
The scope details, dur<strong>at</strong>ion and extension if any of the acceptance shall be discussed<br />
and mutually agreed upon between the purchaser and the contractor.<br />
On receipt of the advice from the contractor th<strong>at</strong> the system has been installed and is<br />
ready for acceptance test, one acceptance test of the effluent tre<strong>at</strong>ment plant shall be conducted<br />
by the contractor in the presence of Sr. Divisional Mechanical Engineer (Diesel)/N.E. Railway,<br />
Gonda or his authorized represent<strong>at</strong>ive.<br />
The contractor <strong>at</strong> his own cost shall provide any special equipment and tools required<br />
for the acceptance test. Railways will provide necessary electric power free of cost to enable<br />
the contractor to carry out this test. The test shall be conducted as stipul<strong>at</strong>ed here under.<br />
The contractor shall maintain necessary log book in respect of the result of the test to<br />
establish entire s<strong>at</strong>isfaction of the purchaser, the successful completion of the test specified.<br />
Page 21 of 34
On successful completion of the acceptance test and after meeting condition as<br />
specified in schedule of work and the purchaser is s<strong>at</strong>isfied with the working of the plant. The<br />
acceptance certific<strong>at</strong>e, signed by both the contractor and the represent<strong>at</strong>ive of Sr. Divisional<br />
Mechanical Engineer (Diesel)/N.E. Railway, Gonda will be issued. The d<strong>at</strong>e on which such<br />
certific<strong>at</strong>e is issued shall be deemed to be the d<strong>at</strong>e of commissioning of the plant.<br />
Should the contractor not successfully complete the acceptance test within the specified<br />
period. The dur<strong>at</strong>ion of these tests shall be extended for a further period as mutually agreed<br />
upon and in case of failure the Sr. Divisional Mechanical Engineer (Diesel)/N.E. Railway,<br />
Gonda shall reject the plant. The provisions contained in the Indian Railway, General<br />
conditions of contracts pertaining to consequences of rejection shall in th<strong>at</strong> case apply.<br />
The decision of Sr. Divisional Mechanical Engineer (Diesel)/N.E. Railway, Gonda<br />
regarding extension of d<strong>at</strong>es and result of the acceptance test shall be final and binding on the<br />
contractor.<br />
Payment Terms :<br />
80% of the total value will be released within 45 days from the d<strong>at</strong>e of commissioning<br />
the effluent tre<strong>at</strong>ment plant. Contractor should submit 80% bill in triplic<strong>at</strong>e in the name of<br />
Senior Divisional Mechanical Engineer (Diesel)/N.E. Railway, Gonda after successful<br />
install<strong>at</strong>ion and commissioning of Effluent Tre<strong>at</strong>ment Plant.<br />
10% payment shall be released after successful oper<strong>at</strong>ion after commissioning. Balance<br />
10% payment shall be released on submission of Bank Guarantee of equivalent value for a<br />
period of 18 months (covering the warranty period) from the d<strong>at</strong>e of successful commissioning<br />
of the effluent tre<strong>at</strong>ment plant for the working performance.<br />
No advance payment will be made for any supply of equipment. Firms particip<strong>at</strong>ing in<br />
the tender must agree to our payment terms.<br />
Credentials :<br />
The tenderer should be well established, experienced, reputed and registered with<br />
respective Pollution Control Boards with credibility to carry out similar type of work i.e. on oil<br />
base ETP systems and of tackling more than 100 KL effluent per day successfully in the past<br />
with this kind of technology certific<strong>at</strong>e to this effect, if any, may be enclosed.<br />
The tenderer should be in this field for <strong>at</strong> least three years. Experience earlier than the<br />
last three years shall not be considered. The tender must be supported with documents showing<br />
particulars of similar works, if any Carried out successfully for the Railways and other<br />
Government or Semi Govt. Organiz<strong>at</strong>ion.<br />
Tenderer(s) should have completed <strong>at</strong> least one similar single work for a minimum<br />
value of 35% of advertised tender value in last three financial years i.e. current year 3 previous<br />
financial years.<br />
Tenderer(s) should have received total contractual amount against s<strong>at</strong>isfactory<br />
execution/ work in progress of all type works for a minimum of 150% of advertised tender<br />
value of work during last three financial year and current financial year as per payment<br />
certific<strong>at</strong>e from the tenderer duly issued by the officers of concern government department or<br />
audited balance sheet duly certified by charted accountant.<br />
(ALSO ATLEAST ONE OF THE OWNER OF THE FIRM SHOULD BE A QUALIFIED<br />
ENGINEER)<br />
Undertaking by the tenderer for special conditions:<br />
I / we have read and understood the special conditions of this tender and hereby agree<br />
to abide by them and also agree to work in accordance to these special conditions.<br />
(Sign<strong>at</strong>ure of the tenderer)<br />
D<strong>at</strong>e : Tenderer’s Address :<br />
Place :
GENERAL CONDITIONS<br />
Page 22 of 34<br />
SECTION- V<br />
Priority of Condition of Contract<br />
The conditions of contract mentioned in this document are applicable as per the following<br />
priority:<br />
1. Special condition of contract.<br />
2. General condition of contracts of Indian railways. In case of any ambiguity or dual<br />
definition of the condition of contract the conditions specified in the higher priority<br />
would be applicable.<br />
Tender documents :<br />
The tenderer should carefully read <strong>at</strong> the conditions about the n<strong>at</strong>ure of work involved<br />
as per technical specific<strong>at</strong>ion and schedule of work. The tenderer must give detailed brochures<br />
on the items offered by them including technical details etc.<br />
In case of devi<strong>at</strong>ion from the specified schedule of merit of the item offered by them<br />
over the specified schedules should be worked out and submitted along with the offer.<br />
The work shall be completed with in 120 days from the d<strong>at</strong>e of communic<strong>at</strong>ion of<br />
acceptance of the tender. However the tender must quote the delivery schedule.<br />
The following documents should be specified for submission along with tender:<br />
(a) List of Personnel, organiz<strong>at</strong>ion available on hand and proposed to be engaged for the<br />
subject work.<br />
(b) List of plant and machinery available on hand (OWN) and proposed to be inducted<br />
(own and hire to be separ<strong>at</strong>ely) for the subject work.<br />
(c) List of works completed in the last three financial years giving description of work,<br />
organiz<strong>at</strong>ion whom executed approx value of contract and time of award d<strong>at</strong>e of award<br />
and schedule period of completion of work. D<strong>at</strong>e of actual completion and final value<br />
of contract may also be given.<br />
(d) List of works on hand indic<strong>at</strong>ing description of the contract value, approxim<strong>at</strong>e value of<br />
balance yet to be done and d<strong>at</strong>e of Award.<br />
Over writing on tender documents :<br />
No over writing in the r<strong>at</strong>e or tender schedule will be permitted. If r<strong>at</strong>es are to be<br />
changed, the alter<strong>at</strong>ion should be done by scoring the original r<strong>at</strong>e and re-writing the revised<br />
r<strong>at</strong>es initialling thereof. The administr<strong>at</strong>ion reserves its right to accept the tender in whole or<br />
any part of reject any one or all items of the tender without assigning any reason, wh<strong>at</strong> so ever.<br />
Implic<strong>at</strong>ion of submission of Tender Documents<br />
The submission of the tender will be deemed to imply th<strong>at</strong> this memorandum and all<br />
documents enclosed have been studied and under stood and th<strong>at</strong> the tenderer is aware of the<br />
full scope of the work to be done and the condition affecting the exception. In token this<br />
tenderer himself or his authorized represent<strong>at</strong>ives signing the tender documents will be<br />
required to sign / initial on each of the tender documents including each and every page of the<br />
tender schedule <strong>at</strong> the bottom.<br />
Submission of Tender<br />
The tender is to be depo<strong>site</strong>d in tender box in a sealed cover address to :<br />
Senior Divisional Mechanical Engineer (Diesel)<br />
N.E. Railway, Diesel Locomotive Shed<br />
Gonda – 271002<br />
Phone / fax : 05262 – 260216<br />
E.mail : srdmegd@gmail.com
Page 23 of 34<br />
The envelop must bear the following details on top :<br />
Quot<strong>at</strong>ion for [ Name of Work ]<br />
Tender Number : [ Tender No. ]<br />
Tender opening d<strong>at</strong>e : [ Tender opening d<strong>at</strong>e ]<br />
Tender opening time : [ Tender opening time ]<br />
When tender is sent by post. It is the responsibility of the tenderer to ensure th<strong>at</strong> the<br />
tender should reach before the due d<strong>at</strong>e and time. Tenders reaching l<strong>at</strong>e on account of postal<br />
delay will not be accepted.<br />
Rejection of Tender :<br />
Tender will be liable to be rejected out right if :<br />
Tender is received after the schedule d<strong>at</strong>e and time.<br />
Not submitted on prescribed form.<br />
Unsigned by either the issuing authority and / or the authorized sign<strong>at</strong>ory.<br />
Not accompanied with requi<strong>site</strong> earnest money in acceptable form.<br />
Details of Sign<strong>at</strong>ory for Tender :<br />
While signing the tender papers, the tenderer should specify whether he is a sole<br />
proprietor or he is a partner or he is signing on behalf of the firm as an <strong>at</strong>torney. (In this case<br />
the power of <strong>at</strong>torney in prescribed form should be submitted). In case of partnership, a copy of<br />
partnership deed should also be furnished. The original should be kept ready as and when<br />
required for verific<strong>at</strong>ion.<br />
Quoting for r<strong>at</strong>es and taxes :<br />
The r<strong>at</strong>e must be filled both in words and figures and should be inclusive of all charges.<br />
(ie. Raw m<strong>at</strong>erial and labour charges etc.) Details of taxes levied should be shown separ<strong>at</strong>ely<br />
against the column of taxes if any. Railway will issue Form ‘D’ or Form III D for sales tax<br />
concessions of if desired by the tenderer.<br />
Penalty and Recovery :<br />
The contractor should complete whole of the work in all respects on or before the d<strong>at</strong>e<br />
fixed by the Railways or any authorized extension or thereof. The railway administr<strong>at</strong>ion is<br />
entitled to recover penalty.<br />
The contractor shall accept reduction in total amount payable to him by Railway administr<strong>at</strong>ion<br />
@ 1- ½ % per week of the contract value to the actual delay occurred on the part of the<br />
contractor and until the work shall have been completed under the contract and such reduction<br />
shall be accept by the Railway administr<strong>at</strong>ion in full s<strong>at</strong>isfaction in the contractor liability<br />
arising from delay only. The Railway administr<strong>at</strong>ion shall <strong>at</strong> his sole discretion, specify a time<br />
limit within which the unfinished portion of the work shall be completed. In the event of failure<br />
of the contractor , the Railway administr<strong>at</strong>ion shall be <strong>at</strong> liberty to take action in accordance<br />
with the provision in clause 62 of general conditions of contract 1999.<br />
Sub-Contracting :<br />
The contractor shall not sub-contract this contract or allow any person for any reason to<br />
become interested there in any manner. In the event of contractor sub-contracting Railway<br />
administr<strong>at</strong>ion shall be free to cancelled the contract under clause 61 of general condition of<br />
contracts and also to initi<strong>at</strong>e recovery of losses caused due to such cancell<strong>at</strong>ions. Sr. Divisional<br />
Mechanical Engineer (Diesel)/N.E. Railway, Gonda would asses the extent of these losses.<br />
Foreign Exchange :<br />
Railway administr<strong>at</strong>ion will make no arrangement for making available any Foreign<br />
exchange for this work, if any foreign exchange contents involved in the work.
Page 24 of 34<br />
Documentary Evidence of Experience:<br />
Certific<strong>at</strong>e regarding experience in the line of work for which this tender has been<br />
flo<strong>at</strong>ed and documentary proof of current financial st<strong>at</strong>us in the form of bank balance<br />
certific<strong>at</strong>e. Certified by bank authority should be submitted along with the tender form,<br />
preference will be given to those tenderers who have done similar projects for Indian Railways<br />
successfully.<br />
Transport M<strong>at</strong>erial :<br />
The contractor should make necessary arrangement to pick-up the m<strong>at</strong>erial up to the<br />
<strong>site</strong> of the work. No transport would normally be provided to the contractor.<br />
Income Tax Clearance Certific<strong>at</strong>e:<br />
Unless the tendering firm has been extended by the Commissioner of Income tax from<br />
the production of income tax clearance certific<strong>at</strong>e / income tax valid certific<strong>at</strong>e (Proof of the<br />
exemption should be produced along with their tender). They should submit their current ITCC<br />
along with the tender. They should confirm in their tender to the condition th<strong>at</strong> in the event of<br />
their tender being accepted no payment shall be made to them for the m<strong>at</strong>erial / work under the<br />
contract they should not make claim for any such payment unless and until their valid ITCC is<br />
produced.<br />
Earnest Money :<br />
(a) Condition of earnest money : The tenderer shall be required to deposit prescribed<br />
amount of earnest money as specified page no. – 3 of this document with standard for<br />
the due performance stipul<strong>at</strong>ion to keep his offer open till such d<strong>at</strong>e as specified and<br />
stipul<strong>at</strong>ed on page no. -3 of this render document. No adjustment of the earnest money<br />
submitted earlier tenders, including tender, which have already been accepted shall be<br />
done. The tenders received without the aforesaid earnest money shall be summarily<br />
rejected. The forms, in which such earnest money shall be depo<strong>site</strong>d, are as under.<br />
(b) Mode of payment of earnest money: The earnest money as stipul<strong>at</strong>ed in this tender<br />
document can be paid by tenderer in any one of the following forms and no other<br />
forms:<br />
(i) Deposit in cash with the Divisional Cashier, N.E. Railway, Gonda / Lucknow and to<br />
<strong>at</strong>tach the money receipt obtained thereof with this tender document.<br />
(ii) Deposit Receipts or Pay Orders or Demands Drafts from the St<strong>at</strong>e Bank of India or<br />
from of the N<strong>at</strong>ionalised Banks drawn in favour of Financial Adviser and Divisional<br />
Cashier, N.E. Railway, Gonda / Lucknow and duly endorsed as Account Payee and<br />
valid for a period of 6 (six) months from the d<strong>at</strong>e of opening of the tender.<br />
(c) Deposit Receipts executed by the Scheduled banks (other than the St<strong>at</strong>e Bank of India<br />
and the N<strong>at</strong>ionalised Banks) approved by the Reserve Bank of India for this purpose.<br />
Refund of Earnest Money :<br />
(a) Earnest money of unsuccessful tenderers shall, save as herein provided, be returned to<br />
them within a responsible time. However, the Railway shall neither be responsible for<br />
any loss or depreci<strong>at</strong>ion th<strong>at</strong> may happen thereto while in possession of the Railway nor<br />
it will be liable to pay interest thereon.<br />
(b) Earnest money depo<strong>site</strong>d in cash shall be refunded by a cheque drawn in favour of<br />
unsuccessful tenderers and shall be sent to them by Registered Post <strong>at</strong> the address given<br />
by them in this documents.<br />
(c) In case of earnest money has been depo<strong>site</strong>d through other instrument, the relevant<br />
instrument duly released shall be sent to unsuccessful tenderers <strong>at</strong> the address given by<br />
them in their tenders by Registered Post. The Railway shall not be responsible for any<br />
postal delays or other causes beyond its control.
Page 25 of 34<br />
Forfeiture of earnest money :<br />
(a) It shall be understood th<strong>at</strong> this tender document has been issued/sold to tenderer and the<br />
tenderer has been permitted to tender in consider<strong>at</strong>ion of stipul<strong>at</strong>ion on his part th<strong>at</strong>,<br />
after submitting his tender, he shall not resile from his offer or modify the r<strong>at</strong>es or terms<br />
and conditions thereof in a manner not acceptable to the Railway. Should the tenderer<br />
fail to observe or comply with the foregoing stipul<strong>at</strong>ions, full amount of earnest money<br />
shall be forfeited.<br />
(b) Further if any modific<strong>at</strong>ion in r<strong>at</strong>es, terms and conditions is made by tenderer, which is<br />
not acceptable to the Railway, subsequent to opening and within the period of validity<br />
of his tender and the tenderer refuses to accept the award of contract issued without<br />
such modific<strong>at</strong>ions, full amount of his earnest money shall be forfeited.<br />
(c) Earnest money is also to liable to be forfeited in cases where any st<strong>at</strong>ements and or<br />
declar<strong>at</strong>ions made by tenderer is provided wrong, false or such as to with hold any<br />
inform<strong>at</strong>ion relevant for consider<strong>at</strong>ion of tender.<br />
(d) The tenderer, whose tender is accepted, shall be required to appear in person, or if a<br />
firm are incorpor<strong>at</strong>ion, a duly authorised represent<strong>at</strong>ive shall so appear <strong>at</strong> the office<br />
inviting this tender and execute contract document within seven days after issue of<br />
notice th<strong>at</strong> the contract document is ready for execution. Failure to do so shall<br />
constitute breach of the agreement affected by acceptance of his tender in which case<br />
the full amount of earnest money accompanying his tender shall stand forfeited without<br />
any other rights or remedies.<br />
(e) In the event when tenderer, whose tender is accepted, shall refuse to execute contract<br />
document as herein before provided, the Railway may determine th<strong>at</strong> such tenderer has<br />
abandoned the contract and thereupon his tender and acceptance thereof shall be tre<strong>at</strong>ed<br />
as cancelled and the Railway shall be entitled to forfeit full value of his Earnest money<br />
and to recover the damages for such default.<br />
(f) In the event when tenderer, whose tender is accepted, fails to commence the work<br />
within fifteen days after issue of letter of acceptance, provisions contained in clause 62<br />
of the GCC-1999 shall be applicable.<br />
Tender without earnest money:<br />
The tender not accompanied with prescribed amount of earnest money in the from as<br />
aforesaid shall be summarily rejected, <strong>at</strong> the time of opening of this tender itself and his<br />
r<strong>at</strong>es would not be read out, without any further reference to the tenderer.<br />
NOTE :<br />
1. Government Securities (stock) certific<strong>at</strong>e, bonds, Banker’s cheque promissory notes,<br />
cash certific<strong>at</strong>e etc. will not be accepted as earnest money.<br />
2. Earnest money will be refunded to the tenderer, if his tender is not accepted and on<br />
receipt of written applic<strong>at</strong>ion from the tenderer and to the successful tenderer after the<br />
security deposit required as per the contract has been paid by the contractor.<br />
3. No interest is payable on any amount depo<strong>site</strong>d with the Railway.<br />
Security Deposit :<br />
The contractor has to deposit full amount of security deposit as prescribed in the GCC-<br />
1999 read with further instructions on the subject available for the time being. For this<br />
purpose, the earnest money of the contractor would be retained to from part of the security<br />
deposit and balance amount of the security deposit shall be deducted, without any<br />
exception, from all running on account/final bill of the contractor <strong>at</strong> the r<strong>at</strong>e prescribed in<br />
the GCC-1999 till the full amount is realised. However, the contractor will have option to<br />
submit full amount of security deposit in any of the form prescribed in the GCC-1999<br />
instead of above deductions.
Page 26 of 34<br />
NOTE :<br />
1. Security deposit will be returned after successful of contract and oblig<strong>at</strong>ion; else it will be<br />
for fitted.<br />
2. No interest is payable on any amount depo<strong>site</strong>d with the Railway.<br />
3. The contractor shall be liable to pay the stamp duty required for the security deposit<br />
which should be changed extra.<br />
Contractor’s responsibility to arrange tools, plants, machinery etc. The contractor<br />
should make his / their own arrangement for all plants and tools etc. required for the successful<br />
completion of work covered in this tender. Contractor should supply tools for maintenance of<br />
plants.<br />
Performance Guarantee :<br />
(a) The successful bidder shall have to submit a Performance Guarantee (PG) within 30<br />
(thirty) days from the d<strong>at</strong>e of issue of Letter of Acceptance (LOA). Extension of time<br />
for submission of PG beyond 30 (thirty) days and upto 60 days from the d<strong>at</strong>e of issue of<br />
LOA may be given by the Authority who is competent to sign the contract agreement.<br />
However, a penal interest of 15% per annum shall be charged for the delay beyond 30<br />
(thirty) days, i.e. from 31 st day after the d<strong>at</strong>e of issue of LOA. In case the contractor<br />
fails to submit the requi<strong>site</strong> PG even after 60 days from the d<strong>at</strong>e of issue of LOA, the<br />
contract shall be termin<strong>at</strong>ed duly forfeiting EMD and other dues, if any payable against<br />
th<strong>at</strong> contract. The failed contractor shall be debarred from particip<strong>at</strong>ing in re-tender for<br />
th<strong>at</strong> work.<br />
(b) The successful bidder shall submit the performance Guarantee (PG) in any of the<br />
following forms, amounting to 5% of the contract value :<br />
(i)<br />
(ii)<br />
A deposit of Cash.<br />
Irrevocable Bank Guarantee.<br />
(iii) Government Securities including St<strong>at</strong>e Loan Bonds <strong>at</strong> 5% below the market value.<br />
(iv) Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of<br />
Performance Guarantee could be either of the St<strong>at</strong>e Bank of India or of any of the<br />
N<strong>at</strong>ionalized Banks.<br />
(v)<br />
Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks.<br />
(vi) A Deposit in the Post Office Saving Bank.<br />
(vii) A Deposit in the N<strong>at</strong>ional Savings Certific<strong>at</strong>es.<br />
(viii) Twelve years N<strong>at</strong>ional Defence Certific<strong>at</strong>es.<br />
(ix) Ten years Defence Deposits.<br />
(x)<br />
N<strong>at</strong>ional Defence Bonds and<br />
(xi) Unit Trust Certific<strong>at</strong>es <strong>at</strong> 5% below market value or <strong>at</strong> the face value whichever is<br />
less.<br />
Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.<br />
Note : The instruments as listed above will also be acceptable for Guarantees in case of<br />
Mobiliz<strong>at</strong>ion Advance.
Nomin<strong>at</strong>ion of Authorized Represent<strong>at</strong>ives:<br />
Page 27 of 34<br />
The contractor shall nomin<strong>at</strong>e / and authorize his represent<strong>at</strong>ive on the works who will<br />
be authorized to receive and acknowledge m<strong>at</strong>erial issued by the railways and take all orders<br />
issued by the inspecting officers of the Railway.<br />
Errors, Omissions and discrepancies:<br />
The tenderer shall not take any advantage of any misinterpret<strong>at</strong>ion of the conditions due<br />
to typing or any other error and if any contradiction, only the printed rules and books should be<br />
followed and no claim for the misinterpret<strong>at</strong>ion shall be entertained.<br />
Identific<strong>at</strong>ion of the employees of the contractor:<br />
The contractor shall inform the Railway administr<strong>at</strong>ion, the names and address of the<br />
personnel visiting the Railway install<strong>at</strong>ion. The visiting personnel will carry with them identity<br />
cards th<strong>at</strong> will be produced on demands.<br />
Trespass:<br />
The contractor shall <strong>at</strong> times be fully responsible for any damage or trespass committed<br />
by his agents or workman in carrying out the work, even if the engineer authorized such<br />
trespass.<br />
Taxes and Royalties:<br />
All the r<strong>at</strong>es quoted in the tender shall be deemed to be inclusive of all taxes, royalties,<br />
payable by the contractors to Government or public body of local authority. No additional<br />
amount will be paid or claim entertained on this account by the Railways.<br />
Form ‘D’ will be issued for CST or UPTT on written requested of contractor, by Senior<br />
Divisional Mechanical Engineer (Diesel), N.E. Railway, Gonda.<br />
Working Hours:<br />
Work may be carried out during normal working hours i.e. from 8.00 Hrs to 17.00 Hrs.<br />
The contractor shall however be held responsible to ensure th<strong>at</strong> none of the st<strong>at</strong>utory laws are<br />
infringed.<br />
Damaged by Accidents Floods:<br />
The contractor shall take all precaution against damage from accidents, floods. No<br />
compens<strong>at</strong>ion will be allowed to the contractor for his plants or his m<strong>at</strong>erial lost or damages by<br />
any cause wh<strong>at</strong>ever. The contractor shall be liable to make goods the damages to any structure<br />
or parts of structure, plant or m<strong>at</strong>erial of every descriptions belonging to the administr<strong>at</strong>ion lost<br />
or damaged by any cause during the course of the contractor work.<br />
The administr<strong>at</strong>ion will not be liable to pay to the contractor any charges for<br />
rectific<strong>at</strong>ion or repairs to any damage which may have occurred from any causes, wh<strong>at</strong> so ever<br />
to any part of the new existing structure, during construction.<br />
Validity of Offer :<br />
The offer given by the firm shall be valid for minimum period of 120 days from the<br />
d<strong>at</strong>e of opening tender.<br />
Completion Period :<br />
The contractor should complete the work with in 120 days from the d<strong>at</strong>e of acceptance<br />
of the offer.
Verific<strong>at</strong>ion of antecedents of the personnel :<br />
Page 28 of 34<br />
The contractor should engage the labour whose character and antecedents have been<br />
verified before they are utilized to work in Railway in the event of any staff of the contractor<br />
being found indulging in external activities, the contractor shall be liable for the same and<br />
further if the Railway administr<strong>at</strong>ion on inquiry comes to know th<strong>at</strong> proper verific<strong>at</strong>ion of the<br />
antecedents was not carried out by the contractor in case of the labour employed by him, this<br />
contract will be liable to be termin<strong>at</strong>ed forth with.<br />
Acceptance of additional conditions proposed by the tenderer :<br />
Any condition of the tender other than those stipul<strong>at</strong>ed in the documents are not<br />
applicable even through they are included in the tender submitted by the party unless they are<br />
specifically accepted by the Railway in writing while communic<strong>at</strong>ing the acceptance of the<br />
tender. The successful tenderer should therefore ensure th<strong>at</strong> the Railway before accepting the<br />
offer should accept such conditions th<strong>at</strong> are considered necessary by him. This acceptance<br />
must be obtained in written form<strong>at</strong>.<br />
Vari<strong>at</strong>ion of scope of work :<br />
Changes in scope of work will be done after mutual consider<strong>at</strong>ion and agreement.<br />
Changes in scope of work under normal circumstances shall not exceed 25% of a total value of<br />
contract. Changes in excess of scope of work exceeding 25% of a total cost will be dealt<br />
separ<strong>at</strong>ely from this contract.<br />
Modific<strong>at</strong>ion of contract :<br />
Sr. Divisional Mechanical Engineer (Diesel)/N.E. Railway, Gonda reserves the rights to<br />
reject/accept the whole or part of the offer or for the portion of the quantity indic<strong>at</strong>ed in the<br />
offer without assigning any reason there upon and the right to open the negoti<strong>at</strong>ion and to call<br />
for the revised offer, or to alter or to modify and of conditions or to incorpor<strong>at</strong>e any new<br />
conditions as found necessary till the contract is finally executed. All decisions and behalf of<br />
the Railway administr<strong>at</strong>ion will be taken up by Sr. Divisional Mechanical Engineer<br />
(Diesel)/N.E. Railway, Gonda and shall be final and binding on the contractor.<br />
M<strong>at</strong>ter finally decided by the Railway ;<br />
All dispute and differences of any kind wh<strong>at</strong> so ever arising out of or in connection<br />
with the contract whether during the progress of the works or after the completion and whether<br />
before or after determin<strong>at</strong>ion of the contract shall be decided by the Sr. Divisional Mechanical<br />
Engineer (Diesel)/N.E. Railway, Gonda.<br />
The decision, direction & certific<strong>at</strong>e with respect to any m<strong>at</strong>ters, the decision of which<br />
is specifically provided of by these or other special condition, given and made by Sr.<br />
Divisional Mechanical Engineer (Diesel)/N.E. Railway, Gonda be referred herein after as<br />
“Excepted m<strong>at</strong>ter” and shall be final and binding upon the contractor and shall not be set aside<br />
on any account of any informality or omission delay or error in proceeding in or about the<br />
same or any other ground or for any other reason.<br />
Arbitr<strong>at</strong>ion :<br />
Any dispute arising between the parties of contract shall be settled through arbitr<strong>at</strong>ion<br />
as per arbitr<strong>at</strong>ion clause 62, 63 & 64 of the GCC 1999. The provision of GCC arbitr<strong>at</strong>ion &<br />
concili<strong>at</strong>ion act 1996 shall be applicable.<br />
Termin<strong>at</strong>ion of the contract :<br />
The Sr. Divisional Mechanical Engineer (Diesel)/N.E. Railway, Gonda or his<br />
authorized represent<strong>at</strong>ive reserves the right to termin<strong>at</strong>e the contract <strong>at</strong> any stage without<br />
assigning any reason wh<strong>at</strong>soever after serving one month’s notice to the contractor.
Court’s jurisdiction :<br />
Page 29 of 34<br />
The court of the place from where the acceptance of the tender has been issued shall<br />
alone have jurisdiction to decide any dispute arising out of or in respect of this contract.<br />
Indemnific<strong>at</strong>ion of the Railways:<br />
The contractor will make necessary arrangements for safe working for the personnel<br />
hired for completion of the contract. Under no circumstances would the Railway be held<br />
responsible for injuries or loss of life of personnel employed by the contractor.<br />
Railway would not be able to pay any compens<strong>at</strong>ion under any circumstances and the<br />
contractor shall indemnify the Railway Administr<strong>at</strong>ion for the loss sustained by the Railway<br />
Administr<strong>at</strong>ion on this behalf.<br />
Applic<strong>at</strong>ion of General Condition of Contract of Indian railways :<br />
The general conditions of contract of Indian Railways – 1999 with up to d<strong>at</strong>e correction<br />
shall be applicable to this contract. In case of any conflict between the provision of special<br />
condition of contract and GCC 1999 arises the former should prevail.<br />
The tenderer is accepted to be familiar with the general conditions of contract of Indian<br />
Railways 1999 with up to d<strong>at</strong>e corrections.<br />
Force Majeure<br />
In the event of any unforeseen event directly interfering with the execution of works,<br />
arising during the currency of the contract, such as insurrection restraint imposed by the<br />
Government, act of legisl<strong>at</strong>ive or other authority, war, fire, floods, explosions, epidemics,<br />
quarantine restriction, strikes, lockout or acts of God the contractor shall with in a weak from<br />
the commencement thereof, notify the same in writing to the engineer with reasonable<br />
evidence.<br />
Thereof if the force majeure condition mentioned above be in force for a period of<br />
120 days or more <strong>at</strong> any time, the Sr. Divisional Mechanical Engineer (Diesel)/N.E. Railway,<br />
Gonda shall have been option to termin<strong>at</strong>e the contract on expiry of 90 days of commencement<br />
of such force majeure by giving 14 days notice to the contractor in writing. In case of such<br />
termin<strong>at</strong>ion no damage shall be claim by either party against the other, save and except those<br />
which had occurred under any other clause of the contract prior to such termin<strong>at</strong>ion.<br />
Undertaking by the tenderer for general conditions :<br />
I/We have read the understood the general condition of this tender and here by agreed<br />
to abide by them and also agree to work in accordance to these general conditions.<br />
I/We have understood the general conditions of contract of Indian Railways 1999 and<br />
here by agreed to abide by them and also agree to work in accordance to these conditions<br />
included under the general conditions of contract of Indian railways 1999.<br />
(Sign<strong>at</strong>ure of the tenderer)<br />
D<strong>at</strong>e : Tenderer’s Address :<br />
Place :
OTHER TERMS AND CONDITIONS.<br />
SECTION : VI<br />
Page 30 of 34<br />
1. The work shall be carried out as per “Detail scope of work” and technical specific<strong>at</strong>ions<br />
as specified.<br />
2. If any staff /worker of the contractor is found indulging in undesirable activity the<br />
contract may be termin<strong>at</strong>ed.<br />
3. The cost of damage to the Railway property if incurred during the execution of work<br />
will be borne by the contractor.<br />
4. If any compens<strong>at</strong>ion / penalty is to be paid by the railway in compliance of the order /<br />
judgement passed by the court , consumer forum or any other law enforcing agency on<br />
default of the contractor or his person/servant/employee to the complainant , receive<br />
amount shall be liable to be paid by the contractor.<br />
5. Besides specific penalty as above tender accept authority result the right to impose<br />
penalty/penalties for non-compliance of any other conditions of the tender.<br />
6. In case of any contradiction between special term & condition and general conditions<br />
then the special terms & conditions shall prevail.<br />
7. Air, w<strong>at</strong>er & electricity shall be supplied free of cost if available <strong>at</strong> the <strong>site</strong>. In case of<br />
non-availability of the above <strong>at</strong> the <strong>site</strong> of work, the contractor shall arrange by his own<br />
resources.<br />
8. Except where specifically st<strong>at</strong>ed otherwise in the tender documents, the work is being<br />
carried out in accordance with N.E.Railway ‘General conditions of contract May-1999<br />
or l<strong>at</strong>est version.<br />
9. The contractor shall insured th<strong>at</strong> without prior written permission of the railway their<br />
employees shall not remain in the railway premises after the completion of their<br />
specified timings or on completion of their work under this contract.<br />
10. If any figure(s) d<strong>at</strong>a /dimensions differ from those mentions in the scope of work, the<br />
figure (s) d<strong>at</strong>a/dimension shown in the tender document shall be taken as correct.<br />
However, in case of doubt the contractor may refer the same to the “Engineer” whose<br />
decision will be final and binding.<br />
11. Facility to work Electricity, air, w<strong>at</strong>er, If required for the execution of work shall be<br />
provided free of cost to the contractor, if available <strong>at</strong> <strong>site</strong>.<br />
12. The contractor shall provide “Identity card “to all those deputed to work, who shall<br />
carry out the said works. Those employees having and wearing proper identity card,<br />
details of whom have been submitted to the concern SSE/G will only be allowed to<br />
work inside the complex.<br />
13. Firm has to be supply two mobile phone (Superior branded quality) for communic<strong>at</strong>ion<br />
purpose with firm.<br />
14. The contractor is responsible for using all safety measures by the employees during<br />
execution of the work. The contractor shall be liable all safety of these work may<br />
during the course of contact. It is made clear th<strong>at</strong> no claim/ compens<strong>at</strong>ions would be<br />
entertained for any type of accident / incident involving his labour. Any compens<strong>at</strong>ion<br />
however, as required under law would be payable the contractor.<br />
15. Addenda and corrigenda to the ‘special/ other terms and condition’ may be issued as &<br />
when necessary and the tender/s shall abide by them.
CREDENTIALS OF THE TENDERER :<br />
(TO BE SUBMITTED ALONG WITH THE TENDER DOCUMENT)<br />
Page 31 of 34<br />
CREDENTIALS OF TENDERER:<br />
All tenderers must submit their credentials for similar works undertaken by them <strong>at</strong><br />
other loc<strong>at</strong>ions. This credential must be submitted in the tabular form<strong>at</strong>s as specified below and<br />
should be <strong>at</strong>tached to the form and submitted along with TECHNICAL BID.<br />
FOR PROJECTS ON THE INDIAN RAILWAYS:<br />
SN<br />
Details of<br />
the project<br />
(Including<br />
the installed<br />
capacity)<br />
Loc<strong>at</strong>ion<br />
of the<br />
project<br />
Railway<br />
Number<br />
and D<strong>at</strong>e<br />
of signing<br />
Contract/<br />
Issue of<br />
letter of<br />
acceptance<br />
D<strong>at</strong>e of<br />
completion<br />
of project<br />
Value of<br />
the<br />
project<br />
St<strong>at</strong>us/<br />
performance<br />
reports<br />
<strong>at</strong>tached<br />
FOR PROJECTS WITH OTHER GOVT. ORGANIZATION<br />
SN<br />
Details of the<br />
project (Including<br />
the installed<br />
capacity)<br />
Loc<strong>at</strong>ion of<br />
the project<br />
Number<br />
and D<strong>at</strong>e of<br />
signing<br />
Contract/<br />
Issue of<br />
letter of<br />
acceptance<br />
D<strong>at</strong>e of<br />
completion<br />
of project<br />
Value of<br />
the project<br />
St<strong>at</strong>us/<br />
performance<br />
reports<br />
<strong>at</strong>tached<br />
Sign<strong>at</strong>ure of the Tenderer<br />
(Name & address of the Tenderer)
Page 32 of 34<br />
Annexure –I<br />
Sheet 1 of 2.<br />
SCHEDULE OF RATES :<br />
Sl. No. Name of Work R<strong>at</strong>es offered by the tenderer (Rupees)<br />
(In figure) (In words)<br />
1(i) Total cost for design supply, transport<strong>at</strong>ion<br />
erection <strong>at</strong> <strong>site</strong> commissioning & testing ……………………………………..<br />
of effluent tre<strong>at</strong>ment plant <strong>at</strong> DSL. Shed GD<br />
with assemblies and accessories on turn key<br />
basis.<br />
…………………………………………………..<br />
(R<strong>at</strong>e inclusive of the labour cost, cost of Civil,<br />
Elect./Mech. Works, transport<strong>at</strong>ion of the<br />
Equipments up to work <strong>site</strong> taxes etc and also the<br />
Cost of all the equipments to be fitted in the ETP.<br />
& as is mentioned by the firm <strong>at</strong> S.No. 2)<br />
(ii) Cost for the running & maintenance of Effluent tre<strong>at</strong>ment plant for a period of 06 months<br />
after commissioning of the plant:<br />
a) Labour cost ……………………………………………………….<br />
b) Cost of consumable ……………………………………………………….<br />
(details to be <strong>at</strong>tached)<br />
c) Other Misc. expenses ……………………………………………………….<br />
(details to be <strong>at</strong>tached)<br />
d) Total of a+b+c ………………………………………………………<br />
(iii) Cost for obtaining Consent to oper<strong>at</strong>e<br />
the ETP from UP PCC, including the<br />
registr<strong>at</strong>ion money, applic<strong>at</strong>ion fee etc.<br />
if any, along with all the details thereof.<br />
TOTAL COST OF THE OFFER ----------------------------------------------------------<br />
i.e. (i) + (ii) + (iii)<br />
2. COST OF THE EQUIPMENTS :<br />
Firm to indic<strong>at</strong>e wh<strong>at</strong> all equipment it shall use for the ETP, including make of equipment.<br />
(ISI make only shall be considered). The cost of all these equipment is included in Sr. No. 1(i)<br />
S.No. Name of equipment & capacity IS Specn. Make Cost of equipment
Page 33 of 34<br />
Annexure –I<br />
Sheet 2 of 2.<br />
SCHEDULE OF RATES (contd.)<br />
Sl. No. Name of Work R<strong>at</strong>es offered by the tenderer (Rupees)<br />
(In figure) (In words)<br />
3. MONTHLY COST OF MAINTENANCE/OPRATION OF PLANT For a period after 06<br />
months of mand<strong>at</strong>ory oper<strong>at</strong>ion) :<br />
a) Labour cost ……………………………………………………….<br />
b) Cost of consumable ……………………………………………………….<br />
(details to be <strong>at</strong>tached)<br />
c) Other Misc. expenses ……………………………………………………….<br />
(details to be <strong>at</strong>tached)<br />
d) Total of a+b+c ………………………………………………………<br />
Price for land fill <strong>site</strong> with out ETP<br />
4. Terms & Condition of the contractor (if any) : …………………………………..<br />
5. Completion period of the ETP : 120 days (Four Months)<br />
Encl. :-<br />
1. Earnest Money vide ------------------------<br />
No. …………. Dtaed …………………..<br />
for Rs. ………………………..<br />
2. I.T.C.C.<br />
3. Credentials<br />
4. Financial st<strong>at</strong>us certific<strong>at</strong>e.<br />
Sign<strong>at</strong>ure of the Tenderer<br />
(Name & address of the Tenderer)<br />
------------------------------------------<br />
-----------------------------------------
Page 34 of 34<br />
Tender Notice<br />
1. Sealed tenders are invited by Senior Divisional Mechanical Engineer (Diesel), N.E.<br />
Railway, Diesel shed Gonda – 271002 for and on behalf of the President of India for<br />
the under mentioned work. The same must reach to Sr. Divisional Mechanical Engineer<br />
(Diesel)/N.E. Railway, Gonda office not l<strong>at</strong>er than 15.00 Hrs. dtd.24.02.2012<br />
2. The tender documents can be collected from Sr. Divisional Mechanical Engineer<br />
(Diesel)/N.E. Railway, Gonda. Office on all working days on production of money<br />
receipt between 10.00 to 15.00 Hrs. the money receipt can be collected from Divisional<br />
Cashier/Lucknow or any st<strong>at</strong>ion of N.E. Railway after paying the requi<strong>site</strong> cost of<br />
tender documents with an applic<strong>at</strong>ion. The documents will not be sent by post.<br />
Therefore intending tenderers should make their own arrangements for purchase of the<br />
tender documents.<br />
3. The tender documents shall be accepted in sealed cover on prescribed proforma.<br />
4. The tender will be opened <strong>at</strong> 15.30 Hrs. on the d<strong>at</strong>e 24.02.2012 and the r<strong>at</strong>es will be<br />
read out in the presence of such tenderers or their authorized represent<strong>at</strong>ives.<br />
5. Quot<strong>at</strong>ions submitted on other than prescribed proforma are liable to be ignored.<br />
6. Description given below is very brief and for complete description, terms and<br />
conditions etc. the detailed tender documents must be referred to.<br />
7. While quoting tenderers should write tender no. due d<strong>at</strong>e and time on the envelope.<br />
S.No. Tender No. Description Cost of Tender Approx. D<strong>at</strong>e of<br />
Document Value Opening<br />
1. M/DSL/GD/OT/ <strong>Supply</strong> erection and Rs. 3000/- 30.30 Lacs 24.02.2012<br />
ETP/2010-11 <strong>Commissioning</strong> of<br />
Effluent tre<strong>at</strong>ment Plant<br />
At Diesel shed Gonda U.P.<br />
Sr.Div. Mech. Engineer (Diesel)<br />
N.E. Railway Gonda- 271002
Annexure –A1<br />
Sl. Description of Frequency of test<br />
Allowable limits<br />
No. m<strong>at</strong>erial<br />
1. CEMENT : (IS:8112<br />
-1989)<br />
One for each source of Shall not be less than 3500 sqcm/gm<br />
a) Fineness<br />
supply in a month<br />
b) Setting time -do- Initial setting time shall not be less<br />
than 30 minutes and final setting<br />
time shall not be more than 60<br />
minutes<br />
c) Soundness -do- Expansion (unaer<strong>at</strong>ed) shall be not<br />
more than 10mm by “Le Ch<strong>at</strong>elier”<br />
method; if it fails, expansion of<br />
aer<strong>at</strong>ed sample shall be not more<br />
than 5mm.<br />
d) Compressive<br />
strength of cement<br />
mortar cubes 1:3 (1<br />
cement:3 standard<br />
sand) by mass<br />
-do- Compressive strength for 7 days<br />
shall not be less than 330 Kg/cm 2<br />
and compressive strength for 28<br />
days shall not be less than 430<br />
Kg/cm 2<br />
2. Coarse aggreg<strong>at</strong>e :<br />
(IS383-1970)<br />
a) Grad<strong>at</strong>ion<br />
b) Aggreg<strong>at</strong>e impact<br />
value<br />
3. FINE AGGREGATE<br />
(IS383 – m1970)<br />
a) Grad<strong>at</strong>ion for<br />
concrete<br />
b) Grad<strong>at</strong>ion for<br />
masonry<br />
c) Grad<strong>at</strong>ion for<br />
One test for 15 Cum or<br />
<strong>at</strong> least on the day of<br />
concrete if concrete<br />
quantity is less than 15<br />
cum<br />
Once for each source of<br />
supply or when ever<br />
change in texture is<br />
noticed.<br />
finishing<br />
d) Bulkage Three for each day of<br />
work i.e. morning,<br />
noon and evening<br />
e) Silt content At least once on the<br />
day of work<br />
One test for each<br />
source<br />
4. WATER : Chemical<br />
test<br />
40mm Metal : a) Seive analysis :-<br />
63mm – 100% 40mm-85 to 100%<br />
20mm – 0-2%, 10mm – 0.5%<br />
b) Flakeness Index : shall be less<br />
than 30% by weight 20mm Metal:<br />
a) Seive analysis :- Limits:40mm –<br />
100%; 20mm-95 to 100%; 10mm-<br />
25 to 55%; 4.75-0 to 10%<br />
b) Flakiness Index : less than 25%<br />
c) Aggreg<strong>at</strong>e impact value: 20-40<br />
(IS 2386-1963)<br />
One test for every 15 Fineness modules : Fine sand limit<br />
cum.<br />
2.2 to 2.6<br />
At least once on the Medium sand limit 2.6 to 2.9<br />
day of work<br />
-do- Coarse sand limt 2.9 to 3.2<br />
b) Silt Content : shall be less than<br />
4% by weight<br />
The w<strong>at</strong>er quantity shall be as per<br />
clause 5.4 of ISI 456-2000. The PH<br />
value of w<strong>at</strong>er shall not be less than<br />
6.
Sl. Description of<br />
No. m<strong>at</strong>erial<br />
5. STEEL : (Fe 415/500<br />
(IS 1786-1985)<br />
a) 0.2% proof stress<br />
Frequency of test<br />
One for each source of<br />
supply and once in six<br />
months for fresh supply<br />
Allowable limits<br />
Annexure – A2<br />
4150/5000 Kg/cm 2 (minimum)<br />
b) Elong<strong>at</strong>ion -do- Percentage of elong<strong>at</strong>ion 14.5%<br />
minimum<br />
c) tensile strength -do- Ultim<strong>at</strong>e tensile strength 4900<br />
Kg/cm 2 (minimum)<br />
d) Weight/RM As per B.I.S.<br />
e) Rebend test As per B.I.S.<br />
f) Chemical<br />
composition of Steel<br />
6. BRICKS : (IS:1077 –<br />
1976)<br />
a) Compressive<br />
strength<br />
As per B.I.S.<br />
One for each source of<br />
supply and once in two<br />
months when change in<br />
texture is noticed<br />
Shall not be less than 40 Kg/cm 2<br />
b) w<strong>at</strong>er absorptionl -do- i) Shall not be gre<strong>at</strong>er than 20% by<br />
weight for clay bricks.<br />
ii) For fly ash bricks – As per<br />
standards<br />
iii) For Aerocon bricks – As per<br />
standards<br />
7. CONCRETE :<br />
(IS456:2000)<br />
a) Cube strength<br />
Frequency of testing as<br />
per clause 15.2 of IS<br />
456-2000 for example<br />
6 cube specimens, 3<br />
each for 7 days & 28<br />
days strength for every<br />
15 cum. Cube shall be<br />
prepared, cured and<br />
tested in accordance<br />
with the requirement of<br />
IS 516.<br />
b) Slump Thrice in a day of<br />
concrete in morning,<br />
noon and evening<br />
a) Compressive strength (7 days)<br />
M15-100 Kg/cm 2 (Minimum)<br />
M20-135 Kg/cm 2 (Minimum)<br />
b) Compressive strength (28 days)<br />
M15-150 Kg/cm 2 (Minimum)<br />
M20-200 Kg/cm 2 (Minimum)<br />
a) Found<strong>at</strong>ion footing – 10mm to<br />
25mm<br />
b) Column beams and slabs –<br />
255mm to 40mm (with normal<br />
reinforcement)<br />
c) Beams, slabs – 4 to 50mm (with<br />
congested reinforcement)
Annexure – A3<br />
PROCESS BLOCK DIAGRAM OF ETP FOR ELS, DSL/GONDA<br />
INFLUENT<br />
SCREEN CUM GRIT CHAMBER<br />
OIL SKIMMER<br />
3 CHAMBRED EFFLUENT TANK<br />
I/C OIL WATER SEPERATOR<br />
ACCUMULATED OIL<br />
OIL COLLECTION<br />
MECH OIL WATER SEPRATOR<br />
PARELLEL EFFLUENT<br />
CONDITIONER<br />
DAF UNIT<br />
MOVING BED BIO REACTOR<br />
WITH AUTOMATIC OILWATER<br />
SEPRATOR<br />
ACCUMULATED OIL<br />
INLINE FEED PUMPS<br />
MULTI-GRADE FILTER<br />
ACTIVTED CARBON FILTER<br />
CLEAR WATER<br />
SLUDGE DRYING BEDS<br />
CHLORINE DOSING &<br />
OZONATION
LIST OF APPROVED MAKES / MATERIALS TO BE USED FOR<br />
ELECTRICAL WORKS<br />
Annexure – B1<br />
Sl.<br />
ITEM / MATERIAL<br />
MAKES<br />
No.<br />
1 P.V.C. pipes and accessories Sudhakar, Finolex, Mercury, Atul<br />
2 M.S. conduit pipes (Screw type) black<br />
enamelled with all accessories as per IS 9538-<br />
Gupta Brothers, Supreme, Sunce,<br />
Adarsh, BCG, Bhar<strong>at</strong><br />
part-II or l<strong>at</strong>est revision<br />
3. Annealed copper conductor, PVC insul<strong>at</strong>ed, Havells/ Finolex/ Power flex/ L&T<br />
1100 volts grade flexible copper cables<br />
manufactured to IS-694 (with FR & ISI<br />
marking)<br />
4. PVC insul<strong>at</strong>ed aluminium conductor, PVC Universal Rediant/ Asian/ Unistar<br />
she<strong>at</strong>hed, Armored Underground cables to IS<br />
1554-Part-I-1976 or l<strong>at</strong>est revision<br />
5. Ceiling roses, junction boxes and E.I. shades, Anchor/ Pointer Cona/ Million/ Gold<br />
Pendent holders and b<strong>at</strong>ten holders and brackets<br />
6. 5A single pole switches, two way switches,<br />
flush type switch and porcelain fuse, 5A 3pin<br />
socket and 15A 3pin power plugs flush type<br />
sockets kit k<strong>at</strong> fuse units<br />
Medal<br />
Anchor/ Gold Medal<br />
7. Modular pl<strong>at</strong>e switches, 6A pin Modular wall<br />
Plug Socket with Switch Control<br />
Northwest/ Crabtree/ Legrand<br />
Mosiac/ MK/ Anchor Woods/ L&T/<br />
Toyama/ Anchor roma<br />
8. M.S. Boxes Make out of 16 SWG sheet steel<br />
9. Distribution boards of single phase and 3 phase MDS, L&T/ Siemen<br />
from 4 way to 12 way<br />
10. MCB, MCCBs, MCB Isol<strong>at</strong>ors, MCB<br />
Hoger/ Siemens<br />
distribution Boards, Isol<strong>at</strong>ors, ELCBs, RCCBs<br />
11. Iron clad sheet metal main switches of various L&T/ Siemens<br />
capacities both rewirable and HRC type.<br />
12. Rewirable and HRC fuse units of various L&T/ Siemens<br />
capacities.<br />
13. Switch Fuse Unit L&T<br />
14. Distribution Fuse Board Type 5N 100 TNG Larsen Turbo/ siemens<br />
E.E. or equipment<br />
15. Panel Mounted Meters (Ammeter and Volt Conserve<br />
meter etc)<br />
16. Cable Glands Siemens/ Dowells/ Crompton<br />
Greaves or approved make<br />
17. Cable Lugs Dowells/ Jaison<br />
18. Cable Termin<strong>at</strong>ing Kits M-Seal/ Raychems/ CCI<br />
19. Flourescent Fittings Crompton/ Phillips/ Bajaj/ GE/<br />
Havell’s/ Wipro/ Trinic<br />
20. Energy saving model 28 w<strong>at</strong>ts with Electronic<br />
Choke & Ordinary 40W tube.<br />
Unit : Trinic<br />
Tube : Phillips/Wipro/Crompton/GE
Annexure – B2<br />
21. Post top Lanterns, street light fixtures, Bulk<br />
head fittings, Halogen Lamps.<br />
Phillips/ Crompton greaves/Bajaj/<br />
Havell’s/ GE<br />
22. Ceiling fans and exhaust fans Orient/ Crompton Greaves/ Bajaj<br />
23. Bell pushes Anchor, Leader, Maru<br />
24. Screws or nails of all sizes Bhar<strong>at</strong>, sharp, Nettle fold (Brass, GI,<br />
M.S.) only.<br />
25. Wooden accessories (including file gutties, and<br />
boards & blocks including double boards)<br />
Make of well seasoned high quality<br />
teak wood without knots and well<br />
polished.<br />
26. PVC Casing & Capping and accessories MODI/ PLAZA/ PRESSION<br />
27. Energy Meters ECE/ HAVELL’S/ BHEL/ HPL<br />
28. Pump sets Kirloskar/ Crompton Greaves/ Texmo<br />
29. Transformers ESSANAR/ PETE/ KIRLOSKAR/<br />
Vijay Electronics<br />
30. Any others spares/ components/ equipments As per relevant IS/ ISI marked.