03.04.2014 Views

Design, Supply, Transportation, Erection at site, Commissioning

Design, Supply, Transportation, Erection at site, Commissioning

Design, Supply, Transportation, Erection at site, Commissioning

SHOW MORE
SHOW LESS

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.

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!