0% found this document useful (0 votes)
120 views7 pages

E-Tender for Staff Quarters Construction

1. The document is a tender notice from the Sr. Divisional Engineer of Thiruvananthapuram Division of Southern Railway inviting electronic tenders for the work of construction of staff quarters. 2. The tender includes 5 schedules - A for drainage works, B for construction of the quarters building, C for supply of cement, D for supply of reinforcement. 3. The estimated cost of the total project is Rs. 42.43 lakhs and tenders must be submitted electronically by September 8, 2021.

Uploaded by

GNANU GLORY
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
120 views7 pages

E-Tender for Staff Quarters Construction

1. The document is a tender notice from the Sr. Divisional Engineer of Thiruvananthapuram Division of Southern Railway inviting electronic tenders for the work of construction of staff quarters. 2. The tender includes 5 schedules - A for drainage works, B for construction of the quarters building, C for supply of cement, D for supply of reinforcement. 3. The estimated cost of the total project is Rs. 42.43 lakhs and tenders must be submitted electronically by September 8, 2021.

Uploaded by

GNANU GLORY
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY

TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

Sr.DEN/Co-ord/TVC acting for and on behalf of The President of India invites E-Tenders against Tender No 4-TVC-8-2021 Closing
Date/Time 08/09/2021 11:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers
are not allowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Name of Work ALLP:Construction of staff qrs Type III-4 Nos


Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 08/09/2021 11:00 Date Time Of Uploading Tender 16/08/2021 15:53
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 4243545.05 Tendering Section BUILDINGS
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money /Bid Security
0.00 Validity of Offer ( Days) 45
(Rs.)
Obtain Bid Security Declaration in lieu of Bid Security Yes
Tender Doc. Cost (Rs.) 0.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 25/08/2021 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A-(List of items of work that are covered by the printed USSOR (Works & Above/
37797.62
Materials) 2011 with all correction slips upto date, and as applicable to TVC Division) Below/Par
Please see Item Breakup for details. 21598.64 75.00 37797.62
1
Description:- SW-I -OUTSIDE WATERING & DRAINAGE ARRANGEMENTS

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule B-(LIST OF WORKS THAT ARE NOT COVERED BY THE PRINTED USSOR-
3420552.00
2011)
a 1.00 Each 3420552.00 3420552.00 AT Par 3420552.00 Rs.
Description:- Construction of staff quarters Type III - one biock of 3units in FF& 1units in SF (As per Type Plan
No.SQ/3/12A) : Construction of super structure of staff QuartersType-III (storeyed type) one block of 3 units in FF
1 one unit in SF as per plan No.SQ / 3 / 12 A, site plan No V / ALLP/ and connected drawing including inside
watering and drainage arrangements, chimney arrangements as per approved plan etc.complete to the
description of several items of schedule'C'attached in documents. etc.complete as directed by the Engineer in
Charge. (The unit mentioned as "Each" shall means one block of three units in First floor and one unit in second
floor).

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule D-(List of items of work for Supply of cement under the main item no.033060
Above/
that are covered by the Printed USSOR(Works&Materials) 2011, and as applicable TVC 367352.41
Below/Par
Division)
Please see Item Breakup for details. 249899.60 47.00 367352.41
1
Description:- Cement

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule E-(List of items of work for Supply of reinforcement for RCC works under the
Above/
main item no.045010 that are covered by the Printed USSOR(Works&Materials) 2011, 417843.02
Below/Par
and as applicable TVC Division)
Please see Item Breakup for details. 288167.60 45.00 417843.02
1

Pa g e 1 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0
THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

1
Description:- Steel

3. ITEM BREAKUP

Schedule A-(List of items of work that are covered by the printed USSOR (Works & Materials) 2011 with all
Schedule
correction slips upto date, and as applicable to TVC Division)
Item- 1 SW-I -OUTSIDE WATERING & DRAINAGE ARRANGEMENTS
S No. Item Description of Item Unit Qty Rate Amount
No
Constructing brick masonry chamber for underground C.I.
inspection chamber and bends with 7.5 class designation
bricks in cement mortar 1:4 (1cement: 4 Coarse Sand ) C.I.
cover with frame (light duty) 455x610mm internal dimensions,
total weight of cover with frame to be not less than 38kg
(weight of cover 23kg and weight of frame 15kg) R.C.C. top
slab with 1:2:4 mix (1cement: 2coarse sand: 4graded stone
aggregate 20mm nominal size) foundation concrete 1:5:10
(1cement: 5fine sand: 10graded stone aggregate 40mm
nominal size), inside plastering 12mm thick with cement mortar
1:3 (1cement: 3coarse sand) finished smooth with a floating
coat of neat cement on walls and bed concrete etc. complete
as per standard design
1 143243 Inside dimensions 600x850mm and 45cm deep for pipe line Each 2.00 6214.94 12429.88
with three or more inlets- With F.P.S. bricks
Extra for depth beyond 45cm of brick masonry chamber.
2 143253 For 600x850mm size (Inside dimensions), With F.P.S. bricks Metre 2.00 4584.38 9168.76
Total 21598.64
Schedule D-(List of items of work for Supply of cement under the main item no.033060 that are covered by the
Schedule
Printed USSOR(Works&Materials) 2011, and as applicable TVC Division)
Item- 1 Cement
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using cement at worksite :
1 033061 OPC 43 grade Tonne 47.24 5290.00 249899.60
Total 249899.60
Schedule E-(List of items of work for Supply of reinforcement for RCC works under the main item no.045010 that
Schedule
are covered by the Printed USSOR(Works&Materials) 2011, and as applicable TVC Division)
Item- 1 Steel
S No. Item Description of Item Unit Qty Rate Amount
No
Supplying Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and binding
all complete.
1 045014 High yield strength deformed bars Kg 5432.00 53.05 288167.60
Total 288167.60

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
A copy of document to be uploaded containing the following details: Name of
Allowed
1 the tenderer/ contractor, Validity of DSC, Complete address with pin code, Yes No
(Optional)
Contact No.
Allowed
2 Scanned copy of PAN card has to be enclosed Yes No
(Optional)

Pa g e 2 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0
THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
3 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
All the tenderers/Contractors have to submit Bid Security Declaration in lieu of
Allowed
4 Bid Security/Earnest Money as stipulated for the tender. The tenderer shall No No
(Mandatory)
submit Bid Security Declaration as per format attached in Annexure-A.
All documents related to Partnership deed/Joint venture/ Consortium/ MOU,
Allowed
5 duly signed by the notary public, should be uploaded failing which offer will be No No
(Optional)
summarily rejected.
All works tenders or service tenders invited by railways through e-tendering on
IREPS, having advertised value of Rs 10 lakh a n d above, contractors are
eligible to take payment from Railways through a Letter of credit (LC)
arrangement. (Ref: RB letter no.2018/CE-I/CT/9 dated 04.06.18) (i) For all the
tenders having advertised cost of Rs 1 0 lakh or above, the contractor shall
have the option to take payment from Railways through a letter of credit (LC)
arrangement. (ii) This option of taking payment through L C arrangement has
to be exercised in !REPS (Indian Railway Electronic Procurement System - the
Allowed
6 e-application on which tenders are called by Railways) by the tenderer a t the Yes Yes
(Optional)
tim e of bidding itself, a n d t h e tenderer shall affirm having r e a d o ve r and
agreed to t h e te r m s a n d conditions of the LC option.(iii) The option so
exercised, shall be an integral part of the bidder's offer. (iv) The above option
of taking payment through LC arrangement, once exercised by tenderer at the
time of bidding, shall be final and no change shall be permitted, thereafter,
during execution of contract. (v) In case tenderer opts for payment through
LC, necessary procedure for LC mode of payment shall be followed to deal
release of payment through LC:

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
GST shall apply on all contracts which will come in to force from 1/7/2017
1 No No Not Allowed
onwards
The revision of clause 6 part I of Indian Railways Standard General condition
of contract, July 2014 vide Railway Board letter No: 2017/CE/CT/4/GST(a) of
23/6/2017 is as detailed below (i) Before submitting a tender, the tenderer will
be deemed to have satisfied himself by actual inspection of the site and locality
of the works, that all conditions liable to be encountered during the execution
of the works are taken into account and that the rates he enters in the tender
forms are adequate and all inclusive to accord with the provisions in Clause-37
of the Standard General Conditions of Contract for the completion of works to
the entire satisfaction of the Engineer. (ii) Tenders will examine the various
provisions of The General Goods and Services Tax Act, 2017 (CGST)/
Integrated Goods and Services Tax Act, 2017 (IGST)/Union Territory Goods
and Services Tax Act, 2017 (UTGST)/respective state's State Goods and
2 No No Not Allowed
Services Tax Act (SGST) also, as notified by Central/State Govt & as amended
from time to time and applicable taxes before bidding. Tenderers will ensure
that full benefit of Input Tax Credit (ITC) likely to be availed by them is duly
considered while quoting rates. iii) The successful tenderer who is liable to be
registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with
other details required under CGST/IGST/UTGST/SGST Act, the railway shall
deduct the applicable GST from his/their bills under reverse charge
mechanism (RCM) and deposit the same to the concerned authority. (iv) In
case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
3 INSTRUCTIONS TO TENDERERS No No Not Allowed
The tenderer shall thoroughly go through the entire tender documents and
3.1 No No Not Allowed
strictly adhere the instructions and directions given at different pages.
Unreleased EMD, if any, held with the Railway Administration, shall not be
3.2 No No Not Allowed
adjusted towards the EMD to be remitted.

Pa g e 3 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0
THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

If the Tenderer(s) deliberately give(s) wrong information/ incorrect documents


in his/their tender or create circumstances for the acceptance of his/their
tender, the Railway reserves the right to reject such tender at any stage. If it is
found during execution of work Railway has right to forfeit available deposits
(PG & SD) duly terminating the contract and any other dues available with
3.3 Railway against that contract will be forfeited. Action will be taken to suspend No No Not Allowed
the business with the tenderer(s) for a period of one year. In addition,
Administration reserves the right to prosecute under suitable law. The bidder
shall be banned from submission of bids in any Works/Service tender issued
by Indian Railways for a period of 12 months from the date of such banning
done on e-platform IREPS.
All terms and conditions in the tender documents are binding on the
3.4 No No Not Allowed
Tenderers.
Railways reserves the right to accept or reject any or all the tenders and to
3.5 award the work in whole or in part without assigning the reason for any such No No Not Allowed
action.
The Tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work
and assess all the site specific difficulties to be experienced while executing
3.6 No No Not Allowed
the same and the rate shall be arrived duly considering all the facts above and
quoted in the tender. Any representation at a later date specifying the site
difficulties shall not be considered.
The bidder has to fill in his quoted rate against each item in the Bid rate / Unit
rate column. If the bidding unit is Above/ Below/ Par, the bidder can select the
3.7 %Above, %Below or %At Par option from the drop down list in the same No No Not Allowed
column. If the bidding rate is Rs. or Rs./ unit, the bidder has to quote his rate
for the item group or individual item accordingly

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers may download "Schedule C" from the document tab and quote a
Allowed
1 rate at par or a collective percentage above or below the USSOR items in No No
(Mandatory)
Schedule C and after quoting the rate, scan and upload .
Tenderer shall submit the Notarized Copy of partnership deed of present
constitution of firm & also photo copy of prior partnership deed ( if there is
change in constitution of firm) pertaining to the period for which the document
in support of technical & financial eligibility criteria attached. If the participating
firm is with different name and style, then Photo Copy of partnership deed /
Sole proprietorship affidavit ( as applicable) of the firms whose credential are Allowed
2 No No
being submitted by the tenderer in support of their offer shall also be attached. (Optional)
If Participating firm is a company registered under Companies Act 1956, then
copies of Memorandum of association & Article of association shall be
attached. Power of attorney in favour of the authorized signatory shall also be
attached . If participating firm is a sole proprietorship firm, then Declaration in
the form of duly notarized affidavit shall be attached
In the e-tendering process,it is mandatory that every tenderer/contractor/firm
registered with www.ireps.gov.in to submit his bank details ie. Name of the Allowed
3 No No
Bank along with Bank branch code, Account Number, IFSC code and PAN (Mandatory)
number
Allowed
4 Statement of works on hand No No
(Mandatory)
Please furnish list of plant and Machinery available on hand own and proposed Allowed
5 No No
to be inducted own and hired to be given separately for the subject work (Mandatory)
Please furnish list of personal, organization available on hand and proposed Allowed
6 No No
tobe engaged for the subject work (Mandatory)

Pa g e 4 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0
THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

The tenderers shall submit a copy of certificate stating that they are not liable
to be disqualified and all their statements/documents submitted along with bid
are true and factual. Standard format of the certificate to be submitted by the
bidder is enclosed as Annexure-V. Non submission of above certificate by the Allowed
7 No No
bidder shall result in summary rejection of his/their bid. It shall be mandatorily (Mandatory)
incumbent upon the tenderer to identify, state and submit the supporting
documents duly self attested by which they/he is qualifying the Qualifying
Criteria mentioned in the Tender Document.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/we have carefully gone through the tender documents, specifications, special
1 No No Not Allowed
conditions etc. attached with the tender documents.
I/We undertake to keep this offer valid for a period indicated in tender
2 documents from the date of opening of tender and further not to revoke the No No Not Allowed
same before the expiry of such period.
I/ We have visited the works site and I / We am / are aware of the site
3 No No Not Allowed
conditions.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
4 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
I/We hereby Confirm that the rates, rebates and/or other financial terms, if
any, quoted by us in the relevant fields of the Financial Bid page will only be
5 the ruling terms for deciding the inter-se ranking, and any such condition No No Not Allowed
having financial repercussions, if quoted by us anywhere else including
attached documents shall not be considered for deciding inter-se ranking
Railways shall have the right to incorporate any such condition quoted by us,
6 No No Not Allowed
in the contract, at their discretion, if contract is placed on us.
I/We offer to do the work for DRM/W/O/TVC, at the rates quoted in the
attached schedule and hereby bind myself/ourselves to complete the work in
all respects within the period of completion stipulated in the tender document,
from the date of issue of letter of acceptance of the tender without prejudice to
any other right or remedies in case my/our Tender is accepted and if : (a) I/We
7 do not execute the contract documents as stipulated in performance No No Not Allowed
guarantee clause of GCC as detailed in general instructions. (b) I/We do not
commence the work within seven days after receipt of orders to that effect and
shall be banned from submission of bids in any Works/Service tender issued
by Indian Railways for a period of 12 months from the date of such banning
done on e-platform IREPS.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions Of Contract 2020, with all correction slips up-to-date and to carry
out the work according to the Special Conditions of Contract and Specifications
8 No No Not Allowed
of materials and works as laid down by Railway in the annexed Special
Conditions/Specifications, Schedule of Rates with all correction slips up to date
for the present contract
I/We hereby declare that I/We any of the partners are not blacklisted or
debarred by Railways or any other Ministry / Department of the Govt. of India /
9 any State Govt. from participation in tenders / contracts as on the date of No No Not Allowed
submission of offer, either in their individual capacity or in any firm in which
I/We were/are partners.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 5 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0
THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

On Sch A : 1) The Tenderer/Contractor shall quote a rate 'at par' or a


collective percentage above or below the USSOR 2011. No fraction is allowed
in the percentage quoted. The Tenderer/Contractor shall quote both in figures
and words.If there is any discrepancy between the quoted in figures and
words,then the percentage quoted in ' words ' only shall prevail. 2)The
1 No No Not Allowed
Contractor is advised to inspect the site of work and study the working
conditions before quoting the rates. 3)The rate quoted for this schedule shall
not include the cost of cement and steel required which will be paid seperately
based on the rate quoted for Schedule 'D ' & ' E ' 4)For general arrangements
please see plan Nos.
On Sch D : 1)The Tenderer/Contractor shall quote a rate 'at par' or a
percentage above or below the USSOR 2011. No fraction is allowed in the
percentage quoted. The Tenderer/Contractor shall quote both in figures and
words.If there is any discrepancy between the quoted in figures and
words,then the percentage quoted in ' words ' only shall prevail. 2)The quantity
furnished for Cement and steel are only for the guidance of the Contractor to
supply approximate quantity required to execute the work covered under
2 Schedule 'A', & C and payment will be made for the actual quantities used for No No Not Allowed
the work or the quantities arrived based on the Cement Schedule which ever is
less. 3)The contractor should indicate the brand for the supply of cement
against the item. 4)Necessary test certificates will be have to be produced by
the contractor for the each supply. 5)The contractor is advised to inspect the
site of work and study the working condition and feasibility of stacking cement
before quoting the rate. 6)In case of non availability of OPC usage of PPC
conform to IS 1489 shall be permitted with the approval of Engineer in Charge
On Sch E : 1)The Tenderer/Contractor shall quote a rate 'at par' or a
percentage above or below the USSOR 2011. No fraction is allowed in the
percentage quoted. The Tenderer/Contractor shall quote both in figures and
words.If there is any discrepancy between the quoted in figures and
words,then the percentage quoted in ' words ' only shall prevail. 2)The quantity
furnished for Cement and steel are only for the guidance of the Contractor to
3 No No Not Allowed
supply approximate quantity required to execute the work covered under
Schedule 'A', & C and payment will be made for the actual quantities used for
the work or the quantities arrived based on the Cement Schedule which ever is
less. 3)The contractor should indicate the brand for the supply of cement
against the item. 4)Necessary test certificates will be have to be produced by
the contractor for the each supply.
On Sch B : 1) The lumpsum rate quoted for above said item in schedule is
inclusive of all works to be done in superstructure as per respective type plans
for which the details are furnished under Schedule C. It is the responsibility of
the contractor to work out the quantities involved as per relevent drawings as
such no additional payment will be made on this account if any. 2)''On
account" payment will be made based on the Certificate and percentage
payment due at various stages of construction of building such as(i) upto to
Lintel level (ii)upto to floor level (iii) upto to ceiling level etc. as given by the
Engineer or his representative not less than the Rank of Assistant Divisional
Engineer that not less than the quantity of work paid for has actually been
done and that the measurement are from Plan/Estimate approximately
estimated. 3) In the event of any deviation if any ordered by the Engineer's
representative from the prescribed plans the payments for additions or
diminisions arising out of the said deviations will be adjusted as per the
respective percenage payment and rates applicable for the supporting
4 No No Not Allowed
schedule A. 4)The rate quoted for this schedule shall not include cost of
cement & steel which will be paid seperately based on the rate quoted
forSchedule 'D' & E respectively. 5)The Tenderer/Contractor shall inspect the
site and study the nature of work and clear the doubts of descriptions of non
standard item if any before quoting the rates. 6)Top terrace shall be finished
with Machine pressed weather proof tiles set in compo mortar 1:1:6 as per
specifications and as directed for which No extra payment will be made.. 7)It
may be noted that the rate shall include construction of parapet wall upto a
height of 0.75m 8)Iron bars, MS flats, miscellaneous materials, fittings and
fastenings required for the joineries etc. stipulated in the drawings and also
binding wire required for RCC work shall be supplied and fixed by the
contractor at his own cost. The same will not be supplied by the Railways free
of cost. 9) The schedule C is available in NIT Header 6 Documents link and
contractor shall quote a rate at par or a collective percentage above or below
of USSOR items in Schedule C.

Pa g e 6 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0
THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 4-TVC-8-2021 Closing Date/Time: 08/09/2021 11:00

The tenderers should upload (i) List of works on hand, (ii)Details of men and
Allowed
5 machinery available(iii) Financial status supported by Bank reference and No No
(Mandatory)
other documents. Otherwise the offer is liable to be rejected.
6 No eligibility criteria is required for works costing less than 50 lakhs No No Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description


1 ScheduleF.pdf Schedule F
2 CommonconditionABCDE_2.pdf Common condition
3 Regulationsofcontract.pdf Regulations contract new
4 GCCJuly2020.pdf GCC 2020
5 BidSecurityDeclarationAnnexure-II.pdf Bid security declaration
6 Certificatetobesubmittedbythetenderer.pdf Certificate to be submitted
7 CivilCondition.pdf Civil Condition
8 ALLPschC.pdf Schedule C

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: KARTHIK M

Designation : Sr.DEN

Pa g e 7 o f 7 Ru n Da te/Time: 16 /0 8 /2 0 2 1 15 :5 4:0 0

You might also like