0% found this document useful (0 votes)
94 views14 pages

E-Tender for Steel Foot Over Bridge Construction

The document is a tender invitation for the construction of a Steel Foot Over Bridge and related works under Tender No DYCEC-II-STA-05-2024, with a closing date of 14/10/2024 at 15:00 Hrs. The tender includes various schedules detailing the required materials and work specifications, with an advertised value of approximately 282 million INR and an earnest money deposit of 1.56 million INR. Bidders must submit their offers electronically, as manual submissions will not be accepted.

Uploaded by

tirthhtmppl
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)
94 views14 pages

E-Tender for Steel Foot Over Bridge Construction

The document is a tender invitation for the construction of a Steel Foot Over Bridge and related works under Tender No DYCEC-II-STA-05-2024, with a closing date of 14/10/2024 at 15:00 Hrs. The tender includes various schedules detailing the required materials and work specifications, with an advertised value of approximately 282 million INR and an earnest money deposit of 1.56 million INR. Bidders must submit their offers electronically, as manual submissions will not be accepted.

Uploaded by

tirthhtmppl
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

DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY

TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Dy CE-C-II/STA acting for and on behalf of The President of India invites E-Tenders against Tender No DYCEC-II-STA-05-2024 Closing
Date/Time 14/10/2024 15:00 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.

1. NIT HEADER

Construction of Steel Foot Over Bridge (3.66m wide) including foundation and roof sheeting
at Karhi, Barethiya, Nagod, Devendranagar and 6.0m wide FOB at Panna and provision of
Name of Work
side pathway in Major Bridge No. 15, 32 etc. in connection with Satna-Panna New Line
Project.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 14/10/2024 15:00 Date Time Of Uploading Tender 16/09/2024 20:30
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 282287434.36 Tendering Section DY CE CATR
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1561400.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 30/09/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A-USSOR-2021 ITEMS 37375590.11
Below/Par
Please see Item Breakup for details. 48520823.20 (-) 22.97 37375590.11
1
Description:- USSOR-2021 ITEMS

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B-CEMENT 9682051.08
Below/Par
Please see Item Breakup for details. 9396400.50 3.04 9682051.08
1
Description:- CEMENT(USSOR-2021)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule C-REINFORCEMENT STEEL 10578249.85
Below/Par
Please see Item Breakup for details. 14550550.00 (-) 27.30 10578249.85
1
Description:- REINFORCEMENT STEEL(USSUR-2021)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule D-STRUCTURAL STEEL WORK 186242409.69
Below/Par
Please see Item Breakup for details. 231500820.00 (-) 19.55 186242409.69
1
Description:- STRUCTURAL STEEL WORK(USSOR-2021)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code

Pa g e 1 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Above/
Schedule E-DSR 2021 Items 38010424.45
Below/Par
Please see Item Breakup for details. 42665197.50 (-) 10.91 38010424.45
1
Description:- DSR 2021 Items

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule F-NS Items 398709.18
Below/Par
Please see Item Breakup for details. 398709.18 AT Par 398709.18
1
Description:- NS Items

3. ITEM BREAKUP

Schedule Schedule A-USSOR-2021 ITEMS


Item- 1 USSOR-2021 ITEMS
S No. Item Description of Item Unit Qty Rate Amount
No
Conducting in-situ full size Plate Load Test (PLT) at
selected location as per IS:1888 including making
loading arrangements & casting of RCC/cast in-situ
concrete footing as per codal provisions including
excavation and refilling of trial pit.
1 021062 Plate size 45cm x 45cm Each 5.00 27985.64 139928.20
Conducting laboratory Tests on collected soil samples
as per relevant IS code
2 021159 Tri-axial Test Each 10.00 3300.69 33006.90
Earthwork in excavation by mechanical means
(Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including
setting out, dressing of sides, ramming of bottom,
getting out the excavated material, back filling in layers
with approved material and consolidation of the layers
by ramming and watering etc. including all lift, disposal
of surplus soil up to a lead of 300m, all types of shoring
and strutting with all labour and material complete as
per drawing and technical specification as directed by
Engineer in charge. Note: This item will be used for
excavation work in connection with other miscellaneous
works also like side drains, foundation for OHE masts
and other miscellaneous structures in connection with
Gauge Conversion, Doubling, New lines.
3 022011 All kinds of soils cum 4230.00 212.37 898325.10
Providing and laying in position Plain cement concrete of
specified Nominal Mix for miscellaneous works like side
drains, foundation for OHE masts and other
miscellaneous structures excluding the cost of Cement,
centering and shuttering - All work up to plinth level :
4 022031 1:1½:3 (1 Cement: 1½ coarse sand (zone-III) : 3 graded cum 285.00 3401.85 969527.25
stone aggregate 20 mm nominal size)
5 022034 1:3:6 (1 Cement : 3 coarse sand (zone-III) : 6 graded cum 215.00 3625.75 779536.25
stone aggregate 20 mm nominal size)

Pa g e 2 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

6 022040 Providing and laying in position machine batched, cum 1860.00 3480.72 6474139.20
machine mixed and machine vibrated Cement Concrete
of specified grade as per approved Design Mix (mixed in
Mobile Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded crushed
stone aggregate and coarse sand of approved quality in
RCC raft foundation & Pile cap including finishing, using
Plasticiser in approved proportions (as per IS:9103), to
modify workability without impairing strength and
durability complete as per specifications and direction of
the Engineer in charge. Note: 1. Payment for cement,
reinforcement and shuttering shall be made extra under
relevant item. 2. Plasticiser shall invariably be used in
approved proportion to increase workability with
minimum possible quantity of cement for all grade of
Design Mix Concrete unless it is specifically approved
citing reasons for not using plasticiser at the stage of
Mix Design and in that case deduction shall be made as
per relevant item.
Centering and shuttering including strutting, propping
etc. and removal of form for :
7 025031 All types of bridge sub-structures, e.g. pier, abutment, Sqm 4800.00 749.27 3596496.00
wing wall, retaining wall, RCC box type foundations,
Abutment cap, Pier Cap, Inspection Platform & Pedestal
over Pier cap, Fender wall, Diaphragm wall etc. up to
5m above ground level
8 025032 All types of bridge super-structures, e.g. slabs, I-girders, Sqm 3700.00 969.58 3587446.00
T-girders, Box girders etc. up to 5m above ground level.
Providing and laying in position machine batched,
machine mixed and machine vibrated Cement Concrete
of specified grade as per approved Design Mix (mixed in
Mobile Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded crushed
stone aggregate and coarse sand of approved quality
for cast in-situ Prestressed (Post-tensioned) concrete
girder / Box girders/Slabs for different spans including
finishing, using Plasticiser in approved proportions (as
per IS:9103), to modify workability without impairing
strength and durability complete as per drawings,
specifications and direction of the Engineer in-charge.
Note: 1. Payment for Staging, Shuttering, Cement,
reinforcement, HTS cables, sheathing, anchorage
cones, stressing of cables and grouting of the ducts
shall be made extra under relevant items. 2. Plasticiser
shall invariably be used in approved proportion to
increase workability with minimum possible quantity of
cement for all grade of Design Mix Concrete unless it is
specifically approved citing reasons at the stage of Mix
Design and in that case deduction shall be made as per
relevant item.
9 031011 With Soffit level up to 9m above Bed level cum 520.00 3585.08 1864241.60
10 031220 Deduction in rate of 031010, 031020 and 031030 for cum 520.00 -34.79 -18090.80
casting of slab in place of Girder for any height
11 041020 Supplying and fixing HSFG bolts of any dia and any Kg 10000.00 187.18 1871800.00
length with suitable nuts including DTI washers
conforming to IRS-B1-2001 f o r bridges and steel
structures with contractors labour, tools and plants and
lead and lift etc., complete.

Pa g e 3 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Metallizing of steel work of girders with sprayed


aluminium after surface preparation by Sand/grit
blasting, followed by one coat of etch primer (IS:5666) &
one coat of Zinc Chrome primer (IS:104) and two coats
of aluminium paint (IS:2339) with all labour, T&P and
material as a complete job duly conforming to all
relevant specifications and process given under Clause
39 of IRS-B1-2001. Note: Nominal Thickness of sprayed
Aluminium coating shall be 150 microns. DFT of Zinc
chrome primer shall be 25-30 microns and DFT of each
coat of Aluminium paint shall be 12-14 microns.
12 041041 On new girder during fabrication Sqm 3000.00 839.39 2518170.00
Providing and fixing various size HTS holding down bolts
conforming to relevant Codes/Specification in concrete
column or in other structures with proper nuts, bolts,
washers/plates, grouting of holes with cement or epoxy
concrete with all material, labour, T&P as a complete
job.
13 041071 With Cement Grout. Cost of cement shall be paid extra. Kg 4900.00 145.07 710843.00
Painting of cleaned plate/composite bridge girders
including all scaffolding along with provision of Jhoola /
hanging scaffolding ladders etc. where required.
14 041263 With two coats of Aluminium paint in dual containers Sqm 29100.00 101.75 2960925.00
conforming to IS:2339 with DFT of 15 - 20 Microns for
each coat.
15 041370 Supplying fabricating and erecting welded and/or bolted MT 160.00 128651.97 20584315.20
and/or riveted steel work in built up sections, trusses
and framed work, staging, racks, Height Gauge etc. for
Steel Structures other than bridge girders, using RSJ,
tees, angles and channels/flats, plates, gussets, round
or square bars, cleats, bolts etc., with contractors own
steel including cutting, bending, straightening, drilling,
riveting, hoisting, fixing, erecting, welding, bolting etc.,
with Providing stiffeners wherever required as per
approved drawing including applying a priming coat of a
approved steel primer with all contractor's materials,
labour, tools & plants, lead & lift including crossing of
tracks if required etc., complete as per specification and
as directed by Engineer-in-charge. Note: The payment
shall be made on the theoretical weight of main
components and gusset plates only.
Providing & laying non pressure NP-4 Class RCC pipe
with collars, jointing with 1:2 cement and ordinary sand
mortar including testing of joints, but excluding
earthwork with all labour and material as a complete job.
Cement for mortar will be paid separately.(Pipes of
600mm dia and above will be laid using crane/hydra).
16 052231 300mm dia. Metre 30.00 1227.81 36834.30
Supplying & fixing Gang pathway of MS /Stainless Steel
chequered plates between guard rails on un-ballasted
deck bridge for gang pathway, overlapping at regular
intervals of 2m to 2.5m with bolts duly drilling holes in
chequered plate, as directed on new bridge or
replacement of existing gangway on old bridge including
removal of old chequered plates and stacking near
approaches of bridge clear from all infringement.. Note:
Overlapping of chequered plates shall not fall in
between sleepers.
17 195041 MS chequered plates 6 to 8mm thick on new bridge Kg 11000.00 137.58 1513380.00
Total 48520823.20
Schedule Schedule B-CEMENT
Item- 1 CEMENT(USSOR-2021)

Pa g e 4 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

S No. Item Description of Item Unit Qty Rate Amount


No
Supply and using Cement at Worksite
1 025071 Ordinary Portland Cement 43 grade approved MT 1000.00 8178.81 8178810.00
brands/makes
2 025073 Pozzolana Portland Cement approved brands/makes MT 150.00 8117.27 1217590.50
Total 9396400.50
Schedule Schedule C-REINFORCEMENT STEEL
Item- 1 REINFORCEMENT STEEL(USSUR-2021)
S No. Item Description of Item Unit Qty Rate Amount
No
Supply of steel reinforcement of approved
brands/makes for R.C.C. work including straightening,
cutting, bending, placing in position and binding all
complete.
1 025082 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 122500.00 118.78 14550550.00
more of approved brands/makes.
Total 14550550.00
Schedule Schedule D-STRUCTURAL STEEL WORK
Item- 1 STRUCTURAL STEEL WORK(USSOR-2021)
S No. Item Description of Item Unit Qty Rate Amount
No
Supplying, fabrication, assembling of all types of steel
girders of specified spans with structural steel
conforming to Quality "B0" Grade Designation E250
conforming to IS:2062, erection / slewing / end
launching of steel girders with cranes or any other
approved launching methods as per site conditions (not
requiring traffic block) on sub-structure including
provision of trolley refuges etc., complete as per
approved Q A P and drawings conforming to IRS-B1-
2001 and other relevant codes and specifications. Note:
1. Detailed fabrication and erection drawings &
launching methodology will be prepared by the
contractor and got approved from Railway. 2. The rate
is all inclusive including launching in position, complete
in all respect except cost of (i) Painting / Metalising; (ii)
Bearings & (iii) HSFG bolts which shall be paid extra
under relevant item. 3. The payment shall be made on
the theoretical weight of main components and gusset
plates only. 4. Payment Schedule: (i) Receipt of material
at site: 40% (ii) Fabrication of girders: 20% (iii)
Erection/Launching: 20% (iv) Completion in all respects:
20%
1 041011 Plate Girder/Semi Through Girder/Composite Girder MT 1500.00 149423.65 224135475.00
(Steel Work)
2 041014 Deduct for using steel conforming to Quality "BR" MT 1500.00 4910.23 7365345.00
instead of Quality "B0" of Grade designation E250 as
per IS:2062.
Total 231500820.00
Schedule Schedule E-DSR 2021 Items
Item- 1 DSR 2021 Items
S No. Item Description of Item Unit Qty Rate Amount
No
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S. (non modular)
6.1 bricks of class designation 7.5 in foundation and plinth
in:
1 6.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 50 6658.25 332912.5
10.0 STEEL WORK

Pa g e 5 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Steel work in built up tubular (round, square or


rectangular hollow tubes etc.) trusses etc., including
10.16 cutting, hoisting, fixing in position and applying a priming
coat of approved steel primer, including welding and
bolted with special shaped washers etc. complete.
2 10.16.1 Hot finished welded type tubes Kg 25000 154.9 3872500
Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and applying
10.25
a priming coat of approved steel primer using structural
steel etc. as required.
10.25.2 In gratings, frames, guard bar, ladder, railings, brackets, Kg 175000 142.3 24902500
3
gates and similar works
Providing and fixing hand rail of approved size by
welding etc. to steel ladder railing, balcony railing,
10.26
staircase railing and similar works, including applying
priming coat of approved steel primer.
4 10.26.1 M.S. tube Kg 14000 157.15 2200100
10.28 Providing and fixing stainless steel ( Grade 304) railing Kg 7500 612.25 4591875
made of Hollow tubes, channels, plates etc., including
welding, grinding, buffing, polishing and making
curvature (wherever required) and fitting the same with
necessary stainless steel nuts and bolts complete, i/c
fixing the railing with necessary accessories & stainless
5 steel dash fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the side of waist
slab with suitable arrangement as per approval of
Engineer-in-charge, (for payment purpose only weight
of stainless steel members shall be considered
excluding fixing accessories such as nuts, bolts,
fasteners etc.).
11.0 FLOORING
11.16S TILE FLOORING
Chequerred precast cement concrete tiles 22 mm thick
in footpath & courtyard, jointed with neat cement slurry
11.20 mixed with pigment to match the shade of tiles, including
rubbing and cleaning etc. complete, on 20 mm thick bed
of cement mortar 1:4 (1 cement: 4 coarse sand).
6 11.20.3 Dark shade pigment using ordinary cement Sqm 3500 983.95 3443825
12.0 ROOFING
Providing, fixing and embedding sand cast iron
accessories for rain water pipes in the masonry
12.40 surrounded with 12 mm thick cement mortar of the
same mix, as that of masonry (lead caulking will be paid
for separately):
Providing and fixing on wall face unplasticised Rigid PVC
rain water pipes conforming to IS : 13592 Type A,
12.41 including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes.
7 12.41.2 110 mm diameter Metre 50 319.75 15987.5
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
12.42 PVC rain water pipes conforming to IS : 13592 Type A,
including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.

Pa g e 6 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

12.50 Providing and fixing precoated galvanised iron profile Sqm 4450 671.55 2988397.5
sheets (size, shape and pitch of corrugation as
approved by Engineer-in-charge) 0.50 mm (+ 0.05 %)
total coated thickness with zinc coating 120 grams per
sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns
epoxy primer on both side of the sheet and polyester
top coat 15-18 microns. Sheet should have protective
guard film of 25 microns minimum to avoid scratches
8
during transportation and should be supplied in single
length upto 12 metre or as desired by Engineer-in-
charge. The sheet shall be fixed using self drilling /self
tapping screws of size (5.5x 55 mm) with EPDM seal,
complete upto any pitch in horizontal/ vertical or curved
surfaces, excluding the cost of purlins, rafters and
trusses and including cutting to size and shape
wherever required.
Providing and fixing precoated galvanised steel sheet
roofing accessories 0.50 mm (+0.05 %) total coated
thickness, Zinc coating 120 grams per sqm as per IS:
12.51 277, in 240 mpa steel grade, 5-7 microns epoxy primer
on both side of the sheet and polyester top coat 15-18
microns using self drilling/ self tapping screws complete
:
9 12.51.1 Ridges plain (500 - 600mm) Metre 250 450.6 112650
10 12.51.6 Gutter (600 mm over all girth) Metre 50 1110.6 55530
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
13.1 12 mm cement plaster of mix :
11 13.1.2 1:6 (1 cement: 6 fine sand) Sqm 150 282 42300
Wall painting with acrylic emulsion paint of approved
13.60
brand and manufacture to give an even shade :
12 13.60.1 Two or more coats on new work Sqm 200 137.85 27570
15.0 DISMANTLING AND DEMOLISHING
15.18 Dismantling steel work in built up sections in angles, Kg 17000 4.65 79050
tees, flats and channels including all gusset plates,
13
bolts, nuts, cutting rivets, welding etc. including
dismembering and stacking within 50 metres lead.
Total 42665197.50
Schedule Schedule F-NS Items
Item- 1 NS Items
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Design of foundation, substructure, super structure, Job 2.00 186218.94 372437.88
RCC Slab/Ramps including structural drawing basis on
the tentative GAD supplied by railway required for
execution of work. Rate includes for conducting soil
investigation at site/lab deciding for the bearing capacity
and type of foundation. Also carring out of proof check
by IIT/NIT.
2 2 Submission of completion drawings of minor Job 2.00 13135.65 26271.30
bridge/major bridge/ROB/RUB's as per railways practice
on AutoCAD with CD Complete in all respect in four
copies along with original tracing film (If not submitted
Rs. 20000/- for each completion plan will be deducted
from final bill).
Total 398709.18

4. ELIGIBILITY CONDITIONS

Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only

Pa g e 7 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or 'V'
whichever is less; V= Advertised value of the tender in crores of Rupees N= Number of
years prescribed for completion of work for which bids have been invited. The average
annual contractual turnover shall be calculated as an average of "total contractual
payments" in the previous three financial years, as per the audited balance sheet.
Allowed
1 However, in case balance sheet of the previous year is yet to be prepared/ audited, the No No
(Mandatory)
audited balance sheet of the fourth previous year shall be considered for calculating
average annual contractual turnover. The tenderers shall submit requisite information as
per Annexure- XXX, along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/ Certificate from Chartered Accountant duly supported by Audited
Balance Sheet. *Date of publishing tender notice on IREPS website

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Bid Capacity: - For tenders of advertised value more than Rs. 20 Crores, the tenderers
who meet the Minimum Eligibility Criteria will be qualified only if their Available Bid
Capacity is equal to or more than the Total Bid Value of the Present Tender. Available
Bid Capacity shall be calculated as under: Available Bid Capacity = [AxN x2]-0.33 x N x
B Where, A=Maximum value of construction works executed and payment received in
any one of the previous three financial years or the current financial year (up to the date
of inviting of tender) taking into account the completed as well as works in progress. N=
Number of years prescribed for completion of work for which bids has been invited.
B=Existing commitments and balance amount of ongoing works with the tenderer as per
prescribed proforma of Railway for statement of all works in progress and also the works Allowed
1 No No
which are awarded to tenderer but yet not started up to the date of inviting of tender. The (Mandatory)
tenderer(s) must furnish the details of all existing commitments and balance amount of
all ongoing works including works which are awarded to tenderer but yet not started and
also works for which letter of acceptance received up to the date of inviting of the tender
as per Annexure G (in case of no works in hand, a 'NIL' statement should be furnished)
and available Bid capacity calculation as per annexure G-1 of Chapter -6 of tender
document. These statements should be submitted duly verified by Chartered
Accountant. In case, the statement is submitted without verification by Chartered
Accountant, the offer shall be considered as incomplete and will be SUMMARILY
REJECTED.
For Maximum value of construction works executed and payment received in any one
financial year i.e., Value- "A" considered for calculation of available Bid capacity shall be
duly certified by CA supported with audited balance sheet and in case balance sheet is
yet to be prepared /audited than it shall be supported by Form-16A issued by client (duly
Allowed
1.1 certified by CA) and/or payment received under relevant section for contractual payment No No
(Mandatory)
of Form-26AS generated through TRACES of Income Tax Department (duly certified by
CA). Value of "A" not supported by duly certified audited balance sheet/Form- 16A/Form-
26AS by Chartered Accountant WILL NOT BE CONSIDERED FOR BID CAPACITY
CALCULATION.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 8 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

(a)The tenderer must have successfully completed or substantially completed any one of
the following categories of works during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited:(i) Three similar works each costing not
less than the amount equal to 30% of advertised value of the tender, or(ii) Two similar
works each costing not less than the amount equal to 40% of advertised value of the
tender, or (iii)One similar work each costing not less than the amount equal to 60% of
advertised value of the tender.(b)(1) In case of composite works (e.g. works involving
more than one distinct component, such as Civil Engineering works, S&T works,
Electrical works, OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or substantially
completed any one of the following categories of works during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited: (i) Three similar
works each costing not less than the amount equal to 30% of advertised value of each
component of tender, or (ii) Two similar works each costing not less than the amount
equal to 40% of advertised value of each component of tender, or(iii) One similar work
each costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
components.(b)(2) In such cases, what constitutes a component in a composite work
shall be clearly pre-defined with estimated tender cost of it, as part of the tender
Allowed
1 documents without any ambiguity. (b)(3) To evaluate the technical eligibility of tenderer, No No
(Mandatory)
only components of work as stipulated in tender documents for evaluation of technical
eligibility, shall be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work experience as
mentioned in clause 7 of the Standard GCC or through subcontractor fulfilling the
requirements as per clause 7 of the Standard GCC or jointly i.e., partly himself and
remaining through subcontractor, with prior approval of Chief Engineer in writing.
However, if required in tender documents by way of Special Conditions, a formal
agreement duly notarised, legally enforceable in the court of law, shall be executed by
the main contractor with the subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along with the offer for
considering subletting of that scope of work towards fulfilment of technical eligibility.
Such subcontractor must fulfill technical eligibility criteria as follows: The subcontractor
shall have successfully completed at least one work similar to work proposed for
subcontract, costing not less than 35% value of work to be subletted, in last 5 years,
ending last day of month previous to the one in which tender is invited through a works
contract. Note: for subletting of work costing up to Rs 50 lakh, no previous work
experience of subcontractor shall be asked for by the Railway. In case after award of
contract or during execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements as
per clause 7 of the Standard GCC,with prior approval of Chief Engineer in writing.
Note for Technical Criteria: Work experience certificate from private individual shall not
be considered. However, in addition to work experience certificates issued by any Govt.
Organisation, work experience certificate issued by Public listed company having
average annual turnover of Rs 500 crore and above in last 3 financial years excluding the
current financial year, listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of tender, shall also
be considered provided the work experience certificate has been issued by a person
authorized by the Public listed company to issue such certificates. In case tenderer
submits work experience certificate issued by public listed company, the tenderer shall
also submit along with work experience certificate, the relevant copy of work order, bill of
quantities, bill wise details of payment received duly certified by Chartered Accountant, Allowed
1.1 No No
TDS certificates for all payments received and copy of final/last bill paid by company in (Optional)
support of above work experience certificate. For such work experience certificate
following details shall also be submitted: - i) Details of Average Annual turnover of the
public listed company in last 3 financial years excluding the current financial year,
(company should be 500 Cr and above) issued by Chartered Accountant, ii) The copy of
the documents regarding listing in the National stock exchange or Bombay stock
exchange with details of status of listing as on date of opening of tender, duly self-
attested ,iii) The copy of the document of incorporation/ registration of the Public listed
company (should be at least 5 years prior to date of closing of tender), duly self-attested.
Iv) The copy of document regarding Person Authorized by the Public listed Company to
issue such certificate, duly self-attested.
Defination of Similar Work :- Any civil engineering work involving steel Girder Bridge or
1.2 No No Not Allowed
Foot Over Bridge.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.

Pa g e 9 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
1 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.
If Bid Security is submitted through mode of Bank Guarantee, then tenderer
must submit the scanned copy of the Bank Guarantee (as per Specimen
Format at Annexure-Q of Chapter-6 of Tender Document) submitted towards
Bid Security and the original bank guarantee shall be submitted/delivered in-
person to the official /office mentioned under item no.-16 of Top sheet-1 (as
per para-3 of Instruction to Tenderers (ITT) of Chapter-2 of tender Document) Allowed
2 Yes Yes
before closing date of submission of bids (i.e. excluding the last date of (Optional)
submission of bids). Non submission of scanned copy of Bank Guarantee with
the bid on e-tendering portal (IREPS) and/or non-submission of original Bank
Guarantee within above specified period shall lead to SUMMARILY
REJECTION OF BID. In case of the Bid Security deposited through e- payment
gateway, then the same should be confirmed by the tenderer.

Pa g e 10 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Tenderer shall submit certificate as per Annexure- A & A-1 (as required) of
Chapter-6 of the Tender document. However, if the bidder on behalf of
tenderer including its constituents confirms and certify the provisions of
Annexure-A on IREPS, the uploading of physical signed Annexure- A on
IREPS portal is not mandatory. However, Partnership firm/Joint Venture (JV) / Allowed
3 No Yes
Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. shall (Mandatory)
also submit a certificate as per Annexure-A1. Non submission of the certificate
A & A1, or submission of certificate either not properly filled in, or in a format
other than the prescribed format shall lead to SUMMARILY REJECTION of the
offer.
Tenderer shall submit details of works successfully completed or substantially
completed during last 07 years ending last day of month previous to the one in
which tender has been invited as per the format vide Annexure-F & F-1 (as Allowed
4 No No
applicable) of Chapter-6 of the Tender Document along with work (Mandatory)
completion/experience certificate. Non-compliance with this condition shall
lead to SUMMARILY REJECTION of the offer.
Tenderer shall submit the details of the constitution of Firm i.e., Proprietary
Firm/Partnership Firm/HUF/JV/Company Registered under Companies Act-
2013/Limited Liability Partnership/Registered Society & Registered Trust etc.
as per Annexure-C of Chapter-6 of the Tender Document. Tenderer shall also
submit the mandatory supporting documents such as copies of Partnership
Deed, Power of Attorney, Memorandum of Articles, Articles of Association,
Authorization, Certificate of Incorporation, Certificate of Registration, Deed of
Allowed
5 Formation, MOU of JV, Copy of PAN card etc. as applicable under Para 14, No No
(Mandatory)
15, 17 & 18 of Chapter-2 of Tender Document. Important Note: - (a) In case
one or more of the members of JV is/are partnership firm(s)/Proprietary
Firm/HUF/Companies/LLP Firm(s)/Society(s)/Trust(s), the required documents
of each individual member of JV shall be submitted along with the documents
to be submitted on behalf of the JV, (b) non-submission of above documents
(except PAN Card) or submission of incomplete documents shall lead to
SUMMARILY REJECTION of the offer.
Tenderer shall submit Power of attorney duly notarized/authorization in favour
of a single individual as per para-14,15,17 & 18 of tender form (second sheet)
of SGCC and para 15 of Chapter-2 of Tender document. Non-submission of Allowed
6 No Yes
Power of attorney duly notarized/authorization as per above paras of (Mandatory)
SGCC/Tender document shall lead to SUMMARILY REJECTION of the
offer/Bid.
Tenderer participating as Joint Venture (JV) firm shall submit MOU for Joint
Venture (JV) participation as per annexure-L of Chapter-6 of the Tender
Allowed
7 Document along with other mandatory documents of constituent members as No Yes
(Mandatory)
stipulated. Non-submission of above documents or submission of incomplete
documents shall lead to SUMMARILY REJECTION of the offer.
Tenderer shall submit list of Plant & Machinery available on hand and
proposed to be inducted and hired for the tendered work as per the format Allowed
8 No No
vide Annexure-D of Chapter-6 of Tender Document. Offer submitted without (Mandatory)
these details shall be liable to be rejected.
Tenderer shall submit list of personnel/organization on hand and proposed to
be engaged for the tendered work as per the format vide Annexure-E of Allowed
9 No No
Chapter-6 of the Tender Document. Offer submitted without these details shall (Mandatory)
be liable to be rejected.
Tenderer shall submit the information/declaration regarding association of
Railway Officers with tenderer(s) as per Annexure-H of Chapter-6 in terms of
Allowed
10 Clause 16 of Chapter-2 of tender Document. On non-submission of this No No
(Mandatory)
information, contract is liable to be dealt in accordance with provision of
Clause 62 of Standard General Conditions of Contract.
Tenderer shall submit list of court cases during previous three financial years Allowed
11 No No
as per Annexure-I of Chapter-6 of the Tender Document. (Mandatory)
Tenderer shall submit list of arbitration cases during previous three financial Allowed
12 No No
years as per Annexure-J of Chapter-6 of the Tender Document. (Mandatory)
Tenderer shall submit the Certificate of familiarization to the work site as per Allowed
13 No No
Chapter- 5 of the Tender Document. (Mandatory)
Tenderer shall submit broad plan of execution of work as per Annexure-K of Allowed
14 No No
Chapter-6 of the Tender Document. (Optional)

Pa g e 11 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

Tenderer shall submit details of other credentials/facilities as per Annexure-N, Allowed


15 No No
Chapter-6 of the Tender Document. (Optional)
Tenderer shall submit bank details i.e. Name of Bank along with Bank Branch
Code, Accounts Number as appearing in the cheque book, IFSC Code and
Allowed
16 PAN Number, duly certified by the authorised official of the bank, to facilitate No No
(Mandatory)
payment through ECS/NEFT/RTGS as per Annexure-O of Chapter-6 of
Tender Document.
For tenders having advertised cost of Rs. 10 lakhs and above: - If tenderer
desired to take payment through Letter of Credit (LC) arrangement then
Allowed
17 tenderer shall exercise the option at the time of bidding itself and shall affirm No Yes
(Optional)
having read for and agreed to the terms and conditions of LC option. For
details refer Clause-7 of Chapter- 4 of Tender Document.
Tenderer shall enter the percentage of local content in the material being
Allowed
18 offered. Please enter 0 for fully imported items, and 100 for fully indigenous No Yes
(Mandatory)
items.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Payment of Bid Security shall be accepted either in cash through e-Payment
Gateway or as Bank Guarantee bond from a Scheduled Commercial Bank of
India. BG shall be as per Annexure-Q of Chapter-6 of Tender Document. No
1 other mode of payment shall be accepted. Any firm recognized by Department No No Not Allowed
of Industrial Policy and Promotion (DIPP) as 'Startups' shall be exempted from
payment of Bid Security. Labour Cooperative Societies shall submit only 50%
of the Bid Security.
In case the date of closing mentioned in the NIT Header of e- tender
document is declared a holiday/bandh/strike etc. on any account, the date of
closing tender online will not be changed as the application in the website of
2 No No Not Allowed
IREPS does not permit submission of any offer after closing date and time of
the tender. However, opening of tenders online will be on the following working
day after the closing date/time of tenders.
Rates quoted by the tenderer in the relevant fields of the Financial Bid only will
be the ruling terms for deciding inter-se-ranking and any condition having
3 No No Not Allowed
financial repercussions, if quoted, anywhere else shall not be considered for
deciding the inter-se-ranking.
Tenderer participating as JV shall refer the guidelines under Clause-17 of
Tender Document and relevant clauses of IR-SGCC 2022 regarding
4 participation of Joint Venture Firms in Works Tender and documents to be No No Not Allowed
submitted.in case the required documents for JV firm are not submitted the
offer/Bid will be to SUMMARILY REJECTED.
(a) In case of any information submitted by tenderer is found to be forged/false
at any time during process for evaluation of tenders, it shall lead to forfeiture of
the Bid Security and may also lead to any other action provided in the contract
including banning of business for a period of upto two year. (b) In case of any
5 information submitted by tenderer is found to be false/forged at any time after No No Not Allowed
the award of the contract, it will lead to termination of the contract, along with
forfeiture of Bid Security/Security Deposit and Performance guarantee and
may also lead to any other action provided in the contract including banning of
business for a period of upto two year.
The tender shall be finalised based on submitted documents & no post tender
correspondence shall be entertained. However, if any clarification is required
6 by the Railway, the same will be sought from the tenderer which need to be No No Not Allowed
provided by tenderer(s) within stipulated time failing which his/their offer(s)
shall be dealt based on available information with Railways interpretation only.

Pa g e 12 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

While submitting offers the tenderer(s) generally commit mistakes in


submitting the mandatory documents like Certificates regarding contracting
experience, Audited Balance Sheet duly certified by the Chartered Accountant,
Certificate in respect to true and factuality of documents, information in
connection with evaluation of bid capacity, Power of Attorney, submission of
7 No No Not Allowed
tenders by authorised signatory, JV related documents etc. As such, the
tenderer(s) should go through the tender document very carefully before
submitting his/their offer and accordingly upload all the mandatory documents
and other relevant documents as per the formats enclosed in the tender
document.
Tenderers must go through the tender documents to ascertain and get
themselves acquainted with general conditions of contract, e-tendering
process and two packet bid system (as applicable). The tenderer must also go
8 No No Not Allowed
through the other documents such as special conditions, additional technical
conditions, specification, drawings, scope of work etc. attached as documents
on the website.
It is the responsibility of the tenderer to keep watch on IREPS website
regarding Addendum/Corrigendum etc. (if any) to tender notice up to the date
9 No No Not Allowed
of Bid closing. No separate intimation/ information shall be given in
Newspapers or through any other means.
Tenderers are advised to visit the site of work to ascertain all aspects of the
site conditions viz accessibility, availability of approach road, nature of the soil,
10 No No Not Allowed
availability of material, labour, water etc. that may be encountered in course of
execution of work.
11 No Advance payment shall be made for mobilization. No No Not Allowed
12 No advance payment against Plant and Machinery shall be admissible No No Not Allowed
No advance/stage Payment will be payable for supply of Cement and
13 Reinforcement Steel. Cement and Reinforcement Steel shall be paid only after No No Not Allowed
its actual use in work.
The quoted rates shall be inclusive of all taxes, levies etc (including GST and
royalty) leviable by State/Central Govt. or by local authorities. The rate shall be
14 No No Not Allowed
inclusive of all sales / turn over tax, Service Tax including all other cess etc.,
on contract by respective State Govt.
Tenderers are requested to go through the enclosed Additional Special
15 Technical Conditions for various items included in tender schedule/Bid of No No Not Allowed
quantities, etc.
Price Variation Clause (PVC) shall be applicable for Tenders having advertised
16 No No Not Allowed
value above Rs.2 Crores.
ELECTRONIC REVERSE AUCTION (e-RA) will be applicable for tenders
17 No No Not Allowed
having advertised value more than Rs. 50 Cr.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I/We have read the various conditions attached/referred to in this tender
2 No No Not Allowed
document and agree to abide by the said conditions.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions of Contract-2022 with all Correction Slips up to date of closing of
tender and to carry out the work according to the Special/Technical Conditions
3 of Contract and Specifications of Materials and Works as laid down by Railway No No Not Allowed
in the Special Conditions/Specifications, CPWD DSR-2021 Schedule of Rates
with all correction slips up to the date of closing of tender for the present
contract.
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 will only be the ruling
4 terms for deciding the inter-se-ranking and any such conditions having No No Not Allowed
financial repercussions, if quoted by us anywhere else including attached
documents shall not be considered for deciding inter- se-ranking.

Pa g e 13 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1
DYCE-C-CATR-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: DYCEC-II-STA-05-2024 Closing Date/Time: 14/10/2024 15:00

I/We agree to keep our offer open for acceptance for the period of days as
5 mentioned on NIT HEADER from the date of closing of tender and in default No No Not Allowed
thereof, I/We will be liable for forfeiture of my/our Bid Security.
The amount as stipulated in tender document is herewith forwarded as Bid
6 No No Not Allowed
Security shall stand forfeited without prejudice if :-
I/We resile from my/our offer or modify the terms and conditions thereof in a
6.1 manner not acceptable to the Railways during validity period of the offer as No No Not Allowed
mentioned on NIT HEADER.
I/We do not submit a Performance Guarantee in any of the prescribed form
6.2 No No Not Allowed
within 60 days from the date of issue of letter of acceptance.
I/We do not execute the contract within 7 days after receipt of notice by
6.3 No No Not Allowed
Railway that such documents are ready.
I/We do not commence the work within fifteen days after receipt of Letter of
6.4 No No Not Allowed
Acceptance to that effect.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
7 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer to this work.
I/we hereby confirm that I/we have satisfied myself/ourselves by actual
inspection of the site and locality of the work that all conditions liable to be
8 No No Not Allowed
encountered during execution of the work are taken into account and that the
rates quoted in the tender are adequate and all inclusive.
I/ We have read the tender document and NIT conditions about the Mandatory
Documents required to be uploaded up to the time and date of Bid closing of
Tender, in absence of which, the offer shall be SUMMARILY REJECTED. I/We
understand that no Suo moto cognizance of any document available in public
9 No No Not Allowed
domain (i.e., on internet etc.) or in Railways record/office files etc. Will be
taken for consideration of the tender, if no such mention is available in tender
offer submitted. I / we submitted all the mandatory documents and have no
additional document to add further.
I/We understand that in case of non-submission of Power of attorney duly
notarized/authorization in favour of a single individual as per para-14,15,17 &
10 No No Not Allowed
18 of tender form (second sheet) of SGCC and para 15 of Chapter-2 of
Tender document, my/our offer/Bid shall lead to SUMMARILY REJECTION.
I/ We have visited the works site and I / We am / are aware of the site
11 No No Not Allowed
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


UpdatedTenderDocumentFOB16-
1 TENDER DOCUMENT
09-2024.pdf
UpdatedSpecialConditionFOB16-
2 SPECIAL CONDITIONS
09-2024.pdf
3 GCC_April-2022__27_04_22.pdf GENERAL CONDITION OF CONTRACT 2022
4 GCCACS1-6_compressed.pdf GCC ACS 2022 1 to 6
5 TopSheet.pdf TOP SHEET

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: SUNIL KUMAR PRAJAPATI

Designation : Dy.CE/C-II/STA

Pa g e 14 o f 14 Ru n Da te/Time: 16 /0 9 /2 0 2 4 2 0 :31:0 1

You might also like