E-Tender for Steel Foot Over Bridge Construction
E-Tender for Steel Foot Over Bridge Construction
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
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
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
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
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
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
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
General Instructions
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
Undertakings
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.
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.
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