0% found this document useful (0 votes)
56 views10 pages

DRM/ENGG/CKP Acting For and On Behalf of The President of India Invites E-Tenders Against Tender No CKP-WEST-19-20-28 Closing

1. The document is a tender notice from DRM/ENGG/CKP of South Eastern Railway inviting E-tenders for raising the height of platforms at 9 stations. 2. The tender includes 2 schedules - Schedule A for all works except cement supply and Schedule B for cement supply. The estimated cost of work is Rs. 80.3 crores. 3. Bidders must submit bids electronically by August 30, 2019 at 3:30 PM. Manual bids will not be accepted. Payment can only be made electronically through the IREPS portal.
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)
56 views10 pages

DRM/ENGG/CKP Acting For and On Behalf of The President of India Invites E-Tenders Against Tender No CKP-WEST-19-20-28 Closing

1. The document is a tender notice from DRM/ENGG/CKP of South Eastern Railway inviting E-tenders for raising the height of platforms at 9 stations. 2. The tender includes 2 schedules - Schedule A for all works except cement supply and Schedule B for cement supply. The estimated cost of work is Rs. 80.3 crores. 3. Bidders must submit bids electronically by August 30, 2019 at 3:30 PM. Manual bids will not be accepted. Payment can only be made electronically through the IREPS portal.
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
You are on page 1/ 10

CKP-DIVN-ENGG/SOUTH EASTERN RLY

TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

DRM/ENGG/CKP acting for and on behalf of The President of India invites E-Tenders against Tender No CKP-WEST-19-20-28 Closing
Date/Time 30/08/2019 15:30 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

Raising of height platform from rail level/low level/medium level to high level at
Name of Work Bondamunda, Kalunga, Sonakhan, Dharuadihi, Dhutra, Kanshbahal, Tangrmunda, Panpali
& Bagdihi stations under the jurisdiction of DEN(West)/CKP.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 30/08/2019 15:30 Date Time Of Uploading Tender 05/08/2019 15:36
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 80300105.25 Tendering Section WEST
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 551500.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 10000.00 Period of Completion 24 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 16/08/2019 No
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
Schedule A-Execution of all works as per enclosed schedule -A (USSOR 2010 items)
55242057.04
(Except supply of Cement)
Above/
Please see Item Breakup for details. 41529136.25 33.02 55242057.04
Below/Par
1
Item Description:- Execution of all works in connection with the above works as per items included in the SER-
USSOR 2010(works and material)(Except supply of Cement ).

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule B-Execution of all works as per enclosed schedule -B for supply of Cement.
25058048.21
(USSOR 2010 items)
Above/
Please see Item Breakup for details. 18837805.00 33.02 25058048.21
Below/Par
2
Item Description:- Execution of all works in connection with the above works as per items included in the SER-
USSOR 2010(works and material) (Supply of Cement ).

3. ITEM BREAKUP

Schedule Schedule A-Execution of all works as per enclosed schedule -A (USSOR 2010 items)(Except supply of Cement)
Execution of all works in connection with the above works as per items included in the SER-USSOR 2010(works
Item- 1
and material)(Except supply of Cement ).
S No. Item Description of Item Unit Qty Rate Amount
No
Earth work in excavation as per approved drawings and
dumping at embankment site or spoil heap, within railway
land, including 50m lead and 1.5m lift, the lead to be
measured from the centre of gravity of excavation to centre
of gravity of spoil heap: the lift to be measured from natural
ground level and paid for in layers of 1.5m each, including
incidental work, as per specifications-in

Pa g e 1 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

1 011011 All kinds of soils cum 1860.00 87.81 163326.60


2 013120 Earthwork in filling in embankment, guide bunds, around cum 39112.00 254.05 9936403.60
buried type abutments, bridge gaps, trolley refuges, rain
bunds if provided, platforms etc. with earth excavated from
outside railway boundary entirely arranged by the contractor
at his own cost as per RDSO's latest guidelines and
specifications and special condition of contract including all
leads, royalty, lifts, ascents, descents, crossing of nallahs or
any other obstructions. The rates shall include all dressing
of bank to final profile, demarcation and setting out of
profile, site clearance, removing of shrubs, roots of
vegetations growth, heavy grass, benching of existing slope
of old bank, all handling/re-handling. taxes, octroi and
royalty etc. as a complete job. Cut trees shall be property of
railways and to be deposited in the railway godown unless
specified otherwise in the Special conditions of contract
3 013130 Extra for mechanical compaction of earth/blanketing cum 39112.00 14.14 553043.68
material filled in embankment with contractor's rollers of
suitable capacity, type and size to achieve specified density
as per specification, testing as per IS codes incl. cost of
water, T&P consumable material and all labour as a
complete job. The work is to be executed as per Latest
edition of "Guidelines for Earthwork in Railway Projects"
issued by RDSO, Lucknow
Providing and laying in position cement concrete of specified
proportion excluding cost of cement, centering and
shuttering - All works upto Plinth level :
4 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm cum 1674.00 1593.12 2666882.88
nominal size)
Providing and laying cement concrete, up to plinth in
retaining walls, walls (any thickness) including attached
plasters, columns, pillars, posts, struts, buttresses, string or
lacing courses, parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets etc, excluding the cost of cement
and of shuttering, centering.
5 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm cum 5349.00 1774.56 9492121.44
nominal size)
Providing and fixing at or near ground level, Precast M 20
grade cement concrete as per approved design and setting
in position with cement mortar 1:3 (1 cement : 3 coarse
sand), including the cost of required centering and
shuttering complete but excluding the cost of cement.(cast
at site)
6 032032 in ash pit stones, platform coping stones etc. cum 1860.00 2339.23 4350967.80
Brick work with non-modular (FPS) bricks of class
designation 7.5 in foundation and plinth in :
7 051017 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 2790.00 1933.46 5394353.40
8 051018 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 173.00 1929.39 333784.47
Providing & fixing Precast Chequered tiles conforming to
IS:13801:1993, manufactured under mechanical vibration &
hydraulic pressing machine in double layer; top layer of 10
to 12 mm thickness of Dolomite Powder, graded chips, fibre
and UV stabilised iron oxide Lanexess colour and bottom
layer of 1:3 CC mixed with galvanised steel fibre of
approved quality, jointed with neat cement slurry mixed with
pigment to match shade of tiles including rubbing and
cleaning etc. complete on 20mm thick bed of cement mortar
1:4 of sizes :
9 094062 300mm x 300mm x 30mm thick Sqm 11504.00 549.12 6317076.48

Pa g e 2 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

Providing and fixing Ist quality ceramic tiles conforming to


Group B-III (Ceramic Wall Tiles) of IS:15622 of
manufacturers approved by railway in all colours, shades,
and design as approved by the Engineer-in-Charge in
skirting, risers of steps and dado over 12mm thick bed of
cement mortar 1:3 (1cement: 3coarse sand) including
pointing in white cement mixed with pigment of matching
shade complete
10 095012 200x300 mm Sqm 1150.00 580.16 667184.00
Supplying and laying interlocking pre-cast CC block pavers
of approved design factory manufactured of specified grade
cement concrete on passenger platform, foot paths,
circulating area etc. including setting in position over 25mm
thick bedding layer of fine sand, filling the joints with fine
sand, leveling including compaction as per IS:15658
11 098021 60 mm thick blocks of M30 grade for light traffic Sqm 115.00 478.28 55002.20
15 mm cement plaster on the rough side of single or half
brick wall of mix -
12 111022 1:6 (1cement: 6 fine sand) Sqm 2301.00 63.82 146849.82
Pointing on brick work with cement mortar 1:3(1cement:
3fine sand)
13 114011 Flush/Ruled/Struck or weathered pointing Sqm 5580.00 43.64 243511.20
Distempering with oil bound washable distemper of
approved brand and manufacture to give an even shade
14 115041 New work (two or more coats of distemper) over and Sqm 5580.00 53.96 301096.80
including priming coat with cement primer
Providing and fixing G.I. pipes complete with G.I. fittings and
clamps, including cutting and making good the walls etc.
Internal work - Exposed on wall
15 131131 15 mm dia. nominal bore Metre 575.00 129.09 74226.75
16 131132 20 mm dia. nominal bore Metre 575.00 172.90 99417.50
17 131133 25 mm dia. nominal bore Metre 575.00 220.56 126822.00
Demolishing plain cement concrete including disposal of
material within 50m lead
18 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate cum 28.76 451.85 12995.21
19 181023 Dismantling concrete kerb stones/rail level platform stones cum 1233.76 463.96 572415.29
/concrete beams / slabs or similar light structural parts/
stones without appreciable damage including stacking
Demolishing brick work including stacking of serviceable
material and disposal of unserviceable material within 50m
lead
20 182013 In cement mortar cum 57.52 376.48 21655.13
Total 41529136.25
Schedule Schedule B-Execution of all works as per enclosed schedule -B for supply of Cement. (USSOR 2010 items)
Execution of all works in connection with the above works as per items included in the SER-USSOR 2010(works
Item- 2
and material) (Supply of Cement ).
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using cement at worksite :
1 033063 PPC Tonne 3343.00 5635.00 18837805.00
Total 18837805.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

Financial Eligibility Criteria: The tenderer must have received contractual payments in
the previous three financial years and the current financial year upto the date of opening
of tender, at least 150% of the advertised value of the tender. The tenderers shall submit
Certificates to this effect which may be an attested Certificate from the concerned
department / client and/or Audited Balance Sheet duly certified by the Chartered
Accountant etc. (The tenderer should ensure that each Page of documents/certificates in
support of credentials submitted by them shall be self-attested/digitally signed or Allowed
1 No No
authorised representative of the tendering firm. Self-attestation shall include signature, (Mandatory)
stamp and date on each page. Also only those documents which are declared explicitly
by the tenderer as "Documents supporting the claim of qualifying the laid down eligibility
criteria" will be considered for evaluating his/their tender. The tenderers are advised to
comply the same and non-compliance by the tenderer, their offer can not be considered
as a valid offer and as such his/their offer will be summarily rejected.) A sample copy of
certificate is attached in document Tab.

Submission of Affidavit

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit notarized affidavit on a non-judicial stamp paper in the prescribed format
(please download format from the link given below) for verification / confirmation of the
documents submitted for compliance of eligibility/qualifying criteria. Non submission of Allowed
1 No No
properly filled affidavit in the prescribed format shall lead to summary rejection of your (Mandatory)
offer.
Click here to download the format for Affidavit

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria: (a)The tenderer must have successfully completed any of
the following during last 07 (seven) years, ending last day of month previous to the one
in which tender is invited: Three similar works costing not less than the amount equal to
40% of advertised value of the tender, or Two similar works costing not less than the
amount equal to 50% of advertised value of the tender, or One similar work costing not
less than the amount equal to 80% of advertised value of the tender. (b) (i)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 any of the following during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited: Three similar works costing not less than
the amount equal to 40% of advertised value of each component of tender, or Two
similar works costing not less than the amount equal to 50% of advertised value of each
component of tender, or One similar work costing not less than the amount equal to 80%
Allowed
1 of advertised value of each component of tender. Note: Separate completed works of No No
(Mandatory)
minimum required values for each component can also be considered for fulfilment of
technical eligibility criteria. (b) (ii) 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 documents without any ambiguity. Any work or set of works shall be
considered to be a separate component, only when cost of the component is more than
2 crore each. (The tenderer should ensure that each Page of documents/certificates in
support of credentials submitted by them shall be self-attested/digitally signed or
authorised representative of the tendering firm. Self-attestation shall include signature,
stamp and date on each page. Also only those documents which are declared explicitly
by the tenderer as "Documents supporting the claim of qualifying the laid down eligibility
criteria" will be considered for evaluating his/their tender. The tenderers are advised to
comply the same and non-compliance by the tenderer, their offer can not be considered
as a valid offer and as such his/their offer will be summarily rejected.)A sample copy of
certificate is attached in document Tab.
1.1 Defination of Similar Work :- Any Civil Engineering Work. No No Not Allowed

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Mandate form should be uploaded as per attached format in document tab Yes No
(Mandatory)

Pa g e 4 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

The Contractor will fill up and update the details of Contracts, Contractual
Labour employed by him/her and related details as required by Railway on Allowed
2 Yes Yes
"Contract Labour Management Portal" or any other portal or in Register - as (Optional)
Directed by Engineer-in-Charge for which no extra payments shall be made.
Letter of Credit as Mode of Payment in Works Tender or Service Tender has
been introduced as per Rly Board's letter no. 2018/CE-I/CT/9, New Delhi, dtd:
Allowed
3 04.06.2018 (Documents are attached in uploaded section named as Yes Yes
(Optional)
Conditions for LC Credit)). Tenderers are advised to see the uploaded section
carefully for availing LC Credit at the time of bidding in IREPS Portal.
Each Page of documents/certificates in support of credentials submitted by the
tenderer shall be self-attested/digitally signed by the tenderer or authorised
representative of the tendering firm. Self-attestation shall include signature,
stamp and date on each page. Also only those documents which are declared
Allowed
4 explicitly by the tenderer as "Documents supporting the claim of qualifying the Yes No
(Optional)
laid down eligibility criteria" will be considered for evaluating his/their tender.
The tenderers are advised to comply the same and non-compliance by the
tenderer, their offer can not be considered as a valid offer and as such
his/their offer will be summarily rejected.
1. GCC-NOV 2018 with upto date correction slip is applicable over for this
5 tenders 2. USSOR-2010 and IR UNIFIED Standard Specification are No No Not Allowed
applicable for this tender. 3. Relevent IS-CODE are applicable to this tender.
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
6 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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The bidders will have to make payment towards tender document cost and
1 earnest money through online payment modes only like net banking, debit/ No No Not Allowed
credit cards etc. available on IREPS portal.
Price variation Clause (PVC):- Price variation Clause (PVC) is not applicable in
2 all works contract tenders having value less than Rs. 5 Crore. (Railway Board No No Not Allowed
Letter No.2017/Trans/01/Policy New Delhi, dated. 08.02.2018)
Multiple L-1 :- In case of more than one L-1 bidders, tender may be awarded
to tenderer having higher Bid Capacity. In case Bid Capacity is also the same,
tenderer having done more value of similar work in last three previous financial
3 years and the current financial year upto the date of opening of the tender, No No Not Allowed
may be selected for the award. Instructions with respect to Bid Capacity will
follow. (Railway Board Letter No.2017/Trans/01/Policy New Delhi, dated.
08.02.2018)
The rates to be quoted are inclusive of GST and all other charges and taxes
4 No No Not Allowed
levied by the state as well as Central Govt. from time to time
System of Verification of Tenderer's credentials: For the works tenders, it has
been decided to adopt the affidavit-based system of Credential verification.
The tenderer shall submit along with the tender document, documents in
support of his/their claim to fulfil the eligibility criteria as mentioned in the
tender document. Each page of the copy of documents/certificates in support
of credentials, submitted by the tenderer, shall be self-attested/digitally signed
by the tenderer or authorized representative of the tendering firm. Self-
5 No No Not Allowed
attestation shall include signature, stamp and date (on each page). Only those
documents which are declared explicitly by the tenderer as "documents
supporting the claim of qualifying the laid down eligibility criteria", will be
considered for evaluating his/their tender. The system shall be applicable once
it is made operational in IREPS. This system is already being followed by some
of Railway PSUs. (Railway Board Letter No.2017/Trans/01/Policy New Delhi,
dated. 08.02.2018)

Pa g e 5 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

Clause 55-B to GCC: Provisions of Employees Provident Fund and


Miscellaneous Provisions Act, 1952:The Contractor shall comply with the
provisions of Para 30 & 36-B of the Employees Provident Fund Scheme, 1952;
Para 3 & 4 of Employees' Pension Scheme, 1995; and Para 7 & 8 of
6 No No Not Allowed
Employees Deposit Linked Insurance Scheme, 1976; as modified from time to
time through enactment of "Employees Provident Fund & Miscellaneous
Provisions Act, 1952", wherever applicable and shall also indemnify the
Railway from and against any claims under the aforesaid Act and the Rules.
EPF and ESI registration would be mandatory wherever applicable and
documents towards EPF and ESI registration shall be submitted before
execution of the agreement failing which contract will be terminated. The
labours deployed by the contractor for the entire work should have individual
7 No No Not Allowed
Bank account in their own name. The payment to the labour by the contractor
should as far as possible be made through bank accounts of the individual
labour as per the latest minimum wages issued from Chief labour
commissioner (C).
No Technical and Financial credentials are required for tenders having value
8 No No Not Allowed
up to Rs 50 lakh.
The tenderer are advised to read all the conditions mentioned in the tender
9 No No Not Allowed
document as well as uploaded documents carefully before submitting the bids.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Subsequent to the enactment of GST Act 2017, The Para (a) of Clause 6,
Part-I of Indian Railways Standard General Conditions of Contract, November
2018, is revised as below 6. Care in Submission of Tenders: (a) (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. (a)(ii)Tenderers will examine the various provisions of The Central
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 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
1 No No Not Allowed
rates. (a)(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 to railway immediately after the
award of contract, without which no payment shall be released to the
Contractor. The Contractor shall be responsible for deposition of applicable
GST to the concerned authority. (a)(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. (b)When
work is tendered for by a firm or company, the tender shall be signed by the
individual legally authorized to enter into commitments on their behalf. (c)The
Railway will not be bound by any power of attorney granted by the tenderer or
by changes in the composition of the firm made subsequent to the execution
of the contract. It may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which will be
chargeable to the Contractor.

Pa g e 6 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

In order to ensure prompt and proper uploading of details related to LOAs,


engaged workmen, wage & other payment details, Railways/Pus etc. shall
introduce a special condition in their tender documents of the tenders to be
called henceforth (Authority-As per Rly. Bd.'s letter No.2018/CE-I/CT/4,
dtd.17.10.2018). The special condition is as under :- 1) Contractor is to abide
by the provisions of Payment of Wages act & Minimum Wages act in terms of
Clause 54 and 55 of Indian Railways General Condition of Contract. In order to
ensure the same, an application has been developed and hosted on website
'www.shramikkalyan.indianrailways.gov.in'. Contractor shall register his
firm/company etc. and upload requisite details of labour and their payment in
this portal. These details shall be available in public domain. The
Registration/updation of Portal shall be done as under: (a)Contractor shall
apply for onetime registration of his company/firm etc. in the Shramikkalyan
portal with requisite details subsequent to issue of Letter of Acceptance.
Engineer shall approve the contractor's registration on the portal within 7 days
of receipt of such request. (b)Contractor once approved by any Engineer, can
create password with login ID (PAN No.) for subsequent use of portal for all
2 No No Not Allowed
LoAs issued in his favour. (c)The contractor once registered on the portal,
shall provide details of his Letter of Acceptance (LoA)/Contract Agreement on
shramikkalyan portal within 15 days of issue of any LoA for approval of
concerned Engineer. Engineer shall update (if required) and approve the
details of LoA filled by contractor within 7 days of receipt of such request. (d)
After approved of LoA by Engineer, contractor shall fill the salient details of
contract labours engaged in the contract and ensure updating of each wage
payment to them on shramikkalyan portal on monthly basis. (e)It shall be
mandatory upon the contractor to ensure correct and prompt uploading of all
salient details of engaged contractual labour & payments made thereof after
each wage period. 2) While processing payment of any 'On Account Bill' or
'Final bill' or release of 'Advance' or 'Performance Guarantee'/Security
deposit', contractor shall submit a certificate to the Engineer or Engineer's
representatives that " I have uploaded the correct details of contract labours
engaged in connection with this contract and payments made to them during
the wage period in Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till .......... Month ......... Year.
As per GCC - Nov 2018 - After opening of the tender, any document pertaining
to the constitution of Sole Proprietorship Firm / Partnership Firm / Registered
3 No No Not Allowed
Company/ Registered Trust / Registered Society etc. shall be neither asked
nor considered, if submitted.
The schedule of quantity is only approximate and may vary as per site
4 condition. Any new items of SOR -2001 may be added as per approval of the No No Not Allowed
Competent Authority. (Authority- MSOP 2018)
The schedule of quantity is only approximate and may vary as per site
5 condition. Any new items of USSOR -2010 may be added as per approval of No No Not Allowed
the Competent Authority. (Authority- MSOP 2018)
For the practice of verification of tenderer's documents by the Railways may
be dispensed with :- a) The Railway reserves the right to verify all statements,
information and documents submitted by the bidder in his tender offer, and the
bidder shall, when so required by the Railway, make available all such
information, evidence and documents as may be necessary for such
verification. Any such verification or lack of such verification, by the railway
shall not relieve the bidder of its obligations or liabilities hereunder nor will it
affect any rights of the railway thereunder. b) In case of any wrong information
6 No No Not Allowed
submitted by tenderer, the contract shall be terminated, Earnest Money
Deposit (EMD), Performance Guarantee (PG) and Security Deposit (SD) of
contract forfeited and agency barred for doing business on entire Indian
Railways for 5 (five) years. c) With such a system of self-certification of
credentials, tender finalization should also be speeded up, It has accordingly
been decided that the tender validity period should be 45 days for single
packet and 60 days for two packet system of tendering in normal case for
tenders having affidavit based system of credential verification.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 7 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

For describing the qualification and eligibility criteria:- "The tenderers shall
submit a notarized affidavit on a non-judicial stamp paper stating that they are
not liable to be disqualified and all their statements/documents submitted
alongwith bid are true and factual. Standard format of the affidavit to be
submitted by the bidder is enclosed as annexure-A. Non submission of an
affidavit by the bidder shall result in summary rejection of his/their bid. And It
Allowed
1 shall be mandatorily incumbent upon the tenderer to identify, state and submit Yes Yes
(Mandatory)
the supporting documents duly self attested by which they/he is qualifying the
Qualifying Criteria mentioned in the Tender Document. It will not be obligatory
on the part of Tender Committee to scrutinize beyond the submitted document
of tenderer as far as his qualification for the tender is concerned." (The format
of Annexure - 'A' is enclosed in document Tab) (Railway Board Letter
No.2017/Trans/01/Policy New Delhi, dated. 08.02.2018)
Instruction to the tenderer as per GCC - November 2018 for 14. Partnership
Deeds, Power of Attorney etc.: (i)The tenderer shall clearly specify whether the
tender is submitted on his own (Proprietary Firm) or on behalf of a Partnership
Firm / company / Joint Venture (JV) / Registered Society / Registered Trust
etc. The tenderer(s) shall enclose the attested copies of the constitution of
their concern, and copy of PAN Card along with their tender. Tender
Documents in such cases are to be signed by such persons as may be legally
competent to sign them on behalf of the firm, company, association, trust or
society, as the case may be. (ii)In case tenderer is other than sole
proprietorship firm, following documents shall be submitted by the tenderer:
(a) Partnership Firm: The tenderer shall submit (i) a copy of Partnership Deed
and (ii) a copy of Power of Attorney (duly registered as per prevailing law) in
favour of an individual to sign the tender documents and create liability against
the Firm. (b) Joint Venture (JV): The tenderer shall submit documents as
mentioned in Clause 17 of GCC Nov 2018. (Wherever applicable) (c)
Company registered under Companies Act-2013: The tenderer shall submit (i)
the copies of MOA (Memorandum of Association) / AOA (Articles of
Association) of the company; and (ii) A copy of Authorization/Power of Attorney
issued by the Company (backed by the resolution of Board of Directors) in
favour of the individual to sign the tender on behalf of the company and create
liability against the company. (d) LLP (Limited Liability Partnership) Firm: If the
tender is submitted on behalf of a LLP Firm registered under LLP Act-2008,
the tenderer shall submit alongwith the tender- (i) a copy of LLP Agreement, Allowed
2 Yes Yes
(ii) a copy of Certificate of Incorporation; and (iii) a copy of Power of (Mandatory)
Attorney/Authorisation issued by the LLP Firm in favour of the individual to sign
the tender on behalf of the LLP Firm and create liability against the Firm. (e)
Registered Society & Registered Trust: The tenderer shall submit (i) a copy of
the Certificate of Registration, (ii) Deed of Formation; and (iii) a copy of Power
of Attorney in favour of the individual to sign the tender documents and create
liability against the Society/Trust. (iii)If it is NOT mentioned in the submitted
tender that tender is being submitted on behalf of a Sole Proprietorship firm /
Partnership firm / Joint Venture / Registered Company etc., then the tender
shall be treated as having been submitted by the individual who has signed the
tender. (iv)After opening of the tender, any document pertaining to the
constitution of Sole Proprietorship Firm / Partnership Firm / Registered
Company/ Registered Trust / Registered Society etc. shall be neither asked
nor considered, if submitted. (v) A tender from JV / Partnership firm etc. shall
be considered only where permissible as per the tender conditions. (vi)The
Railway will not be bound by any change in the composition of the firm made
subsequent to the submission of tender. Railway may, however, recognize
such power of attorney and changes after obtaining proper legal advice, the
cost of which will be chargeable to the Contractor. 15. The tenderer whether
sole proprietor, a company or a partnership firm / joint venture (JV) /
registered society / registered trust etc if they want to act through agent or
individual partner(s), should submit along with the tender, a copy of power of
attorney duly stamped and authentic.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 8 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

If the tenderer s expires after the submission of his/their tender or after the
acceptance of his tender, the Railway shall deem such tender as cancelled. If
1 a partner of a firm expires after the submission of their tender or after the No No Not Allowed
acceptance of their tender, the Railway shall deem such tender as cancelled
unless the firm retains its character.
It shall not be obligatory on the said authority to accept the lowest tender and
2 no tenderer/ tenderers shall demand any explanation for the cause of rejection No No Not Allowed
of his/their tender.
If the tenderer s deliberately give/gives wrong information in his/their tender or
3 create/creates circumstances for the acceptance of his/their tender, the No No Not Allowed
Railway reserves the right to reject such tender at any stage.
The successful tenderer/tenderers shall be required to execute agreement
with the President of India acting through the Divisional Railway Manager
Engineering /South Eastern Railway/Chakradharpur for carrying out the work
4 as per Unified Standard Schedule of rates Works materials and according to No No Not Allowed
the S.E.Railways Standard General Conditions of contract as reffered in item
No. 2 above , special conditions/specification annex to the tender and
standard specifications.
The Railway reserves the right of not invite tenders for any of the railway
work/works or to invite open or limited tenders and when tenders are called, to
5 No No Not Allowed
accept a tender in whole or in part or reject any tender or all tenders without
assigning reasons for such action.
I/ We have visited the works site and I / We am / are aware of the site
6 No No Not Allowed
conditions.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Rates are inclusive of all taxes including GST. No No Not Allowed
declaration regarding employment/ partnership etc. of retired railway Allowed
2 Yes No
employees. as per attached format in document tab. (Mandatory)
Condition mentioned in the all uploaded documents are applicable and binding
3 Yes No Not Allowed
in this contract.
Tenderer s should submit all documents relating to eligibility criteria as
mentioned in the tender documents both technical and financial criteria
4 Yes No Not Allowed
alongwith his/their tender documents, failing which his/their offer will be
considered invalid and same shall be summarily rejected.

6. Documents attached with tender

S.No. Document Name Document Description


1 VENDERMANDATEFORM.pdf Mandate Form
2 SpecialGeneralConditionsforallcontractNew.pdf General condition for all contract
3 Samplecopyofcredentials.pdf Sample of Credentials
4 Annexure-A.pdf Annexure A for AFFIDAVIT
5 RetiredRailwayemployee.pdf Certificate of Information regardin
6 GCCNOVEMEBR-2018.pdf GCC 2018
7 LetterofCreditCondition.pdf Conditions for Letter of Credit

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.

Signed By: PRIYAM SHANKAR

Designation : DEN/West

Pa g e 9 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6
CKP-DIVN-ENGG/SOUTH EASTERN RLY
TENDER DOCUMENT
Tender No: CKP-WEST-19-20-28 Closing Date/Time: 30/08/2019 15:30

Pa g e 10 o f 10 Ru n Da te/Time: 0 5 /0 8 /2 0 19 15 :36 :2 6

You might also like