viewNitPdf 4736055
viewNitPdf 4736055
TENDER DOCUMENT
Tender No: 32-CAO-C-SC-2024 Closing Date/Time: 08/11/2024 15:00
Chief Administrative Officer / CON acting for and on behalf of The President of India invites E-Tenders against Tender No 32-CAO-C-SC-
2024 Closing Date/Time 08/11/2024 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
SCR Construction Organisation - GNT Division - GNT- GTL Doubling : GNT-DKD Section -
Name of Work
Construction of 2 Nos. S&T end Goomties at Satulur station.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 08/11/2024 15:00 Date Time Of Uploading Tender 15/10/2024 15:10
Pre-Bid Conference Required No Pre-Bid Conference Date Time Not Applicable
Advertised Value 8009466.13 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 160200.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 8 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 25/10/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule A-Building items -DSR 2021 5988049.73
Below/Par
2.6.1 290.00 cum 205.45 59580.50 (-) 20.00 47664.40
1 Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan) including getting out and disposal of
excavated earth lead upto 50 m and lift upto 1.5 m, as directed by Engineer-in-charge. // All kinds of soil
2.7.1 10.00 cum 412.95 4129.50 (-) 20.00 3303.60
2 Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m in width as well as 10 sqm on plan) including getting out and disposal of
excavated earth lead upto 50 m and lift upto 1.5 m, as directed by Engineer-in-charge. // Ordinary rock
4.1.6 76.00 cum 6670.25 506939.00 (-) 20.00 405551.20
Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in position cement
3 concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : // 1:3:6 (1 Cement
: 3 coarse sand (zone-III) derived from natural sources: 6 graded stone aggregate 40 mm nominal size derived from
natural sources)
5.1.2 100.00 cum 8364.20 836420.00 (-) 20.00 669136.00
Description:- REINFORCED CEMENT CONCRETE // CAST IN SITU // Providing and laying in position specified grade of
4 reinforced cement concrete, excluding the cost of centering, shuttering, finishing and reinforcement - All work up to
plinth level : // 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III) derived from natural sources: 3 graded stone aggregate 20
mm nominal size derived from natural sources)
5.2.2 36.00 cum 10185.05 366661.80 (-) 20.00 293329.44
Description:- REINFORCED CEMENT CONCRETE // CAST IN SITU // Reinforced cement concrete work in walls (any
5 thickness), including attached pilasters, buttresses, plinth and string courses, fillets, columns, pillars, piers, abutments,
posts and struts etc. above plinth level up to floor five level, excluding cost of centering, shuttering, finishing and
reinforcement : // 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) derived from natural sources : 3 graded stone aggregate
20 mm nominal size derived from natural sources)
5.3 134.00 cum 10719.30 1436386.20 (-) 20.00 1149108.96
Description:- REINFORCED CEMENT CONCRETE // CAST IN SITU // Reinforced cement concrete work in beams,
6 suspended floors, roofs having slope up to 15 degree landings, balconies, shelves, chajjas, lintels, bands, plain window
sills, staircases and spiral stair cases above plinth level up to floor five level, excluding the cost of centering, shuttering,
finishing and reinforcement with 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) derived from natural sources : 3 graded
stone aggregate 20 mm nominal size derived from natural sources).
5.9.1 160.00 Sqm 307.95 49272.00 (-) 20.00 39417.60
7 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including strutting,
propping etc. and removal of form for // Foundations, footings, bases of columns, etc. for mass concrete
5.9.3 600.00 Sqm 766.55 459930.00 (-) 20.00 367944.00
8 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including strutting,
propping etc. and removal of form for // Suspended floors, roofs, landings, balconies and access platform
5.9.5 440.00 Sqm 608.35 267674.00 (-) 20.00 214139.20
9 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including strutting,
propping etc. and removal of form for // Lintels, beams, plinth beams, girders, bressumers and cantilevers
5.9.6 350.00 Sqm 804.25 281487.50 (-) 20.00 225190.00
10 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including strutting,
propping etc. and removal of form for // Columns, Pillars, Piers, Abutments, Posts and Struts
6.4.2 110.00 cum 8288.35 911718.50 (-) 20.00 729374.80
11
11
Description:- MASONRY WORK // Brick work with common burnt clay F.P.S. (non modular) bricks of class designation
7.5 in superstructure above plinth level up to floor V level in all shapes and sizes in : // Cement mortar 1:6 (1 cement : 6
coarse sand)
6.13.2 16.00 Sqm 1018.05 16288.80 (-) 20.00 13031.04
12 Description:- MASONRY WORK // HALF BRICK MASONRY // Half brick masonry with common burnt clay F.P.S. (non
modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level. // Cement mortar 1:4 (1
cement :4 coarse sand)
9.1.1 0.80 cum 131576.95 105261.56 (-) 20.00 84209.25
13 Description:- WOOD AND P.V.C. WORK // FRAMES AND TRUSSES // Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of
required dia & length (hold fast lugs or dash fastener shall be paid for separately). // Second class teak wood
9.20.1 16.00 Sqm 3086.10 49377.60 (-) 20.00 39502.08
Description:- WOOD AND P.V.C. WORK // Providing and fixing 25 mm thick shutters for cup board etc. : // Providing
14 and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) decorative type, core of block board
construction with frame of 1st class hard wood and well matched teak 3 ply veneering with vertical grains or cross bands
and face veneers on both faces of shutters. // 35 mm thick including ISI marked Stainless Steel butt hinges with
necessary screws
9.48.2 600.00 Kg 197.70 118620.00 (-) 20.00 94896.00
15 Description:- WOOD AND P.V.C. WORK // MISCELLANEOUS-WOOD WORK // Providing and fixing M.S. grills of required
pattern in frames of windows etc. with M.S. flats, square or round bars etc. including priming coat with approved steel
primer all complete. // Fixed to openings /wooden frames with rawl plugs screws etc.
9.51.2 20.00 Sqm 812.40 16248.00 (-) 20.00 12998.40
16 Description:- WOOD AND P.V.C. WORK // MISCELLANEOUS-WOOD WORK // Providing and fixing fly proof galvanized
M.S. wire gauge to windows and clerestory windows using wire gauge with average width of aperture 1.4 mm in both
directions with wire of dia 0.63 mm all complete. // With 12 mm mild steel U beading
9.63.3 8.00 Each 53.05 424.40 (-) 20.00 339.52
17 Description:- WOOD AND P.V.C. WORK // COPER OXIDISED MILD STEEL FITTINGS (COPPER OXIDISED AS PER IS:
1378) // Providing and fixing ISI marked oxidised M.S. tower bolt black finish, (Barrel type) with necessary screws etc.
complete : (copper oxized as per IS: 1378) // 150x10 mm
9.96.1 8.00 Each 260.30 2082.40 (-) 20.00 1665.92
18 Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL BE ISI MARKED) //
Providing and fixing aluminium sliding door bolts, ISI marked anodised (anodic coating not less than grade AC 10 as per
IS : 1868), transparent or dyed to required colour or shade, with nuts and screws etc. complete : // 300x16 mm
9.100.1 8.00 Each 60.05 480.40 (-) 20.00 384.32
19 Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL BE ISI MARKED) //
Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not less than grade AC 10 as per IS : 1868)
transparent or dyed to required colour or shade, with necessary screws etc. complete : // 125 mm
9.101.1 8.00 Each 35.50 284.00 (-) 20.00 227.20
Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL BE ISI MARKED) //
20 Providing and fixing aluminium hanging floor door stopper, ISI marked, anodised (anodic coating not less than grade AC
10 as per IS : 1868) transparent or dyed to required colour and shade, with necessary screws etc. complete. // Single
rubber stopper
11.37A 260.00 Sqm 938.50 244010.00 (-) 20.00 195208.00
Description:- FLOORING // CERAMIC GLAZED TILES // Providing and fixing 1st quality ceramic glazed floor tiles
21 conforming to IS : 15622 (thickness to be specified by the manufacturer ) of approved make in all colours, shades except
burgundy, bottle green, black of any size as approved by Engineer-in-Charge in skirting, risers of steps and dados over
12 mm thick bed of cement Mortar 1:3 (1 cement: 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm
including pointing in white cement mixed with pigment of matching shade complete.
11.41.2 230.00 Sqm 1416.65 325829.50 (-) 20.00 260663.60
Description:- FLOORING // VITRIFIED FLOOR TILES // Providing and laying vitrified floor tiles in different sizes
22 (thickness to be specified by the manufacturer) with water absorption less than 0.08% and conforming to IS: 15622, of
approved make, in all colours and shades, laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), jointing
with grey cement slurry @ 3.3 kg/ sqm including grouting the joints with white cement and matching pigments etc.,
complete. // Size of Tile 600x600 mm
12.41.2 90.00 Metre 319.75 28777.50 (-) 20.00 23022.00
Description:- ROOFING // Providing, fixing and embedding sand cast iron accessories for rain water pipes in the
23 masonry 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,
including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed
pipes. // 110 mm diameter
13.1.1 900.00 Sqm 294.85 265365.00 (-) 20.00 212292.00
24 Description:- FINISHING // CEMENT PLASTER (IN FINE SAND) // 12 mm cement plaster of mix : // 1:4 (1 cement: 4 fine
sand)
13.12 1120.00 Sqm 461.85 517272.00 (-) 20.00 413817.60
25 Description:- FINISHING // CEMENT PLASTER IN TWO COATS // 18 mm cement plaster in two coats under layer 12 mm
thick cement plaster 1:5 (1 cement : 5 coarse sand) and a top layer 6 mm thick cement plaster 1:3 (1 cement : 3 coarse
sand) finished rough with sponge.
13.44.1 2020.00 Sqm 97.60 197152.00 (-) 20.00 157721.60
26 Description:- FINISHING // EXTERIOR FINISHING // Finishing walls with water proofing cement paint of required shade :
// New work (Two or more coats applied @ 3.84 kg/10 sqm)
13.48.2 14.00 Sqm 144.90 2028.60 (-) 20.00 1622.88
Description:- FINISHING // EXTERIOR FINISHING // Finishing with Deluxe Multi surface paint system for interiors and
27 exteriors using Primer as per manufacturers specifications : // Painting wood work with Deluxe Multi Surface Paint of
required shade. Two or more coat applied @ 0.90 ltr/10 sqm over an under coat of primer applied @0.75 ltr/10 sqm of
approved brand and manufacture
30 Description:- DISMANTLING AND DEMOLISHING // Demolishing cement concrete manually/ by mechanical means
including disposal of material within 50 metres lead as per direction of Engineer - in - charge. // Nominal concrete 1:3:6
or richer mix (i/c equivalent design mix)
15.7.4 2.00 cum 1698.45 3396.90 (-) 20.00 2717.52
31 Description:- DISMANTLING AND DEMOLISHING // Demolishing brick work manually/ by mechanical means
including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction
of Engineer-in-charge. // In cement mortar
21.1.1.1 80.00 Kg 433.95 34716.00 (-) 20.00 27772.80
Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows, ventilators and partitions
with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the
32 gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections
shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and
the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) : // For fixed portion
// Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating
of grade AC 15)
21.1.2.1 80.00 Kg 531.80 42544.00 (-) 20.00 34035.20
Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows, ventilators and partitions
with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections
33 shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and
the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) : // For shutters of
doors, windows & ventilators including providing and fixing hinges/ pivots and making provision for fixing of fittings
wherever required including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately) //
Anodised aluminium (anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of
grade AC 15)
21.3.1 14.00 Sqm 1019.80 14277.20 (-) 20.00 11421.76
Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows, ventilators and partitions
with extruded built up standard tubular sections/ appropriate Z sections and other sections of approved make
conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections
34 shall be smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and
the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) : // Providing and
fixing glazing in aluminium door, window, ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc.
complete as per the architectural drawings and the directions of engineer-in-charge . (Cost of aluminium snap beading
shall be paid in basic item): // With float glass panes of 4.0 mm thickness (weight not less than 10kg/sqm)
22.14.2 22.00 cum 14275.75 314066.50 (-) 20.00 251253.20
35 Description:- WATER PROOFING // Grading roof for water proofing treatment with // Cement mortar 1:3 (1 cement : 3
coarse sand)
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule B-Steel reinforcement item-DSR-2021 2008160.00
Below/Par
5.22.6 12000.00 Kg 89.65 1075800.00 (-) 20.00 860640.00
1 Description:- REINFORCED CEMENT CONCRETE // STEEL REINFORCEMENT // Steel reinforcement for R.C.C. work
including straightening, cutting, bending, placing in position and binding all complete upto plinth level. // Thermo-
Mechanically Treated bars of grade Fe-500D or more.
5.22A.6 16000.00 Kg 89.65 1434400.00 (-) 20.00 1147520.00
2 Description:- REINFORCED CEMENT CONCRETE // STEEL REINFORCEMENT // Steel reinforcement for R.C.C. work
including straightening, cutting, bending, placing in position and binding all complete above plinth level. // Thermo-
Mechanically Treated bars of grade Fe-500D or more.
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule C-Earth work item-SCR USSOR items 13256.40
Below/Par
011031 60.00 cum 220.94 13256.40 AT Par 13256.40
1
Page 3 of 9 Run Date/Time: 15/10/2024 15:10:57
SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 32-CAO-C-SC-2024 Closing Date/Time: 08/11/2024 15:00
1 Description:- Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps, trolley
refuges, platforms etc. with contractor's own earth conforming to Soil Quality Class SQ1/SQ2/SQ3, after preparation of
foundations as applicable, benching in existing banks wherever required, spreading in layers with motor grader, bringing
the moisture content to OMC, mechanical compaction to specified density and dressing of bank to final profile as per
RDSO Specifications: RDSO/2020/GE: IRS-0004 with latest correction slips. Note: 1) Foundation preparation, Benching
including additional earthwork on account of this, wherever required, shall be paid extra under relevant schedule item
for benching. 2) Payment for Earthwork under this item shall be made based on the cross section measurements
calculated (i) with original ground profile of existing bank based on initial ground levels before doing benching and (ii)
final profile of the bank worked out with final levels as per prevailing guidelines. Using Soil Class SQ1
3. ITEM BREAKUP
4. ELIGIBILITY CONDITIONS
Note for Para No.10.1 of Part-I of IRSGCC (including upto ACS no.6); 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 atleast 5 years prior to the date of closing
Allowed
1.2.3 of tender, shall also be considered provided the work experience certificate has been issued No No
(Mandatory)
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,
TDS certificates for all payments received and copy of final/last bill paid by company in
support of above work experience certificate.
1.3 Defination of Similar Work :- Any Civil Engineering Work (excluding Track works / zonal works) No No Not Allowed
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.
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 attachments in
4
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 same
5
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 responsible
6
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. of India
7 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
9 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.
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 Authority. I/We
10
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
Commercial-Compliance
General Instructions
The General Conditions of Contract governing the performance of the works covered
by this tender are the IRS GCC-2022 [including upto ACS no.6]. A soft copy of the
Indian Railway Standard General conditions of Contract is uploaded in the attached
documents to the tender for reference. Hard copy of IRSGCC (with up-to-date
correction slip) may be perused in the office of the Chief Administrative Officer/
1 Construction/ South Central Railway / Secunderabad - 500071. The tenderer/s is/are No No Not Allowed
deemed to have kept himself/themselves fully Informed of the provisions of the IRS
General conditions of Contract including all corrections and Amendments issued up
to date (as on date,IRS GCC-2022 upto ACS no.6 shall be considered) while
submission of offer and any claim that he/they is/are not aware of any amendment or
correction slip to the IRSGCC shall not be entertained.
STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the works can be
seen in the office of the Chief Administrative Officer, Construction, S.C.Railway,
Secunderabad - 500071 or in the office of the concerned field Deputy Chief Engineer /
Construction / S.C.Railway . It should be noted that these drawings are meant for
general guidance only and Railway may suitably modify them during the execution of
work according to the circumstances without making the Railways liable for any
claims on account of such changes. If there is any variation between the description
in the tender and the detailed plans, the Engineer-in-Charge will operate the correct
2 description and his decision is final and binding on the tenderer/ Contractor. The No No Not Allowed
Tenderer/Contractor is required to inspect the sites of works and acquaint himself
with the site conditions, availability of approaches for transporting of men and
materials, space and other factors relating to the works, availability of labour,
electricity and water, etc., before quoting his rates. The extent of lead and lift
involved in the execution of works and any difficulties involved in the execution of
work should also be examined before formulating the rates for complete items of
works described in the schedule. The Tender submitted will be deemed to have been
made after such inspection.
DRAWINGS FOR WORKS: The percentage rates for the schedule items and itemized
rates for the non-scheduled items quoted by the tenderer as may be accepted by the
railways will, hold good irrespective of any changes, modifications, alterations,
additions, omissions in the locations of structures and detailed drawings,
specifications and/or the manner of executing the work. It should be specifically
noted that some of the detailed drawings may not have been finalised by the Railway
and will, therefore, be supplied to the contractor as and when they are finalised on
3 No No Not Allowed
demand. No compensation whatsoever on this account shall be payable by the
Railway Administration. No claim whatsoever will be entertained by the Railway on
account of any delay or hold up of the works arising out of delay in approval of
drawings, changes, modifications, alterations, additions, omission and the site layout
plans or detailed drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
Manual tenders, supporting documents etc., sent by Post/FAX/Courier or in Person
4 No No Not Allowed
SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only and the bidders
4.1 should ensure that the content of the documents uploaded is distinctly No No Not Allowed
legible/readable.
CORRIGENDUM NOTICE ON IREPS: [I]Railway may modify the tender document by
issuing online corrigendum through "www.ireps.gov.in" 15 days prior to the tender
closing date. For the purpose of CORRIGENDUM in the tender, NIT period is splitted as
5 under: (a) ADVERTISEMENT PERIOD: The time during which all information pertaining No No Not Allowed
to tender shall be available but offers cannot be submitted (b) OFFER SUBMISSION
PERIOD: 15 days prior to closing of tender, during which tenderers can submit their
offer.
If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer's estimate
of the cost of work to be performed under the contract, the Railways may require the
6 tenderer to produce detailed price analysis for any or all items of the Tender No No Not Allowed
Schedule, to demonstrate the internal consistency of those prices with the
construction methods and schedule proposed.
Applicable for the tenders with eligibility criteria: The offer of Tenderer(s) who do not
enclose Work Experience Certificate & Financial eligibility Certificate with requisite
7 details, and supporting documents along with their Tender to establish their No No Not Allowed
credentials shall be summarily rejected, even though they are working contractors or
contractors on approved list.
The offer shall be evaluated only from the certificates/documents submitted along
7.1 No No Not Allowed
with the tender offer.
Any Certificate /Documents offered / submitted / received after the tender opening
7.2 No No Not Allowed
shall not be given any credit and shall not be considered.
7.3 Attestation of documents may be self attested or attested by a Gazetted Officer. No No Not Allowed
Railway reserves the right to verify the authenticity of the documents/information
7.4 No No Not Allowed
furnished.
TAXES: if rates of existing GST or cess on GST for Works Contract is increased or any
new tax /cess on Works Contract is imposed by Statute after the date of opening of
tender but within the original date of completion/date of completion extended under
clause 17 & 17A of Part-II of IRSGCC-2022 (including upto ACS no.6) and the
Contractor thereupon properly pays such taxes/cess, the Contractor shall be
8 No No Not Allowed
reimbursed the amount so paid. Further, if rates of existing GST or cess on GST for
Works Contract is decreased or any tax/cess on Works Contract is decreased /
removed by Statute after the date of opening of tender, the reduction in tax amount
shall be recovered from Contractor's bills/Security Deposit or any other dues of
Contractor with the Government of India.
Special Conditions
Undertakings
[i] I/We the tenderer(s) am/are signing this document after carefully reading the
contents. [ii]I/We the tenderer(s) also accept all the conditions of the tender and have
signed all the pages in confirmation thereof.[iii]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 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
4.1 No No Not Allowed
Administration shall be final and binding upon me/us. [iv] I/We declare and certify
that I/We have not made any misleading or false representation in the documents,
forms, statements attached in proof of the qualification requirements. [v] I/We also
understand that my/our offer will be evaluated based on the documents/credentials
uploaded along with the offer and the same shall be binding upon me/us. [vi] I/We
declare that the information and the documents attached alongwith the tender by
me/us are correct and I/We are fully responsible for the correctness of the
information and the documents submitted by us.
I/We indemnify and save harmless the Railway from and against all actions, suit
proceedings losses, costs, damages, charges, claims and demands of every nature
and description brought or recovered against the Railways by reason of any act or
omission of the Contractor, his agents or employees, in the execution of the works or
5 No No Not Allowed
in his guarding of the same. All sums payable by way of compensation under any of
these conditions shall be considered as reasonable compensation to be applied to the
actual loss or damage sustained, and whether or not any damage shall have been
sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to bring
down the rates, the tenderer called for negotiations should furnish the following form
of declaration before commencement of negotiations. I/We ------------------------- do
declare that in the event of failure of contemplated negotiations relating to Tender
No. ..........., dt............ Item No. opened on dt:.......... my original tender shall remain
open for acceptance on its original terms and condition. I also declare that I am
aware that during this negotiations, I cannot increase the originally quoted rates
6 No No Not Allowed
against any of the individual items and that in the event of my doing so the same
would not be considered at all i.e., reduction in rates during negotiation alone would
be considered and for some items if I/we increase the rates, the same would not be
considered and in lieu my originally quoted rates alone would be considered and my
offer would be evaluated accordingly. I/We are also aware that the validity of such
negotiated offer will be 30 days from the date of negotiations or the validity of
original offer, whichever is later.
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/Plg