Download as pdf or txt
Download as pdf or txt
You are on page 1of 7

KHURDA ROAD DIVISION-ENGINEERING/ECOR

TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

Sr. Divl.Engineer, Khurda Road acting for and on behalf of The President of India invites E-Tenders against Tender No e-tender-hq-
kur-335-2021 Closing Date/Time 06/04/2022 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.

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

1. NIT HEADER

Name of Work Provision of boundary wall to protect encroachment at Loco colony, Khurda Road.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 06/04/2022 15:00 Date Time Of Uploading Tender 16/03/2022 10:55
Pre-Bid Conference
Yes Pre-Bid Conference Date Time 17/03/2022 10:00
Required
Advertised Value 17454904.24 Tendering Section WORKS
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 237300.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 23/03/2022 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule A-Execution of all works covered under Vol.1,Vol.2 of CPWD DSR -2018. Above/
17416546.69
(Except item no 2.27) Below/Par
Please see Item Breakup for details. 23222062.25 (-) 25.00 17416546.69
1
Description:- Please see item break up for details.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-Execution of NS items. Unless otherwise specified, the unit rates for the Items
of Sch-B shall include the cost of following. (a) All labour and materials, tools and plants,
equipments, machinery etc. (b) All lead, lift, ascent, descent etc. (c) All handling, Above/
38357.55
rehandling, loading, unloading, freight, transportation, vehicles, diplorring and when & Below/Par
where required and crossing one or more lines if necessary. (d) All taxes including GST,
royalty and all incidental charges complete.
1 105.00 cum 550.00 57750.00 (-) 33.58 38357.55
1 Description:- Supplying and filling in plinth with sand under floors, including watering, ramming, consolidating
and dressing complete.

3. ITEM BREAKUP

Schedule Schedule A-Execution of all works covered under Vol.1,Vol.2 of CPWD DSR -2018.(Except item no 2.27)
Item- 1 Please see item break up for details.
S No. Item Description of Item Unit Qty Rate Amount
No
2.0 EARTH WORK
Earth work in excavation by mechanical means (Hydraulic
excavator)/manual means over areas (exceeding 30 cm in
2.6 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.
1 2.6.1 All kinds of soil cum 805 181.85 146389.25
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)

Pa g e 1 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

Providing and laying in position cement concrete of specified


4.1 grade excluding the cost of centering and shuttering - All work
up to plinth level :
4.1.3 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded stone cum 35 6788.6 237601
2
aggregate 20 mm nominal size)
4.1.8 1:4:8 (1 Cement : 4 coarse sand (zone-III) : 8 graded stone cum 105 5789.6 607908
3
aggregate 40 mm nominal size)
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting, propping etc. and
5.9
removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 1050 284.85 299092.5
4
concrete
5.9.5 Lintels, beams, plinth beams, girders, bressumers and Sqm 2000 552.05 1104100
5
cantilevers
6 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 1400 733.7 1027180
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including straightening,
5.22 cutting, bending, placing in position and binding all complete
upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 36000 83.5 3006000
7
more.
Steel reinforcement for R.C.C. work including straightening,
5.22A cutting, bending, placing in position and binding all complete
above plinth level.
5.22A.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 12000 83.5 1002000
8
more.
5.33S DESIGN MIX CONCRETE
Providing and laying in position machine batched and
machine mixed design mix M-25 grade cement concrete for
reinforced cement concrete work, using cement content as
per approved design mix, including pumping of concrete to
site of laying but excluding the cost of centering, shuttering,
5.33
finishing and reinforcement, including admixtures in
recommended proportions as per IS: 9103 to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer-
in-charge.
9 5.33.1 All works upto plinth level cum 300 7997.3 2399190
10 5.33.2 All works above plinth level upto floor V level cum 100 9400.85 940085
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S. (non modular)
6.1
bricks of class designation 7.5 in foundation and plinth in:
11 6.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 100 6157.45 615745
6.26S EXPOSED BRICK WALL
Brick work with non modular fly ash bricks conforming to
6.34 IS:12894, class designation 10 average compressive strength
in super structure above plinth level up to floor V level in :
12 6.34.2 Cement mortar 1:6 (1 cement : 6 Coarse sand) cum 920 7280.7 6698244
10.0 STEEL WORK
Steel work welded in built up sections/ framed work, including
cutting, hoisting, fixing in position and applying a priming coat
10.25
of approved steel primer using structural steel etc. as
required.
10.25.2 In gratings, frames, guard bar, ladder, railings, brackets, Kg 1750 131 229250
13
gates and similar works
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
15 mm cement plaster on the rough side of single or half brick
13.2
wall of mix :

Pa g e 2 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

14 13.2.2 1:6 (1 cement: 6 fine sand) Sqm 8500 292.85 2489225


13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement paint of required
13.44
shade :
15 13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) Sqm 8500 91.25 775625
13.50 Applying priming coat:
13.50.3 With ready mixed red oxide zinc chromate primer of approved Sqm 350 50.7 17745
16
brand and manufacture on steel galvanised iron/ steel works
Painting with synthetic enamel paint of approved brand and
13.61
manufacture to give an even shade :
17 13.61.1 Two or more coats on new work Sqm 350 121.55 42542.5
16.0 ROAD WORK
16.15S FENCING
16.19 Supplying at site Angle iron post & strut of required size Kg 10850 92.4 1002540
including bottom to be split and bent at right angle in opposite
18
direction for 10 cm length and drilling holes upto 10 mm dia.
etc. complete.
16.49S MISCELLANEOUS
16.53 Providing and fixing concertina coil fencing with punched tape Metre 2000 290.8 581600
concertina coil 600 mm dia 10 metre openable length ( total
length 90 m), having 50 nos rounds per 6 metre length, upto
3 m height of wall with existing angle iron 'Y' shaped placed
2.4m or 3.00 m apart and with 9 horizontal R.B.T. reinforced
barbed wire, stud tied with G.I. staples and G.I. clips to retain
19
horizontal, including necessary bolts or G.I. barbed wire tied
to angle iron, all complete as per direction of Engineer-in-
charge, with reinforced barbed tape(R.B.T.) / Spring core
(2.5mm thick) wire of high tensile strength of 165 kg/ sq.mm
with tape (0.52 mm thick) and weight 43.478 gm/ metre (cost
of M.S. angle, C.C. blocks shall be paid separately)
Total 23222062.25

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Similar work means: Execution of any Civil Engineering Works. No No
(Mandatory)

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have received contractual payments in the previous three financial
years and the current financial year up to the date of inviting 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 or Audited Allowed
1 No No
Balance Sheet duly certified by the Chartered Accountant/Certificate from Chartered (Mandatory)
Accountant duly supported by Audited Balance Sheet. Note : Client certificate from other
than Govt Organization should be duly supported by Form 16A/26AS generated through
TRACES of Income Tax Department of India. (For details refer tender documents)

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(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 each costing not less than the amount equal to 30% of advertised
value of the tender, or Two similar works each costing not less than the amount equal to
40% of advertised value of the tender, or One similar work each costing not less than
the amount equal to 60% of advertised value of the tender. (b) (i)In case oftenders
forcomposite 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 each costing not less
than the amount equal to 30% of advertised value of each component of tender, or Two
similar works each costing not less than the amount equal to 40% of advertised value of
each component of tender, or One similar work each costing not less than the amount
equal to 60% of advertised value of each component of tender. Notefor b(i): Separate
completed works of minimum required values for each component shall also be
considered for fulfillment of technical eligibility criteria. (b)(ii)In such cases, what Allowed
1 No No
constitutes a component in a composite work shall be clearly pre-defined with estimated (Mandatory)
tender cost of it, as part of the tender documents without any ambiguity. (b) (iii) To
evaluate the technical eligibility of tenderer, 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 (a) (ii) of Part-II of GCC or
through subcontractor fulfilling the requirements as per clause 7 of Part-II of 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. 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 Part-II of GCC, with prior
approval of Chief Engineer in writing. (For details refer tender documents)

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Whether History sheet of tenderers (Annex-A) uploaded duly filled in with
1 No No Not Allowed
supportive documents.
Whether the details of facilities available vis-a-vis the requirements mentioned
2 in STR in a tabular/narrative form if you are not on the approved list of RDSO, No No Not Allowed
if required in the Annexed Document, is submitted.
Whether, EACH PAGE of the copy of documents/certificates in support of
3 credential is self attested/digitally signed by tenderer/authorised representative No No Not Allowed
with signature, stamp & date.
Whether all the documents related "Mandatory Requirement", as applicable
4 No No Not Allowed
and mentioned in the bid documents are enclosed with the tender.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

Please submit bank details as per enclosed format "M" or photo copy of a Allowed
1 Yes No
"Cancelled Cheque". (Optional)
Allowed
2 Please submit Certificate of Familiarisation as per Chapter-4 Yes No
(Optional)
Please submit required details as required from Annexure A to L duly filled in
and signed. Supportive documents/separate sheet are to be submitted, if
required. An n e x- A: HISTORY SHEET OF THE TENDERER, Annex-B:
STANDARD / SPECIAL TECHNICAL CRITERIA, An n e x- C: STANDARD
FINANCIAL CRITERIA , Annex-D: DETAILS OF MACHINERIES, TOOLS &
PLANTS, VEHICLES ETC. AVAILABLE (ON HAND AND PROPOSED, Annex-E:
DETAILS OF TECHNICAL AND OTHER PERSONNELS AVAILABLE ON HAND Allowed
3 Yes No
& PROPOSED. Annex- F: DETAILS OF WORKS COMPLETED DURING (Optional)
PREVIOUS THREE FINANCAIL YEARS & CURRENT YEAR, Annex-G:
DETAILS OF WORKS ON HAND, Annex- H: DECLARATION REGARDING
ASSOCIATION OF RAILWAY OFFICER (S) WITH TENDERER(S), Annex-I:
LIST OF COURT CASES, Annex-J: LIST OF ARBITRATION CASES. Annex- K:
BAR CHART, Annex-L: OTHER CREDENTIALS/ FACILITIES OF THE
FIRM/CONTRACTOR, Annex-M: MODEL MANDATE FORM.(ECS)
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
4 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.
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 / HUF 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
Allowed
5 such cases are to be signed by such persons as may be legally competent to Yes Yes
(Mandatory)
sign them on behalf of the firm, company, association, trust or society, as the
case may be. (for details refer tender documents) NOTE: Any document
containing PAN number of the tenderer(s) shall also be considered in lieu of
PAN card. However, if no document having mention of PAN number is
uploaded, offer will be summarily rejected.
For all tenders having advertised cost of Rs.10 lakh or above, the contractor
shall have to submit the option to take payment from Railways through a letter
of credit (LC) arrangement. The tenderer shall affirm having read over and
agreed to the terms and conditions of the LC option. The option of taking Allowed
6 Yes Yes
payment through LC arrangement, once exercised by tenderer at the time of (Optional)
bidding, shall be final and no change shall be permitted, thereafter, during
execution of contract. (The tenderer have to submit the option to take payment
from Railway through a Letter of Credit arrangement)
The list of personnel / organization on hand and proposed to be engaged for
Allowed
7 the tendered work. Similarly, list of Plant & Machinery available on hand and Yes Yes
(Optional)
proposed to be inducted and hired for the tendered work.
Documents in support of (a)Sole Proprietorship firm (b) HUF (c) Partnership
Firm (d) Joint Venture (JV) (e) Company registered under Companies Act Allowed
8 Yes No
2013 (f) LLP (Limited Liability Partnership) (g) Registered Society & Registered (Mandatory)
Trust. (for details refer tender documents)
Undertaking by all partners that they are not being Black Listed/Debarred by
Railways or any other Ministry/Department of the Govt. of India from
participation in tenders/contracts as on the date of opening of bids, either in
their individual capacity or in any firm in which they were/are partners.
Concealment/wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
Allowed
9 For tenders submitted on (a)Sole Proprietorship firm (b) HUF (c) Partnership Yes No
(Mandatory)
Firm (d) Joint Venture (JV) (e) Company registered under Companies Act
2013 (f) LLP (Limited Liability Partnership) (For details refer tender
documents) (Standard Format enclosed as Annexure-N of Instructions part -
GCC). Any her document having undertaking in this regard signed by all
members/partners will be considered. NOTE: Non submission of above
undertaking will lead to summarily rejection of the offer.

General Instructions

Pa g e 5 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please read carefully the entire e-tender document before submission of
1 No No Not Allowed
tender offer.
Rates quoted by the tenderer in the relevant fields of the Financial Bid
Page/Financial offer only will be the ruling terms for deciding inter-se-ranking
2 No No Not Allowed
and any condition having financial repercussions, if quoted anywhere else
shall not be considered for deciding the inter-se-ranking.
The quantities specified in the tender schedule are only approximate and liable
3 No No Not Allowed
to vary.
Standard General Conditions of Contract July- 2020 corrected upto date of the
closing of tender, USSOR East Coast Railway-2010 corrected up to date of the
4 No No Not Allowed
closing of tender, CPWD SOR and the Annexed documents are part of the
tender document and applicable.
Tender offer should accompany with scanned copies of all the required
5 No No Not Allowed
documents.
GUIDELINES/SPECIAL CONDITIONS FOR AWARD OF TENDERS IN SUB
SECTIONING WORK, Ref: Railway Board letter No. 2018/CE-I/CT/AP/2 dtd.
17.04.2018. If sub-sectioning has been done with a view to expedite the work,
6 then only one tender will be awarded to one firm, or alternatively, if the same No No Not Allowed
firm becomes L-1 in all the subsections, then evaluation of the firm for its
fitness for award of all the works should be done for the work as a whole. This
will avoid over-loading of the firms beyond their financial capability.
The validity of tender offer if mentioned elsewhere in the bid document is
different from the number of days shown in the "NIT HEADER", then the
7 No No Not Allowed
validity of offer as indicated in the "NIT HEADER" shall prevail and considered
binding.
Railway reserves the right to ask clarification with respect to documents
8 No No Not Allowed
available/attached with the E-tender, if required.
Mandatory Special Condition of contracts on Police Verification of Staff/labour
deployed by the contractors on Railway premises applicable for both Works
and Service Contracts. (Required during execution of work)[ Authority:
9 No No Not Allowed
GM/E.Co.Rly/BBS's letter No. ECoR /GA /PVR /MSCC /98 dtd. 24.02.2020 ]
NOTE: The Contractor may also obtain a hard copy of format (if required) from
the tender section of Engineering Department.
In terms of Railway Board Letter No. 2020/CE-I/CT/3E/GCC/Policy dtd.
20.11.2020, the Performance Guarantee is reduced to 3% of the value of the
10 contract subject to the stipulations given in MOF's OM quoted vide Letter No. No No Not Allowed
F.9/4/2020-PPD, dtd. 12.11.2020. The validity of the said OM has been
extended till 31-03-2023 vide OM dtd. 30.12.2021.
Contractors are allowed to make payments against this tender towards tender
document cost and earnest money (wherever applicable as per NIT HEADER')
11 only through online payment modes available on IREPS portal like net No No Not Allowed
banking, debit card, credit card etc. Manual payments through Demand draft,
Banker's cheque, Deposit receipts, FDR etc. are not allowed.
Assignment or Subletting of Contract: The Contractor shall not assign or sublet
the contract or any part thereof or allow any person to become interested
therein in any manner whatsoever without the special permission in writing of
the Chief Engineer, save as provided below. Any breach of this condition shall
entitle the Railway to rescind the contract under Clause 62 of these Conditions
and also render the Contractor liable for payment to the Railway in respect of
12 any loss or damage arising or ensuing from such cancellation; provided always No No Not Allowed
that execution of the details of the work by petty Contractor under the direct
and personal supervision of the Contractor or his agent shall not be deemed to
be sub-letting under this clause. In case Contractor intends to subcontract part
of work, he shall submit a proposal in writing seeking permission of Chief
Engineer for the same. Necessary condition of GCC may be referred for
details.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 6 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-hq-kur-335-2021 Closing Date/Time: 06/04/2022 15:00

I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I/We have read the various conditions attached/referred to in this tender
2 No No Not Allowed
document and agree to abide by the said conditions.
I/We hereby confirm that the rates, rebates and/or other financial terms, if any,
quoted by us in the relevant fields of the Financial Bid page will only be the
3 ruling terms for deciding the inter-se-ranking and any such conditions having No No Not Allowed
financial repercussions, if quoted by us anywhere else including attached
documents shall not be considered for deciding inter-se-ranking.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
4 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer 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
encountered during execution of the work are taken into account and that the
5 No No Not Allowed
rates entered in the tender are adequate and all inclusive, in accordance to
the provision in Clause-37 of the Indian Railway Standard General Conditions
of Contract-July-2020 with corrections up to the date of closing of tender.
6 I/We have submitted all the relevant documents as required in the bid. No No Not Allowed
I/We undertake that I/We have purchased/Conversant myself/ ourselves with
East Coast Railway Unified Standard Schedule of Rates-2010 (USSOR-2010),
Indian Railways Standard General Conditions of Contract July-2020 with all up
7 No No Not Allowed
to date correction slips and amendments. I/We undertake that I/We have
purchased/Conversant myself/ ourselves CPWD SOR and all other
manuals/documents referred/ adopted in this tender.

6. Documents attached with tender

S.No. Document Name Document Description


Instructionspart-
1 Instructions part
GCCInclusionofAnx-N.pdf
SpecialConditionsofContractPart-I-
2 Special condition Part1
GCC-20.pdf
3 Specialconditioncementconcrete.pdf Special condition Cement concrete

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

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

Signed By: CHANDRAVANU NAIK

Designation : Sr.DEN Hd Qr

Pa g e 7 o f 7 Ru n Da te/Time: 16 /0 3/2 0 2 2 10 :5 6 :39

You might also like