Download as pdf or txt
Download as pdf or txt
You are on page 1of 8

BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY

TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

DYCEBRIDGELINE-KOTA acting for and on behalf of The President of India invites E-Tenders against Tender No BrLine-Kota-10-2020
Closing Date/Time 18/12/2020 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

Provision of RCC boundary wall along the Railway track for raising of speed up to 160 Kmph
Name of Work
in Sawai Madhopur -Hindaun City section of Kota Division.
Bidding type Two Stage Reverse Auction
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 18/12/2020 15:00 Date Time Of Uploading Tender 19/11/2020 15:11
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 832478756.06 Tendering Section BRIDGELINE
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money /Bid Security
4312400.00 Validity of Offer ( Days) 60
(Rs.)
Tender Doc. Cost (Rs.) 0.00 Period of Completion 21 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 04/12/2020 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

Auto Elimination rules


Yes Minimum Decrement (%) .2
applicable
Initial Cooling Off Period Subsequent Cooling Off
04:00 00:30
(HH:MM) Period (HH:MM)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule A-USSOR 2011 items 832478756.06
Please see Item Breakup for details. 635024976.12 30.68 829850638.79
1
Description:- USSOR Items-Provision of Boundary wall
Please see Item Breakup for details. 2234223.64 17.63 2628117.27
2
Description:- USSOR Item

3. ITEM BREAKUP

Schedule Schedule A-USSOR 2011 items


Item- 1 USSOR Items-Provision of Boundary wall
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
1 011011 All kinds of soils cum 72064.00 82.76 5964016.64

Pa g e 1 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

2 012010 Extra over item 011010 for excavation in foundations cum 57338.92 8.70 498848.60
for buildings and bridges to cover dressing to neat
dimension and plumbing sides etc. Note : Dressing
under this item is payable for the total quantity of
excavation in foundation and not partly
3 012040 Filling, watering and ramming earth in 15 cm layers cum 21312.40 18.30 390016.92
in floors and foundations with surplus earth from
foundations including 50m lead and 1.5m lift
4 012050 Supplying and filling sand in plinth and under floors cum 1924.74 658.72 1267864.73
including watering, ramming, consolidating and
dressing complete
5 014090 Earth work in embankment from Railway land for cum 15883.44 72.06 1144560.69
repairing of cess/formation/level crossing, rain cuts
etc. to make the surface to the desired level and
slope to the entire satisfaction of Engineer-in-
charge. The rate will include free lead upto 200 M,
all lifts, descends, ascends, crossing of
track/road/nallah etc. including breaking of clods etc
and compaction by rollers/rammers/temping rods
etc. Note - This item is only to be paid when
specially ordered in writing.
Providing and laying in position cement concrete of
specified proportion excluding cost of cement,
centering and shuttering - All works upto Plinth level
:
6 031012 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate cum 6152.15 1374.08 8453546.27
40mm 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.
7 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate cum 21783.55 1643.29 35796689.88
20mm nominal size)
Supply and using cement at worksite :
8 033061 OPC 43 grade Tonne 25475.53 5888.00 149999920.64
9 033063 PPC Tonne 107.78 5198.00 560240.44
Providing and laying in position M 20 Grade
concrete for reinforced concrete structural elements
but excluding cost of centering, shuttering,
reinforcement and Admixtures in recommended
proportion (as per IS:9103) to accelerate, retard
setting of concrete, improve workability without
impairing strength and durability as per direction of
Engineer in charge
10 041011 All work upto plinth level, including raft foundation of cum 10643.91 1773.10 18872716.82
washable aprons, HS tank, pile cap, footings of FOB,
and Platform shelter etc.
11 041012 All work in buildings above plinth level upto floor two cum 10754.52 1961.06 21090258.99
level.
Centering and shuttering including strutting,
propping etc. and removal of form for :
12 042011 Foundations, footings, bases of columns, raft Sqm 30445.89 111.50 3394716.74
foundation of washable aprons, Pile caps, Footings
of FOB etc.
13 042012 Walls (any thickness) including attached plasters, Sqm 103444.44 179.30 18547588.09
buttresses, plinth and string courses etc.
14 042014 Lintels, beams, plinth beams, bed blocks, girders, Sqm 19611.11 159.48 3127579.82
bressumers and cantilevers
15 042015 Columns, pillars, , posts and struts Sqm 35446.51 195.10 6915614.10

Pa g e 2 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

Providing, hoisting and fixing in position upto floor


two level M20 Grade precast RCC work including
setting in cement mortar 1:3 (1 cement : 3 coarse
sand) and finishing smooth with 6mm thick cement
plaster 1:3 (1 cement : 3 fine sand) on exposed
surfaces complete including cost of centering,
shuttering, finishing, Admixtures in recommended
proportion (as per IS:9103) to accelerate, retard
setting of concrete, improve workability without
impairing strength and durability, excluding cost of
cement and steel reinforcement, as per approved
plan & direction of Engineer incharge.
16 043014 In Shelves, cantilevers, chajjas, sunshades etc. cum 2115.00 3120.50 6599857.50
17 043019 In blocks of complicated design such as C blocks of cum 21648.12 4140.40 89631876.05
cabins, Platform walls etc.
Supplying Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position
and binding all complete.
18 045012 Hard drawn steel wire Kg 2830.50 55.14 156073.77
19 045016 Thermo-Mechanically Treated bars Kg 4819490.38 47.58 229311352.28
Steel work welded in built up sections/ framed work
including cutting, hoisting, fixing in position and
applying a priming coat of approved steel primer
using structural steel etc. as required
20 081412 In gratings, frames, guard bar, ladders, railings, Kg 18932.35 75.57 1430717.69
brackets, gates and similar works
21 115110 Finishing walls with water proofing cement paint of Sqm 897047.53 34.77 31190342.62
required shade two or more coats on new work
applied @ 3.84 Kg/10 sqm
Painting with synthetic enamel paint of approved
brand and manufacture of required colour to give an
even shade
22 121061 Two or more coats on new work over an under coat Sqm 378.65 59.82 22650.84
of suitable shade with ordinary paint of approved
brand and manufacture
Providing and laying non-pressure NP3 class
(medium duty ) R.C.C. pipes including bends etc
with collars jointed with stiff mixture of cement
mortar in the proportion of 1:2 (1cement: 2fine sand)
including testing of joints etc. complete up to 800mm
dia.
23 142031 300mm dia. R.C.C. pipe Metre 350.00 479.98 167993.00
24 142035 600mm dia. R.C.C. pipe Metre 450.00 1088.74 489933.00
Total 635024976.12
Item- 2 USSOR Item
S No. Item Description of Item Unit Qty Rate Amount
No
1 021430 Hiring and operating Multi-Utility vehicle of loading Each/month 42.00 24438.42 1026413.64
capacity one MT with sitting capacity of 4/6 persons,
4 strokes, 4 cylinders engine, factory-built metal
body, cargo box type or passenger cabin type or
both (with 24 hours availability), including cost of
fuel, lubricants, major/minor repairs, salary of driver,
toll tax, all other tax complete, operation and
maintenance including running upto 1200 km in a
month. The vehicle shall run on pucca, kutcha road
and along the track. The contractor shall arrange
road permit for vehicles for all the States of
operation, as per instructions of engineer in-charge
and vehicle shall not be more than three years old.
2 021440 Extra over item no. 021430 for every additional km Kilometre 18000.00 20.32 365760.00
or part thereof over 1200 km in a month.

Pa g e 3 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

3 021510 Hiring of JCB Machine (in good working condition) Hour 1375.00 612.40 842050.00
for leveling and dressing ground / dismantling
structures including disposal of debris through
dumpers etc. with contractor's labour, JCB machine,
machine operator, fuel, etc. The contractor shall
arrange road permit for vehicle for all the States of
operation, as per instructions of engineer in-charge
and vehicle shall not be more than three years old.
Payment shall be made for actual working hours at
site.
Total 2234223.64

4. ELIGIBILITY CONDITIONS

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

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
Balance Sheet duly certified by the Chartered Accountant/Certificate from Chartered
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. NOTE -(i) Payment Certificates issued by
Central Government/ State Government / Central PSUs /Sate PSUs / Other Government Allowed
1 No No
Agencies and Limited / Private Limited Companies only will be accepted. (ii)Payment (Mandatory)
Certificates from Private individuals / Firms will not be accepted. (iii) Tenderers are
required to UPLOAD Trading / Income Expenditure and Profit & Loss Account
mentioning "Contractual Receipt" alongwiith the offer. If there is any other article
mentioned in Trading & Profit & Loss Account towards receipt amount such as "By
Sales / Turnover etc", for that, a Certificate from Chartered Accountant should be
uploaded duly certified that the said amount is a "Contractual Receipt". This certificate
should be in addition to Profit & Loss / Trading / Income Expenditure account as
mentioned above.

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
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 Allowed
1 No No
value of the tender, or Two similar works each costing not less than the amount equal to (Mandatory)
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.

Pa g e 4 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

Defination of Similar Work :- Any Civil Engineering Work comprising of "Cast in


situ/Precast, RCC/PSC" work, subject to the following condition -The executed value of
cast in situ / Precast, RCC/PSC component in the cited work/ works should be at least
80% of target value, as computed to meet the eligibility criteria of similar nature of work,
as illustrated below- Face Value of tender for example Rs One Crore -Target value of
1.1 Similar nature of work as per eligibility criteria i. One work of Rs 60 lakhs = (Minimum No No Not Allowed
executed value of cast in situ / Precast RCC/PSC work of Rs 48 lakhs), (ii) Two works,
each costing not less than of Rs 40 lakhs = (Minimum executed value of cast in situ /
Precast RCC/PSC work of Rs 32 lakhs in each work), (iii) Three works, each costing not
less than of Rs 30 lakhs = (Minimum executed value of cast in situ / Precast RCC/PSC
work of Rs 24 lakhs in each work).

5. COMPLIANCE

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

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderer must Upload the following information with their tender- 1. Bank
Account No- 2. Name of Bank 3. Banks / Branch Full Address 4. Indian Allowed
1 No No
Financial System Code (IFSC) 5.PAN No 6. Tenderers Contact No- 7. (Mandatory)
Tenderers Full Address
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
2 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 TENDERERS ARE REQUIRED TO UPLOAD VALID DUCUMENTS AS Allowed
3 No No
APPLICABLE (duly filled in)(AS PER ANNEXURES) OF TENDER DOCUMENT (Mandatory)

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The quantities shown above are approximate and to give a General guideline
1 Railway reserves the right to increase or decrease or to delete any of the No No Not Allowed
items
All rates quoted in the tender shall be deemed to be inclusive of all Taxes
royalties payable by the contractor s to the Government or public body or local
2 No No Not Allowed
authority and no additional amount will be paid or claim entertained on this
account by the Railway
It is responsibility of the tenderer that they ensure to see any corrigendum of
3 No No Not Allowed
the tender to check the corrigendum on the website from time to time
The tenderer shall inspect the proposed site of work and acquaint himself
themselves with the site conditions working hours layout of laid trees and
shrubs that he they cut for making stacking space for aggregates approach
road path way available working area local conditions etc and all other relevant
4 items connected with the execution of the work No claims shall be entertained No No Not Allowed
from the contractors for making his their own arrangement for approaches
approach roads etc in and outside Rly Land and contractor will bear entire
expenses such as road taxes payment for right of Way etc to outsiders and for
constructions of approaches approach road etc
General arrangement drawing for the work can be seen in the office of the
Divisional Railway Manager / Senior Divisional Engineer / Divisional
Engineer/Dy Chief Engineer/Brline and Chief Engineer office Western Central
Railway Kota at any time during the office hours These drawing are only for
5 No No Not Allowed
the guidance of contractors Detailed working drawing if required based
generally on the drawing mentioned above and various conditions mentioned
in tender documents shall be submitted by the tenderer for approval of the
same by Railway

Pa g e 5 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

If the tenderer expires after the submission of his tender or after the
acceptance of this tender the railway shall deem such tender as cancelled If a
6 partner of firm expires after the submission of their tender or after acceptance No No Not Allowed
of their tender the Railway shall deems such tender as cancelled unless the
firm retains its character
Attention of tendereres invited to clause 37 of GCC as per which the rates
quoted by the tenderer should be deemed to be inclusive of all types of taxes
7 levies fees Royalty etc The rates are also inclusive of all lead and lifts If any No No Not Allowed
type of taxes is quoted by the tenderer separately then the offer shall be
summarily rejected
It is the responsibility of the Contractor to arrange the Payment of the labour
8 No No Not Allowed
employed for the work through Bank as per Minimum Wages Act
Tenderer /s are required to submit a scanned / attested copy of following
information alongwith their tender- 1. Bank Account No 2. Name of Bank 3.
Indian Financial System Code I F SC 4.PAN No 5. Tenderers Contact No
9 Contractor should provide firms PAN, issued by Income Tax Department with No No Not Allowed
his quote or within 30 Thirty days of award of contract. No payment will be
released without submission of PAN. All taxes including surcharge and cess
shall be recovered from his payment as per tax provisions in vogue
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
10 taken into account and that the rates he enters in the tender forms are No No Not Allowed
adequate and all inclusive to accord with the provisions of clause -37 of the
Standard General Conditions of Contract for the completion of works to the
entire satisfaction of the Engineer.
Price Variation Clause shall not be applicable in Works contract tenders having
11 value less than Rs 5 Crore.(Railway Board letter no 2017/Trans/01/Policy New No No Not Allowed
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
12 No No Not Allowed
years and the current financial year upto the date of opening o f the tender,
may be selected for the award.(Railway Board letter no 2017/Trans/01/Policy
New Delhi dated 08.02.2018)
In case of any wrong information submitted by tenderer, the contract shall be
terminated, Earnest Money Deposit (EMD), Performance Guarantee (PG) and
13 No No Not Allowed
Security Deposit ( S D ) o f contract forfeited a n d agency barred f o r doing
business on for 5 (five) years.
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
14 No No Not Allowed
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 deatils regarding Registration/ updation of Portal is mentioned in tender
document.
15 ILLEGIBLE DOCUMENTS UPLOADED ARE LIABLE TO BE REJECTED No No Not Allowed
FOR THE TENDERS HAVING ELIGIBILITY CRITERIA-The tenderers shall
submit a copy of certificate stating that all their statements/documents
submitted along with bid are true and factual. Standard format of certificate to
be submitted by the bidder is enclosed as Annexure-V. Non submission of
16 No No Not Allowed
above certificate by the bidder shall result in summarily rejection of his/their
bid. It shall be mandatorily incumbent upon the tenderer to identify, state and
submit the supporting documents duly self attested by which they/he is
qualifying the Qualifying Criteria mentioned in the Tender Document.
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,
17 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
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.

Pa g e 6 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

(a) In case of any information submitted by tenderer is found to be false forged


or incorrect at any time during process for evaluation of tenders, it shall lead to
forfeiture of the tender Earnest Money Deposit besides banning of business
for a period of upto five years. (b) In case of any information submitted by
tenderer is found to be false forged or incorrect after the award of contract, the
18 No No Not Allowed
contract shall be terminated. Earnest Money Deposit (EMD), Performance
Guarantee and Security Deposit available with the railway shall be forfeited. In
addition, other dues of the contractor, if any, under this contract shall be
forfeited and agency shall be banned for doing business for a period of upto
five years.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderers are required to UPLOAD VALID DOCUMENTS (Proving the
status of the firm OR NOTARIZED Affidavit (as per applicable Annexure of
tender document) regarding status of firm such as SOLE PROPRIETORSHIP
FIRM /PARTNERSHIP FIRM/ JOINT VENTURE COMPANIES REGISTERED
UNDER COMAPNIES ACT, 2013/ LLP / Registered Society & Registered Trust
(WHERE APPLICABLE) with the tender. Required information be
submitted/uploaded in applicable proforma attached in tender document. If it is
NOT mentioned (uploaded) in the submitted tender that tender is being Allowed
1 No No
submitted on behalf of a Sole Proprietorship firm / Partnership firm / Joint (Mandatory)
Venture / Registered Company etc., then the tender shall be treated as having
been submitted by the individual who has signed the tender and the offer will
be dealt accordingly. If the tender is being submitted as PARTNERSHIP FIRM,
a copy of Power of Attorney (duly registered as per prevailing law) in favour of
the individual to tender for the work, sign the agreement etc and create the
liability against the firm should also be uploaded. For detailed instructions,
tenderers are required to go through the tender document.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I / We have read the various condition in tender attached here to and hereby
agree to abide by the said conditions. I / We also agree to keep this tender
open for acceptance for a period of 60 days from the date fixed for opening
2 the same and in defaults of there will be liable for forfeiture of my/our earnest No No Not Allowed
money I / We offer to do the work for Divisional Railway Manager WCR Kota at
the rate quoted and hereby bind myself / ourselves to complete the work in all
respect within stipulated completion period.
I / We also hereby agree to abide by the General Condition o f t h e contract
July'2020 corrected upto date and latest correction till date of tender opening
to carryout t h e work according to the special conditions of contract and
3 specifications of materials and works as laid down by the railway in the No No Not Allowed
Annexed special condition and the current specification for material and works
of West Central Railway and standard schedule of rates USSOR 2011 & P.way
2007 corrected upto date.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modification, as may
4 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my / our offer for this work.
Requisite earnest money will be accepted only in the form as mentioned
5 No No Not Allowed
above, failing which offer will be summarily rejected.
The tenderers shall not add any conditions on their own either in their covering
letter or in the tender documents while submitting their offer. Any such
conditions if stated and if are in violation of the Railways tender conditions or
6 No No Not Allowed
having financial implication may lead to summary rejection of the offer. Railway
reserves the right to reject such tenders summarily without assigning any
reasons whatsoever

Pa g e 7 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32


BRIDGELINE-KOTA-ENGINEERING/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: BrLine-Kota-10-2020 Closing Date/Time: 18/12/2020 15:00

I / We have studied the Documents attached and hereby agree and sign the
7 No No Not Allowed
uploaded documents
The successful bidder shall have to submit a Performance Guarantee (PG) in
favour of of Sr. Divisional Finance Manager , West Central Railway, Kota within
21 (Twenty one) days from the date of issue of Letter of Acceptance (LOA).
Extension of time for submission of PG beyond 21 (Twenty one) days and upto
60 days from the date of issue of LOA may be given by the Authority who is
competent to sign the contract agreement. However, a penal interest of 12%
per annum shall be charged for the delay beyond 21(Twenty one) days, i.e.
from 22nd day after the date of issue of LOA. Further, if the 60th day happens
to be a declared holiday in the concerned office of the Railway, submission of
8 No No Not Allowed
PG can be accepted on the next working day. In all other cases, if the
Contractor fails to submit the requisite PG even after 60 days from the date of
issue of LOA, the contract is liable to be terminated. In case contract is
terminated railway shall be entitled to forfeit Earnest Money Deposit and other
dues payable against that contract. In case a tenderer has not submitted
Earnest Money Deposit on the strength of their registration as a Startup
recognized by Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to this effect. The
failed Contractor shall be debarred from participating in re-tender for that work

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The Tendereres having Completed SIMILAR NATURE OF WORK/WORKS as
Allowed
1 per standard Technical criteriaare also required to UPLOAD completion No No
(Mandatory)
certificate as per sample annexures given in tender document

6. Documents attached with tender

S.No. Document Name Document Description


1 TenderDocument10.pdf Tender Document
2 SpecialConditionsT10.pdf Spl conditions 10
3 WKS-D-43RDSO2017-1.pdf Drwaing type 1
4 WKS-D-6RDSO2017-3.pdf Drawing type 2
5 WKS-D-11_1type3.pdf drawing type 3

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: VIJAY GAUTAM

Designation : XENBridge

Pa g e 8 o f 8 Ru n Da te/Time: 19 /11/2 0 2 0 15 :12 :32

You might also like