Download as pdf or txt
Download as pdf or txt
You are on page 1of 15

JHANSI DIVISION-ENGG/NORTH CENTRAL RLY

TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

DRM/W acting for and on behalf of The President of India invites E-Tenders against Tender No JHS-ENGG-C-2023-104 Closing
Date/Time 03/08/2023 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

Dhaura & Bijrautha station : Construction of 10 units type-II & 2 units type-III Quarters on
Name of Work
replacement account in Bina-Jhansi section.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 03/08/2023 15:00 Date Time Of Uploading Tender 03/07/2023 19:19
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 19321110.59 Tendering Section SR DEN C
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 246600.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 20/07/2023 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
Schedule 1-All items of CPWD-DSR-2021-Ver-2 19321110.59
Please see Item Breakup for details. 19321110.59 AT Par 19321110.59
1
Description:- All items of CPWD-DSR-2021-Ver-2

3. ITEM BREAKUP

Schedule Schedule 1-All items of CPWD-DSR-2021-Ver-2


Item- 1 All items of CPWD-DSR-2021-Ver-2
S No. Item No Description of Item Unit Qty Rate Amount
2.0 EARTH WORK
Earth work in excavation by mechanical means (Hydraulic
excavator) / manual means in foundation trenches or
drains (not exceeding 1.5 m in width or 10 sqm on plan),
2.8 including dressing of sides and ramming of bottoms, lift
upto 1.5 m, including getting out the excavated soil and
disposal of surplus excavated soil as directed, within a
lead of 50 m.
1 2.8.1 All kinds of soil. cum 885 286.85 253862.25
2.25 Filling available excavated earth (excluding rock) in cum 260 253.95 66027
trenches, plinth, sides of foundations etc. in layers not
2 exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :

Pa g e 1 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

4.1.5 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from cum 62 6833.4 423670.8
3 natural sources : 6 graded stone aggregate 20 mm
nominal size derived from natural sources)
4.10S DAMP-PROOF COURSE
4.10 Providing and laying damp-proof course 40mm thick with Sqm 156 370.85 57852.6
cement concrete 1:2:4 (1 cement : 2 coarse sand (zone-
4 III) derived from natural sources: 4 graded stone
aggregate 12.5mm nominal size derived from natural
sources)
4.13 Providing & applying a coat of residual petroleum bitumen Sqm 156 113.85 17760.6
of grade of VG-10 of approved quality using 1.7kg per
5 square metre on damp proof course after cleaning the
surface with brushes and finally with apiece of cloth lightly
soaked in kerosene oil.
5.0 REINFORCED CEMENT CONCRETE
5.1S CAST IN SITU
5.3 Reinforced cement concrete work in beams, suspended cum 80 10719.3 857544
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
6 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).
5.9S FORM WORK
Centering and shuttering including strutting, propping etc.
5.9
and removal of form for
5.9.3 Suspended floors, roofs, landings, balconies and access Sqm 690 766.55 528919.5
7
platform
8 5.9.4 Shelves (Cast in situ) Sqm 22 766.55 16864.1
5.9.5 Lintels, beams, plinth beams, girders, bressumers and Sqm 850 608.35 517097.5
9
cantilevers
10 5.9.19 Weather shade, Chajjas, corbels etc., including edges Sqm 76 814.95 61936.2
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
5.22A straightening, 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 11000 89.65 986150
11
more.
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:
12 6.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 450 6882 3096900
Brick work with common burnt clay F.P.S. (non modular)
6.4 bricks of class designation 7.5 in superstructure above
plinth level up to floor V level in all shapes and sizes in :
13 6.4.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 495 8512.1 4213489.5
8.0 CLADDING WORK
Providing and fixing 18 mm thick gang saw cut, mirror
polished, premoulded and prepolished, machine cut for
kitchen platforms, vanity counters, window sills, facias and
similar locations of required size, approved shade, colour
8.2 and texture laid over 20 mm thick base cement mortar 1:4
(1 cement : 4 coarse sand), joints treated with white
cement, mixed with matching pigment, epoxy touch ups,
including rubbing, curing, moulding and polishing of edges
to give high gloss finish etc. complete at all levels.
8.2.2 Granite stone slab of colour black, Cherry/Ruby red
14 8.2.2.2 Area of slab over 0.50 sqm Sqm 14 4425.35 61954.9
8.20S STONE WORK DRY CLADDING

Pa g e 2 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

8.31 Providing and fixing Ist quality ceramic glazed wall tiles Sqm 210 1063.45 223324.5
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
15 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.
9.0 WOOD AND P.V.C. WORK
9.1S FRAMES AND TRUSSES
Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought framed and
9.1 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).
16 9.1.1 Second class teak wood cum 8.3 131576.95 1092088.69
Providing and fixing panelled or panelled and glazed
shutters for doors, windows and clerestory windows, fixing
with butt hinges of required size with necessary screws,
9.5 excluding panelling which will be paid for separately, all
complete as per direction of Engineer-in-charge. (Note:-
Butt hinges and necessary screws shall be paid
separately)
9.5.3 Kiln seasoned selected planks of sheesham wood
17 9.5.3.1 35 mm thick shutters Sqm 145 3259.05 472562.25
18 9.5.3.2 30 mm thick shutters Sqm 70 2976.4 208348
9.7.5 Particle Board 12 mm thick
9.7.5.1 Plain particle board flat pressed, 3 layer or graded wood Sqm 70 1399.8 97986
19
particle board medium density Grade I, IS : 3087 marked
9.40S MISCELLANEOUS-WOOD WORK
Providing and fixing M.S. grills of required pattern in
frames of windows etc. with M.S. flats, square or round
9.48
bars etc. including priming coat with approved steel primer
all complete.
20 9.48.1 Fixed to steel windows by welding Kg 3400 181 615400
9.53 Providing 40x5 mm flat iron hold fast 400 mm long Each 840 194.35 163254
including fixing to frame with 10 mm diameter bolts, nuts
21 and wooden plugs and embedding in cement concrete
block 300x100x150 mm 1:3:6 mix (1 cement : 3 coarse
sand : 6 graded stone aggregate 20mm nominal size).
9.55S BRIGHT FINISHED M.S. FITTINGS
Providing and fixing ISI marked IS : 1341 M.S. pressed
9.55 butt hinges bright finished with necessary screws etc.
complete :
22 9.55.2 100x58x1.90 mm Each 900 39.05 35145
COPER OXIDISED MILD STEEL FITTINGS (COPPER
9.57S
OXIDISED AS PER IS: 1378)
Providing and fixing ISI marked oxidised M.S. sliding door
9.62 bolts with nuts and screws etc. complete : (copper oxidized
as per IS: 1378)
23 9.62.2 250x16 mm Each 144 165.9 23889.6
Providing and fixing ISI marked oxidised M.S. tower bolt
9.63 black finish, (Barrel type) with necessary screws etc.
complete : (copper oxized as per IS: 1378)
24 9.63.2 200x10 mm Each 144 61.05 8791.2
25 9.63.3 150x10 mm Each 360 53.05 19098
Providing and fixing ISI marked oxidised M.S. handles
9.66 conforming to IS:4992 with necessary screws etc.
complete : (copper oxized as per IS: 1378)
26 9.66.2 100 mm Each 492 28.25 13899

Pa g e 3 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

Providing and fixing oxidised M.S. hasp and staple (safety


9.67 type) conforming to IS : 363 with necessary screws etc.
complete : (copper oxized as per IS: 1378)
27 9.67.2 115 mm Each 144 26 3744
9.105S GYPSUM BOARD PARTITIONS
Providing and fixing factory made uPVC door frame made
of uPVC extruded sections having an overall dimension as
below (tolerance +/-1 mm), with wall thickness 2.0 mm (+/-
0.2 mm), corners of the door frame to be Jointed with
galvanized brackets and stainless steel screws, joints
9.117 mitred and Plastic welded. The hinge side vertical of the
frames reinforced by galvanized M.S. tube of size 19 X 19
mm and 1mm (+/- 0.1 mm) wall thickness and 3 nos.
stainless steel hinges fixed to the frame complete as per
manufacturer's specification and direction of Engineer- in-
charge
28 9.117.1 Extruded section profile size 48x40 mm Metre 140 232.55 32557
9.118 Providing and fixing to existing door frames.
9.118.2 30 mm thick factory made Polyvinyl Chloride (PVC) door Sqm 40 2008.55 80342
shutter made of styles and rails of a uPVC hollow section
of size 60x30 mm and wall thickness 2 mm (+/- 0.2 mm),
with inbuilt decorative moulding edging on one side. The
styles and rails mitred and joint at the corners by means of
M.S. galvanised/ plastic brackets of size 75x220 mm
having wall thickness 1.0 mm and stainless steel screws.
The styles of the shutter reinforced by inserting galvanised
M.S. tube of size 25x20 mm and 1 mm (+/- 0.1 mm) wall
thickness. The lock rail made up of 'H' section, a uPVC
29
hollow section of size 100x30 mm and 2 mm (+/- 0.2 mm)
wall thickness fixed to the shutter styles by means of
plastic/ galvanised M.S. 'U' cleats. The shutter frame filled
with a uPVC multi-chambered single panel of size not less
than 620 mm, having over all thickness of 20 mm and 1
mm (+/- 0.1 mm) wall thickness . The panels filled
vertically and tie bar at two places by inserting horizontally
6 mm galvanised M.S. rod and fastened with nuts and
washers, complete as per manufacturer's specification and
direction of Engineer-in-charge.
10.0 STEEL WORK
10.18 Providing and fixing circular/ Hexagonal cast iron or M.S. Each 60 185.2 11112
sheet box for ceiling fan clamp, of internal dia 140 mm, 73
mm height, top lid of 1.5 mm thick M.S. sheet with its top
surface hacked for proper bonding, top lid shall be
30
screwed into the cast iron/ M.S. sheet box by means of 3.3
mm dia round headed screws, one lock at the corners.
Clamp shall be made of 12 mm dia M.S. bar bent to shape
as per standard drawing.
11.0 FLOORING
Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand
: 4 graded stone aggregate) finished with a floating coat of
11.3
neat cement, including cement slurry, but excluding the
cost of nosing of steps etc. complete.
31 11.3.1 40 mm thick with 20 mm nominal size stone aggregate Sqm 335 545 182575
11.9S TERRAZO FLOORING
Providing and fixing glass strips in joints of terrazo/ cement
11.13
concrete floors.
32 11.13.1 40 mm wide and 4 mm thick Metre 150 79.5 11925
11.37S CERAMIC GLAZED TILES

Pa g e 4 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

11.37 Providing and laying Ceramic glazed floor tiles of size Sqm 200 935.6 187120
300x300 mm (thickness to be specified by the
manufacturer) of 1st quality conforming to IS : 15622 of
approved make in colours such as White, Ivory, Grey,
33
Fume Red Brown, laid on 20 mm thick cement mortar 1:4
(1 Cement : 4 Coarse sand), Jointing with grey cement
slurry @ 3.3 kg/sqm including pointing the joints with white
cement and matching pigment etc., complete.
12.0 ROOFING
12.1S SHEET ROOFING
Painting top of roofs with bitumen of approved quality @
17kg per 10 sqm impregnated with a coat of coarse sand
12.15 at 60 cudm per 10 sqm, including cleaning the slab
surface with brushes and finally with a piece of cloth lightly
soaked in kerosene oil complete :
34 12.15.1 With residual type petroleum bitumen of grade VG -10 Sqm 518 133.15 68971.7
Providing gola 75x75 mm in cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 stone aggregate 10 mm and
12.21
down gauge), including finishing with cement mortar 1:3 (1
cement : 3 fine sand) as per standard design :
35 12.21.1 In 75x75 mm deep chase Metre 400 260.2 104080
12.22 Making khurras 45x45 cm with average minimum Each 60 266.6 15996
thickness of 5 cm cement concrete 1:2:4 (1 cement : 2
coarse sand : 4 graded stone aggregate of 20 mm
36 nominal size) over P.V.C. sheet 1 m x1 m x 400 micron,
finished with 12 mm cement plaster 1:3 (1 cement : 3
coarse sand) and a coat of neat cement, rounding the
edges and making and finishing the outlet complete.
Providing, fixing and embedding sand cast iron
accessories for rain water pipes in the masonry
12.40 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,
12.41 including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes.
37 12.41.2 110 mm diameter Metre 185 319.75 59153.75
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid PVC
12.42 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.
12.42.5 Bend 87.5 degrees
38 12.42.5.2 110 mm bend Each 48 132 6336
12.42.6 Shoe (Plain)
39 12.42.6.2 110 mm Shoe Each 48 115.95 5565.6
Providing and fixing unplasticised -PVC pipe clips of
approved design to unplasticised - PVC rain water pipes
by means of 50x50x50 mm hard wood plugs, screwed with
12.43
M.S. screws of required length, including cutting brick work
and fixing in cement mortar 1:4 (1 cement : 4 coarse sand)
and making good the wall etc. complete.
40 12.43.2 110 mm Each 96 309.5 29712
13.0 FINISHING
13.4S CEMENT PLASTER (IN COARSE SAND)
13.4 12 mm cement plaster of mix :
41 13.4.1 1:4 (1 cement: 4 coarse sand) Sqm 3450 307.25 1060012.5
Distempering with oil bound washable distemper of
13.41
approved brand and manufacture to give an even shade :

Pa g e 5 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

13.41.1 New work (two or more coats) over and including water Sqm 580 162.55 94279
42
thinnable priming coat with cement primer
13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement paint of
13.44
required shade :
43 13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) Sqm 890 97.6 86864
Painting with synthetic enamel paint of approved brand
13.61
and manufacture to give an even shade :
44 13.61.1 Two or more coats on new work Sqm 33 131.45 4337.85
15.0 DISMANTLING AND DEMOLISHING
Demolishing brick work manually/ by mechanical means
including stacking of serviceable material and disposal of
15.7
unserviceable material within 50 metres lead as per
direction of Engineer-in-charge.
45 15.7.4 In cement mortar cum 1100 1698.45 1868295
Dismantling doors, windows and clerestory windows (steel
15.12 or wood) shutter including chowkhats, architrave, holdfasts
etc. complete and stacking within 50 metres lead :
46 15.12.1 Of area 3 sq. metres and below Each 132 302.7 39956.4
Dismantling steel work in single sections including
15.17
dismembering and stacking within 50 metres lead in:
47 15.17.1 R.S. Joists Kg 3370 2.8 9436
15.30 Dismantling jack arch roofing and floors including stacking Sqm 1035 209.4 216729
48 of serviceable material and disposal of unserviceable
material within 50 metres lead.
15.60 Disposal of building rubbish / malba / similar cum 1400 219.35 307090
unserviceable, dismantled or waste materials by
mechanical means, including loading, transporting,
49
unloading to approved municipal dumping ground or as
approved by Engineer-in-charge, beyond 50 m initial lead,
for all leads including all lifts involved.
16.0 ROAD WORK
16.15S FENCING
Fencing with angle iron post placed at required distance
embedded in cement concrete blocks, every 15th post,
last but one end post and corner post shall be strutted on
both sides and end post on one side only and provided
with horizontal lines and two diagonals interwoven with
16.18 horizontal wires, of barbed wire weighing 9.38 kg per 100
m (minimum), between the two posts fitted and fixed with
G.I. staples, turn buckles etc. complete. (Cost of posts,
struts, earth work and concrete work to be paid for
separately). Payment to be made per metre cost of total
length of barbed wire used.
50 16.18.1 With G.I. barbed wire Metre 250 19.6 4900
16.19 Supplying at site Angle iron post & strut of required size Kg 510 99.95 50974.5
including bottom to be split and bent at right angle in
51
opposite direction for 10 cm length and drilling holes upto
10 mm dia. etc. complete.
17.0 SANITARY INSTALLATIONS
Providing and fixing water closet squatting pan (Indian
type W.C. pan ) with 100 mm sand cast Iron P or S trap,
10 litre low level white P.V.C. flushing cistern, including
17.1 flush pipe, with manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and fixtures
complete, including cutting and making good the walls and
floors wherever required:
17.1.1 White Vitreous china Orissa pattern W.C. pan of size Each 12 5781.35 69376.2
52
580x440 mm with integral type foot rests

Pa g e 6 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

17.7B Providing and fixing wash basin with C.I. brackets, 15 mm Each 12 1404 16848
PTMT pillar cock, 32 mm PTMT waste coupling of
standard pattern, including painting of fittings and
53
brackets, cutting and making good the walls wherever
required. White Vitreous China Flat back wash basin size
550x400 mm with single 15 mm PTMT pillar cock.
Providing and fixing kitchen sink with C.I. brackets, C.P.
brass chain with rubber plug, 40 mm C.P. brass waste
17.9
complete, including painting the fittings and brackets,
cutting and making good the walls wherever required:
17.9.1 White glazed fire clay kitchen sink of size 600x450x 250 Each 12 3302.95 39635.4
54
mm
17.35 Providing and fixing soil, waste and vent pipes :
17.35.1 100 mm dia
55 17.35.1.1 Sand cast iron S&S pipe as per IS: 1729 Metre 60 1018.05 61083
Providing and filling the joints with spun yarn, cement
17.36 slurry and cement mortar 1:2 ( 1 cement : 2 fine sand) in
S.C.I./ C.I. Pipes :
56 17.36.2 100 mm dia pipe Each 120 163.45 19614
Providing and fixing M.S. holder-bat clamps of approved
design to Sand Cast iron/cast iron (spun) pipe embedded
in and including cement concrete blocks 10x10x10 cm of
17.37
1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), including cost of cutting
holes and making good the walls etc. :
57 17.37.1 For 100 mm dia pipe Each 36 308.45 11104.2
Providing and fixing bend of required degree with access
17.38 door, insertion rubber washer 3 mm thick, bolts and nuts
complete.
17.38.1 100 mm dia
58 17.38.1.1 Sand cast iron S&S as per IS - 1729 Each 60 530.7 31842
17.39 Providing and fixing plain bend of required degree.
17.39.1 100 mm dia
59 17.39.1.1 Sand cast iron S&S as per IS - 1729 Each 36 412.95 14866.2
17.56 Providing and fixing terminal guard :
17.56.1 100 mm
60 17.56.1.1 Sand cast iron S&S as per IS - 1729 Each 24 392.9 9429.6
18.0 WATER SUPPLY
18.7S C.P.V.C. PIPES
Providing and fixing G.I. pipes complete with G.I. fittings
18.10 and clamps, i/c cutting and making good the walls etc.-
Internal work - Exposed on wall
61 18.10.1 15 mm dia nominal bore Metre 390 304.15 118618.5
Providing and fixing G.I. pipes complete with G.I. fittings
18.12
including trenching and refilling etc.-External work
62 18.12.1 15 mm dia nominal bore Metre 140 267.5 37450
18.31S C.I. SLUICE VALVES/ FIRE HYDRANTS & FIXTURES
18.48 Providing and placing on terrace (at all floor levels) Litre 6000 9.7 58200
polyethylene water storage tank, IS : 12701 marked, with
63 cover and suitable locking arrangement and making
necessary holes for inlet, outlet and overflow pipes but
without fittings and the base support for tank.
18.54S PTMT FITTINGS
Providing and fixing PTMT bib cock of approved quality
18.54
and colour.
18.54.1 15mm nominal bore, 86 mm long, weighing not less than Each 48 109.85 5272.8
64
88 gms
Providing and fixing PTMT stop cock of approved quality
18.55
and colour.

Pa g e 7 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

18.55.1 15 mm nominal bore, 86 mm long, weighing not less than Each 24 103.15 2475.6
65
88 gms
Providing and fixing PTMT grating of approved quality and
18.58
colour.
18.58.1 Circular type
66 18.58.1.2 125 mm nominal dia with 25 mm waste hole Each 48 45.25 2172
18.59S AIR VALVE & WATER METER (BULK TYPE)
Providing and fixing PTMT Ball cock of approved quality,
18.62 colour and make complete with Epoxy coated aluminium
rod with L.P./ H.P.H.D. plastic ball.
18.62.1 15 mm nominal bore, 105 mm long, weighing not less than Each 12 161.55 1938.6
67
138 gms
19.0 DRAINAGE
19.1S STONE WARE PIPES AND FITTINGS
Providing, laying and jointing glazed stoneware pipes class
SP-1 with stiff mixture of cement mortar in the proportion
19.1
of 1:1 (1 cement : 1 fine sand) including testing of joints
etc. complete :
68 19.1.1 100 mm diameter Metre 132 375.75 49599
69 19.1.2 150 mm diameter Metre 132 591.4 78064.8
19.31 Extra for depth beyond 45 cm of brick masonry chamber :
19.33 Constructing soak pit 1.20x1.20x1.20 m filled with Each 6 2940.2 17641.2
70 brickbats including S.W. drain pipe 100 mm diameter and
1.20 m long complete as per standard design.
Total 19321110.59

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or "V"
whichever is less; where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of 'Total
contractual payments" in the previous three financial years, as per the audited balance
Allowed
1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No
(Mandatory)
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB, along with copies of Audited Balance Sheets duly
certified by the Chartered Accountant/ Certificate from Chartered Accountant duly
supported by Audited Balance Sheet.

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

Pa g e 8 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

(a)The tenderer must have successfully completed or substantially completed any one of
the following categories of work(s) during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited: (i)Three similar works each costing not
less than the amount equal to 30% of advertised value of the tender, or (ii)Two similar
works each costing not less than the amount equal to 40% of advertised value of the
tender, or (iii)One similar work costing not less than the amount equal to 60% of
advertised value of the tender. (b)(1) In case of tenders for composite works (e.g. works
involving more than one distinct component, such as Civil Engineering works, S&T
works, Electrical works, OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or substantially
completed any one of the following categories of work(s) during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited: (i)Three similar
works each costing not less than the amount equal to 30% of advertised value of each
component of tender, or (ii)Two similar works each costing not less than the amount
equal to 40% of advertised value of each component of tender, or (iii)One similar work
each costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
components. (b)(2)In such cases, what constitutes a component in a composite work
shall be clearly pre-defined with estimated tender cost of it, as part of the tender Allowed
1 No No
documents without any ambiguity. (b) (3) To evaluate the technical eligibility of tenderer, (Mandatory)
only components of work as stipulated in tender documents for evaluation of technical
eligibility, shall be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work experience as
mentioned in clause 7 of the Standard General Conditions of Contractor through
subcontractor fulfilling the requirements as per clause 7 of the Standard General
Conditions of Contract 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 notarized, 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
fulfillment of technical eligibility. Such subcontractor must fulfill technical eligibility
criteria as follows: The subcontractor shall have successfully completed at least one
work similar to work proposed for subcontract, costing not less than 35% value of work
to be subletted, in last 5 years, ending last day of month previous to the one in which
tender is invited through a works contract. Note: for subletting of work costing up to Rs
50 lakh, no previous work experience of subcontractor shall be asked for by the Railway.
In case after award ____________________________- in support of above work
experience certificate.
1.1 Defination of Similar Work :- Building works. No No Not Allowed

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit your correspondence address, e-mail ID and valid phone Allowed
1 No No
number. (Mandatory)
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.
Please submit your bank details i.e.Name of the Bank along with Bank Branch Allowed
3 No No
Code, Account Number, IFSC Code, and PAN Number. (Mandatory)
Please furnish list of plant and Machinery available on hand own and proposed Allowed
4 No No
to be inducted own and hired to be given separately for the subject work. (Optional)
Please furnish list of Works on hand indicating Description of Work, Contract Allowed
5 No No
Value, Approximate value of balance work yet to be done and Date of award. (Optional)
Please furnish list of Works completed in last seven financial years giving
Description of Work, Organization for whom executed, approximate value of Allowed
6 No No
contract at time of award, Date of award and Date of Completion. Date of (Mandatory)
actual Start, Actual Completion and Final value of Contract shall also be given.
Please furnish list of personal, organization available on hand and proposed to Allowed
7 No No
be engaged for the subject work. (Optional)

Pa g e 9 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

I/We have carefully gone through the Clause no 10 to 18 of GCC/APRIL 2022


and Advanced Correction Slip No 1,2 & 3 to Indian Railway Standard General
Allowed
8 Conditions of contract, APRIL 2022 and understood that non-compliance of No No
(Optional)
requirement of these clause and non-submission of required documents in
compliance, my/our offer will be rejected.
As per Advanced Correction Slip no. 2 to IRGCC, April 2022, in addition to
Annexure-V, in case of other than Company/Proprietary firm, Annexur-V(A)
shall also be submitted by each member of a Partnership Firm/ Joint Allowed
9 No No
Venture(JV)/ Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP) (Mandatory)
etc. as the case may be. Non submission of these Certificate(s) by the bidder
shall result in summarily rejection of his/ their bid.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The GST Act 2017 will be applicable as per extant policy as notified by
1 No No Not Allowed
Central/State Govt. and as amended from time to time.
Tenderers are advised to go through the 'SPECIAL CONDITIONS' thoroughly
2 No No Not Allowed
which are incorporated in tender document before quoting the rates.
Tenderer(s) should submit document in support of Minimum Eligibility Criteria,
technical and financial both, along with the tender. No document in support of
3 No No Not Allowed
minimum eligibility criteria will be accepted/ entertained after opening of
tender.
The tenderer/s shall not increase his/their rate in case the Railway
Administration negotiates for reduction of rates. Such negotiations shall not
4 No No Not Allowed
amount to cancellation or withdrawal of the original offer and rates originally
quoted will be binding on the tenderer/s.
5 The tenderer/s shall submit an analysis of rates if called upon to do so. No No Not Allowed
The tenderer/s is/are advised to visit the site of work and investigate actual
conditions regarding nature and conditions of soil, difficulties involved due to
inadequate stacking space, due to built up area around the site, availability of
materials water and labour probable sites for labour camps, stores, godowns,
etc. They should also satisfy themselves as to the sources of supply and
6 No No Not Allowed
adequacy for their respective purpose of different materials referred in the
specifications and indicated in the drawings. 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 work described in the schedule.
7 Conditional tenders are liable to be rejected. No No Not Allowed
The tenderer/s shall keep them updated about any modification in tender
notice and tender document, issued by Railway through newspapers, IREPS
website or E-mail or any other means and shall act accordingly. It is the
8 No No Not Allowed
responsibility of the tenderer to check any correction or any modifications
published subsequently in website and the same shall taken into account while
submitting the tender.
NOTICE TO PUBLIC BODIES:- The contractor shall give to the Municipality,
Police and other authorities all notices that may be required by the law and
obtain all requisite licenses for temporary obstructions, enclosures and pay all
9 fees, taxes and charges which may be leviable on account of his own No No Not Allowed
operation in executing the contract. He should make good any damage to
adjoining premises whether public or private and provide and maintain any
light etc. required in night.
Tender/ Contract documents consist of (a) NIT published on IREPS portal, (b)
Tender forms- First Sheet and Second Sheet of Part-I of GCC, (c) Special
Conditions/Specifications of Contract, (d) Schedule of approximate quantities,
(e) Standard General Conditions of Contract 2022 and Standard Specifications
10 for Materials and Works of Indian Railway, as amended/corrected upto latest No No Not Allowed
Correction Slips, (f) DSR as amended / corrected upto latest Correction Slips,
(g) All general and detailed drawings pertaining to this work which will be
issued by the Engineer or his representatives (from time to time) with all
changes and modifications.
The Bid security should be paid through online payment mode available on
11 No No Not Allowed
IREPS portal only.

Pa g e 10 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

Wherever any reference to Code, Specifications etc., is made in this tender


document, it shall be taken as a reference to the latest version thereof
12 including all amendments and corrections etc. However, where these No No Not Allowed
specifications do not cover full details relevant Indian Standard Specification
shall be followed. Decision of the Chief Engineer shall be final in this regard.
All the works, which are to be done under traffic block, in electrified territory,
13 contractor will have to take all precautions for safety of track and running trains No No Not Allowed
as well as safety of his labour in terms of Indian Railways P.Way manual.
The work will be executed under supervision of Railway Engineer in-charge or
14 No No Not Allowed
his authorized representative at site.
The vehicles and equipment of contractors can be used by Railway
Administration in case of accidents or natural calamities involving human lives,
15 No No Not Allowed
and payment in respect of that would be made by operating the item as a non
scheduled item.
The schedule of quantity is only approximate and may vary as per site
16 condition. Any items may be added or deleted as directed by Engineer-in- No No Not Allowed
charge to complete the work in all respect.
Contractor will issue identity cards to all his supervisors/laborers working at
17 No No Not Allowed
site as per Proforma given by Railway.
Tenderer must read clause 10 of TENDER FORM (Second Sheet) Annex-I of
Indian Railway Standard General Conditions of Contract regarding eligibility
18 No No Not Allowed
criteria alongwith advanced correction slip no. 1,2 & 3 to Indian Railway
Standard General Conditions of Contract, April 2022.
The bid security deposited with the tender of successful tenderer will be
retained as part of security deposit . The balance amount of security deposit
19 No No Not Allowed
will recovered on account bills of the work @ 6 percent till it reaches upto 5
percent of the value including bid security.
Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
20 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
For those conditions for which standard formats have been given in the
21 uploaded document titled-Formats for uploading of various format. The No No Not Allowed
informations should only be submitted in these standard formats.
(a)The successful bidder shall have to submit a Performance Guarantee (PG)
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 22ndday after the date of issue of LOA. Further, if the 60thday
happens to be a declared holiday in the concerned office of the Railway,
submission of PG can be accepted on the next working day. In all other cases,
22 No No Not Allowed
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 Bid Security and other dues
payable to the contractor against that particular contract, subject to maximum
of PG amount. In case a tenderer has not submitted Bid Security on the
strength of their registration as a Start up 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.
(b)The successful bidder shall submit the Performance Guarantee (PG) in any
of the following forms, amounting to 5% of the original contract value:- (i)A
deposit of Cash; (ii)Irrevocable Bank Guarantee; (iii)Government Securities
including State Loan Bonds at 5% below the market value; (iv)Pay Orders and
Demand Drafts tendered by any Scheduled Commercial Bank of India;
(v)Guarantee Bonds executed or Deposits Receipts tendered by any
22.1 No No Not Allowed
Scheduled Commercial Bank of India; (vi)Deposit in the Post Office Saving
Bank; (vii)Deposit in the National Savings Certificates; (viii)Twelve years
National Defence Certificates; (ix)Ten years Defence Deposits; (x)National
Defence Bonds and (xi)Unit Trust Certificates at 5% below market value or at
the face value whichever is less. Also, FDR in favour of FA&CAO (free from
any encumbrance) may be accepted.

Pa g e 11 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

The tenderers shall submit a copy of certificate stating that all their
statements/documents submitted along with bid are true and factual. Standard
format to be submitted by the bidder is enclosed as ANNEXURE-V in tender
document. In addition to annexure V, in case of other than
Company/Proprietary firm, Annexure-V(A) as enclosed in Tender Documents
shall also be submitted by each member of a Partnership Firm/ Joint
Venture(JV)/ Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP)
23 No No Not Allowed
etc. as the case may be. Non submission of above Certificate(s) by the bidder
shall result in summarily rejection of his/ their bid And it shall be mandatorily
incumbent upon the tenderer to identify, state and submit the supporting
documents duly self attested/digitally signed 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.
As per Advanced Correction Slip no. 2 to IRGCC, April 2022, in addition to
Annexure-V, in case of other than Company/Proprietary firm, Annexur-V(A)
shall also be submitted by each member of a Partnership Firm/ Joint
24 No No Not Allowed
Venture(JV)/ Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP)
etc. as the case may be. Non submission of these Certificate(s) by the bidder
shall result in summarily rejection of his/ their bid.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Provision of GCC clause 46 'A" and advanced correction Slip No 1,2 & 3 to
1 No No Not Allowed
IRGCC, April 2022 for this purpose are enforceable on this contract.
Certificate based system of credential verification has been adopted. Tenderer
must read Clause 10 (Eligibility Criteria) and Clause 11 (Tenderer
Credentials)of Tender Form (Second Sheet) given in Annexure-I of Part-I of
2 IRS GCC. Tenderer must also read advanced correction slip no. 1,2 & 3 to No No Not Allowed
Indian Railway standard General Conditions of Contract, April 2022. Tenderer
shall submit a certificate in a format as per Annexure-V attached in Tender
Documents.
'Letter of Credit (LC)' system has been adopted as an option to make payment
in Works tenders invited on IREPS. All special conditions related to LC have
3 been enlisted in file named 'Letter of Credit Conditions', which is available in No No Not Allowed
Tender Documents. Tenderer must go through this file to receive payment
through Letter of Credit.
An exhaustive list of specifications/Branded materials, which are to be used in
the tenders of works contract, is attached with tender document for
4 implementation by the name of "Material Specification". This Branded items of No No Not Allowed
list will be applicable in this tender (Authority: HQ's letter no. 291-
W/O/QC/policy dated 22.03.22)
As per Advanced Correction Slip no. 2 to IRGCC, April 2022, in addition to
Annexure-V, in case of other than Company/Proprietary firm, Annexur-V(A)
shall also be submitted by each member of a Partnership Firm/ Joint
5 No No Not Allowed
Venture(JV)/ Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP)
etc. as the case may be. Non submission of these Certificate(s) by the bidder
shall result in summarily rejection of his/ their bid.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have carefully gone through the Clause no 10 to 18 of GCC/APRIL 2022
and advanced correction slip No 1,2 & 3 to IRGCC April 2022 and understood Allowed
1 No No
that due to non-submission of desired documents under these clause and (Optional)
non-compliance of requirements of these clause, my/our offer will be rejected.

Pa g e 12 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

(a)The tenderer must have successfully completed or substantially completed


any one of the following categories of work(s) during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited:
(i)Three similar works each costing not less than the amount equal to 30% of
advertised value of the tender, or (ii)Two similar works each costing not less
than the amount equal to 40% of advertised value of the tender, or (iii)One
similar work costing not less than the amount equal to 60% of advertised value
of the tender. (b)(1) In case of tenders for composite works (e.g. works
involving more than one distinct component, such as Civil Engineering works,
S&T works, Electrical works, OHE works etc. and in the case of major bridges -
substructure, superstructure etc.), tenderer must have successfully completed
or substantially completed any one of the following categories of work(s)
during last 07 (seven) years, ending last day of month previous to the one in
which tender is invited: (i)Three similar works each costing not less than the
amount equal to 30% of advertised value of each component of tender, or
(ii)Two similar works each costing not less than the amount equal to 40% of
advertised value of each component of tender, or (iii)One similar work each
costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum
required values shall also be considered for fulfillment of technical eligibility
criteria for different components. (b)(2)In such cases, what constitutes a
Allowed
2 component in a composite work shall be clearly pre-defined with estimated No No
(Mandatory)
tender cost of it, as part of the tender documents without any ambiguity. (b) (3)
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 of the Standard General Conditions of Contractor
through subcontractor fulfilling the requirements as per clause 7 of the
Standard General Conditions of Contract 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 notarized, 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 fulfillment of technical eligibility. Such subcontractor must ful
fill technical eligibility criteria as follows: The subcontractor shall have
successfully completed at least one work similar to work proposed for
subcontract, costing not less than 35% value of work to be subletted, in last 5
years, ending last day of month previous to the one in which tender is invited
through a works contract.----------------------------------------------------------- -------
----------------paid by company in support of above work experience certificate.
The tender/technical bid will be evaluated based on bid capacity formula
detailed as Annexure-VI. No Technical and Financial credentials are required
for tenders having advertised value up to Rs 50 lakh. Credentials if submitted
in foreign currency shall be converted into Indian currency i.e., Indian Rupee
as under: The conversion rate of US Dollars into Rupees shall be the daily
representative exchange rates published by the Reserve Bank of India or
entity authorized by RBI to do so for the relevant date or immediately previous
date for which rates have been published. Where, relevant date shall be as on
Allowed
3 the last day of month previous to the one in which tender is invited. In case of No No
(Mandatory)
any other currency, the same shall first be converted to US Dollars as on the
last day of month previous to the one in which tender is invited, and the
amount so derived in US Dollars shall be converted into Rupees at the
aforesaid rate. The conversion rate of such currencies shall be the daily
representative exchange rates published by the International Monetary Fund
for the relevant date or immediately previous date for which rates have been
published. -----------------company B would get the credential of company A
also
Eligibility Criteria will be enforced on this contract. This may please be read
Allowed
4 carefully in GCC April 2022 and also in Advance Correction slip No 1,2 & 3 To No No
(Mandatory)
Indian Railway Standard General Condition of Contract, April 2022.

Pa g e 13 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

As per Advanced Correction Slip no. 2 to IRGCC, April 2022, in addition to


Annexure-V, in case of other than Company/Proprietary firm, Annexur-V(A)
shall also be submitted by each member of a Partnership Firm/ Joint Allowed
5 No No
Venture(JV)/ Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP) (Mandatory)
etc. as the case may be. Non submission of these Certificate(s) by the bidder
shall result in summarily rejection of his/ their bid.

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 submitted the certificate in a format attached in Tender Documents.
2 My/our offer will summarily rejected in case of non-submission of such No No Not Allowed
certificate in compliance of Annexure-V.
I/We have read Clause 10 (Eligibility Criteria) and Clause 11 (Tenderer
3 Credentials)of Tender Form (Second Sheet) given in Annexure-I of Part-I of No No Not Allowed
IRS GCC.
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 for this work.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions Of Contract, with all correction slips up-to-date and to carry out the
work according to the Special Conditions of Contract and Specifications of
5 No No Not Allowed
materials and works as laid down by Railway in the annexed Special
Conditions/Specifications, Schedule of Rates with all correction slips up-todate
for the present contract.
I/We have read the various conditions to tender attached hereto and agree to
abide by the said conditions. I/We also agree to keep this tender open for
acceptance for a period of 60 days(In case of two packet system of tendering
90 days) from the date fixed for opening the same as the case may be and in
6 default thereof, I/We will be liable for forfeiture of my/our Earnest Money . I/We No No Not Allowed
offer to do the work for North Central Railway, at the rates quoted in the
attached schedule and hereby bind myself/ourselves to complete the work in
all respects within the period of completion stipulated in the tender document,
from the date of issue of letter of acceptance of the tender.
The amount as situplated in tender document is herewith forwarded as Bid
7 Security. Full value of the bid security shall stand forfeited without prejudice to No No Not Allowed
any other right or remedies in case my/our Tender is accepted and if :
I/We do not execute the contract documents as stipulated in performance
7.1 No No Not Allowed
gurantee clause of GCC as detailed in general instructions.
I/We do not commence the work within Fifteen days after receipt of orders to
7.2 No No Not Allowed
that effect.
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 ruling terms for deciding the inter-se ranking, and any such condition
8 having financial repercussions, if quoted by us anywhere else including No No Not Allowed
attached documents shall not be considered for deciding inter-se ranking.
However, Railways shall have the right to incorporate any such condition
quoted by us, in the contract, at their discretion, if contract is placed on us.
I/We have read the various terms & conditions of attached/referred documents
9 with NIT. I agree to abide by the said conditions and these documents will be No No Not Allowed
the part of contract documents.
I/We have carefully gone through the Clause no 10 to 18 of GCC/APRIL 2022
and advanced correction slip no. 1,2 & 3 to Indian Railway Standard General
10 Conditions of Contract, April 2022 and understood that due to non-submission No No Not Allowed
of desired documents under these clause or non-compliance of requirement of
these clause , my/our offer is likely to be rejected.

Pa g e 14 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32


JHANSI DIVISION-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-ENGG-C-2023-104 Closing Date/Time: 03/08/2023 15:00

As per Advanced Correction Slip no. 2 to IRGCC, April 2022, in addition to


Annexure-V, in case of other than Company/Proprietary firm, Annexur-V(A)
shall also be submitted by each member of a Partnership Firm/ Joint
11 No No Not Allowed
Venture(JV)/ Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP)
etc. as the case may be. Non submission of these Certificate(s) by the bidder
shall result in summarily rejection of his/ their bid.

6. Documents attached with tender

S.No. Document Name Document Description


1 Annexure-VA.pdf Annexure-V A
GCC2022ACS-
2 ACS 3 to IRGCC, April 2022
3_20230426_114140.pdf
3 Annexure-V_3.pdf Annexure-V
4 MaterialSpecification..pdf Material specification
5 ACS2toIRGCCApril2022.pdf ACS 2 to IRGCC, April 2022
6 TenderDocuments.pdf Tender Documents
7 GCC_April-2022.pdf GCC April 2022
8 ACStoGCC2022.pdf Advanced Correction Slip No. 1 to IRGCC, April 2022
9 PROFORMACONTRACTOR.pdf CONTACT DETAILS

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: KAPIL GOYAL

Designation : Sr.DEN Central

Pa g e 15 o f 15 Ru n Da te/Time: 0 3/0 7/2 0 2 3 19 :2 0 :32

You might also like