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

HOWRAH DIVISION-ENGG/EASTERN RLY

TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

DRM/HWH/ER acting for and on behalf of The President of India invites E-Tenders against Tender No 271_2023-24 Closing Date/Time
16/01/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers are not
allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

CTR(P) - 1.038 Tkm in following Location DKAE-ADL- Feeder Routes to DFC - DN Line
10.785-11.823 = 1.038 Tkm & Casual Renewal & Through Renewal of several items In BLY-
Name of Work
SKG section & Other misc. works under AEN/DKAE Under the jurisdiction of all Sr. DEN/2 of
Howrah Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 16/01/2024 15:00 Date Time Of Uploading Tender 22/12/2023 17:56
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 5010735.80 Tendering Section OA/2
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 100200.00 Validity of Offer ( Days) 45
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 02/01/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule A-USSOR-2021 Items 5010735.80
151010 915.00 Each 7.52 6880.80 AT Par 6880.80
Description:- Unloading of mono-block PSC sleepers in PQRS Depot using Railway's Portal crane from wagons
1 and stacking them at the end of Assembling Line with all leads & lift. Note: 1.Unloading to be done within the
stipulated time as and when loaded BFRs are received, so as to hand over empty BFRs without demurrage; 2.If
unloading is not done within the stipulated time, the demurrage raised by the Railways shall be borne by the
Contractor. 3.Contractor has to arrange necessary tools etc., complete for unloading from BFR's and stacking.
151020 550.00 TRM 46.90 25795.00 AT Par 25795.00
Description:- Assembling of 13m / 12.6m long track panels in PQRS Depot by spreading PSC sleepers already
2 unloaded and stacked, to correct spacing as per specified sleeper density per km, using Railway's portal crane,
placing service rails on them and fixing rails to sleepers with standard fastening properly to get correct gauge with
all contractor's labour, tools, plants etc.
151030 550.00 TRM 6.77 3723.50 AT Par 3723.50
Description:- Loading pre-assembled panels with PSC sleepers in layers on BFR with Railway's Portal Crane in
3
PQRS Depot, complete in such a manner that it may be dispatched in train formation to mid section, as directed
by engineer in-charge.
151050 550.00 TRM 48.99 26944.50 AT Par 26944.50
Description:- PQRS: During line block activity: Dismantling existing track, levelling disturbed and uneven surface
of bed up to bottom of sleeper, Loading the released panels in to BFR with Railway's portal cranes, Placing new
4 panels from BFRs on to track with Railway's portal crane, Linking of Track with all fittings, placing ballast as
required in crib and shoulders, aligning and surfacing of track, attending track parameters and initial packing to
track to allow traffic at restricted speed of 20 kmph with contractor's labour, tools etc, complete and lead & lift as
directed by the Engineer-in-charge at site including crossing of track wherever necessary. Note: The PQRS
cranes with fuel and operators will be provided by Railway.
151071 550.00 TRM 62.88 34584.00 AT Par 34584.00
Description:- Unloading of released track panels consisting of all types of rails & sleepers from Railway wagon at
5 PQRS Depot, using portal cranes including dismantling of released panels to rails, sleepers & fastenings and
stacking them material-wise and classification-wise at nominated locations within the yard limits with all leads, lift
and crossing of tracks. With Railway's portal crane for PSC sleeper track

Pa g e 1 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

151110 550.00 TRM 52.25 28737.50 AT Par 28737.50


Description:- Laying of auxiliary track with all types of rails, already available on cess, fixing rails on wooden
blocks / CST-9 pots at 2m interval, true to square, to required alignment & level, fixing with spikes / screws / keys,
linking rails with fish plates, bolts & nuts to a gauge of 3400mm (with reference to centre line of existing BG track),
6 levelling both the rails to same plane as that of BG track over stone ballast by way of removing ballast from
shoulders of existing track, providing one round of packing. Subsequently, dismantling auxiliary track after
completion of PQRS work at site by way of removing wooden blocks / CST-9 pots and carrying same to next
stretch / location, if required, where auxiliary track has to be laid and spreading the same at required locations
and leaving rails there itself for carrying out TRR work later.
151123 550.00 TRM 129.39 71164.50 AT Par 71164.50
Description:- In PQRS work, through rail renewal of BG track on PSC sleepers of any density with all types of
7 rails / rail panels lying in auxiliary track or on cess for replacement of service rails including handling of rails by
way of dragging, pairing etc. and leading released service rails to load into BFR / Lorry or to shift to next location
including crossing of track with lead & lift and any other incidental works as required. For rails above 40m length
151130 550.00 TRM 137.12 75416.00 AT Par 75416.00
Description:- Through Rail renewal with free service rails of all types by removing existing running rails, already
8
cut into free rails / rail panels for making auxiliary track, including attending alignment, cross level, gauging,
packing; wherever required including crossing of track, as directed.
151090 30.00 Day 1659.93 49797.90 AT Par 49797.90
Description:- Providing group of 2 men for doing various miscellaneous works for Railway's PQRS cranes (one
9 set of 2 portals) for proper upkeep of crew rest van / rest room, as directed by the machine in-charge by : (1)
Fuelling the machine, duly bringing diesel / hydraulic oil from the stacked drums; (2) Bringing water to the staff
rest van or staff rest room, cleaning rest van / rest room, cooking food for Track Machine staff or bringing food
from outside (cost of food shall be borne by the staff concerned).
123012 35.00 Each 106.15 3715.25 AT Par 3715.25
Description:- Providing Centre Line / Rail Level, reference Pegs on formation at an interval of 30 metres on one
side or at centre of proposed / existing track, as directed by engineer in-charge for linking of new track / CTR /
10 Deep Screening / Lifting / Lowering works, duly embedding in formation including marking with contractor's paint.
Note: (1) Rails/tie bar of suitable size bar shall be supplied by the Railways from nearest Stores Depot. In case of
hard wood peg, the hard wood will be supplied by the contractor. (2) Excavation and concrete work, if required,
will be paid separately. With Tie bar pegs
061012 976.00 RM 17.23 16816.48 AT Par 16816.48
11 Description:- Pulling & positioning of rails accurately on cess including supporting rails, providing required gap
and squaring at ends for renewal preparation, as directed by Engineer in-charge. More than 40 m long rail panel
061021 488.00 TRM 53.40 26059.20 AT Par 26059.20
Description:- Dismantling and removing rail of all section & length from track, laid on any type & density of
12 sleeper by removing fish plates, fastenings & fish bolts and other materials including stacking all released
materials within an average distance of 500 metres as directed by Engineer in-charge. Note: 1.Cutting of rails
shall be paid separately. 2.Work to be done under traffic block. For Through Rail Renewal work
061031 488.00 TRM 55.06 26869.28 AT Par 26869.28
Description:- Insertion of rails of all types & length in track, laid on any type & density of sleeper to the specified
13 gauge under traffic block. Rates include fastening of rail with sleepers with standard set of fastenings and fixing of
fish plates and bolts or, if required, providing gap for welding and stacking of released material without
infringement within 250m as directed by Engineer-in-Charge. Note: Rail drilling and cutting to be paid separately.
For Through Rail Renewal work
062014 92.00 Each 238.25 21919.00 AT Par 21919.00
Description:- Through Sleeper Renewal (TSR) with PSC sleepers involving removal existing sleepers of any type
along with fittings from track, insertion of PSC sleepers lying along the cess / formation / slope / toe within 5
14 metres height with all fittings to specified spacing, gauge and squareness, one round of through packing to make
track fit for 20 kmph speed, dressing of ballast to standard profile, all in accordance with the latest provisions of
IRPWM and stacking of all released material neatly at specified places within an average lead of 100 m as
directed by Engineer in-charge. For PSC wider base sleepers - For location of work involving deep screening.
(deep screening to be paid separately)
065020 2.00 Set 10042.60 20085.20 AT Par 20085.20
Description:- Renewal of existing SEJ with improved SEJ with PSC sleepers under traffic block conditions as per
approved drawing including fixing of special size bearing plate, rubber pad and other sleeper / rail fittings,
greasing to the fittings, leading rails, sleepers & fittings to site, leading and stacking of released materials within a
15 lead of 250m, cutting of Rails, drilling of holes, fixing of related fittings, providing temporary connection with
fishplates till welding of SEJ is done and sleepers shall be given initial packing to make track fit for 20KMPH
speed. Note: (1) Rail cutting and hole drilling shall be paid separately. (2) One set comprise complete SEJ on
both rails at SEJ.

Pa g e 2 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

081024 500.00 TRM 692.51 346255.00 AT Par 346255.00


Description:- Manual deep screening of Plain track/ turnouts as per procedure prescribed in IRPWM, June 2020
or latest, on PSC sleepers of any density and throwing away screened muck arising out of screening on toe of
bank or on cess, if low or on spoil banks above top of cutting (including throwing and leveling, if required beyond
16 minimum 5m from the edge of cutting which are up to 3m deep or alternatively carting it up to 50m for disposing it
off beyond cutting or platforms) as per direction of Engineer in-charge, including cutting cess for effective
drainage on both sides, one round of kutcha packing with screened ballast and further attending to track
parameter to make track fit for 20 kmph speed complete in all respect. Note : Payment shall be made for length
along main line only for turnouts. Depth of 300 mm below bottom of sleeper - For Plain Track :
081028 80.00 TRM 1108.02 88641.60 AT Par 88641.60
Description:- Manual deep screening of Plain track/ turnouts as per procedure prescribed in IRPWM, June 2020
or latest, on PSC sleepers of any density and throwing away screened muck arising out of screening on toe of
bank or on cess, if low or on spoil banks above top of cutting (including throwing and leveling, if required beyond
17 minimum 5m from the edge of cutting which are up to 3m deep or alternatively carting it up to 50m for disposing it
off beyond cutting or platforms) as per direction of Engineer in-charge, including cutting cess for effective
drainage on both sides, one round of kutcha packing with screened ballast and further attending to track
parameter to make track fit for 20 kmph speed complete in all respect. Note : Payment shall be made for length
along main line only for turnouts. Depth of 300 mm below bottom of sleeper for Turnouts
Please see Item Breakup for details. 916370.00 AT Par 916370.00
Description:- 25mm gap 'in-situ' welding during traffic block and finishing of weld to meet the prescribed
tolerances and pass all stipulated tests with all required labour, materials, consumables, tools, equipments etc. to
complete the work in all respect as per IR's "Manual for Fusion Welding of Rails by Alumino - Thermic Process"
with latest correction slips, including marking of welded joint, painting weld collar with anticorrosive paint,
restoration of track near weld joint to original position and fixing of joggled fish plate at new weld, to be removed
18 after passing of weld in USFD test as directed by Engineer in charge. Note: 1. Welding shall be carried out only by
trained welder having valid competency certificate using RDSO approved Alumino Thermit Welding Portions, 3
piece prefabricated mould (ZIRCON WASHED) manually pressed, Single shot crucible fitted with auto tapping
thimble and Compressed Air Petrol/LPG preheating technique as per RDSO Specification No IRST/19-2020 with
latest amendment. 2. Hydraulic Weld trimmer shall be used for chipping and profile Grinder for finishing. 3. Only
required nos. of Joggled fish plates shall be supplied by Railway at nearest P. Way Stores and the same shall be
returned at nearest P. Way Store or at other location as per direction of Engineer-in-Charge after release from
track. All other items required shall be supplied by the Contractor.
131032 500.00 TRM 163.70 81850.00 AT Par 81850.00
Description:- First or Second Through Packing of track of all sleeper density including giving a general lift, as
19 desired to eliminate sag after Deep Screening work, lifting of track, lowering of track and major realignment of
curves and formation rehabilitation as per procedure prescribed in latest edition of IRPWM. Note: General lift is
normally 25 mm and isolated lift may be up to 50 mm. For PSC Sleeper Track with Sleeper Density of 1660
131042 500.00 TRM 125.92 62960.00 AT Par 62960.00
Description:- Third or subsequent Through Packing of track for all sleeper density including picking of slacks, as
20 required after second through packing, subsequent to Deep Screening work as per procedure prescribed in latest
edition of IRPWM. This item can also be used after lifting/regrading/realignment works also. Note: General lift is
normally 25 mm and isolated lift may be up to 50 mm. For PSC Sleeper Track with Sleeper Density of 1660
135012 500.00 TRM 45.84 22920.00 AT Par 22920.00
Description:- De-stressing of LWR/CWR track of any density under traffic line block with contractor's labours,
tools, equipments and consumables inclusive of all lead & lift. Activities include cutting of LWR/CWR into
convenient panels of specified length, removal of ERCs, liners, greasing of ERCs and liner contact area, lifting
rails and keeping them on rollers provided at every 15 sleepers, working out elongation of rail ends depending on
21 prevailing site conditions, pulling rails with the help of Hydraulic Tensor to achieve the desired elongation, cutting
rails, as required, removing rollers and placing rail in position, re-fixing ERCs & liners and adjustment of gap at
SEJs : Note: (1) Welding of rail joints will be paid separately. (2) Rail cutting and Hole drilling shall be paid
separately. (3) Opening and closing of LC if required will be paid separately. (4) As per procedure prescribed in
latest edition of IRPWM & CE's Circulars for destressing of LWR/CWR, if any. With Contractor's Hydraulic Rail
tensor
063090 16900.00 ERC 4.97 83993.00 AT Par 83993.00
Description:- Lubrication of ERCs and its liner contact area by removal of ERCs and Metal / GFN liners in rail
panel, cleaning of rust / scale of ERC, Metal / GFN liners & SGCI insert by using wire brush, scrapper / sand
22 emery paper etc supply and application of graphite grease, as prescribed by Railway for under side of liners &
corresponding area of rail foot & SGCI insert with ERCs and re-fixing the same as per procedure prescribed in
latest edition of IRPWM with contractors grease and all other tools & plants complete and as directed. Note: Each
ERC in this item shall constitute 1 ERC and its Liner Contact area.
136060 55.00 Each 2141.74 117795.70 AT Par 117795.70

Pa g e 3 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

Description:- Replacing existing glued joint rail with cut rails or with glued joint rail or insertion of glued joint by
23
cutting existing track under traffic condition by cutting rails, refixing with all rail sleeper fastenings and providing
required gaps for carrying out welding as an alternative to drilling holes or joining rails with fish plates duly drilling
holes as required including stacking of released material and as directed by engineer in-charge. Note: (1) Drilling
holes & rail cutting will be paid separately. (2) Transportation of materials to the site of work from supply points, if
more than 250m, shall be paid separately.
136071 5.00 Each 247.53 1237.65 AT Par 1237.65
24 Description:- Fixing of Wooden Distance Block of size 1.0m x 0.3m x 0.15m between track and platform wall.
With Railway's wooden block (by cutting Railway's wooden sleepers into blocks by sawing to size)
136072 5.00 Each 3290.86 16454.30 AT Par 16454.30
25 Description:- Fixing of Wooden Distance Block of size 1.0m x 0.3m x 0.15m between track and platform wall.
With Contractor's hard wood block.
137011 2076.00 RM 65.22 135396.72 AT Par 135396.72

26 Description:- Anti-corrosive painting of rail outside track on rail bottom, web, foot and fishing plane with two
coats of thickness of 100 microns each by bituminous black paint confirms to IS-9862 of reputed make including
surface preparation, as a complete job as per procedure prescribed in latest edition of IRPWM. For 60 Kg Rails
137021 1038.00 TRM 89.69 93098.22 AT Par 93098.22
Description:- Anti-corrosive painting of rail on running track of any sleeper density on web, foot etc. including
27 liner contact area (excluding bottom of foot) and fishing plane as per requirement with two coats of thickness of
100 microns each by bituminous black paint confirms to IS-9862 of reputed make including painting of liners,
ERCs and including surface preparation, as a complete job as per procedure prescribed in latest edition of
IRPWM Note: 60% of payment shall be made if painting on only gauge face side is done. For 60 Kg Rails
161011 100.00 Each 170.82 17082.00 AT Par 17082.00
Description:- Quick cutting with abrasive rail cutter of all types of rail sections including wear resistant, head
28 hardened rails up to 110 UTS, with contractors tools & plants, equipment, consumable with all lead & lift etc.
complete as directed by Engineer in-charge. Abrasive Rail Cutter will be as per RDSO Specification No. TM/SM/1
(Rev. 01 of 2012) with latest status of RDSO; Rail Cutting Wheel Abrasive Disc will be as per RDSO Specification
No.TM/SM/2 (Rev. 01 of 2020) 60 Kg - 110/90 UTS - Outside Track
161014 100.00 Each 222.40 22240.00 AT Par 22240.00
Description:- Quick cutting with abrasive rail cutter of all types of rail sections including wear resistant, head
29 hardened rails up to 110 UTS, with contractors tools & plants, equipment, consumable with all lead & lift etc.
complete as directed by Engineer in-charge. Abrasive Rail Cutter will be as per RDSO Specification No. TM/SM/1
(Rev. 01 of 2012) with latest status of RDSO; Rail Cutting Wheel Abrasive Disc will be as per RDSO Specification
No.TM/SM/2 (Rev. 01 of 2020) 60 Kg - 110/90 UTS - On Running Line
161041 50.00 Each 57.02 2851.00 AT Par 2851.00
Description:- Drilling holes of 16 mm to 32 mm dia. with Rail Drilling machine including chamfering with
30 appropriate chamfering tools in all types of rail section with contractor's tools & plants, equipment, consumable
with all lead & lift etc. complete, as directed by Engineer in-charge. Rail Drilling Machine will be as per RDSO
Specification No. TM/SM/3, dated 24.04.1991. Outside Track
161042 50.00 Each 75.99 3799.50 AT Par 3799.50
Description:- Drilling holes of 16 mm to 32 mm dia. with Rail Drilling machine including chamfering with
31 appropriate chamfering tools in all types of rail section with contractor's tools & plants, equipment, consumable
with all lead & lift etc. complete, as directed by Engineer in-charge. Rail Drilling Machine will be as per RDSO
Specification No. TM/SM/3, dated 24.04.1991. On Running Line
161050 30.00 Each 42.61 1278.30 AT Par 1278.30

32 Description:- Drilling holes of specified size for bond holes with 7.2mm dia drill twist to correct spacing and
location on 60kg/52kg rails on cess or under traffic block with contractor's tools and plant, equipment,
consumable, labour etc complete as directed by the Engineer in charge at site.
194050 30.00 TRM 261.99 7859.70 AT Par 7859.70
Description:- Renewal of existing guard rails of all rail sections on bridge portion over wooden/PSC/steel channel
33 sleepers excluding flared ends duly leading new guard rails including cutting of rails, drilling holes to the guard
rails as required and as per drawings, refixing with all fastenings, and leading back the released rail, stacking at
nominated place clear of infringements with all leads & lifts complete and as directed.
181010 30.00 Sqm 436.89 13106.70 AT Par 13106.70
Description:- Opening of level crossing up to required width from centre line of track for replacement of sleepers
34 by digging of pucca road surface up to bottom of sleeper, removing of ballast, muck etc., screening of ballast &
stacking the same near level crossing and disposing of all debris, replacing the required sleeper duly packing the
sleeper to make fit for normal traffic and closing of LC surface with screened ballast to original level by proper
ramming and consolidation to smooth motarable surface as directed by engineer in-charge.
181020 50.00 RM 214.88 10744.00 AT Par 10744.00

35
Pa g e 4 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13
HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

35
Description:- Dismantling existing check rail of Level Crossing, blocks, bolts & nuts and stacking these in a
countable manner near LC, free from any infringements as directed by Engineer in-charge.
183020 50.00 TRM 1219.38 60969.00 AT Par 60969.00
Description:- Fabrication including cutting, bending/machining and fixing of check rails of all rail sections over
PSC Sleepers as per Railway's approved drawings & specifications for level crossings / trolley paths/inspection
lines in yards duly cutting rail flanges, wherever required to correct alignment and level, drilling of holes with
36 machine in check rails and fixing to Running rail and sleepers with all Railway's fittings, e.g. rail screws / grip
expansion bolts, brackets, packing pieces, bolts, washers etc including grinding of brackets if required, fixing of
Railway's wooden blocks at flare ends duly cutting and plaining, crossing of tracks and as directed by the
engineer in-charge Note: 1. Drilling of holes in PSC Sleeper and fixing of dowels shall be paid under relevant item.
2. Required P.Way materials will be supplied at SSE/P.Way stores.
064052 100.00 Each 163.69 16369.00 AT Par 16369.00
37 Description:- Gas cutting of rail of various sections with contractor's tools & plants, as directed by engineer in-
charge : Rail section of 52Kg and above
136012 50.00 Set 143.68 7184.00 AT Par 7184.00

38 Description:- Fixing Joggled Fish Plates with bolt / clamp (supplied by Railway from nearest SSE Store) in
running track conditions at welds on rail, as directed by engineer in-charge (drilling of holes in rail, if required,
shall be paid separately). With 4 bolts
136013 50.00 Set 185.01 9250.50 AT Par 9250.50

39 Description:- Fixing Joggled Fish Plates with bolt / clamp (supplied by Railway from nearest SSE Store) in
running track conditions at welds on rail, as directed by engineer in-charge (drilling of holes in rail, if required,
shall be paid separately). With Clamps
154010 550.00 TRM 18.67 10268.50 AT Par 10268.50
Description:- Carrying out preparatory works for operation of Ballast Cleaning Machine (BCM) which includes
40 making trench in track for inserting cutter bar, supporting track on wooden block supplied by Railway, removal of
ballast along with muck from shoulder which is out of reach of cutter chain and putting the same in cutting width
or between rails. Rate includes all miscellaneous works, e.g. opening and re-fixing of joggled fish plates, OHE
Bonds, dismantling & removing obstructions etc.
154020 550.00 TRM 46.62 25641.00 AT Par 25641.00
Description:- Carrying out various works during operation of BCM, like filling up of ballast at deficient location
41 from locations where ballast is excess or from adjoining tracks, required initial packing, adjustment of PSC
Sleepers, provision wooden blocks supplied by department and attending track parameters etc. complete so as to
make track fit for 20 kmph speed.
154030 550.00 TRM 35.42 19481.00 AT Par 19481.00
Description:- Removal of screened muck discharged by BCM, where muck disposal on side slope is restricted
42 due to platform, cutting, OHE mast etc. and disposing it beyond 5m from edge of cutting up to 3m deep or
alternatively carting it up to 50m for disposing off beyond the end of cutting / platform and making up cess
wherever low.
154080 550.00 TRM 43.98 24189.00 AT Par 24189.00
Description:- Ballast equalisation & ballast profiling after completion of deep screening work by BCM and/or after
unloading of ballast by DMT (Ballast Train), as directed by Site Engineer as per IRPWM including heaping of
43 ballast in tamping zone keeping rails & sleeper top free from ballast, spacing and squaring of sleeper, gauging,
cleaning of muck, proper fixing of fastening, attention during each round of sleeper tamping in relation to pre &
post working Note: Payment shall be made only once in irrespective of numbers of TTRM packing round and after
restoration of normal speed and restoration of complete ballast profile and cess profile.
154070 550.00 TRM 24.51 13480.50 AT Par 13480.50
Description:- Removing the ballast from shoulders, left over after BCM working, screening the same removing
44 the muck and putting back the screened ballast into track, boxing the ballast to profile and using released muck
for cess making or throwing away within 50m lead and 3m lift when not required for cess repairs and as directed
by the Engineer-in-charge. Note: This item shall be used only when BRM is not available.
154120 200.00 TRM 498.18 99636.00 AT Par 99636.00

Pa g e 5 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

Description:- Pre, during, and post BCM works for deep screening of ballast in Points and crossings with all
contractor's labour, tools and plants as required to carry out the work to the standards in specific time including
crossing of tracks etc. complete and as directed by the Engineer - in - charge. I. Pre-BCM Operation : a) making
trenches for insertion of cutter bars at various locations as per the directions of engineer in charge. i.e.., one
45 trench ahead of one rail length from SRJ and second trench near sleeper No 62 ( 1in 12) etc., b) Filling up ballast
up to sleeper level. c) Tightening of fittings/ plate screws, ERCs, Stud bolts, check rail bolts. II. During BCM
Operation : a) Assistance to S&T Department : Opening of cables at approach of Points & Crossings, TLD Boxes/
removing of Point motor and refixing the same and covering cables after passing of BCM in block period with S&T
Staff. b) Engineering : c) Removing of two long sleepers i.e.., sleeper No 3 & 4 and refixing the same in position
during block after passage of BCM. d) Removing obstruction i.e.., S&T CC block duly digging with crow bars and
breaking with chisel/ hammer, cutting of rail pegs with gas. e) To remove, excess ballast on rail table for free
movement of BCM and for packing purpose. f) Extension of cutter bar wherever required in assisting machine
staff. g) Removing of cutter bar/ Chain links from the trenches after screening work by BCM. III . Post BCM
Operation : a) Packing switch portion including Motor long sleeper i.e.., SRJ to heel joint to reset Point for train
movement & initial packing of lead portion to allow train at 20KMPH and lifting the track in two stages (50mm to
75mm in each lift) wherever required for correcting the longitudinal surfacing b) Dumping of ballast in the deficient
portion in crib, on main line turnout side for initial packing purpose. c) Boxing / Levelling of muck duly ensuring
levelling of muck on cess side and lowering of cess to the deep screened depth and removing of muck in between
the lines and leading up to 250mts. Note: 1. For technical reasons, some of the points and crossings cannot be
deep screened either fully or partially by BCM, in which case, the left over length will be deep screening manually.
2. The length of points and crossings assembly for payment of this item should be taken from SRJ to longest
concrete sleeper available just beyond heel of crossing along main line.
155011 80.00 TRM 22.53 1802.40 AT Par 1802.40
Description:- Carrying out pre-tamping, during tamping and post-tamping work for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, like CSM,DUO/3X Machines which include :
(1) Re-adjustment of ballast, heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from
stacks / shoulders / crib of adjoining track up to lead of 50 m to ensure effective packing; (2) Clearing of ballast on
sleepers to make them visible to operator, (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers
of TTRM; (4) Digging, screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib
location; (5) Tightening of loose fittings immediately before & after tamping; (6) Replacement of broken / missing
46 fittings supplied by Railway; (7) Correcting displaced sleepers to position along with squaring; (8) Re-setting of
worked-out / fallen fittings. (9) Removing and re-fixing joggled fish plates & wooden blocks, wherever necessary;
(10) Manual consolidation of ballast in crib / shoulders; (11) Removing and refixing of traction bonds during the
block in electrified sections (12) Dressing of ballast Note: 1. Tamping blocks are not identical & it may be given at
any time either during day or night. 2. Stages of payment a) 30% of the rate will be paid on completion of pre
tamping attention, b) Balance 70% of the rate will be paid on completion of post tamping. 3. Recovery at the rate
of twice the above applicable rate will be effected in case contractor fails to carry out pre/during/post operation.
4.Payment shall be made only once in irrespective of numbers of TTRM packing round and after restoration of
normal speed and restoration of complete ballast profile. For day time block working
155012 80.00 TRM 25.27 2021.60 AT Par 2021.60
Description:- Carrying out pre-tamping, during tamping and post-tamping work for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, like CSM,DUO/3X Machines which include :
(1) Re-adjustment of ballast, heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from
stacks / shoulders / crib of adjoining track up to lead of 50 m to ensure effective packing; (2) Clearing of ballast on
sleepers to make them visible to operator, (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers
of TTRM; (4) Digging, screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib
location; (5) Tightening of loose fittings immediately before & after tamping; (6) Replacement of broken / missing
47 fittings supplied by Railway; (7) Correcting displaced sleepers to position along with squaring; (8) Re-setting of
worked-out / fallen fittings. (9) Removing and re-fixing joggled fish plates & wooden blocks, wherever necessary;
(10) Manual consolidation of ballast in crib / shoulders; (11) Removing and refixing of traction bonds during the
block in electrified sections (12) Dressing of ballast Note: 1. Tamping blocks are not identical & it may be given at
any time either during day or night. 2. Stages of payment a) 30% of the rate will be paid on completion of pre
tamping attention, b) Balance 70% of the rate will be paid on completion of post tamping. 3. Recovery at the rate
of twice the above applicable rate will be effected in case contractor fails to carry out pre/during/post operation.
4.Payment shall be made only once in irrespective of numbers of TTRM packing round and after restoration of
normal speed and restoration of complete ballast profile. For night time block working
211130 10.00 Each 4742.54 47425.40 AT Par 47425.40
Description:- Providing and fixing Trolley Refuge of size 3.0m x3.0m on cess, placing with released
unserviceable PSC sleepers and keeping them at all four sides of refuge and also placing as matting inside the
48 refuge by keeping them in upside down position with a minimum of 14 sleepers including levelling with earth,
excavation, all lead and lift, crossing of tracks, leading the sleepers with in a free lead and lift, handling etc., with
all contractor's men material complete and as directed by the Engineer-in-charge. Note: Earth-work will to be paid
separately under relevant item.
084041 1350.00 cum 62.42 84267.00 AT Par 84267.00

49
Pa g e 6 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13
HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

49
Description:- Unloading of ballast from Railway's Hopper Wagons, quantity distribution as per pre-defined site
requirement, clearing infringements/jammed ballast, distributing the unloaded ballast uniformly over the track,
profiling and boxing following all prescribed safety norms. Under Traffic Block Conditions:
171014 60.00 MT 127.66 7659.60 AT Par 7659.60

50 Description:- Loading of rails of any section and length up to 13 metres in Wagons / Truck / trailer including lead
up to 50 metres and lift up to 5 metres. In Wagon where mechanical handling is possible and traffic block is not
required or in Truck/trailer.
171053 30.00 MT 95.66 2869.80 AT Par 2869.80
Description:- Unloading of rails of any section and length up to 13 metre, in neat manner for Railway usage from
51 departmental material train (DMT) or contractor's / Railway's Truck/trailer including lead up to 50 metre, lift up to
5 metre and stacking in prescribed manner. From Wagon where mechanical handling is possible and traffic block
is not required or in Truck / trailer.
171072 30.00 MT 28.95 868.50 AT Par 868.50
Description:- Unloading of all type of rails of length 130 metre and beyond from end unloading rake and keep
52 the panels in head-up position at specified distance from centre of track clear from any infringement.. Note:
Contractor has to keep Oxygen and Acetylene gas with cutter as standby during the period of work. Not involving
traffic block
171024 50.00 MT 128.29 6414.50 AT Par 6414.50
Description:- Loading of tongue rail, stock rail, switch assembly and crossings of any section and length, SEJ,
53 Glued joint etc. with / without P.Way fittings and fastenings, in Wagon / Truck / trailer including lead up to 250
metre and lift up to 5 metre. In Wagon where mechanical handling is possible and traffic block is not required or in
Truck/trailer.
173013 50.00 MT 125.39 6269.50 AT Par 6269.50

54 Description:- Unloading of Switches / Crossings / SEJ Rails / Glued Joints of any rail section and length with or
without P.Way fittings & fastenings in neat manner for Railway usage from departmental material train (DMT) or
contractor's / Railway's Truck/Trailer with lead up to 250 metre & lift up to 5 metres. From Truck / Trailer
172014 270.00 MT 97.16 26233.20 AT Par 26233.20
Description:- Loading of 52kg / 60kg PSC normal line and special sleepers up to 2.75 metre length in Depot /
Station / Mid-section between stations in a neat manner to departmental material train (DMT) or contractor's /
55 Railway's Truck/Trailer with crane or any other means including crossing of one track with free lead up to 250
metre and lift up to 5 metre, if required with contractor's labour, tools & plants, machinery, consumables etc. Note:
In case of any damage to sleeper during loading, penalty @ 50% of the all inclusive cost of sleeper shall be
levied. In Wagon where mechanical handling is possible and traffic block is not required or in Truck / trailer
172063 270.00 MT 95.29 25728.30 AT Par 25728.30
Description:- Unloading of 52kg / 60kg PSC line and special sleepers up to 2.75 metre length in Depot / Station /
Mid-section between stations in neat manner for Railway usage from departmental material train (DMT) or
56 contractor's / Railway's Truck/Trailer with crane or any other means including crossing of one track and lead up to
250 metre & lift up to 5 metre with contractor's labour, tools & plants, machinery, consumables etc. Note: In case
of any damage to sleeper during loading, penalty @ 50% of the all inclusive cost of sleeper shall be levied. From
Truck / Trailer
Please see Item Breakup for details. 1032288.00 AT Par 1032288.00
Description:- Loading, leading and unloading of all types of P.Way fittings and all other miscellaneous material
57
except Rails, sleepers, switches, crossings, SEJs and Glued Joints by road vehicles for different leads. Note:
Lead shall be the shortest motorable road length between the points of loading and unloading.
Please see Item Breakup for details. 744138.00 AT Par 744138.00

58 Description:- Transportation of Rails, sleepers, switches, crossings, SEJs and Glued Joints by road vehicles for
different leads. Note: 1. Lead shall be the shortest motorable road length between the points of loading and
unloading. 2. Loading and unloading shall be paid extra under relevant items. Lead up to 5 km.
162010 2000.00 Each 81.79 163580.00 AT Par 163580.00

59 Description:- Sleeper Spacing, Re-spacing / Squaring of sleeper by Hydraulic Sleeper Spacer with contractor's
tools & plants, equipment, consumable with all lead & lift etc. complete, as directed by Engineer in-charge.
Hydraulic Sleeper Spacer shall be as per RDSO's Specification No. TM/SM/17, dated 31.03.1992.
063030 3000.00 Sleeper 29.42 88260.00 AT Par 88260.00
Description:- Through Fitting Renewal (TFR) on PSC track, comprising of renewal of Grooved Rubber Pads,
Liners and ERCs without damaging PSC sleepers. Scope includes removal of all fittings, cleaning of rail seat, rail
60 flange at liner seats, and eye of Inserts with wire brushes and applying Grease Graphite Grade "O" (IS:408) to
eye of insert and central leg of ERC with contractor's grease of Railway's specification, fixing all fittings in correct
position and sealing liner edges with grease all complete including collection and stacking of released materials at
nominated locations within SSE Jurisdiction as directed by Engineer-in-Charge. Note: All the fittings will be
supplied at SSE/Stores/Depot.

Pa g e 7 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

3. ITEM BREAKUP

Schedule Schedule A-USSOR-2021 Items


25mm gap 'in-situ' welding during traffic block and finishing of weld to meet the prescribed tolerances and pass
all stipulated tests with all required labour, materials, consumables, tools, equipments etc. to complete the work
in all respect as per IR's "Manual for Fusion Welding of Rails by Alumino - Thermic Process" with latest
correction slips, including marking of welded joint, painting weld collar with anticorrosive paint, restoration of
track near weld joint to original position and fixing of joggled fish plate at new weld, to be removed after passing
of weld in USFD test as directed by Engineer in charge. Note: 1. Welding shall be carried out only by trained
Item- 18 welder having valid competency certificate using RDSO approved Alumino Thermit Welding Portions, 3 piece
prefabricated mould (ZIRCON WASHED) manually pressed, Single shot crucible fitted with auto tapping thimble
and Compressed Air Petrol/LPG preheating technique as per RDSO Specification No IRST/19-2020 with latest
amendment. 2. Hydraulic Weld trimmer shall be used for chipping and profile Grinder for finishing. 3. Only
required nos. of Joggled fish plates shall be supplied by Railway at nearest P. Way Stores and the same shall be
returned at nearest P. Way Store or at other location as per direction of Engineer-in-Charge after release from
track. All other items required shall be supplied by the Contractor.
S No. Item Description of Item Unit Qty Rate Amount
No
25mm gap 'in-situ' welding during traffic block and finishing of
weld to meet the prescribed tolerances and pass all
stipulated tests with all required labour, materials,
consumables, tools, equipments etc. to complete the work in
all respect as per IR's "Manual for Fusion Welding of Rails by
Alumino - Thermic Process" with latest correction slips,
including marking of welded joint, painting weld collar with
anticorrosive paint, restoration of track near weld joint to
original position and fixing of joggled fish plate at new weld, to
be removed after passing of weld in USFD test as directed by
Engineer in charge. Note: 1. Welding shall be carried out only
by trained welder having valid competency certificate using
RDSO approved Alumino Thermit Welding Portions, 3 piece
prefabricated mould (ZIRCON WASHED) manually pressed,
Single shot crucible fitted with auto tapping thimble and
Compressed Air Petrol/LPG preheating technique as per
RDSO Specification No IRST/19-2020 with latest amendment.
2. Hydraulic Weld trimmer shall be used for chipping and
profile Grinder for finishing. 3. Only required nos. of Joggled
fish plates shall be supplied by Railway at nearest P. Way
Stores and the same shall be returned at nearest P. Way
Store or at other location as per direction of Engineer-in-
Charge after release from track. All other items required shall
be supplied by the Contractor.
1 092011 For 60 Kg - 90 UTS Rail Each 100.00 4581.85 458185.00
2 092012 For 60 Kg/60EI - R260 grade Rail Each 100.00 4581.85 458185.00
Total 916370.00
Loading, leading and unloading of all types of P.Way fittings and all other miscellaneous material except Rails,
Item- 57 sleepers, switches, crossings, SEJs and Glued Joints by road vehicles for different leads. Note: Lead shall be
the shortest motorable road length between the points of loading and unloading.
S No. Item Description of Item Unit Qty Rate Amount
No
Loading, leading and unloading of all types of P.Way fittings
and all other miscellaneous material except Rails, sleepers,
switches, crossings, SEJs and Glued Joints by road vehicles
for different leads. Note: Lead shall be the shortest motorable
road length between the points of loading and unloading.
1 172041 Lead up to 5 Km MT 300.00 193.12 57936.00
2 172042 Lead beyond 5 Km and up to 10 km MT 300.00 236.04 70812.00
3 172043 Lead beyond 10 Km and up to 20 km MT 300.00 294.29 88287.00
4 172044 Lead beyond 20 Km and up to 30 km MT 300.00 365.05 109515.00
5 172045 Lead beyond 30 Km and up to 50 km MT 300.00 463.07 138921.00
6 172046 Lead beyond 50 Km and up to 100 Km MT 300.00 675.98 202794.00
7 172047 Lead beyond 100 Km and up to 150 Km MT 300.00 995.41 298623.00

Pa g e 8 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

8 172048 Extra for every Km per MT beyond 150 Km over item no. MT-Km 20000.00 3.27 65400.00
172047
Total 1032288.00
Transportation of Rails, sleepers, switches, crossings, SEJs and Glued Joints by road vehicles for different
Item- 58 leads. Note: 1. Lead shall be the shortest motorable road length between the points of loading and unloading. 2.
Loading and unloading shall be paid extra under relevant items. Lead up to 5 km.
S No. Item Description of Item Unit Qty Rate Amount
No
Transportation of Rails, sleepers, switches, crossings, SEJs
and Glued Joints by road vehicles for different leads. Note: 1.
Lead shall be the shortest motorable road length between the
points of loading and unloading. 2. Loading and unloading
shall be paid extra under relevant items.
1 172051 Lead up to 5 Km MT 300.00 55.91 16773.00
2 172052 Lead beyond 5 Km and up to 10 km MT 300.00 98.82 29646.00
3 172053 Lead beyond 10 Km and up to 20 km MT 300.00 157.08 47124.00
4 172054 Lead beyond 20 Km and up to 30 km MT 300.00 227.84 68352.00
5 172055 Lead beyond 30 Km and up to 50 km MT 300.00 325.85 97755.00
6 172056 Lead beyond 50 Km and up to 100 Km MT 300.00 538.76 161628.00
7 172057 Lead beyond 100 Km and up to 150 Km MT 300.00 858.20 257460.00
8 172058 Extra for every Km per MT beyond 150 Km over item no. MT-Km 20000.00 3.27 65400.00
172057
Total 744138.00

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Similar Nature of work: "Execution of P. Way works". No No
(Mandatory)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 9 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

ELIGIBILITY CRITERIA (FOR TENDERS OF VALUE ABOVE RS. 50 LAKHS) : (a)The


tenderer must have successfully completed or substantially 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 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 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. Note for (b) (i): Separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
Allowed
1 components (b) (ii) In such cases, what constitutes a component in a composite work No No
(Mandatory)
shall be clearly pre-defined with estimated 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 the Standard General Conditions of Contract or 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 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
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 of contract or during
1.1 execution of work it becomes necessary for contractor to change subcontractor, the No No Not Allowed
same shall be done with subcontractor(s) fulfilling the requirement as per clause 7 of the
Standard GCC with prior approval of Chief Engg. in writing.
Note for Item 10.1 of GCC 2022: Work experience certificate from private individual shall
not be considered. However, in addition to work experience certificates issued by any
Govt. Organisation, work experience certificate issued by Public listed company having
average annual turnover of Rs 500 crore and above in last 3 financial years excluding the
current financial year, listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of tender, shall also
Allowed
1.2 be considered provided the work experience certificate has been issued by a person No No
(Mandatory)
authorized by the Public listed company to issue such certificates. In case tenderer
submits work experience certificate issued by public listed company, the tenderer shall
also submit along with work experience certificate, the relevant copy of work order, bill of
quantities, bill wise details of payment received duly certified by Chartered Accountant,
TDS certificates for all payments received and copy of final/last bill paid by company in
support of above work experience certificate.

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 10 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

Financial Eligibility Criteria: Advance Correction Slip No. 1) Ref: 2022/ce-i/ct/gcc-


2022/policy dated- 14.07.2022) A. Para 10.2., Part I of GCC shall be read as under: 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 sheet.
However, in case balance sheet of the previous year is yet to be prepared/ audited, the
audited balance sheet of the fourth previous year shall be considered for calculating
average annual contractual turnover under: Financial Eligibility Criteria: Advance
Correction Slip No. 1) Ref: 2022/ce-i/ct/gcc-2022/policy dated- 14.07.2022) A. Para
Allowed
1 10.2., Part I of GCC shall be read as under: The tenderer must have minimum average No No
(Mandatory)
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 sheet. However, in case balance sheet of the previous
year is yet to be prepared/ audited, the audited balance sheet of the fourth previous year
shall be considered for calculating average annual contractual turnover under: The
tenderers shall submit requisite information as per Annexure-XIV (as per tender
document & NIT), along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/ Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Check Lst

Pa g e 11 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
A. Documents to be uploaded only in the website by the Tenderer Following
Annexures duly filled and signed are to be uploaded online only prior to
Closing of Tender. Original copy of all the documents to be submitted to office
within 7 days whenever demanded by the Railway. Annexures are available at
Upload/View Document menu in Home Page of IREPS portal for works tender.
1. The details of the works completed by the tenderer during the last Seven
years to be filled in Annexure-I. 2. The details of Plants and Machinery with the
tenderer to be filled in Annexure- II. 3. Details of Personnel and Organization
of the Tenderer to be filled in Annexure-III. 4. Details of Works presently on
hand of the Tenderer to be filled in Annexure- IV. 5. The details regarding
Association of Railway Officer s with the tenderer to be filled in Annexure- V. 6.
1 No No Not Allowed
List of the Arbitration cases of the Tenderer during last Five years to be filled
in Annexure-VI. 7. List of the Court cases of the Tenderer during last Five
years to be filled in Annexure- VII. 8. NEFT MANDATE FORM. All Payments to
the agency including the refund of the Earnest Money of the unsuccessful
bidder preferably will be remitted through NEFT. The Tenderer is required to
submit Bank details and A/C No. etc. in Annexure-VIII. 9.Format for Certificate
to be uploaded by Tenderer Along with the tender documents Annexure-IX
and IXA. 10. GST COMPLAINT INVOICE Annexure-X 11. LETTER OF
CREDIT Annexure-XI, 12. Bid Capacity Declaration Annexure-XII.13. Bid
Security declaration Annexure-XIII and 14. Annual Contractual Turnover Data
Declaration Annexure-XIV.
B . T he tender offer complete in all respect and with all documents is t o be
submitted online by e-tendering process through the website www.ireps.gov.in
2 before the closing time/date of this tender as mentioned in t h e N I T (Notice No No Not Allowed
Inviting Tender). Tenderer can revise t h e bids a n y number of times till the
closing time/date of the tender. No manual offers shall be accepted.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Demand for the Financial Criteria, Association of Railway Officers, List of
Arbitration cases, Court cases and Mandate for NEFT are to be uploaded with
a scanned copy duly filled in and signed as per annexure no. IV, V, VI, VII, VIII
Allowed
1 respectively. These Annexures are available in View Document menu at Home Yes No
(Mandatory)
page and is downloadable. The details of the uploaded documents should be
produced whenever demanded for verification on written request at any point
of time of the tender and contract within 7 days.
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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are requested to go through the following documents which are
available in upload/View Documents in Home page of IREPS portal for works
1 tenders before submitting the e-tender. 1. INSTRUCTIONS TO TENDERERS No No Not Allowed
For e-Tenders-Chapter- I 2 . SPECIAL CONDITIONS OF CONTRACT-
GENERAL - Chapter-II
Opening of e-tender : 1. The e-tenders will be opened online using the IREPS
portal anytime after closing of the schedule date and time. No representative is
required to be present for opening of e-tender and taking notes of rates
2 quoted and ranking as the complete details of rates etc. of all the bidders shall No No Not Allowed
be available to the bidders in the website after the opening of the tender. Note:
For more details refer to Cl: 4 of General Instruction- Chapter-I for Submission
of EMD.

Pa g e 12 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

In case the date of closing mentioned in the Notice Inviting Tender is declared
a holiday/bandh/strike on any account, the date of closing tender online will not
3 be changed as the application in the website of IREPS does not permit No No Not Allowed
submission of any offer after closing date and time of the tender. However,
opening of tenders online will be done next working day.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Demand for the credential criteria both Technical and Similar nature of work
and other technical details are to be uploaded with a scanned copy duly filled
in and signed as per annexure no. I, II, III. These Annexures are available in Allowed
1 Yes No
View Document menu at Home page and are downloadable. The details of the (Mandatory)
uploaded documents should be produced whenever demanded for verification
on written request at any point of time of the tender and contract within 7 days.

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.
1 . 0 WHEREAS the President of India acting through the Eastern Railway
administration and their authorised officers has invited e-tenders for the
above-mentioned work vide tender notice mentioned in the NIT Notice Inviting
Tender published in the website. 2 . 0 AND WHEREAS I/We, have read the
above NIT Notice Inviting Tender for e-tender, General instructions, Special
Conditions-General, all special conditions and have purchased this e-tender
document, have carefully read and understood the same, have visited the site
and have satisfied myself/ourselves as to the nature of the work and site
conditions before filling this e-tender. 3.0 AND WHEREAS my/our address for
all communications hereinafter shall be considered as official and shall be
made in the address, email Id and Mobile phone and other phone nos. given
2 in the portal of IREPS while registering as tenderer for e-tender. In case of any No No Not Allowed
change in this concerned officer of railway will be informed. 4 . 0 AND
WHEREAS I/We state that in the event of this e-tender being unsuccessful, the
aforesaid earnest money deposited by me/us may be refunded to me/us
through NEFT. 5.0 AND WHEREAS I/We hereby sign this e-tender document
digitally by virtue of the legal authorities vested with me/us to enter into
commitment on behalf of the tenderer, documentary support whereof is
enclosed herewith. 6.0 AND WHEREAS I/We have read and understood this e-
tender document and agree to abide by the various terms and conditions
contained therein. I/We also agree to keep the offer open for acceptance for a
period of 45 days from the date fixed for closing of the same and in default
hereof, I/We will be liable for forfeiture of my/our earnest money.

Pa g e 13 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

7.0 Now, therefore I/We hereby submit this e-tender and offer to do the work
for the Eastern Railway at the rates quoted in the schedule through online and
hereby bind myself/ourselves to complete the work in all respects within the
stipulated period of completion from the date of issue of the letter of
acceptance of this tender. 8 . 0 And I/We agree to abide by the General
Conditions of Contract 2022 editions and the Unified Standard Schedule of
Rates Labour Materials of 2011 edition issued by the Eastern Railway, read
with all correction slips issued thereto from time to time, and to carry out the
works according to the special conditions and specifications of materials and
works as laid hereunder in various chapters of this e-tender document. 9.0
And I/We have understood and accept the stipulation that full value of the
3 earnest money shall stand forfeited without prejudice to any other right or No No Not Allowed
remedies if: 1 . I/We do not execute the contract documents, in case my/our
tender is accepted, within seven days after receipt of notice issued by the
Railway that such documents are ready, or 2. I/we do not commence the work,
in case my/our e-tender is accepted, within fifteen days after receipt of orders
to that effect. 10.0 And until a formal agreement is executed, acceptance of
this tender shall constitute a binding contract between us subject to
modifications as may be mutually agreed between us and indicated in the
letter of acceptance of my/our offer for this work. 11.0 And I/We agree to
produce the details of the uploaded documents whenever demanded for
verification on written request at any point of time of the tender and contract
within 7 days.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Scanned copy of any other letters/documents etc. If agency intends to submit . No No
(Optional)
Format for certificate to be uploaded by Tenderer Along with the tender Allowed
2 Yes Yes
documents (Annexure-IX) (Mandatory)
As per 2nd amendment of GCC-2022 in case of other than company/
Proprietary Firm , Annexure-IX -A shall also be submitted by each member of
Allowed
2.1 a partnership firm, Joint Venture (JV) / Hindu Undivided Family (HUH / Limited Yes Yes
(Mandatory)
Liability Partnership (LLP) etc. Non-submission of properly filled certificate in
the prescribed format shall summarily be rejected of offer.
Format for certificate of Bid Capacity Declaration to be uploaded by Tenderer Allowed
2.2 Yes Yes
Along with the tender documents (Annexure-XII) (Optional)
Standard format of the Annual Contractual Turnover Data for the Previous 3/4
Years (Contractual Payment only) Declaration to be submitted mandatorily by Allowed
3 Yes Yes
the bidder is enclosed as Annexure 'XIV'. ( In case of tender value above 50 (Optional)
lakhs.)

6. Documents attached with tender

S.No. Document Name Document Description


1 GCCACS14.07.2022.pdf GCC ACS 14.07.2022
ColouredFinal_GCC_April-
2 General Condition of Contract 2022
22_pdf_27.04.22.pdf
3 Annexure-X.pdf Annexure X
4 Annexure-XIII.pdf Bid Security
5 AnnexureIXIXA.pdf Annexure IX and IXA
6 Annexure-XII_1.pdf Bid Capacity
7 Updatedtenderdocument_15.pdf Updated tender document
8 Annexure-IVVVIVIIVIII.pdf Annexure-IV to VIII
9 Checklist22_1.pdf Checklist
10 Annexure-XIV.pdf Annexure -XIV
11 Annexure-XI_1.pdf Annexure- XI
12 Annexure-IIIIII.pdf Annexure-I to III
13 Spl.conditionforP.way.pdf special condition

Pa g e 14 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13


HOWRAH DIVISION-ENGG/EASTERN RLY
TENDER DOCUMENT
Tender No: 271_2023-24 Closing Date/Time: 16/01/2024 15:00

14 2ndcorrectionslip.pdf 2nd correction slip

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww 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: KARTIK SINGH

Designation : Sr.DEN/2/HWH

Pa g e 15 o f 15 Ru n Da te/Time: 2 2 /12 /2 0 2 3 17:5 7:13

You might also like