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

VARANASI DIVN.

-ENGG/NORTH EASTERN RLY


TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

DRM/ENGG/BSB acting for and on behalf of The President of India invites E-Tenders against Tender No NER-BSB-2024-10 Closing Date/Time
22/05/2024 14:30 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

TBSR of Existing Channel Sleeper by H-Beam sleeper on Br. No. 50 between Paniahwa-Valmikinagar
Name of Work
(Ex)(Balance work)
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 22/05/2024 14:30 Date Time Of Uploading Tender 23/04/2024 18:10
Pre-Bid Conference Required No Pre-Bid Conference Date Time Not Applicable
Advertised Value 36260012.32 Tendering Section WORKS1
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 331300.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 8 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms allowed
Bidding Start Date 08/05/2024 No
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-NS Items 33858213.75
Above/
Please see Item Breakup for details. 33858213.75 AT Par 33858213.75
Below/Par
1
Description:- Over all percentage Above/Below/At par over the basic cost of all the items pertains to TBTR/H-Beam as per
Item Breakup of Schedule-A (Approximate basic cost)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-CPWD DSR/2021 Items 88852.79
Above/
Please see Item Breakup for details. 88852.79 AT Par 88852.79
Below/Par
1
Description:- All item of works as per Item Breakup of Schedule-B based on CPWD DSR/2021 edn with all latest correction
slip.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule C-CPWD DSR/2021 Items 200000.00
Above/
Lump Sum 200000.00 AT Par 200000.00
Below/Par
1
Description :- Any other item of work not included in Item Breakup of Schedule-B but provided in CPWD DSR/2021 Edn. with
upto date correction both for labour and through rate item.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule D-IR-USSOR/2021 Items 2012945.78
Above/
Please see Item Breakup for details. 2012945.78 AT Par 2012945.78
Below/Par
1
Description:- Over all percentage Above/Below/At par over the basic cost of all the items pertains to Track Renewal related
work as per Item Breakup of Schedule-D (Approximate basic cost)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule E-IR-USSOR/2021 Items 100000.00
Above/
Lump Sum 100000.00 AT Par 100000.00
Below/Par
1
Description :- Any other item of work not included in Item Breakup of Schedule-D but provided in USSOR/2021(P.Way) Edn.
with upto date correction both for labour and through rate item. (Only Related to Track Work)

3. ITEM BREAKUP

Pa g e 1 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

Schedule Schedule A-NS Items


Over all percentage Above/Below/At par over the basic cost of all the items pertains to TBTR/H-Beam as per Item Breakup of
Item- 1
Schedule-A (Approximate basic cost)
S No. Item No Description of Item Unit Qty Rate Amount
1 1 Removing from track existing Channel sleepers with fittings in the Each 1245.00 337.82 420585.90
running track condition for TBTR /ISD works & stacking the same
neatly at specified places with contractor's tools & labour as directed by
Engineer in charge (ISD work only identified unserviceable sleeper to
be covered)
2 2 Inserting in track H-beam sleepers, lying along the Each 1245.00 427.46 532187.70
cess/formation/slope/toe with all Railway supplied fittings complete for
TBTR/ISD work to specified gauge with contractor's tools including
aligning, levelling to make track fit for 20KMPH speed and as directed
by Engineer- in- charge.
3 3 Replacement of running rail and guard rails on bridge portion over Per Track 747.60 843.70 630750.12
wooden/steel Channel sleepers, duly fixing fastening as per approved Metre
drawing with suitable bolts, clips etc including drilling of holes as per
drawing with all leads & lifts complete and as directed. (Rails, packing
plates and fitting will be supplied by Railway) [Running Rail & Guard
Rail together treat as track metre.]
4 4 Manufacture of flared portion of Guard Rail by cutting and bending to Set 2.00 9630.72 19261.44
required shape & RDSO's approved drawings {Note:-(1) Rail shall be
supplied by Railway (2) Rate is for one set, i.e. bending of two rails -left
and right}
5 5 Fixing of flared portion of Guard Rail including fixing of rail screws, fish Set 2.00 5250.24 10500.48
plates, rubber or MS packing plate as directed complete as per
RDSO's approved drawing. (Rail screw, plate screw, fish plates etc. will
be supplied by Railways)
6 6 Drilling holes 25mm to 40mm dia with drill twist in the foot of guard rails Each 6487.00 150.94 979147.78
for fixing guard rails on bridge
7 7 Drilling holes 25mm to 40mm dia holes in PSC in PSC sleepers with Each 500.00 329.93 164965.00
suitable rotary hammer/drilling machine at indicated location for fixing
of guard rails on bridge & its approaches as per approved drawing and
fixing of HDPE dowel dowels to drawing no. TDSO/T-3002, procured
from RDSO's approved sources with contractor's epoxy resins as
specified.
8 8 Supplying & fixing MS chequered plates 6 to 8mm thick between guard Kg 35000.00 88.73 3105550.00
rails on un-ballasted deck bridge for gang pathway, overlapping at
regular intervals of 2m to 2.5m with rail screws or bolts duly drilling
holes in chequered plate as directed [Note:-Overlapping of chequered
plates shall not fall in between sleepers]
9 9 Manufacture and supply of Hook Bolt 28mm dia & 320mm long as per Each 5683.00 54.31 308643.73
RDSO approved drawing
10 10 Manufacture & supply of Elastomeric Pads 25mm/30mm thick as per Set 1420.00 1467.99 2084545.80
RDSO approved drawing to suit insulated steel channel sleepers with
all contractor's materials, lead, lift, labour, tools, plant and
transportation etc. complete as per approved drawings and as
instructed by Engineer-in-charge {One set of sleeper constitute two
nos.}
11 11 Supplying of Zero toe load fixtures for each H Beam sleepers of Set 1420.00 4534.61 6439146.20
52/60Kg Rails procured from RDSO approved firms as per RDSO
approved drawing with up-to-date correction slips and specification
with all contractor's lead, lift, labour, tools, plant, transportation etc.
complete as per approved drawing and instructions of Engineer-in -
charge (One set means complete fitting for H-beam sleeper)
12 12 Fabrication & supply of Galvanized H-beam Sleepers made out of the MT 160.00 119768.31 19162929.60
materials confirming to IS 2062 of standard Rolled sections as per
approved drawing Nos RDSO/B/1636/4/R,5 & 9 complete and as
directed by Engineer-in-charge. NOTE: Cost of steel fittings and GRSP
shall be paid separately
Total 33858213.75
Schedule Schedule B-CPWD DSR/2021 Items
Item- 1 All item of works as per Item Breakup of Schedule-B based on CPWD DSR/2021 edn with all latest correction slip.
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 over areas (exceeding 30 cm in depth, 1.5
2.6 m in width as well as 10 sqm on plan) including getting out and
disposal of excavated earth lead upto 50 m and lift upto 1.5 m, as
directed by Engineer-in-charge.

Pa g e 2 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

1 2.6.1 All kinds of soil cum 10 205.45 2054.5


4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of specified grade
4.1 excluding the cost of centering and shuttering - All work up to plinth
level :
4.1.6 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from natural cum 1.8 6670.25 12006.45
2 sources: 6 graded stone aggregate 40 mm nominal size derived from
natural sources)
5.0 REINFORCED CEMENT CONCRETE
5.12S PRE-CAST RCC
5.12 Providing, hoisting and fixing above plinth level up to floor five level cum 5 9673.5 48367.5
precast reinforced cement concrete work in string courses, bands,
copings, bed plates, anchor blocks, plain window sills and the like,
3 including the cost of required centering, shuttering but , excluding cost
of 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).
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including straightening, cutting,
5.22A
bending, placing in position and binding all complete above plinth level.
4 5.22A.4 Hot rolled deformed bars Kg 294.75 89.65 26424.34
Total 88852.79
Schedule Schedule D-IR-USSOR/2021 Items
Over all percentage Above/Below/At par over the basic cost of all the items pertains to Track Renewal related work as per Item
Item- 1
Breakup of Schedule-D (Approximate basic cost)
S No. Item No Description of Item Unit Qty Rate Amount
Painting of cleaned plate/composite bridge girders including all
scaffolding along with provision of Jhoola / hanging scaffolding ladders
etc. where required.
1 041264 With two coats of epoxy paint conforming to RDSO spec Sqm 500.00 189.83 94915.00
M&C/PCN/123-11 Note: DFT of each coat shall be 60 microns.
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
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.
2 062014 For PSC wider base sleepers - For location of work involving deep Each 200.00 169.35 33870.00
screening. (deep screening to be paid separately)
3 065010 Renewal of existing SEJ along with PSC sleepers under traffic block Set 2.00 6805.29 13610.58
conditions as per approved drawing including fixing of special size
bearing plate, rubber pad and other sleeper / rail fittings, greasing to
the fittings, leading all new materials to site, transportation of released
materials within a 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.
4 083010 Lifting and packing for regrading the existing PSC sleeper track to TRM 200.00 151.94 30388.00
required height / level in stages not exceeding 75mm or part thereof at
a time, providing permissible ramp for the track, insertion of moorum /
sand / stone ballast uniformly under the existing track and placing the
same to safe approved gradient, gauge, cushion including levelling and
one round of through packing to allow train movement at restricted
speed of 30 kmph for a specified length with all leads & lifts and fixing,
marking, painting rail level pegs at every 30m interval. Note: Lifting of
track shall be done in stages as per procedure prescribed in latest
edition of IRPWM to get the proposed final level as per approved
working profile, as directed by Engineer in-charge.
5 083030 Boxing and profiling of ballast as per procedure prescribed in latest TRM 200.00 22.36 4472.00
edition of IRPWM including cess dressing on both sides of track. The
work will include removing excess ballast from track and putting the
same in crib and shoulder by leading to a maximum of 50m including
crossing of track, deweeding on ballast section etc and as directed by
Engineer-In charge.

Pa g e 3 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

6 123070 Linking of track on Girder Bridge with Steel Channel/H-beam sleepers TRM 1050.00 501.88 526974.00
as per approved drawings including leading of running and guard rails,
sleepers and fittings, bending of guard rails, notching, drilling of holes,
cutting of rails etc. as per IRPWM with latest correction slips and
making track structure fit for normal speed. No te : 1) Rails, Steel
Channel/H-beam sleeper and all fittings will be supplied by Railways.
2)Transportation of track material if supplied beyond 250m of bridge
approaches, shall be paid separately under relevant item.
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.
7 137011 For 60 Kg Rails RM 2100.00 47.09 98889.00
Dismantling existing track on girder bridges including guard rails and
foot path etc., cutting existing SW panels / LWR, if required into free
rails of not less than 12 metre length and leading all released materials
to nominated place within 50m of bridge approaches and stacking the
released materials clear of infringements, as per direction of Engineer-
in-Charge. Note: Rail cutting and drilling shall be paid separately.
8 191011 Under Traffic Block Conditions TRM 1050.00 371.10 389655.00
9 195070 Fabrication, supplying and fixing 600mm x 450mm Bridge Board made Each 2.00 3114.85 6229.70
from 16 SWG MS Sheet duly welded or riveted to back support of two
600mm long horizontal angles of size 25mm x 25mm x 3mm & two
numbers 2.5 metre long vertical support of MS Angle of size 50mm x
50mm x 5mm, welded / rivetted to board. Vertical supports shall have
split ends for proper fixing in ground. Vertical supports of board shall
be embedded in ground in M 20 Cement Concrete blocks of size
300mm x 300mm x 300mm, complete job including painting & writing
of subject matter on bridge board, as directed by Engineer - In charge
Note: Excavation & concrete work will be paid separately.
10 211170 Galvanisation of Railway's Chequered Plates, Channels, Plates, MT 35.00 23255.50 813942.50
Angles, and I-Section by hot dip process with Zinc Coating and mass of
Zinc coating shall not be less than 705 g/sqm and galvanisation
thickness shall not be less than 100 microns including necessary
surface preparation as per Clause-4 of IS:2629-1985. Galvanisation
shall be done as per IS:2629-1985 and IS:4759-1996 with Zinc
conforming to IS:209-1992, duly taking all the measures for
safeguarding against embrittlement of hot-dip galvanised iron and steel
products as per IS:6158-1984 with all contractor's labour, material,
tools, plant, all lead, lift and crossing of tracks etc. complete and as
directed by the Engineer in-charge.
Total 2012945.78

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' of whichever 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/ Allowed
1 No No
audited, the audited balance sheet of the fourth previous year shall be considered for calculating (Mandatory)
average annual contractual turnover. The tenderers shall submit requisite information as per
Annexure-C, along with copies of Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited Balance Sheet. (Full details para
10.2 in tender documents)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

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 : 1.1 during last 07 (seven) years, ending last day of month previous to the
Allowed
1 one in which tender is invited: Three similar works costing not less than the amount equal to 30% of No No
(Mandatory)
advertised value of the tender, or Two similar works costing not less than the amount equal to 40% of
advertised value of the tender, or One similar work costing not less than the amount equal to 60% of
advertised value of the tender. (Full details para 10.1 in tender documents)
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 be
1.1 considered provided the work experience certificate has been issued by a person authorized by the No No Not Allowed
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.
Defination of Similar Work :- Fabrication and Laying of Steel Channel Sleepers/H Beam Sleepers in
1.2 No No Not Allowed
Running Track on Bridges

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 tender document. In case of
3
any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available
with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and attachments in proof of
4
the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and same shall be
5
binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully responsible for the
6
correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt. of India from
7 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
8 tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract 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
9 contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and Performance guarantee and may
also lead to any other action provided in the contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India and certify that
I am/We are not from such a country or, if from such a country, have been registered with the competent Authority. I/We hereby certify that
10
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 certificate, or submission of certificate
1
either not properly filled in, or in a format other than the prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
For all contracts costing more than Rs. 5 Crore, Contractor's e-MB is mandatory and
1 No No Not Allowed
Contractor's e-MB should be part of Tender Document.
In case of Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability
Partnership (LLP) etc., Annexure-L shall also be submitted by the each member of a
Partnershp Firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability
Partnership (LLP) etc. as the case may be, Non submission of a copy of certificate by the Allowed
2 No No
bidder shall result in summarily rejection of his/their bid. It shall be mandatorily incumbent upon (Mandatory)
the tenderer to identify, state and submit the supporting documents duly self attested/ digitally
signed by which they/he are/is qualifying the Qualifying Criteria mentioned in the Tender
Document.

Pa g e 5 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

Please submit your bank details i.e. Name of the Bank along with Bank Branch Code, Account Allowed
3 No No
Number, IFSC Code, GST, PAN Number, Adhar Number, Mobile Number and e-mail address. (Mandatory)
Please furnish list of personnel, organization available on hand and proposed to be engaged Allowed
4 No No
for the subject work. [As per Annexure -D attached in tender document] (Mandatory)
Please furnish list of plant and Machinery available on hand own and proposed to be inducted
Allowed
5 own and hired to be given separately for the subject work.[As per Annexure - E attached in No No
(Mandatory)
tender document]
Please furnish list of Works completed in last Seven years (Ending last day of month previous
to the one in which tender is invited) giving Description of Work, Organization for whom
Allowed
6 executed, approximate value of contract at time of award, Date of award and Date of No No
(Mandatory)
Completion. Date of actual Start, Actual Completion and Final value of Contract shall also be
given. [As per Annexure -F attached in tender document]
Please furnish list of Works on hand indicating Description of Work, Contract Value,
Allowed
7 Approximate value of balance work yet to be done and Date of award.[As per Annexure -G No No
(Mandatory)
attached in tender document]
Upload Scanned receipt copy of payment of Bid Security should be accepted through net
Allowed
8 banking or payment gateway or submission of Bid Security in the form of Bank Guarantee. Full No No
(Optional)
details para 5.0 of GCC-April 2022 in tender document.
At the time of submission of bid, if you have any special Condition then upload in scanned pdf Allowed
9 No No
copy. (Optional)
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 definition and calculation of local Allowed
10 No Yes
content shall be in accordance with the Make in India policy as incorporated in the tender (Optional)
conditions.
"This tender complies with Public Procurement Policy Order 2017 dated 16.09.2020". The full
11 details of the order can be seen at No No Not Allowed
https://dpiit.gov.in/sites/default/files/PPP%20MII%20Order%20dated%2016%2009%202020.pdf

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
For all contracts costing more than Rs. 5 Crore, Contractor's e-MB is mandatory and
1 No No Not Allowed
Contractor's e-MB should be part of Tender Document.
The Railway Reserve the right to accept in whole or in part or reject any tender or all
2 tenders without assigning any reason for such action. Rate should not be quoted for part No No Not Allowed
quantity.
For those conditions for which standard formats have been given in the uploaded document
3 titled-Formats for uploading of various format. The informations should only be submitted in No No Not Allowed
these standard formats.
Rates are inclusive of all taxes/royalty charges etc. legally leviable by State, Central Govt. or
4 No No Not Allowed
any other local authority.
5 Goods and Services Tax (GST) will be recovered as per extant instruction on the subject. No No Not Allowed
Performance Guarantee :-(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 22nd day after the date of issue of LOA.
Further, if the 60th day happens to be a declared holiday in the concerned office of the
Railway, submission of PG can be accepted on the next working day. In all other cases, if
6 No No Not Allowed
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 Startup recognized by
Department of Industrial Policy and Promotion (DIPP) under Ministry of Commerce and
Industry, DIPP shall be informed to this effect. The failed Contractor shall be debarred from
participating in re-tender for that work.
(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
6.1 No No Not Allowed
any 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.
The tenderer shall upload scanned copies of mandatory credentials such as experience,
7 No No Not Allowed
Payment Certificates and any other documents as applicable.

Pa g e 6 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

Offer submission period :- Fifteen days prior to closing date of tender, during which
8 No No Not Allowed
tenderers can submit their offer.
(a)One qualified Graduate Engineer where the cost of the work to be executed is Rs.200
lakh and above. (b)One qualified Diploma Holder Engineer where the cost of the work to be
executed is more then Rs.25 lakh, but less then Rs.200 lakh. Technical staff should be
available at site whenever required by the Engineer-in-charge to take instructions. In case
the contractor fails to employ the qualified Engineer, he shall be liable to pay amount of
9 No No Not Allowed
Rs.40000 and Rs.25000 for each month or part thereof for the default period for the
provisions, as contained in para (a) and (b) above respectively. The decision of the
Engineer-in-charge as to the period for which the required technical staff was not employed
by the contractor and as to the reasonableness of the amount to be deducted on this
account shall be final and binding on the contractor.
(1) Price Variation Clause (PVC) shall be applicable only in tender having advertised value
above Rs. 2 Crores. The conditions will be follow with up-to-date correction slips. (2) Price
Variation Clause for Annual Maintenance Contract or Zonal Contract :- The price variation
10 Clause of General Conditions of Contract shall not apply to a works contract which is either No No Not Allowed
an Annual Maintenance Contract or a Zonal Contract as per Railway Boards letter
No.2013/CE/I/CT/O/10-PVC-Pt.I td.27.01.2015. (3) Price Variation Clause shall be
applicable accordingly attached document.
11 Care in Submission of Tenders : No No Not Allowed
(a) (i)Before submitting a tender, the tenderer will be deemed to have satisfied himself by
actual inspection of the site and locality of the works, that all conditions liable to be
encountered during the execution of the works are taken into account and that the rates he
11.1 No No Not Allowed
enters in the tender forms are adequate and all inclusive to accord with the provisions in
Clause-37 of the Standard General Conditions of Contract for the completion of works to
the entire satisfaction of the Engineer.
(a)(ii)Tenderers will examine the various provisions of The Central Goods and Services Tax
Act, 2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/ Union Territory
Goods and Services Tax Act, 2017(UTGST)/ respective state's State Goods and Services
11.2 No No Not Allowed
Tax Act (SGST) also, as notified by Central/State Govt. & as amended from time to time
and applicable taxes before bidding. Tenderers will ensure that full benefit of Input Tax
Credit (ITC) likely to be availed by them is duly considered while quoting rates.
(a)(iii)The successful tenderer who is liable to be registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details required under
11.3 CGST/IGST/UTGST/SGST Act to railway immediately after the award of contract, without No No Not Allowed
which no payment shall be released to the Contractor. The Contractor shall be responsible
for deposition of applicable GST to the concerned authority.
(a)(iv)In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST from his/their
11.4 No No Not Allowed
bills under reverse charge mechanism (RCM) and deposit the same to the concerned
authority.
(b)When work is tendered for by a firm or company, the tender shall be signed by the
11.5 No No Not Allowed
individual legally authorized to enter into commitments on their behalf.
(c)The Railway will not be bound by any power of attorney granted by the tenderer or by
changes in the composition of the firm made subsequent to the execution of the contract. It
11.6 No No Not Allowed
may, however, recognize such power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the Contractor.
12 For all details of General Condition, Please See uploaded Tender Document. No No Not Allowed

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The rate includes removal of existing wooden timbers/channel sleeper from the bridge and
stacking of the released P. way materials at S.E/ P. way store as per instructions of the
1 Engineer in charges at bridge work site. The rates also include the manufacture, No No Not Allowed
transportation, supply and fixing of all fitting/ fixture as mentioned in special Conditions of
Contract.
The rate includes all labours, tools, gas for cutting, bending guard rail etc.& plants and other
2 No No Not Allowed
consumables complete with all leads and lifts.
No. idle charges of labours will be accepted by Railway due to non availability of traffic
3 No No Not Allowed
block.
For purpose of payment, the weight of released components shall be taken as per condition
4 No No Not Allowed
of special conditions of contract.
5 Maintenance period shall be Twelve (12) months from date of completion in all respect. No No Not Allowed
6 Payment shall be done based on actual quantity of work executed. No No Not Allowed
Work to be done in accordance with RDSO approved drawing (With latest correction
7 No No Not Allowed
slip/amendments) if applicable.
The rate shall be inclusive of all taxes legally leviable and/ or any other local taxes license
8 No No Not Allowed
fee and royalty charges etc. if any.

Pa g e 7 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9


VARANASI DIVN.-ENGG/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-BSB-2024-10 Closing Date/Time: 22/05/2024 14:30

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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 having financial repercussions, if quoted by us
1 No No Not Allowed
anywhere else including 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 conditions attached/ referred to in this tender document, and
2 agree to abide by the said conditions and uploaded required document as mentioned in the No No Not Allowed
tender document also.
The amount as situplated in tender document is herewith forwarded as Bid Security. Full
3 value of the Bid Security shall stand forfeited without prejudice to any other right or No No Not Allowed
remedies in case my/our Tender is accepted and if :
I/We do not execute the contract documents as stipulated in performance gurantee clause
3.1 No No Not Allowed
of IRSGCC-April - 2022 as detailed in general instructions
3.2 I/We do not commence the work within Fifteen days after receipt of orders to that effect. No No Not Allowed
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 closing the
same and in default thereof, I/We will be liable for forfeiture of my/our Bid Security . I/We
4 No No Not Allowed
offer to do the work for North Eastern 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.
Until a formal agreement is prepared and executed, acceptance of this tender shall
5 constitute a binding contract between us subject to modifications, as may be mutually No No Not Allowed
agreed to between us and indicated in the letter of acceptance of my/our offer for this work.
6 I/ We have visited the works site and I / We am / are aware of the site conditions. No No Not Allowed
I/We also hereby agree to abide by the Indian Railways Standard General Conditions Of
Contract-April - 2022, with all correction slips up-to-date and to carry out the work according
7 to the Special Conditions of Contract and Specifications of materials and works as laid down No No Not Allowed
by Railway in the annexed Special Conditions/Specifications, Schedule of Rates with all
correction slips up-to-date for the present contract.
In case of Partnership/LLP firm or In case one or more of the members of the JV is/are
partnership/LLP firm(s): Latest Partnership Deed/LLP Agreement has also been submitted
8 No No Not Allowed
along with the offer. Certificate in this regard has been submitted as per "Annexure-M"
attached in tender document.

6. Documents attached with tender

S.No. Document Name Document Description


1 SpecialConditionofHBeam.pdf Special Condition of H Beam
2 TentativeScopeofWork.pdf Tentative Scope of Work
3 VENDORDIRECTORYFORHBEAMTENDER.pdf Vendor Directory
4 SplConditionofChannelsleeper_1.pdf Spl Condition of Channel Sleeper
5 Specialconditionoftrackwork2021_1.pdf Special Condition of Track Work
6 Contractore-MB.pdf Contractor eMB

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: RISHI KUMAR SRIVASTAVA

Designation : Sr.DENI

Pa g e 8 o f 8 Ru n Da te/Time: 2 4/0 4/2 0 2 4 10 :49 :2 9

You might also like