0% found this document useful (0 votes)
32 views12 pages

E-Tender for Metal W-Beam Crash Barrier

Uploaded by

Sayantan Dhar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
32 views12 pages

E-Tender for Metal W-Beam Crash Barrier

Uploaded by

Sayantan Dhar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

NFR HQ-ENGG/N F RLY

TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

PCE acting for and on behalf of The President of India invites E-Tenders against Tender No GMW-082024-MLG Closing
Date/Time 28/10/2024 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

Providing and Erecting Metal W-beam crash barrier safety fencing along the track
Name of Work
in connection to stop cattle crossing.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Date Time Of Uploading
28/10/2024 15:00 04/10/2024 18:31
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 1100732717.45 Tendering Section TK
[ Decision at Schedule
Bidding Style Bidding Unit
level ]
Earnest Money (Rs.) 5653700.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 18 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 14/10/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Track Renewal works

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Above/
Schedule 1-Schedule-A 468398436.20
Below/Par
Please see Item Breakup for details. 390104469.23 20.07 468398436.20
1
Description:- Schedule-A (Scheduled Items as per DSR-2021 Items)

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Above/
Schedule 2-Schedule-B 9789.75
Below/Par
Please see Item Breakup for details. 9789.75 AT Par 9789.75
1
Description:- Schedule-B (Scheduled Items as per USSOR-2021 Items)

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Schedule 3-Schedule-C (Non-Scheduled Items) 632324491.50
Running
NS1 187850.00 3314.19 622570591.50 AT Par 622570591.50 Rs.
Metre
Description:- Metal beam Crash Barrier- Double W Single side :- Providing and erecting W'metal
beam 02 Nos. barrier comprising of 2 mm thick corrugated sheet metal beam rail on 1.50m high
channel post (150x75x4mm) above ground level and 1.20m below ground level, spaced at 2m centre
1 to centre, all steel parts, all fittings and fitments to be galvanized by hot dip process confirm to IS-
4759, metal beam rail to be fixed on the vertical post complete. Work will be carried out as per
Railway approved drawing and as per specification and special condition of contract attached
herewith. The post should be replaced below G.L. by driven mechanism or auger mechanism as
directed Engineer-in-charge as per site conditions. The concrete and shuttering as and when required
will be paid under the relevant items. Note: Extra for additional height of Galvanized channel post
(150x75x4mm) and other Galvanized Materials etc.
NS2 123000.00 Kg 79.30 9753900.00 AT Par 9753900.00 Rs.
2 Description:- Extra for additional height of Galvanized channel post (150x75x4mm) and other
Galvanized Materials etc.

3. ITEM BREAKUP

Page 1 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

Schedule Schedule 1-Schedule-A


Item- 1 Schedule-A (Scheduled Items as per DSR-2021 Items)
S No. Item Description of Item Unit Qty Rate Amount
No
2.0 EARTH WORK
Earth work in excavation by mechanical
means (Hydraulic excavator)/manual means
over areas (exceeding 30 cm in depth, 1.5 m
2.6 in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth
lead upto 50 m and lift upto 1.5 m, as directed
by Engineer-in-charge.
1 2.6.1 All kinds of soil cum 6560 205.45 1347752
Earth work in excavation by mechanical
means (Hydraulic excavator) / manual means
in foundation trenches or drains (not
exceeding 1.5 m in width or 10 sqm on plan),
2.8 including dressing of sides and ramming of
bottoms, lift upto 1.5 m, including getting out
the excavated soil and disposal of surplus
excavated soil as directed, within a lead of 50
m.
2 2.8.1 All kinds of soil. cum 15149 286.85 4345490.65
2.27 Supplying and filling in plinth with sand under cum 727 2161.2 1571192.4
3 floors, including watering, ramming,
consolidating and dressing complete.
Excavating holes more than 0.10 cum & upto
0.5 cum including getting out the excavated
soil, then returning the soil as required in
layers not exceeding 20cm in depth, including
2.30
consolidating each deposited layer by
ramming, watering etc, disposing of surplus
excavated soil, as directed within a lead of 50
m and lift upto 1.5 m.
4 2.30.1 All kinds of soil Each 1650 89.9 148335
2.31 Clearing jungle including uprooting of rank Sqm 238655 14.5 3460497.5
vegetation, grass, brush wood, trees and
saplings of girth up to 30 cm measured at a
5
height of 1 m above ground level and removal
of rubbish up to a distance of 50 m outside the
periphery of the area cleared.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement
concrete of specified grade excluding the cost
4.1
of centering and shuttering - All work up to
plinth level :
4.1.2 1:1.5:3 (1 Cement: 1.5 coarse sand (zone-III) cum 4617 7783.65 35937112.05
derived from natural sources : 3 graded stone
6
aggregate 20 mm nominal size derived from
natural sources)
4.1.3 1:2:4 (1 cement : 2 coarse sand (zone-III) cum 10995 7365.15 80979824.25
derived from natural sources : 4 graded stone
7
aggregate 20 mm nominal size derived from
natural sources)
4.1.5 1:3:6 (1 Cement : 3 coarse sand (zone-III) cum 500 6833.4 3416700
derived from natural sources : 6 graded stone
8
aggregate 20 mm nominal size derived from
natural sources)
Centering and shuttering including strutting,
4.3
propping etc. and removal of form work for :
9 4.3.1 Foundations, footings, bases for columns Sqm 27028.4 307.95 8323395.78
4.14S MISCELLANEOUS

Page 2 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

Providing and laying in position ready mixed


or site batched design mix cement concrete
for plain cement concrete work; using coarse
aggregate and fine aggregate derived from
natural sources, Portland Pozzolana/Ordinary
Portland /Portland Slag cement, admixtures in
recommended proportions as per IS: 9103 to
accelerate / retard setting of concrete, to
improve durability and workability without
impairing strength; including pumping of
concrete to site of laying, curing, carriage for
4.20
all leads; but excluding the cost of centering,
shuttering and finishing as per direction of the
engineer-in-charge; for the following grades of
concrete. Note: Extra cement up to 10% of the
minimum specified cement content in design
mix shall be payable separately. In case the
cement content in design mix is more than
110% of the minimum specified cement
content, the contractor shall have discretion to
either re-design the mix or bear the cost of
extra cement.
4.20.1 All works upto plinth level :
4.20.1.3 Concrete of M20 grade with minimum cement cum 149 8387.15 1249685.35
10
content of 270 kg /cum
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting,
5.9
propping etc. and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. Sqm 13000 307.95 4003350
11
for mass concrete
5.9.6 Columns, Pillars, Piers, Abutments, Posts and Sqm 900 804.25 723825
12
Struts
5.12S PRE-CAST RCC
5.13 Providing, hoisting and fixing up to floor five cum 4302 13581.85 58429118.7
level precast reinforced cement concrete in
small lintels not exceeding 1.5m clear span up
to floor five level, including the cost of
required centering, shuttering but , excluding
13
the 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 ).
5.17 Providing, hoisting and fixing above plinth cum 3000 10817.1 32451300
level up to floor five level precast reinforced
cement concrete in vertical & horizontal fins,
individually or forming box louvers, setting in
cement mortar 1:2 (1 cement : 2 coarse sand),
14 including the cost of required centering,
shuttering but , excluding the 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, bending, placing in
5.22
position and binding all complete upto plinth
level.
5.22.6 Thermo-Mechanically Treated bars of grade Kg 1300780 89.65 116614927
15
Fe-500D or more.
5.33S DESIGN MIX CONCRETE

Page 3 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

Providing and laying in position ready mixed


or site batched design mix cement concrete
for reinforced cement concrete work; using
coarse aggregate and fine aggregate derived
from natural sources, Portland Pozzolana /
Ordinary Portland /Portland Slag cement,
admixtures in recommended proportions as
per IS: 9103 to accelerate / retard setting of
concrete, to improve durability and workability
without impairing strength; including pumping
of concrete to site of laying, curing, carriage
5.33 for all leads; but excluding the cost of
centering, shuttering, finishing and
reinforcement as per direction of the
engineer-in-charge; for the following grades of
concrete. Note: Extra cement up to 10% of the
minimum specified cement content in design
mix shall be payable separately. In case the
cement content in design mix is more than
1.10 times of the specified minimum cement
content, the contractor shall have discretion to
either re-design the mix or bear the cost of
extra cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cement cum 2400 8683.8 20841120
16
content of 330 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.1 Concrete of M25 grade with minimum cement cum 100 10306.2 1030620
17
content of 330 kg /cum
10.0 STEEL WORK
10.1 Structural steel work in single section, fixed Kg 8087 93.05 752495.35
with or without connecting plate, including
18 cutting, hoisting, fixing in position and
applying a priming coat of approved steel
primer all complete.
10.2 Structural steel work riveted, bolted or welded Kg 90876 111.95 10173568.2
in built up sections, trusses and framed work,
19 including cutting, hoisting, fixing in position
and applying a priming coat of approved steel
primer all complete.
13.0 FINISHING
13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement
13.44
paint of required shade :
13.44.1 New work (Two or more coats applied @ 3.84 Sqm 44100 97.6 4304160
20
kg/10 sqm)
Total 390104469.23
Schedule Schedule 2-Schedule-B
Item- 1 Schedule-B (Scheduled Items as per USSOR-2021 Items)
S No. Item Description of Item Unit Qty Rate Amount
No

Page 4 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

Earthwork in filling in embankment, guide


bunds, around buried type abutments, bridge
gaps, trolley refuges, platforms etc. with
contractor's own earth conforming to Soil
Quality Class SQ1/SQ2/SQ3, after preparation
of foundations as applicable, benching in
existing banks wherever required, spreading
in layers with motor grader, bringing the
moisture content to OMC, mechanical
compaction to specified density a n d dressing
of bank to final profile as per RDSO
Specifications: RDSO/2020/GE: IRS-0004 with
latest correction slips. Note: 1) Foundation
preparation, Benching including additional
earthwork on account of this, wherever
required, shall be paid extra under relevant
schedule item for benching. 2) Payment for
Earthwork under this item shall be made
based on the cross section measurements
calculated (i) with original ground profile of
existing bank based on initial ground levels
before doing benching and (ii) final profile of
the bank worked out with final levels as per
prevailing guidelines.
1 011031 Using Soil Class SQ1 cum 25.00 391.59 9789.75
Total 9789.75

4. ELIGIBILITY CONDITIONS

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

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover
of V/N or 'V' whichever is less, where V= Advertised value of the tender
in crores of Rupees N= Number of years prescribed for completion of
work for which bids have been invited. The average annual contractual
turnover shall be calculated as an average of "total contractual Allowed
1 No No
payments" in the previous three financial years, as per the audited (Mandatory)
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.
The tenderers shall submit requisite information as per Annexure-XIVA,
along with copies of Audited Balance Sheets duly certified by the
1.1 No No Not Allowed
Chartered Accountant/ Certificate from Chartered Accountant duly
supported by Audited Balance Sheet.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
Allowed
1 amount equal to 40% of advertised value of the tender, or One similar No No
(Mandatory)
work each costing not less than the amount equal to 60% of advertised
value of the tender. Description of work, organization for whom
executed, approximate value of contract at the time of award, date of
award and date of scheduled completion of work, Date of actual start,
actual completion and final value of contract should also be given.
Allowed
1.1 Definition Of Similar Work : - Any civil engineering work. No No
(Mandatory)

Page 5 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

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 Allowed
1.1.1 No No
on National Stock Exchange or Bombay Stock Exchange, (Mandatory)
incorporated/registered atleast 5 years prior to the date of closing of
tender, shall also be considered provided the work experience certificate
has been issued by a person 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,
Allowed
1.1.2 bill wise details of payment received duly certified by Chartered No No
(Mandatory)
Accountant, TDS certificates for all payments received and copy of
final/last bill paid by company in support of above work experience
certificate.

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.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
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
3 deletion or no alteration to the content of the 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,
4
statements and 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
5
with the offer and 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
6
are fully 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 /
7 Department of Govt. 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
8
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 contract, it will lead to termination of the contract, along with forfeiture of Bid
9
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
10
registered with the competent 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
1 below). Non submission of the 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

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

Check Lst

Page 6 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
" No post tender correspondence will be done with the
participant tenderer(s) for deficient credentials noted during
1 scrutiny of tender/offer nor any credential will be accepted after No No Not Allowed
opening of the tender and the offer shall be decided on the basis
of submitted/Credentials downloaded with offer only"
If it is NOT mentioned in the submitted tender that tender is
being submitted on behalf of a Sole Proprietorship firm /
2 Partnership firm / Joint Venture / Registered Company etc., then No No Not Allowed
the tender shall be treated as having been submitted by the
individual who has signed the tender.
After opening of the tender, any document pertaining to the
constitution of Sole Proprietorship Firm / Partnership Firm /
Registered Company/ Registered Trust / Registered Society/HUF
etc. shall be neither asked nor considered, if submitted.Further,
3 No No Not Allowed
no suo moto cognizance of any document available in public
domain (i.e., on internet etc.) or in Railway's record/office files
etc. will be taken for consideration of the tender, if no such
mention is available in tender offer submitted

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer/s shall submit a duly filled Tender form as per Allowed
1 No No
"ANNEXURE-I" OF STANDARD TENDER DOCUMENT" (Mandatory)
The tenderers shall submit a copy of certificate stating that all
their statements/documents submitted a longwith bid are true
and factual. Standard format of certificate to be submitted by
the bidder is enclosed as Annexure-V. In addition to Annexure-V,
in case of other than Company/Proprietary firm, Annexure-V (A)
shall also be submitted by the each member of a Partnership
Firm/ Joint Venture (JV)/Hindu Undivided Family (HUF)/ Limited Allowed
2 No No
Liability Partnership (LLP) etc. as the case may be. Non (Mandatory)
submission of above Certificate(s) by the bidder shall result in
summarily rejection of his/their bid. It shall be mandatorily
incumbent upon the tenderer to identify, state and submit the
supporting documents duly self attested/digitally signed by
which they/he is qualifying the Qualifying Criteria mentioned in
the Tender Document.
The following documents should be specified for submission
3 No No Not Allowed
along with tender:
His capacity to undertake and carry out the work satisfactorily
Allowed
3.1 with details about the transport equipments, construction tools No No
(Mandatory)
& plants etc. required for the work, maintained by him.
A. List of Personnel, Organization available on hand and Allowed
3.2 No No
proposed to be engaged for the subject work. (Optional)
B. List of plant Machinery available on hand own and proposed
Allowed
3.3 to be inducted own hired to be given separately for the subject No No
(Mandatory)
work.
D. List of works on hand indicating description of work, contract
Allowed
3.4 value, and approximate value of balance work yet to be done No No
(Optional)
and date of award.
Detailed particulars of works he/they have executed in the past Allowed
3.4.1 No No
should be submitted along with the Tender. (Mandatory)
The tenderers whether sole proprietor , a limited company or a
partnership firm he/they should submit authentic proof in terms
of partnership deed, proprietorship documents etc. along with
the tender. If he/they want to act through agent or individual
partners should submit a power of attorney duly stamped and
authenticated by Notary Public or by Magistrate in favour of Allowed
4 Yes No
specific person whether he/she/they are partners of the firm or (Mandatory)
any other person specifically authorizing him/her name to
submit the tender, sign the agreement , receive money, witness
measurements, sign measurement books , compromise, settie,
relinquish any claims, preferred by firm and also sign No Claim
Certificate and refer all or any disputes arbitration.

Page 7 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

Bid Security: (a)Subject to exemptions provided under para


4(iv)) of this document, the tender must be accompanied by a
Bid Security as mentioned in tender documents, failing which
the tender shall be summarily rejected. (b)The Tenderer(s) shall
keep the offer open for a minimum period of 60 days (in case of
two packet system of tendering 90days) from the date of closing
of the Tender. It is understood that the tender documents have
been issued to the Tenderer(s) and the Tenderer(s), is / are
permitted to tender in consideration of the stipulation on his /
their part that after submitting his / Their tender subject to the
period being extended further, if required by mutual agreement
from time to time, he will not resile from his offer or modify the
terms and conditions thereof in a manner not acceptable to
North East Frontier Railway. Should the tenderer fail to observe
or comply with the foregoing stipulation, the amount deposited
or Bank guarantee bond submitted as Bid Security for the due
performance of the above stipulation, shall be forfeited to the
Allowed
5 Railway. (c)If his tender is accepted, (i)the Bid Security No No
(Mandatory)
mentioned in sub para(a) above deposited in cash through e-
payment gateway will be retained as part security for the due
and faithful fulfillment of the contract in terms of Clause 16 of
the Standard General Conditions of Contract; (ii)the Bid Security
mentioned in sub para(a) above submitted as Bank guarantee
bond, will be encashed as part security for the due and faithful
fulfillment of the contract in terms of Clause 16 of the Standard
General Conditions of Contract. The Bid Security of other
Tenderers shall, save as herein before provided, be returned to
them, but the Railway shall not be responsible for any loss or
depreciation to the Bid Security that may happen thereto while
in their possession, nor be liable to pay interest thereon. (d)In
case Contractor submits the Term Deposit Receipt/Bank
Guarantee Bond towards either the Full Security Depositor the
Part Security Deposit equal to or more than Bid Security, the
Railway shall return the Bid Security so retained as per sub
para(c) above, to the Contractor.
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
6 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.
Please provide your bank details to facilitate payment through Allowed
7 No No
ECS. (Mandatory)
Allowed
7.1 GST Registration certificate and PAN to be submit No No
(Mandatory)
Please give full details of the Constitution of the
Firm/JV/Company/Society etc. and also submit relevant
documents as applicable, by uploading the relevant documents Allowed
8 No No
in accordance with clause 2.2.6 of Instructions to Tenderers. (Optional)
Non-submission of these documents shall render the offer liable
to be rejected.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In case of any difficulty, help desk available on the website of
1 No No Not Allowed
IREPS may be approached.
For those conditions for which standard formats have been given
in the uploaded document titled-Formats for uploading of
2 No No Not Allowed
various format. The information should only be submitted in
these standard formats.
3 Note for Commercial compliance :- No No Not Allowed
Certificates from private individuals for whom such works are
3.1 No No Not Allowed
executed being executed is not acceptable.

Page 8 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

For Standard Financial criteria and Standard Technical criteria -


Tenderers are required to submitted authenticated certificate
along with the tenders from officers of government or semi-
government/public sector undertakings under whom the work
4 has been executed indicating there in the name of work No No Not Allowed
executed, value of works/payment details and period during
which completed. Such certificates should have signature and
seal of the concerned officer. In the absence of such certificate
the tender may not be considered.
Due to roll out of GST with effect from 01.07.2017. The following
5 No No Not Allowed
additional terms and special condition are given below-
For the tenders due to open before roll out of GST- All the
bidders/tenderers while quoting the rates should clearly indicate
the rate of applicable duties and taxes included in the prices
5.1 No No Not Allowed
quoted by them. Any variation in tax structure/rate due to
introduction of GST, shall be dealt with under Statutory Variation
Clause.
For the tenders opening after roll out of GST- All the
5.2 bidders/tenders should ensure that they are GST compliant and No No Not Allowed
their quoted tax structure/rates are as per GST Law.
The Railway reserves the right to verify all statements,
information and documents submitted by the bidder in his
tender offer, and the bidder shall, when so required by the
Railway,make available all such information, evidence and
6 No No Not Allowed
documents as may be necessary for such verification. Any such
verification or lack of such verification by the railway shall not
relieve the bidder of its obligations or liabilities hereunder nor
will it affect any rights of the railway thereunder.
In addition to General condition of contract April/2022 and
Indian Railways Unified standard specification Works Materials
7 No No Not Allowed
Volume I II 2010, revised upto date, special condition attached
shall also apply.
8 Note for Commercial compliance :- No No Not Allowed
In case of items C. and D. of Commercial Compliance, supportive
8.1 documents/certificates from the organizations with whom they No No Not Allowed
worked/are working should be enclosed.
Work experience certificate from private individual shall not be
considered. However, in addition to work experience certificates
8.2 issued by any Govt. Org, PSU company having average annual No No Not Allowed
turnover of Rs 500 crore and above in last 3 financial years
excluding the current financial year
Eligibility criteria for works tender in respect of partnership
9 No No Not Allowed
firms:-
in case the tenderer is a partnership firm s , the experience,
9.1 solvency and turn over shall be in the name and style of the firm No No Not Allowed
only.
If the tenderer is a partnership firm, all the partners shall be
jointly and severally liable for successful completion of the work
9.2 No No Not Allowed
and no request for change on the certification of the firm shall
be entertained.
During the currency of the contract, no partner of the firm shall
be permitted to withdraw from partnership business and in such
9.3 No No Not Allowed
and event it shall be treated as breach of trust and
abandonment of the contract.
9.4 JOINT VENTURE will not be permitted for the tenders. No No Not Allowed
9.5 Any Conditional offer will be summarily rejected. No No Not Allowed
All tenderers are expected to submit full credentials with their
10 tender to establish their capacity to undertake and successfully No No Not Allowed
complete the tender work.
It would be advantageous if the claims of having completed the
11 works after supported by certificates/testimonials given by the No No Not Allowed
agency for whom the work had been done.

Page 9 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

It may be noted that submission of complete and accurate


information is the responsibility of the tenderer. The Tender
Inviting Authority reserves the right to verify, in any manner at
12 its sole discretion, the accuracy of the information furnished by No No Not Allowed
the Tenderer and if it is revealed that the Tenderer had
submitted incorrect information to derive undue benefits, his
Tender may be summarily rejected on these grounds
The Tenderers should ensure that the information given in this
part of the tender clearly establishes his capacity to successfully
execute the tender work. It may be noted that the Tender
Inviting Authority does not have any obligation to seek
clarification on the information furnished or the information
13 No No Not Allowed
furnished is incomplete/inadequate to establish the tenderers
capacity, the tender is likely to be rejected on these grounds. No
plea made by the tenderer on this account by submitting
additional information, etc. shall be entertained by the Tender
Inviting Authority.
The successful bidder shall have to submit a Performance
Guarantee (PG) within 21 (Twenty one) days from the date of
issue of Letter of Acceptance (LOA). Extension of time for
submission of PG beyond 21 (Twenty one) days and upto 60
days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement.
However, a penal interest of 12% per annum shall be charged
for the delay beyond 21(Twenty one) days, i.e. from 22ndday
after the date of issue of LOA. Further, if the 60thday happens to
be a declared holiday in the concerned office of the Railway,
submission of PG can be accepted on the next working day. In
14 No No Not Allowed
all other cases, if the Contractor fails to submit the requisite PG
even after 60 days from the date of issue of LOA, the contract is
liable to be terminated. In case contract is terminated railway
shall be entitled to forfeit 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.
Whenever the contract is rescinded, the Performance Guarantee
already submitted for the contract shall be encashed. The
Engineer shall not make a claim under the Performance
Guarantee except for amounts to which the President of India is
entitled under the contract (not withstanding and/or without
prejudice to any other provisions in the contract agreement) in
the event of: (i) Failure by the Contractor to extend the validity
15 of the Performance Guarantee as described herein above, in No No Not Allowed
which event the Engineer may claim the full amount of the
Performance Guarantee. (ii) Failure by the Contractor to pay
President of India any amount due, either as agreed by the
Contractor or determined under any of the Clauses/Conditions of
the Agreement, within 30 days of the service of notice to this
effect by Engineer. (iii) The Contract being determined or
rescinded under clause 62 of these conditions.
Date and time of close of Tender : Tender would close at the
specific time and date. In case the specified date is declared a
16 No No Not Allowed
holiday, the tender would close at the same time on the next
working day.
Earnest Money and Tender Document Cost: -All the tenderers /
Contractors have to deposit full earnest money and tender
17 No No Not Allowed
document cost as stipulated in the tender document through the
following manual modes:
The earnest money deposited with the tender of successful
tenderer will be retained as part of security deposit which will be
5 percent of the value of work awarded. The balance amount of
17.1 No No Not Allowed
security deposit will recovered from on account bills of the work
@10 percent till it reaches upto 5 percent of the value including
earnest money.

Page 10 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

Cost of Tender Document and Earnest Money: Online Payment


of Earnest Money and Cost of tender Document would not be
accepted. Tenderers intending to participate in the e-tender
must make payment of the Cost of Tender Document and
Earnest Money, manually as per provisions available in IREPS
Works Tender Module. Tenderer has to pay through separate
instruments for cost of Tender Document and Earnest Money
either through Cash receipt, Bankers Cheque or Demand Draft.
The Bankers Cheque/Demand draft should be from SBI or any
Nationalized or Schedule Bank in favour of FA & CAO,
N.F.Railway, Maligaon. A scanned copy of the money
receipt/bankers Cheque/DD is to be uploaded along with the
tender in IREPS Portal. The tenderer must submit the original
Instruments towards Cost of Tender Document and Earnest
Money in the Tender Box kept at GM(W)/MLG before
17.2 closing/sealing of the tender box. The original instrument for No No Not Allowed
cost of Tender Document and Earnest Money, along with a
forwarding letter, must be sealed in an envelope which would be
super-scribed with Tender Number and Closing Date of Tender.
The tenderer can also send the original instrument for cost of
tender document and Earnest Money by Registered Post/Speed
Post to reach the office of the Tender inviting Authority by
07.07.2016. However, Railway administration shall not be
responsible for any postal delay. The original instrument must
be received upto the date and time for Close of Tender. Offers
against which the original instruments of payment for Earnest
Money and Cost of Tender Document are not received within the
time frame specified herein, will be summarily rejected. Also, if
there is any discrepancy between uploaded document and
original instrument received, the offer would be summarily
rejected.
COMPLETION OF WORK - The Contractor/s shall have to
complete the work in all respects within the completion period as
specified, including monsoon from the date issue of acceptance
of the tender. The Contractor/s will have to employ labour in full
strength commensurate with working areas available. He will
also arrange for materials and equipments to complete the job
most expeditiously within the stipulated completion period. The
Engineers decision as to what is full strength will be final. He
should also submit bar-chart for completing the work in time.
The contractor/s will be required to maintain speedy and
18 No No Not Allowed
required progress to the satisfactions of the Engineer to ensure
that the work will be completed in all respects within the
stipulated period failing which action may be taken by the
Railway Administration in terms of Clause 17 and/or clause 62 of
the General Conditions of Contract, July 2014. MAINTENANCE
PERIOD - The tenderer/s shall be required to maintain the work
effectively for the specified period from the date of completion
as per Clause No.47 of the General Conditions of Contract July
2014 and no part refund of Security Deposit shall be permitted
during the maintenance period mentioned above.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of
1 No No Not Allowed
the site conditions.
I/We offer to do the work at the rates quoted in the tender
schedule and hereby bind myself / ourselves to complete the
2 No No Not Allowed
work in all respects within the quoted period of completion, from
the date of issue of letter of acceptance of tender.

Page 11 of 12 Run Date/Time: 04/10/2024 18:32:04


NFR HQ-ENGG/N F RLY
TENDER DOCUMENT
Tender No: GMW-082024-MLG Closing Date/Time: 28/10/2024 15:00

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
3 repercussions, if quoted by us anywhere else including attached No No Not Allowed
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.

6. Documents attached with tender

S.No. Document Name Document Description


1 TDOCGMW-082024-MLG.pdf Tender Document
AnnexureGMW-082024-
2 Annexures
MLG.pdf
3 GCC-2022-ACS6_1.pdf GCC 2022

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

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

Signed By: PRADEEP YADAV

Designation : Dy.CE/TK

Page 12 of 12 Run Date/Time: 04/10/2024 18:32:04

You might also like