viewNitPdf 4047869
viewNitPdf 4047869
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00
DY.CE/C/AGC acting for and on behalf of The President of India invites E-Tenders against Tender No CEN00AGC1622 Closing
Date/Time 24/01/2023 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers
are not allowed against this tender, and any such manual offer received shall be ignored.
1. NIT HEADER
Earthwork in embankment and other ancillary work of approach of new Yamuna bridge and
Name of Work
civil work in connection with doubling of JAB -AF section.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 24/01/2023 15:00 Date Time Of Uploading Tender 26/12/2022 15:10
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 92473279.63 Tendering Section RATES SEC
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 612400.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 10/01/2023 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 1-Part A NS Items -769449.00
Below/Par
NS 2500.00 Sqm -401.18 -1002950.00 AT Par -1002950.00
Description:- Dismantling and credit to railway for released material of existing service/residential buildings such
as office rooms, verandah, service room, lavatory block etc. with contractor's own labour and equipment's etc. at
the site, released martials such as rails pipe line, electrical & tele communication fixtures shall be the property of
1 railway and the same will be stacker SSE/C/Works store, goodown at TDL from dismantling of walls, roofing,
floors all types of foundations to the required depth, trusses and celling at any height the other released materials
will be the contractor's property and all the dismantled materials including rubbing etc. shall be removed
simultaneously to keep the site clear for execution of other woks as directed by the Engineer-in-charge and as
per special conditions of contract and standard specifications including all lead, lift, ascents, descents, crossing of
railway tacks, level crossing nallahs and any other obstructions whatsoever.
NS2 200.00 Man-Days 523.57 104714.00 AT Par 104714.00
2 Description:- Providing services of semi skilled/unskilled workmen like Black smith, on 24 hrs basis to attend
failure in continuity of track and to watch /guard Railway material/ assets. Work man per day HighlySkilled/Skilled
workman
NS3 300.00 Man-Days 429.29 128787.00 AT Par 128787.00
3 Description:- Providing services of semi skilled/unskilled workmen like Black smith, on 24 hrs basis to attend
failure in continuity of track and to watch /guard Railway material/ assets. Work man per day Semiskilled/un-
skilled workman.
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule 2-IR USSOR 2019 Items 38845462.91
Below/Par
Please see Item Breakup for details. 38845462.91 AT Par 38845462.91
1
Description:- IR USSOR 2019 Items
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule 3-CPWD DSR Items 54397265.72
Below/Par
Please see Item Breakup for details. 54397265.72 AT Par 54397265.72
1
Description:- CPWD DSR Items
3. ITEM BREAKUP
4 012050 Providing of Blanketing over finished formation as per cum 7000.00 1730.93 12116510.00
latest RDSO specifications and procedures by
supplying materials of approved quality, spreading in
layers not exceeding in 30cm in thickness in loose
conditions and leveling by motor grader and
compacting by vibro roller of required capacity upto
desired degree of compaction, finishing to correct
profile with all lead and lift, complete in all respect to
the satisfaction of the Engineer-in-Charge. Rate
includes all labour, material, tools, plants, machinery,
testing equipment, testing charges, taxes, Royalties,
Octroi etc. and all other incidental charges including
compaction. Note:( i) The work shall be carried out as
per RDSO Guidelines and specifications for Design of
Formation for Heavy Axle Load (Report No.
RDSO/2007/GE: 0014 of November, 2009) for
mechanically produced blanketing material for Railway
Formation. (ii) The Quality Control tests as prescribed
vide RDSO/2007/ GE:0014 with up to date
ammendment shall be arranged at site by the
Contractor, for which no separate payment will be
made. (iii) The tenderer is requested to go through
specifications of blanketing material as per GE-0014
RDSO specifications. The blanketing material is
expected to be manufactured in quarry/ site with pug
mill type blender from stone crushed material of
required quality as per specification with the grading
falling in the enveloping curve. The rate includes the
CBR tests, Los Angels Abrasion test, Impact tests,
Atterberg limits, Grain size analysis, MDD and all
quality tests as per specifications to be carried as per
the laid down frequency on blanketing material/
compacted finished blanket surface. (iv) Measurement
will be made on finished profile after compaction.
Providing and removing barricading with the help of
portable fencing along running track where work is to
be done in close vicinity of track. Fencing shall consist
of self supporting steel angles of size 50mm x 50mm x
6mm, 1.5m long provided with hooks etc. and
embedded in CC 1:2:4 block of size 0.23m x 0.23m x
0.23m placed at c/c distance of 2m along track. 12mm
dia rods in three horizontal layers shall be tack welded
with angle posts. {Note : Released material will be
property of the contractor after completion of work.
Cost of cement to be paid separately}
5 013101 With provision of one 50mm wide retro-reflective tape Metre 1500.00 205.31 307965.00
in horizontal direction, duly secured/tight with vertical
posts
Earthwork in excavation by mechanical means
(Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including
setting out, dressing of sides, ramming of bottom,
getting out the excavated material, back filling in layers
with approved material and consolidation of the layers
by ramming and watering etc. including all lift, disposal
of surplus soil upto a lead of 300m, all types of shoring
and strutting with all labour and material complete as
per drawing and technical specification as directed by
Engineer in charge. Note: This item will be used for
excavation work in connection with other miscellaneous
works also. like side drains, foundation for OHE masts
and other miscellaneous structures in connection with
Gauge Conversion, Doubling, New lines
6 022011 All kinds of soils cum 400.00 174.58 69832.00
7 022012 Ordinary rock cum 50.00 361.79 18089.50
8 022013 Hard rock (requiring blasting) cum 25.00 656.16 16404.00
16 022100 Providing, fabricating and installing permanent casing MT 1.00 73831.33 73831.33
pipe for bored piles for all diameters with specified
thickness of steel plate including all labour, materials,
pumping and bailing out water wherever required,
complete as per technical specifications as directed by
Engineer in charge. This will include the weight of plate
only and no cognizance will be given for the fittings, i.e.
rivets and welding etc.
Conducting load testing of a single pile upto following
capacity in accordance with IS:2911 (Part-IV) including
installation of loading platform and preparation of pile
head or construction of test cap and dismantling of test
cap after test etc. with all labour, material, tool & plants,
equipment, machinery, etc. complete as per drawing
and specification, as directed by the Engineer
17 022123 Initial load test above 100 ton capacity upto 250 ton Each 1.00 84758.35 84758.35
capacity pile
18 022124 Extra for every increase of 50 ton in pile capacity or Each 5.00 7800.18 39000.90
part thereof over 250 ton
19 024020 Providing and laying in position machine batched, cum 20.00 2472.32 49446.40
machine mixed and machine vibrated Design Mix
Cement Concrete of specified grade (cast in-situ) using
20mm graded crushed stone aggregate and coarse
sand of approved quality in Drop and curtain wall and
alike structures below bed level, including centering,
shuttering and finishing complete as per drawings and
technical specifications as directed by Engineer.
Payment for cement, reinforcement and shuttering
shall be made extra.
20 025020 Providing and applying two coats of coal tar or bitumen Sqm 190.00 163.63 31089.70
confirming to IS:3117- latest version on the top and
sides of RCC box/slabs @ 1.70 kg/sqm after cleaning
the surface with all labour and materials complete job
as directed by the Engineer
centering and shuttering including strutting, propping
etc. and removal of form for :
21 025031 All types of bridge sub-structures, e.g. pier, abutment, Sqm 1530.00 602.78 922253.40
wing wall, retaining wall, RCC box type foundations,
Abutment cap, Pier Cap, Inspection Platform &
Pedestal over Pier cap, Fender wall, Diaphragm wall
etc. upto 5m above ground level
22 025032 All types of bridge super-structures, e.g. slabs, I- Sqm 200.00 783.89 156778.00
girders, T-girders, Box girders etc. upto 5m above
ground level
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete
23 025072 Thermo-Mechanically Treated bars of grade Fe-500D Kg 158000.00 70.35 11115300.00
or more.
24 031020 Providing and laying in position machine batched, cum 70.00 2472.32 173062.40
machine mixed and machine vibrated Design Mix
Cement Concrete of specified grade using 20mm
graded crushed stone aggregate and coarse sand of
approved quality for the Precast Prestressed (Post
tensioned) concrete girder/Box (spans upto 30.5m) in
contactor's casting yard, including finishing, using
Admixtures in approved proportions (as per IS:9103),
to modify workability & other properties without
impairing strength and durability, complete as per
drawings, specifications and direction of the Engineer.
Payment for Shuttering, Cement, reinforcement, HTS
cables, anchorage cones, stressing of cables and
grouting of the ducts will be done extra. Launching of
girder/slab in position is not included in this item.
34 052230 Providing cast in situ bridge number plaques as per Each 2.00 735.87 1471.74
Railway drawing in cement concrete 1:2:4 mix using
20mm hard stone aggregate embedded in 30mm notch
in Bridge parapet coping duly engraving the letter and
figures and an arrow indicating the direction of flow and
finishing the top exposed surface with cement mortar
1:3, painting letters and figures with two coats of black
enamel paint on two coats of white background with all
labour, tools, cement, paint etc. with all leads and lifts.
35 052270 Providing Boulder Backing behind wing wall, return cum 40.00 454.35 18174.00
wall, retaining wall with hand packed boulders &
cobbles with smaller size boulders toward the back
including all lead, lift, labour & other incidental charges
as complete work in all respect. Payment for
boulder/cobbles will be done extra.
36 211230 Arranging labour as and when required by the Day 540.00 612.78 330901.20
Engineer incharge,for various works under SSE/P.Way,
with contractor's T&P, equipments, hand signal flags,
etc. as per specifications, special conditions and
detailed scope of work as furnished in the tender and
as directed by the Engineer incharge. Note ; For the
paying quantity, a total of 12 hours duty of a man will
be counted as one manday and nothing extra shall be
payable for night working. However, in a day, total
working hours shall not exceed 12 hours. In case,
working hours exceed 12 hours, separate manday shall
be counted. Note :- Location shall be identified in
advance.100% test check in advance to be done by
concerned ADEN as a proof of identification and got
signed by him.
Total 38845462.91
Schedule Schedule 3-CPWD DSR Items
Item- 1 CPWD DSR Items
S No. Item No Description of Item Unit Qty Rate Amount
1.0 CARRIAGE OF MATERIALS
By Manual Labour including loading, unloading and
1.2
stacking for lead less than 0.50 KM
1.2.2 Earth
1.2.2.2 Every additional lead of 50m or part thereof beyond1st cum- 7600 38.27 290852
1
50 m upto 9 such additional lead lead
1.2.5 Sand, stone aggregate below 40 mm nominal size
1.2.5.1 Cost of carriage inclusing loading, unloading & stacking cum 100 175.78 17578
2
for first 50 metres
1.2.7 Soling stone
1.2.7.1 Cost of carriage inclusing loading, unloading & stacking cum 150 206.8 31020
3
for first 50 metres
Stone blocks,G.I.,C.I. Stainless Steel pipes below 100
1.2.11
mm dia and other heavy material
1.2.11.2 Every additional lead of 50m or part thereof beyond1st tonne- 1350 18.83 25420.5
4
50 m upto 9 such additional lead lead
1.2.13 Steel
1.2.13.1 Cost of carriage inclusing loading, unloading & stacking Tonne 50 218.65 10932.5
5
for first 50 metres
2.0 EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or 10
2.8 sqm on plan), 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.
6 2.8.1 All kinds of soil. cum 1494.3 252.3 377011.89
5.2.2 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 cum 600 9306 5583600
20
graded stone aggregate 20 mm nominal size)
5.3 Reinforced cement concrete work in beams, cum 50 9763.8 488190
suspended floors, roofs having slope up to 15 degree
landings, balconies, shelves, chajjas, lintels, bands,
plain window sills, staircases and spiral stair cases
21 above plinth level up to floor five level, excluding the
cost of centering, shuttering, finishing and
reinforcement with 1:1.5:3 (1 cement : 1.5 coarse
sand(zone-III) : 3 graded stone aggregate 20 mm
nominal size).
5.9S FORM WORK
Centering and shuttering including strutting, propping
5.9
etc. and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 700 284.85 199395
22
concrete
5.9.2 Walls (any thickness) including attached pilasters, Sqm 220 609.3 134046
23
butteresses, plinth and string courses etc.
5.9.3 Suspended floors, roofs, landings, balconies and Sqm 1270 693.05 880173.5
24
access platform
5.9.5 Lintels, beams, plinth beams, girders, bressumers and Sqm 481 552.05 265536.05
25
cantilevers
26 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 486 733.7 356578.2
27 5.9.7 Stairs, (excluding landings) except spiral-staircases Sqm 40 622.35 24894
5.12S PRE-CAST RCC
5.12 Providing, hoisting and fixing above plinth level up to cum 2 8886.35 17772.7
floor five level precast reinforced cement concrete work
in string courses, bands, copings, bed plates, anchor
blocks, plain window sills and the like, including the cost
28
of required centering, shuttering but , excluding cost of
reinforcement with 1:1.5:3 (1 cement : 1.5 coarse
sand(zone-III) : 3 graded stone aggregate 20 mm
nominal size).
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
5.22A straightening, cutting, bending, placing in position and
binding all complete above plinth level.
5.22A.6 Thermo-Mechanically Treated bars of grade Fe-500D Kg 13000 83.5 1085500
29
or more.
5.33S DESIGN MIX CONCRETE
Providing and laying in position machine batched and
machine mixed design mix M-25 grade cement
concrete for reinforced cement concrete work, using
cement content as per approved design mix, including
pumping of concrete to site of laying but excluding the
5.33 cost of centering, shuttering, finishing and
reinforcement, including admixtures in recommended
proportions as per IS: 9103 to accelerate, retard setting
of concrete, improve workability without impairing
strength and durability as per direction of Engineer-in-
charge.
30 5.33.1 All works upto plinth level cum 135 7997.3 1079635.5
31 5.33.2 All works above plinth level upto floor V level cum 210 9400.85 1974178.5
5.35 Add for using extra cement in the items of design mix Quintal 20 673.3 13466
32
over and above the specified cement content therein.
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S. (non
6.1 modular) bricks of class designation 7.5 in foundation
and plinth in:
33 6.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 765 6376.25 4877831.25
10.18 Providing and fixing circular/ Hexagonal cast iron or Each 8 172.25 1378
M.S. sheet box for ceiling fan clamp, of internal dia 140
mm, 73 mm height, top lid of 1.5 mm thick M.S. sheet
with its top surface hacked for proper bonding, top lid
58
shall be screwed into the cast iron/ M.S. sheet box by
means of 3.3 mm dia round headed screws, one lock
at the corners. Clamp shall be made of 12 mm dia M.S.
bar bent to shape as per standard drawing.
10.19 Providing and fixing mild steel round holding down bolts Kg 450 83.85 37732.5
59
with nuts and washer plates complete.
Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and
10.25
applying a priming coat of approved steel primer using
structural steel etc. as required.
10.25.2 In gratings, frames, guard bar, ladder, railings, Kg 200 131 26200
60
brackets, gates and similar works
10.28 Providing and fixing stainless steel ( Grade 304) railing Kg 100 575.45 57545
made of Hollow tubes, channels, plates etc., including
welding, grinding, buffing, polishing and making
curvature (wherever required) and fitting the same with
necessary stainless steel nuts and bolts complete, i/c
fixing the railing with necessary accessories & stainless
61 steel dash fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the side of waist
slab with suitable arrangement as per approval of
Engineer-in-charge, (for payment purpose only weight
of stainless steel members shall be considered
excluding fixing accessories such as nuts, bolts,
fasteners etc.).
Providing & fixing fly proof wire gauze to windows,
10.29 clerestory windows & doors with M.S. Flat 15x3 mm
and nuts & bolts complete.
10.29.1 Galvanised M.S. Wire gauze with 0.63 mm dia wire and Sqm 30 709.3 21279
62
1.4 mm aperture on both sides
11.0 FLOORING
Cement concrete flooring 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate) finished with a
11.3
floating coat of neat cement, including cement slurry,
but excluding the cost of nosing of steps etc. complete.
63 11.3.1 40 mm thick with 20 mm nominal size stone aggregate Sqm 2000 498.35 996700
11.7 Cement concrete pavement with 1:2:4 (1 cement : 2 cum 550 7335.1 4034305
64 coarse sand : 4 graded stone aggregate 20 mm
nominal size), including finishing complete.
Providing and fixing 10 mm thick acid and/or alkali
resistant tiles of approved make and colour using acid
and/or alkali resisting mortar bedding, and joints filled
11.21
with acid and/or alkali resisting cement as per IS :
4457, complete as per the direction of Engineer-in-
Charge.
In flooring on a bed of 10 mm thick mortar 1:4 (1 acid
11.21.1
proof cement : 4 coarse sand)
65 11.21.1.1 Acid and alkali resistant tile Sqm 80 1495 119600
In dado/skirting on 12 mm thick mortar 1:4 (1 acid
11.21.2
proof cement : 4 coarse sand)
66 11.21.2.1 Acid and alkali resistant tile Sqm 20 1607.7 32154
11.36S CERAMIC GLAZED TILES
11.37 Providing and laying Ceramic glazed floor tiles of size Sqm 150 926.9 139035
300x300 mm (thickness to be specified by the
manufacturer) of 1st quality conforming to IS : 15622 of
approved make in colours such as White, Ivory, Grey,
67 Fume Red Brown, laid on 20 mm thick cement mortar
1:4 (1 Cement : 4 Coarse sand), Jointing with grey
cement slurry @ 3.3 kg/sqm including pointing the
joints with white cement and matching pigment etc.,
complete.
11.41S VITRIFIED FLOOR TILES
Providing and laying vitrified floor tiles in different sizes
(thickness to be specified by the manufacturer) with
water absorption less than 0.08% and conforming to IS:
15622, of approved make, in all colours and shades,
11.41
laid on 20mm thick cement mortar 1:4 (1 cement : 4
coarse sand), jointing with grey cement slurry @ 3.3
kg/ sqm including grouting the joints with white cement
and matching pigments etc., complete.
68 11.41.2 Size of Tile 600x600 mm Sqm 1030 1500.55 1545566.5
11.42 Deduct for not using 20 mm thick cement mortar 1:4 (1 Sqm 225 -677.55 -152448.75
69 cement : 4 coarse sand) bedding in laying of floor tiles
and jointing with grey cement slurry @ 3.3 kg/ sqm.
Providing and laying Polished Granite stone flooring in
required design and patterns, in linear as well as
curvilinear portions of the building all complete as per
the architectural drawings with 18 mm thick stone slab
over 20 mm (average) thick base of cement mortar 1:4
11.56
(1 cement : 4 coarse sand) laid and jointed with cement
slurry and pointing with white cement slurry admixed
with pigment of matching shade including rubbing ,
curing and polishing etc. all complete as specified and
as directed by the Engineer-in-Charge.
11.56.1 Polished Granite stone slab jet Black, Cherry Red, Elite Sqm 80 3526.6 282128
70
Brown, Cat Eye or equivalent.
12.0 ROOFING
12.1S SHEET ROOFING
10 cm thick (average) mud phaska of damped brick
earth on roofs laid to slope consolidated and plastered
with 25 mm thick mud mortar mixed with bhusa @ 35
kg per cum of earth and gobri leaping with mix 1:1 (1
12.16
clay : 1 cow dung) and covered with flat tile bricks,
grouted with cement mortar 1:3 (1 cement : 3 fine
sand) mixed with 2% of integral water proofing
compound by weight of cement and finished neat:
12.16.1 With common burnt clay F.P.S.(non modular) brick tile Sqm 590 826.75 487782.5
71
of class designation 10
Providing, fixing and embedding sand cast iron
accessories for rain water pipes in the masonry
12.40 surrounded with 12 mm thick cement mortar of the
same mix, as that of masonry (lead caulking will be
paid for separately):
Providing and fixing on wall face unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type A,
12.41 including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes.
72 12.41.2 110 mm diameter Metre 64 305.05 19523.2
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
12.42 PVC rain water pipes conforming to IS : 13592 Type A,
including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
12.42.5 Bend 87.5 degrees
13.44.1 New work (Two or more coats applied @ 3.84 kg/10 Sqm 900 91.25 82125
85
sqm)
Finishing walls with textured exterior paint of required
13.45
shade :
13.45.1 New work (Two or more coats applied @ 3.28 ltr/10 Sqm 1250 232 290000
86 sqm) over and including priming coat of exterior primer
applied @ 2.20kg/10 sqm
Finishing with Deluxe Multi surface paint system for
13.48 interiors and exteriors using Primer as per
manufacturers specifications :
13.48.1 Two or more coats applied on walls @ 1.25 ltr/10 sqm Sqm 2000 142.2 284400
87 over and including one coat of Special primer applied
@ 0.75 ltr /10 sqm
Painting with synthetic enamel paint of approved brand
13.61
and manufacture to give an even shade :
88 13.61.1 Two or more coats on new work Sqm 700 121.55 85085
Painting with synthetic enamel paint of approved brand
13.62 and manufacture of required colour to give an even
shade :
13.62.1 Two or more coats on new work over an under coat of Sqm 350 177.15 62002.5
89 suitable shade with ordinary paint of approved brand
and manufacture
Applying priming coats with primer of approved brand
13.85 and manufacture, having low VOC (Volatile Organic
Compound ) content.
13.88 Removing white or colour wash by scrapping and sand Sqm 2000 14.2 28400
90 papering and preparing the surface smooth including
necessary repairs to scratches etc. complete
13.89 Distempering with dry distemper of approved brand Sqm 2000 49.55 99100
91 and manufacture (one or more coats) and of required
shade on old work to give an even shade.
Painting with aluminium paint of approved brand and
13.100
manufacture to give an even shade:
92 13.100.1 One or more coats on old work Sqm 1000 73.25 73250
14.0 REPAIRS TO BUILDING
14.42S FINISHING
14.75 Repair to plaster of thickness 12mm to 20 mm in Sqm 300 512 153600
patches of area 2.5 sqm and under, including cutting
the patch in proper shape, raking out joints and
93 preparing plastering the wall surface with white cement
based polymer modified self curing mortar, including
disposal of rubbish, all complete as per the direction of
Engineer-In-Charge.
15.0 DISMANTLING AND DEMOLISHING
Demolishing cement concrete manually/ by mechanical
15.2 means including disposal of material within 50 metres
lead as per direction of Engineer - in - charge.
15.2.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent cum 500 1737.45 868725
94
design mix)
Demolishing brick work manually/ by mechanical
means including stacking of serviceable material and
15.7
disposal of unserviceable material within 50 metres
lead as per direction of Engineer-in-charge.
95 15.7.2 In lime mortar with old mughal bricks cum 386 1271.95 490972.7
96 15.7.4 In cement mortar cum 410 1469.9 602659
Removing mortar from bricks and cleaning bricks
15.8 including stacking within a lead of 50 m (stacks of
cleaned bricks shall be measured):
15.8.2 1000 5000 3886.35 19431.75
97 From brick work in lime mortar
Nos.
17.1.1 White Vitreous china Orissa pattern W.C. pan of size Each 14 5421.5 75901
110
580x440 mm with integral type foot rests
Providing and fixing white vitreous china pedestal type
water closet (European type W.C. pan) with seat and
lid, 10 litre low level white P.V.C. flushing cistern,
17.2 including flush pipe, with manually controlled device
(handle lever), conforming to IS : 7231, with all fittings
and fixtures complete, including cutting and making
good the walls and floors wherever required :
17.2.1 W.C. pan with ISI marked white solid plastic seat and Each 2 5260.95 10521.9
111
lid
17.2.2 W.C. pan with ISI marked black solid plastic seat and Each 5 5140.55 25702.75
112
lid
Providing and fixing white vitreous china flat back or
wall corner type lipped front urinal basin of
430x260x350 mm and 340x410x265 mm sizes
respectively with automatic flushing cistern with
17.4
standard flush pipe and C.P. brass spreaders with
brass unions and G.I clamps complete, including
painting of fittings and brackets, cutting and making
good the walls and floors wherever required :
17.4.1 One urinal basin with 5 litre white P.V.C. automatic Each 2 4982.25 9964.5
113
flushing cistern
Providing and fixing white vitreous china flat back half
stall urinal of size 580x380x350 mm with white PVC
automatic flushing cistern, with fittings, standard size
C.P. brass flush pipe, spreaders with unions and
17.5
clamps (all in C.P. brass) with waste fitting as per IS :
2556, C.I. trap with outlet grating and other couplings in
C.P. brass, including painting of fittings and cutting and
making good the walls and floors wherever required :
17.5.1 Single half stall urinal with 5 litre P.V.C. automatic Each 2 9360.6 18721.2
114
flushing cistern
Providing and fixing wash basin with C.I. brackets, 15
mm C.P. brass pillar taps, 32 mm C.P. brass waste of
17.7 standard pattern, including painting of fittings and
brackets, cutting and making good the walls wherever
require:
17.7.4 White Vitreous China Flat back wash basin size 550x Each 2 2510.45 5020.9
115
400 mm with single 15 mm C.P. brass pillar tap
17.7A Providing and fixing wash basin with C.I. brackets, 15 Each 10 4403.8 44038
mm dia CP Brass single hole basin mixer of approved
quality and make, including painting of fittings and
116 brackets, cutting and making good the walls wherever
required:- (a) White Vitreous China Wash basin size
550x400 mm with a 15 mm CP Brass single hole basin
mixer
Providing and fixing kitchen sink with C.I. brackets, C.P.
brass chain with rubber plug, 40 mm C.P. brass waste
17.9
complete, including painting the fittings and brackets,
cutting and making good the walls wherever required:
17.9.1 White glazed fire clay kitchen sink of size 600x450x Each 5 3163.25 15816.25
117
250 mm
17.29 Providing and fixing 100 mm sand cast Iron grating for Each 4 44.6 178.4
118
gully trap.
Providing and fixing mirror of superior glass (of
approved quality) and of required shape and size with
17.32
plastic moulded frame of approved make and shade
with 6 mm thick hard board backing :
119 17.32.2 Rectangular shape 453x357 mm Each 17 1120.25 19044.25
17.35 Providing and fixing soil, waste and vent pipes :
17.35.1 100 mm dia
120 17.35.1.1 Sand cast iron S&S pipe as per IS: 1729 Metre 180 1008.2 181476
18.55.3 Concealed stop cock, 15 mm nominal bore, 108 mm Each 25 200.2 5005
158
long, weighing not less than 108 gms
Providing and fixing PTMT pillar cock of approved
18.56
quality and colour.
18.56.2 15 mm nominal bore, 125 mm long foam flow, weighing Each 25 210.05 5251.25
159
not less than 120 gms
18.59S AIR VALVE & WATER METER (BULK TYPE)
Providing and fixing PTMT Ball cock of approved
18.62 quality, colour and make complete with Epoxy coated
aluminium rod with L.P./ H.P.H.D. plastic ball.
18.62.1 15 mm nominal bore, 105 mm long, weighing not less Each 25 191.55 4788.75
160
than 138 gms
18.62.2 20 mm nominal bore, 120 mm long, weighing not less Each 10 252.65 2526.5
161
than 198 gms
18.62.3 25 mm nominal bore, 152mm long, weighing not less Each 10 474.25 4742.5
162
than 440 gms
18.63 Providing and fixing PTMT angle stop cock 15 mm Each 20 155.35 3107
163
nominal bore, weighing not less than 85 gms
18.64 Providing and fixing PTMT swivelling shower, 15 mm Each 10 111.75 1117.5
164
nominal bore, weighing not less than 40 gms
18.65 Providing and fixing PTMT soap Dish Holder having Each 10 130.5 1305
length of 138mm, breadth 102mm, height of 75mm
165
with concealed fitting arrangements, weighing not less
than 106 gms.
19.0 DRAINAGE
19.1S STONE WARE PIPES AND FITTINGS
Providing, laying and jointing glazed stoneware pipes
class SP-1 with stiff mixture of cement mortar in the
19.1
proportion of 1:1 (1 cement : 1 fine sand) including
testing of joints etc. complete :
166 19.1.2 150 mm diameter Metre 30 500.2 15006
Providing and fixing square-mouth S.W. gully trap class
SP-1 complete with C.I. grating brick masonry chamber
with water tight C.I. cover with frame of 300 x300 mm
19.4
size (inside) the weight of cover to be not less than
4.50 kg and frame to be not less than 2.70 kg as per
standard design:
Providing and laying non-pressure NP2 class (light
duty) R.C.C. pipes with collars jointed with stiff mixture
19.6
of cement mortar in the proportion of 1:2 (1 cement : 2
fine sand) including testing of joints etc. complete :
167 19.6.2 150 mm dia. R.C.C. pipe Metre 20 462.6 9252
168 19.6.4 300 mm dia. R.C.C. pipe Metre 20 863.65 17273
Extra for depth beyond 45 cm of brick masonry
19.31
chamber :
19.33 Constructing soak pit 1.20x1.20x1.20 m filled with Each 3 2608 7824
169 brickbats including S.W. drain pipe 100 mm diameter
and 1.20 m long complete as per standard design.
21.0 ALUMINIUM WORK
22.5 Providing and laying water proofing treatment in Sqm 10 465.6 4656
sunken portion of WCs, bathroom etc., by applying
cement slurry mixed with water proofing cement
compound consisting of applying : (a) First layer of
slurry of cement @ 0.488 kg/sqm mixed with water
proofing cement compound @ 0.253 kg/ sqm. This
layer will be allowed to air cure for 4 hours. (b) Second
175
layer of slurry of cement @ 0.242 kg/sqm mixed with
water proofing cement compound @ 0.126 kg/sqm.
This layer will be allowed to air cure for 4 hours
followed with water curing for 48 hours. The rate
includes preparation of surface, treatment and sealing
of all joints, corners, junctions of pipes and masonry
with polymer mixed slurry.
22.12 Supplying and applying bituminous solution primer on Sqm 120 46.6 5592
176
roof and / or wall surface at 0.24 litre per sqm.
Total 54397265.72
4. ELIGIBILITY CONDITIONS
(a) The tenderer must have successfully completed or substantially completed any one
of the following categories of work(s) during last 07 (seven) years, ending last day of
month previous to the one in which tender is invited: (i) Three similar works each costing
not less than the amount equal to 30% of advertised value of the tender, or (ii) Two
similar works each costing not less than the amount equal to 40% of advertised value of
the tender, or (iii) One similar work costing not less than the amount equal to 60% of
advertised value of the tender. (b) (1) In case of tenders for composite works (e.g. works
involving more than one distinct component, such as Civil Engineering works, S&T
works, Electrical works, OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or substantially
completed any one of the following categories of work(s) during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited: (i) Three similar
works each costing not less than the amount equal to 30% of advertised value of each
component of tender, or (ii) Two similar works each costing not less than the amount Allowed
1 No No
equal to 40% of advertised value of each component of tender, or (iii) One similar work (Mandatory)
each costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
components. (b)(2)In such cases, what constitutes a component in a composite work
shall be clearly pre-defined with estimated tender cost of it, as part of the tender
documents without any ambiguity. (b) (3) To evaluate the technical eligibility of tenderer,
only components of work as stipulated in tender documents for evaluation of technical
eligibility, shall be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work experience as
mentioned in clause 7 of the Standard General Conditions of Contractor through
subcontractor fulfilling the requirements as per clause 7 of the Standard General
Conditions of Contract or jointly i.e., partly himself and remaining through subcontractor,
with prior approval of Chief Engineer in writing.
However, if required in tender documents by way of Special Conditions, a formal
agreement duly 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 fulfilment 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 execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements as
1.1 per clause 7 of the Standard General Conditions of Contract, with prior approval of Chief No No Not Allowed
Engineer in writing. Note for Item 10.1: Work experience certificate from private
individual shall not be considered. However, in addition to work experience certificates
issued by any Govt. Organization, 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 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, 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.
5. COMPLIANCE
Check Lst
Commercial-Compliance
(c) Partnership Firm: (i) A notarized copy of the Partnership Deed or a copy of
the Partnership deed registered with the Registrar. (ii) A notarized or
registered copy of Power of Attorney in favour of the individual to tender for
the work, sign the agreement etc. and create liability against the firm. (iii) An
undertaking by all partners of the partnership firm that they are not blacklisted
or debarred by Railways or any other Ministry / Department of the Govt. of
Allowed
2.3 India from participation in tenders / contracts as on the date of submission of No No
(Mandatory)
bids, either in their individual capacity or in any firm/LLP in which they were /
are partners/members. Any Concealment / wrong information in regard to
above shall make the bid ineligible or the contract shall be determined under
Clause 62 of the Standard General Conditions of Contract. (iv) All other
documents in terms of Para 10 of the Tender Form (Second Sheet) of
GCC2022
(d) Joint Venture (JV): i.The tender form shall be purchased and submitted
only in the name of the JV and not in the name of any constituent member.
The tender form can however be submitted by JV or any of its constituent
member or any person authorized by JV through Power of Attorney to submit
tender. ii.A copy of Memorandum of Understanding (MoU) duly executed by Allowed
2.4 No No
the JV members on a stamp paper, shall be submitted by the JV alongwith the (Mandatory)
tender. The complete details of the members of the JV, their share and
responsibility in the JV etc. particularly with reference to financial, technical
and other obligations shall be furnished in the MoU. iii.All other documents in
terms of Para 10 of the Tender Form (Second Sheet) of GCC-2022
In case one or more of the members of the JV is/are partnership firm(s),
following documents shall be submitted: (i) A notarized copy of the Partnership
Deed or a copy of the Partnership deed registered with the Registrar. (ii) A
copy of consent of all the partners or individual authorized by partnership firm,
to enter into the Joint Venture Agreement on a stamp paper, (iii) A notarized or
registered copy of Power of Attorney in favour of the individual to sign the
MOU/JV Agreement on behalf of the partnership firm and create liability
Allowed
2.4.1 against the firm. (iv) An undertaking by all partners of the partnership firm that No No
(Mandatory)
they are not blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders / contracts as on
the date of submission of bids, either in their individual capacity or in any
firm/LLP in which they were / are partners/members. Any Concealment /
wrong information in regard to above shall make the bid ineligible or the
contract shall be determined under Clause 62 of the Standard General
Conditions of Contract.
In case one or more members is/are Proprietary Firm or HUF, the following
documents shall be enclosed: (i) A copy of notarized affidavit on Stamp Paper
declaring that his Concern is a proprietary Concern and he is sole proprietor of Allowed
2.4.2 No No
the Concern OR he who is signing the affidavit on behalf of HUF is in the (Mandatory)
position of 'Karta' of Hindu Undivided Family (HUF) and he has the authority,
power and consent given by other members to act on behalf of HUF
In case one or more members of the JV is/are companies, the following
documents shall be submitted: (i) A copy of resolutions of the Directors of the
Company, permitting the company to enter into a JV agreement, (ii) The
copies of MOA (Memorandum of Association) / AOA (Articles of Association) of
Allowed
2.4.3 the company (iii) A copy of Certificate of Incorporation (iv) A copy of No No
(Mandatory)
Authorization/copy of Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual, to sign the
tender, sign MOU/JV Agreement on behalf of the company and create liability
against the company
In case one or more members of the JV is/are LLP firm/s, the following
documents shall be submitted: (i) A copy of LLP Agreement (ii) A copy of
Certificate of Incorporation of LLP (iii) A copy of resolution passed by partners
of LLP firm, permitting the Firm to enter into a JV agreement (iv) A copy of
Authorization /copy of Power of Attorney issued by the LLP firm (backed by
resolution passed by the Partners) in favour of the individual, to sign the
tender and/or sign the MOU/ JV agreement on behalf of the LLP and create Allowed
2.4.4 No No
liability against the LLP. (v) An undertaking by all partners of the LLP that they (Mandatory)
are not blacklisted or debarred by Railways or any other Ministry / Department
of the Govt. of India from participation in tenders / contracts as on the date of
submission of bids, either in their individual capacity or in any firm/LLP or JV in
which they were / are partners/members. Any Concealment / wrong
information in regard to above shall make the contract liable for determination
under Clause 62 of the Standard General Conditions of Contract.
In case one or more members of the JV is/are Society/s or Trust/s, the
following documents shall be submitted: (i) A copy of Certificate of Registration
(ii) A copy of Memorandum of Association of Society/Trust Deed (iii) A copy of Allowed
2.4.5 No No
Rules & Regulations of the Society (iv) A copy of Power of Attorney, in favour (Mandatory)
of the individual to sign the tender documents and create liability against the
Society/Trust.
(e) Company registered under Companies Act2013: (i) The copies of MOA
(Memorandum of Association) / AOA (Articles of Association) of the company
(ii) A copy of Certificate of Incorporation (iii) A copy of Authorization/Power of
Allowed
2.5 Attorney issued by the Company (backed by the resolution of Board of No No
(Mandatory)
Directors) in favour of the individual to sign the tender on behalf of the
company and create liability against the company. (iv) All other documents in
terms Para 10 of the Tender Form (Second Sheet) of GCC-2022.
(f) LLP (Limited Liability Partnership): (i) A copy of LLP Agreement (ii) A copy
of Certificate of Incorporation (iii) A copy of Power of Attorney/Authorization
issued by the LLP in favour of the individual to sign the tender on behalf of the
LLP and create liability against the LLP. (iv) An undertaking by all partners of
the LLP that they are not blacklisted or debarred by Railways or any other
Ministry / Department of the Govt. of India from participation in tenders / Allowed
2.6 No No
contracts as on the date of submission of bids, either in their individual (Mandatory)
capacity or in any firm/LLP or JV in which they were / are partners/members.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the Standard General Conditions of
Contract. (v) All other documents in terms of Para 10 of the Tender Form
(Second Sheet)of GCC-2022.
(g) Registered Society & Registered Trust: (i) A copy of Certificate of
Registration (ii) A copy of Memorandum of Association of Society/Trust Deed
(iii) A copy of Power of Attorney in favour of the individual to sign the tender Allowed
2.7 No No
documents and create liability against the Society/Trust. (iv) A copy of Rules & (Mandatory)
Regulations of the Society (v) All other documents in terms of Para 10 of the
Tender Form (Second Sheet) of GCC-2022.
General Instructions
(d)Variation to quantities of Minor Value Item: The limit for varying quantities
for minor value items shall be 100% (as against 25% prescribed for other
items). A minor value item for this purpose is defined as an item whose
original agreement value is less than 1 % of the total original agreement
value. d.(i) Quantities operated upto and including 100% of the agreement
quantity of the concerned minor value item, shall be paid at the rate awarded
36.3.4 for that item in that particular tender; d.(ii)Quantities operated in excess of No No Not Allowed
100% but upto 200% of the agreement quantity of the concerned minor
value item, shall be paid at 98% of the rate awarded for that item in that
particular tender; d.(iii) Variation in quantities of individual minor value item
beyond 200% will be avoided and would be permitted only in exceptional
unavoidable circumstances and shall be paid at 96% of the rate awarded for
that item in that particular tender.
(iv) In case of earthwork items, the variation limit of 25% shall apply to the
36.4 gross quantity of earthwork items and variation in the quantities of individual No No Not Allowed
classifications of soil shall not be subject to this limit.
(v) As far as Standard Schedule of Rates (SSOR) items are concerned, the
variation limit of 25% would apply to the value of SSOR schedule(s) as a
whole and not on individual SSOR items. However, in case of Non Standard
36.5 No No Not Allowed
Schedule of Rates (SSOR) items, the limit of 25% would apply on the
individual items irrespective of the manner of quoting the rate (single
percentage rate or individual item rate).
Valuation of Variations: The enlargements, extensions, diminution, reduction,
alterations or additions referred to in Sub-Clause (2) of this Clause shall in
no degree affect the validity of the contract; but shall be performed by the
Contractor as provided therein and be subject to the same conditions,
stipulations and obligations as if they had been originally and expressively
36.6 No No Not Allowed
included and provided for in the Specifications and Drawings and the
amounts to be paid therefor shall be calculated in accordance with the
accepted Bill(s) of Quantities. Any extra item(s)/quantities of work falling
outside the purview of the provisions of Sub-Clause (2) above shall be paid
for at the rates determined under Clause-39 of these Conditions.
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society /Registered Trust / Hindu Undivided
Family (HUF) / Limited Liability Partnership (LLP) etc. The tenderer(s) shall
37 enclose the attested copies of the constitution of their concern, and copy of No No Not Allowed
PAN Card along with their tender. Tender Documents in such cases are to
be signed by such persons as may be legally competent to sign them on
behalf of the firm, company, association, trust or society, as the case may
be.
Following documents shall be submitted by the tenderer:(a) Sole
Proprietorship Firm: (i) An undertaking that he is not blacklisted or debarred
by Railways or any other Ministry / Department of Govt. of India from
participation in tender on the date of submission of bids, either in individual
37.1 capacity or as a member of the partnership firm or JV in which he was / is a No No Not Allowed
partner/member. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the General
Conditions of Contract. (ii) All other documents in terms of explanatory notes
in clause 10 mentioned in eligibility criteria.
(b) HUF: (i) A copy of notarized affidavit on Stamp Paper declaring that he
who is submitting the tender on behalf of HUF is in the position of 'Karta' of
Hindu Undivided Family (HUF) and he has the authority, power and consent
given by other members to act on behalf of HUF. (ii) An undertaking that the
HUF is not blacklisted or debarred by Railways or any other Ministry /
Department of Govt. of India from participation in tender on the date of
37.2 No No Not Allowed
submission of bids, either in individual capacity or as a member of the
partnership firm or JV in which HUF was / is a partner/member.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of
Contract. (iii) All other documents in terms of explanatory notes in clause 10
mentioned in eligibility criteria.
Participation of Partnership Firms in works tenders: The Partnership Firms
37.3 participating in the tender should be legally valid under the provisions of the No No Not Allowed
Indian Partnership Act.
The partnership firm should have been in existence or should have been
formed prior to submission of tender. Partnership firm should have either
37.3.1 No No Not Allowed
been registered with the Registrar or the partnership deed should have been
notarized as per the Indian Partnership Act, prior to submission of tender.
Separate identity / name should be given to the partnership firm. The
partnership firm should have PAN / TAN number in its own name and PAN /
37.3.2 No No Not Allowed
TAN number in the name of any of the constituent partners shall not be
considered. The valid constituents of the firm shall be called partners.
Once the tender has been submitted, the constitution of the firm shall not
normally be allowed to be modified / altered / terminated during the validity
of the tender as well as the currency of the contract except when
modification becomes inevitable due to succession laws etc., in which case
prior permission should be taken from Railway and in any case the minimum
eligibility criteria should not get vitiated. The re-constitution of firm in such
cases should be followed by a notary certified Supplementary Deed. The
approval for change of constitution of the firm, in any case, shall be at the
sole discretion of the Railways and the tenderer shall have no claims what-
so-ever. Any change in the constitution of Partnership firm after submission
of tender shall be with the consent of all partners and with the signatures of
all partners as that in the Partnership Deed. Failure to observe this
37.3.3 No No Not Allowed
requirement shall render the offer invalid and full Bid Security shall be
forfeited. If any Partner/s withdraws from the firm after submission of the
tender and before the award of the contract, the offer shall be rejected and
Bid Security of the tenderer will be forfeited. If any new partner joins the firm
after submission of tender but prior to award of contract, his / her credentials
shall not qualify for consideration towards eligibility criteria either individually
or in proportion to his share in the previous firm. In case the tenderer fails to
inform Railway beforehand about any such changes / modification in the
constitution which is inevitable due to succession laws etc. and the contract
is awarded to such firm, then it will be considered a breach of the contract
conditions liable for determination of the contract under Clause 62 of the
Standard General Conditions of Contract
A partner of the firm shall not be permitted to participate either in his
37.3.4 No No Not Allowed
individual capacity or as a partner of any other firm in the same tender.
The tender form shall be submitted only in the name of partnership firm. The
Bid Security shall be submitted by partnership firm. The Bid Security
37.3.5 No No Not Allowed
submitted in the name of any individual partner or in the name of authorized
partner (s) shall not be considered
One or more of the partners of the firm or any other person (s) shall be
designated as the authorized person (s) on behalf of the firm, who will be
authorized by all the partners to act on behalf of the firm through a "Power of
Attorney", specially authorizing him / them to submit & sign the tender, sign
the agreement, receive payment, witness measurements, sign measurement
37.3.6 No No Not Allowed
books, make correspondences, compromise / settle / relinquish any claim (s)
preferred by the firm, sign "No Claim Certificate", refer all or any dispute to
arbitration and to take similar such action in respect of the said tender /
contract. Such "Power of Attorney" shall be notarized / registered and
submitted along with the tender.
On issue of Letter of Acceptance (LOA) to the partnership firm, all the
guarantees like Performance Guarantee, Guarantee for various Advances to
37.3.7 No No Not Allowed
the Contractor shall be submitted only in the name of the partnership firm
and no splitting of guarantees among the partners shall be acceptable.
On issue of Letter of Acceptance (LOA), contract agreement with partnership
37.3.8 firm shall be executed in the name of the firm only and not in the name of No No Not Allowed
any individual partner.
LLP (Limited Liability Partnership): (i) A copy of LLP Agreement (ii) A copy of
Certificate of Incorporation (iii) A copy of Power of Attorney/Authorization
issued by the LLP in favour of the individual to sign the tender on behalf of
the LLP and create liability against the LLP. (iv) An undertaking by all
partners of the LLP that they are not blacklisted or debarred by Railways or
any other Ministry / Department of the Govt. of India from participation in
37.6 No No Not Allowed
tenders / contracts as on the date of submission of bids, either in their
individual capacity or in any firm/LLP or JV in which they were / are
partners/members. Concealment / wrong information in regard to above
shall make the contract liable for determination under Clause 62 of the
Standard General Conditions of Contract. (v) All other documents in terms of
explanatory notes in clause 10 mentioned in eligibility criteria
Registered Society & Registered Trust: (i) A copy of Certificate of
Registration (ii) A copy of Memorandum of Association of Society/Trust Deed
(iii) A copy of Power of Attorney in favour of the individual to sign the tender
37.7 No No Not Allowed
documents and create liability against the Society/Trust. (iv) A copy of Rules
& Regulations of the Society (v) All other documents in terms of explanatory
notes in clause 10 mentioned in eligibility criteria
If it is NOT mentioned in the submitted tender that tender is being submitted
on behalf of a Sole Proprietorship firm / Partnership firm / Joint Venture /
37.8 No No Not Allowed
Registered Company etc., then 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/LLP etc. shall be neither asked
37.9 nor considered, if submitted. Further, no suo moto cognizance of any No No Not Allowed
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.
A tender from JV / Partnership firm etc. shall be considered only where
37.10 No No Not Allowed
permissible as per the tender conditions.
The Railway will not be bound by any change in the composition of the firm
made subsequent to the submission of tender. Railway may, however,
37.11 No No Not Allowed
recognize such power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the Contractor
38 Bid Security No No Not Allowed
The Bid Security shall be deposited either in cash through e-payment
gateway or submitted as Bank Guarantee bond from a scheduled
38.1 commercial bank of India or as mentioned in tender documents. The Bank No No Not Allowed
Guarantee bond shall be as per Annexure-VIA (attached in document tab)
and shall be valid for a period of 90 days beyond the bid validity period.
In case, submission of Bid Security in the form of Bank Guarantee, tenderer
38.2 shall ensure following compliance, otherwise the offer will be summarily No No Not Allowed
rejected
(i)A scanned copy of the Bank Guarantee shall be uploaded on e-
38.3 No No Not Allowed
Procurement Portal (IREPS) while applying to the tender
(ii)The original Bank Guarantee should be delivered in person to the official
38.4 nominated as indicated in the tender document within 5 working days of No No Not Allowed
deadline of submission of bids
(iii) Non submission of scanned copy of Bank Guarantee with the bid on e-
38.5 tendering portal (IREPS) and/or non submission of original Bank Guarantee No No Not Allowed
within the specified period shall lead to summary rejection of bid.
(iv)The Tender Security shall remain valid for a period of 90 days beyond the
38.6 No No Not Allowed
validity period for the Tender
(v)The details of the BG, physically submitted should match with the details
38.7 available in the scanned copy and the data entered during bid submission No No Not Allowed
time, failing which the bid will be rejected.
(vi)The Bank Guarantee shall be placed in an envelope, which shall be
sealed. The envelope shall clearly bear the identification "Bid for the *****
38.8 Project" and shall clearly indicate the name and address of the Bidder. In No No Not Allowed
addition, the Bid Due Date should be indicated on the right hand top corner
of the envelope
Special Conditions
'Letter of Credit (LC)' system has been adopted as an option to make payment
in Works tenders invited on IREPS. All special conditions related to LC have
3 been enlisted in file named 'Letter of Credit Conditions', which is available in No No Not Allowed
Tender Documents. Tenderer must go through this file to receive payment
through Letter of Credit.
All false work, staging etc. should be so erected, clamped and secured that
4 No No Not Allowed
these should not infringe / moving dimension and obstruct the railway traffic.
Special Conditions of contract for mandatory updation of Labour Data on
Railway's Srakimkalyan Portal by Contract. Clause 54 & 55 of Indian Railway
General Conditions of Contract deals with Wages to labour and action in case
of default of contractor to payment of wages. In order to increase transparency
in payment of Contract Labour wages and other payments, a web based e-
application has been developed and hosted on website
5 No No Not Allowed
www.shramikkalyan.indianrailway.gov.in. All contractors are required to upload
details of their LoAs, engaged workmen, wage payment details, PF/ESI details,
bonus details etc., on monthly basis. This details so uploaded shall be
available in public domain. In order to ensure prompt and proper uploading of
details related to LoAs, engaged workmen, wage & other payment details. The
special condition is as under:
A.Contactor is to abide by the provisions of Payment of Wages act & Minimum
Wages act in terms of clause 54 and 55 of Indian Railway General Condition of
Contract. In order to ensure the same, an application has been developed and
hosted on website 'www.shramikkalyan.indianrailways.gov.in'. Contractor shall
register his firm/company etc. and upload requisite details of labour and their
payment in this portal. These details shall be available in public domain. The
Registration/ updation of Portal shall be done as under: (a) Contractor shall
apply for onetime registration of his company/firm etc. in the Shramikkalyan
portal with requisite details subsequent to issue of Letter of Acceptance.
Engineer shall approve the contractor's registration on the portal within 7 days
of receipt of such request. (b) Contractor once approved by any Engineer, can
5.1 create password with login ID (PAN No.) for subsequent use of portal for all No No Not Allowed
LoAs issued in his favour. (c) The contractor once registered on the portal,
shall provide details of his Letter of Acceptances (LoA)/Contract Agreement on
shramikkalyan portal within 15 days of issue of any LoA for approval of
concerned engineer. Engineer shall update (if required and approve the
details of LoA filled by contractor within 7 days of receipt of such request. (d)
After approval of LoA by Engineer, contractor shall fill the salient details of
contract labours engaged in the contract and ensure updating of each wage
payment to them on shramikkalyan portal on monthly basis. (e) It shall be
mandatory upon the contractor to ensure correct and prompt uploading of all
salient details of engaged contractual labour & payments made thereof after
each wage period.
B.While processing payment of any 'On Account bill' or 'Final bill' or release of
'Advances' or 'Performance Guarantee/Security deposit', contractor shall
submit a certificate to the Engineer of Engineer's representatives that " I have
5.2 uploaded the correct details of contract labours engaged in connection with No No Not Allowed
this contract and payment made to them during the wage period in Railway's
Shramikkalyan portal at 'www.shramikkalyan.indianrailways.gov.in' till_____
Month,_______ year."
Old GCC has been changed and replaced with new General Conditions of
Contract-2022, which has been added in tender document. Please go through
6 this new General Condition of Contract-2022 before bidding. In case of any No No Not Allowed
discrepancy between GCC 2022 and other tender documents (NIT)(except
special condition of contract) GCC- 2022 will prevail over.
Technical-Compliances
Undertakings
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.
Designation : Dy.CE/C/AGC