0% found this document useful (0 votes)
44 views

viewNitPdf 4047869

The document is a tender notice from DY.CE/C/AGC of North Central Railway for the work of "Earthwork in embankment and other ancillary work of approach of new Yamuna bridge and civil work in connection with doubling of JAB -AF section". It provides details of the tender such as the tender number, date, advertised value, earnest money required, and other administrative details. It also lists the various schedules of items involved in the work and their descriptions.

Uploaded by

Mohit Agarwal
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)
44 views

viewNitPdf 4047869

The document is a tender notice from DY.CE/C/AGC of North Central Railway for the work of "Earthwork in embankment and other ancillary work of approach of new Yamuna bridge and civil work in connection with doubling of JAB -AF section". It provides details of the tender such as the tender number, date, advertised value, earnest money required, and other administrative details. It also lists the various schedules of items involved in the work and their descriptions.

Uploaded by

Mohit Agarwal
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
You are on page 1/ 42

DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY

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

Pa g e 1 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

3. ITEM BREAKUP

Schedule Schedule 2-IR USSOR 2019 Items


Item- 1 IR USSOR 2019 Items
S No. Item No Description of Item Unit Qty Rate Amount
Earthwork in cutting (classified) in formation, trolley
refuges, side drains, level crossing approaches,
platforms, catch water drains, diversion of nallah &
finishing to required dimension and slopes to obtain a
neat appearance to standard profile inclusive of all
labour, machine & materials and removing & leading all
cut spoils either to make spoil dumps beyond 10m from
cutting edge or for filling in embankment with leads
within 2 km on either side of cutting edge, lifts, ascent,
descent, loading, unloading, all taxes / royalty,
clearance of site and all incidental charges, bailing &
pumping out water, if required, etc. complete as per
directions of the Engineer-in-Charge. The work is to be
executed as per latest / updated edition of "Guidelines
for Earthwork in Railway Projects" issued by RDSO,
Lucknow. Cut trees shall be property of Railways and
to be deposited in the railway godown unless specified
otherwise in the Special Conditions of Contract. {Note -
(i) All usable earth arising from cut spoils shall be led
into bank formation and Unusable spoils shall be
dumped / stacked (ii) All hard rock /and boulders not fit
for filling will be stacked by the contractor and will be
property of the Railways.}
1 011011 In all conditions and classifications of soil except rock cum 3700.00 137.57 509009.00
2 012010 Earthwork in filling in embankment , guide bunds, cum 22000.00 275.11 6052420.00
around buried type abutments, bridge gaps, trolley
refuges, rain bunds, if provided, platforms etc. with
earth, suitable for embankment as per RDSO latest
Specifications and guidelines GE: G-14 of Soil Quality
Class SQ1, excavated from outside railway boundary
entirely arranged by the contractor at his own cost
including all leads, lifts, ascents, descents, crossing of
nallahs or any other obstructions. The item shall
include demarcation and setting out of profile, site
clearance, removing of shrubs, roots of vegetations
growth, heavy grass, benching of existing slope of old
bank, all handling/re-handling, spreading in layers with
motor grader, bringing the moisture content to OMC,
mechanical compaction to specified density and
dressing of bank to final profile as a complete job. The
payment shall be made as per finished profile and the
rate shall include all costs including taxes, octroi,
royalty etc. except for mechanical compaction which
shall be paid extra under relevant item. Cut trees shall
be property of railways and to be deposited in the
railway godown unless specified otherwise in the
Special Conditions of Contract.
3 012040 Extra for mechanical compaction of soil in embankment cum 26000.00 18.12 471120.00
with contractor's rollers of suitable capacity, type and
size to achieve specified density as per specification,
testing as per IS codes including cost of water, T&P,
consumable and all labour as a complete job. The work
is to be executed as per Latest edition of "Guidelines
for Earthwork in Railway Projects" issued by RDSO,
Lucknow.

Pa g e 2 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 3 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Providing and laying in position Plain cement concrete


of specified Nominal Mix for miscellaneous works like
side drains, foundation for OHE masts and other
miscellaneous structures excluding the cost of Cement,
centering and shuttering - All work up to plinth level :
9 022034 1:3:6 (1 Cement : 3 coarse sand (zone-III) : 6 graded cum 115.00 2507.15 288322.25
stone aggregate 20 mm nominal size)
10 022040 Providing and laying in position machine batched, cum 235.00 2472.32 580995.20
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 RCC raft foundation
& Pile cap including finishing, using Admixtures in
approved proportions (as per IS:9103), to modify
workability & other properties without impairing strength
and durability complete as per specifications and
direction of the Engineer in charge. Payment for
cement, reinforcement and shuttering shall be paid
extra.
Providing and laying in position machine batched,
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 for the following
Reinforced cement concrete structural elements up to
height of 10 m from foundation top level, including
finishing, using Admixtures in approved proportions (as
per IS:9103), to modify workability & other properties
without impairing strength and durability complete as
p e r specifications and direction of the Engineer in
charge. Payment for cement, reinforcement, shuttering
shall be paid extra.
11 022051 Abutment & Pier cum 225.00 2719.55 611898.75
12 022052 Wing wall and Return wall cum 162.00 2719.55 440567.10
13 022053 Abutment cap, Pier Cap, Inspection Platform & cum 25.00 2843.17 71079.25
Pedestal over Pier cap, Fender wall, Diaphragm wall
etc.
14 022054 Approach slab at formation level, Dirt wall/ ballast wall cum 28.00 2595.93 72686.04
at formation level
Providing, Boring and installing Bored cast in-situ
Reinforced Cement Concrete piles of specified
diameter and length below pile cap of specified grade
with Design Mix Cement Concrete, using 20mm graded
crushed stone aggregate and coarse sand of approved
quality, to carry a safe working load not less than
specified, excluding the cost of steel Reinforcement,
permanent casing pipe and length of pile to be
embedded in pile cap etc. complete, concreting by
machine batching, machine mixing, scaffolding, using
Admixture in approved proportion (as per IS:9103),
placing with tremie pipe, chipping off of pile top to
remove laitance concrete above cut off level etc.,
pumping and bailing out water with all labour material
complete by percussion drilling using Direct Mud
Circulation (DMC) or Bailor and Chisel technique by
tripod and mechanical Winch machine including
crossing of tracks if required, as per approved drawing,
specification and direction of the Engineer in charge.
Length of the pile for payment shall be measured upto
the bottom of RCC pile cap. Payment for cement,
permanent casing pipe (if any ) & reinforcement shall
be paid extra.
15 022082 1200mm diameter Metre 500.00 5397.17 2698585.00

Pa g e 4 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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.

Pa g e 5 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Providing and laying in position machine batched,


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.
25 031021 Deduct from 0310220 for casting of Slab in place of cum 20.00 -39.32 -786.40
Girder/Box
Providing road crane of specified lifting capacity with
specified jib length revolving type for material handling,
assembly & erection of girders/slab/RCC Box etc.
26 041216 150 MT capacity Day 4.00 137807.58 551230.32
27 051030 Supplying of stone boulders weighing not less than 35 cum 60.00 1003.45 60207.00
kg each at specified bridge locations
28 051060 Providing and laying Pitching with Stone Boulders, cum 100.00 2114.26 211426.00
weighing not less than 35kg each with voids filled with
spalls on slopes, laid over prepared filter media
including boulder apron laid dry in front of toe of
embankment complete as per drawing and Technical
Specifications (filter media to be paid separately under
the relevant item)
29 051080 Providing and laying Filter Material as per RDSO cum 15.00 2769.26 41538.90
Specifications underneath pitching in slopes complete
as per drawing and Technical Specification
30 052020 Providing and laying 300mm thick (average) Dry Stone cum 10.00 1860.51 18605.10
flooring with boulders of not less than 35kg each in
weight, hand packed with surface levelled off to the
correct section with hammer dressing as necessary on
the ground including filling the gaps with quarry spalls
and ordinary sand complete including cost of supply of
all materials, labour, lead, lift, tools, plants, crossing of
tracks and the like as per drawing and technical
specification as directed by Engineer in charge
31 052160 Providing and fixing of Drainage Spouts of 110mm Metre 20.00 335.83 6716.60
UPVC Type A ISI marked (Working pressure 4
kg/sqcm) using suitable clamps and adhesive etc.,
complete.
32 052170 Providing and laying of filter media consisting of cum 250.00 2535.92 633980.00
granular materials of GW, GP, SW groups as per
IS:1498 (latest) in required profile behind boulder filling
of abutments, wing walls / return walls etc. above bed
level with all labour and material complete job as per
drawing and technical specification of RDSO
Guidelines.
33 052220 Painting the HFL mark and Danger level mark, year of Each 4.00 248.72 994.88
HFL on bridge abutments and piers with ready mixed
paint as per standard in two coats over one coat of
primer with all materials, labour, tools, scaffolding, all
lead and lift etc. including writing complete.

Pa g e 6 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 7 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Open timbering over areas including strutting, shoring


2.22 etc. complete. (Measurements to be taken of the face
area timbered):
7 2.22.1 Depth not exceeding 1.5 m Sqm 80 40.9 3272
8 2.22.2 Depth exceeding 1.5 m but not exceeding 3 m Sqm 50 48.45 2422.5
2.25 Filling available excavated earth (excluding rock) in cum 219.65 219.65 48246.12
trenches, plinth, sides of foundations etc. in layers not
9 exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.
2.27 Supplying and filling in plinth with sand under floors, cum 2193.05 1953.05 4283136.3
10 including watering, ramming, consolidating and
dressing complete.
Surface dressing of the ground including removing
vegetation and in-equalities not exceeding 15 cm deep
2.28
and disposal of rubbish, lead up to 50 m and lift up to
1.5 m.
11 2.28.1 All kinds of soil Sqm 2025 24.35 49308.75
2.31 Clearing jungle including uprooting of rank vegetation, Sqm 260 12.55 3263
grass, brush wood, trees and saplings of girth up to 30
12 cm measured at a 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
4.1 specified grade excluding the cost 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) : 3 cum 200 7210.55 1442110
13
graded stone aggregate 20 mm nominal size)
4.1.3 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded cum 40 6788.6 271544
14
stone aggregate 20 mm nominal size)
4.1.5 1:3:6 (1 Cement : 3 coarse sand (zone-III) : 6 graded cum 430 6259.1 2691413
15
stone aggregate 20 mm nominal size)
Centering and shuttering including strutting, propping
4.3
etc. and removal of form work for :
16 4.3.1 Foundations, footings, bases for columns Sqm 40 284.85 11394
4.3.2 Retaining walls, return walls, walls (any thickness) Sqm 40 609.3 24372
17 including attached pilasters, buttresses, plinth and
string courses fillets, kerbs and steps etc.
4.10S DAMP-PROOF COURSE
4.11 Providing and laying damp-proof course 50mm thick Sqm 80 418.9 33512
with cement concrete 1:2:4 (1 cement : 2 coarse
18
sand(zone-III) : 4 graded stone aggregate 20mm
nominal size).
5.0 REINFORCED CEMENT CONCRETE
5.1S CAST IN SITU
Providing and laying in position specified grade of
reinforced cement concrete, excluding the cost of
5.1
centering, shuttering, finishing and reinforcement - All
work up to plinth level :
5.1.2 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III): 3 cum 443 7718.25 3419184.75
19
graded stone aggregate 20 mm nominal size)
Reinforced cement concrete work in walls (any
thickness), including attached pilasters, buttresses,
plinth and string courses, fillets, columns, pillars, piers,
5.2
abutments, posts and struts etc. above plinth level up
to floor five level, excluding cost of centering,
shuttering, finishing and reinforcement :

Pa g e 8 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 9 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Brick work with common burnt clay F.P.S. (non


modular) bricks of class designation 7.5 in
6.4
superstructure above plinth level up to floor V level in
all shapes and sizes in :
34 6.4.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 596 7809.25 4654313
8.0 CLADDING WORK
Providing and fixing 18 mm thick gang saw cut, mirror
polished, premoulded and prepolished, machine cut for
kitchen platforms, vanity counters, window sills, facias
and similar locations of required size, approved shade,
colour and texture laid over 20 mm thick base cement
8.2
mortar 1:4 (1 cement : 4 coarse sand), joints treated
with white cement, mixed with matching pigment, epoxy
touch ups, including rubbing, curing, moulding and
polishing to edges to give high gloss finish etc.
complete at all levels.
8.2.2 Granite of any colour and shade
35 8.2.2.2 Area of slab over 0.50 sqm Sqm 90 4007.65 360688.5
8.20S STONE WORK DRY CLADDING
8.31 Providing and fixing Ist quality ceramic glazed wall tiles Sqm 300 1030.3 309090
conforming to IS: 15622 (thickness to be specified by
the manufacturer), of approved make, in all colours,
shades except burgundy, bottle green, black of any
size as approved by Engineer-in-Charge, in skirting,
36
risers of steps and dados, over 12 mm thick bed of
cement mortar 1:3 (1 cement : 3 coarse sand) and
jointing with grey cement slurry @ 3.3kg per sqm,
including pointing in white cement mixed with pigment
of matching shade complete.
9.0 WOOD AND P.V.C. WORK
9.1S FRAMES AND TRUSSES
Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought framed
9.1 and fixed in position with hold fast lugs or with dash
fasteners of required dia & length (hold fast lugs or
dash fastener shall be paid for separately).
37 9.1.1 Second class teak wood cum 2.89 130183.05 376229.01
Providing and fixing panelled or panelled and glazed
shutters for doors, windows and clerestory windows,
fixing with butt hinges bright finished of required size
9.5 with necessary screws, excluding panelling which will
be paid for separately, all complete as per direction of
Engineer-in-charge. (Note:- Butt hinges and necessary
screws shall be paid separately)
9.5.1 Second class teak wood
38 9.5.1.2 30 mm thick shutters Sqm 68 3269.85 222349.8
9.7.7 Float glass panes
9.7.7.1 4 mm thick glass pane (weight not less than Sqm 36 1792.55 64531.8
39
10kg/sqm).
Providing and fixing 25 mm thick shutters for cup board
9.16
etc. :
Providing and fixing ISI marked flush door shutters
conforming to IS : 2202 (Part I) non-decorative type,
core of block board construction with frame of 1st class
9.21
hard wood and well matched commercial 3 ply
veneering with vertical grains or cross bands and face
veneers on both faces of shutters:
9.21.2 30 mm thick including ISI marked Stainless Steel butt Sqm 100 1819.8 181980
40
hinges with necessary screws
9.32S MISCELLANEOUS-WOOD WORK

Pa g e 10 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Providing and fixing M.S. grills of required pattern in


frames of windows etc. with M.S. flats, square or round
9.48
bars etc. including priming coat with approved steel
primer all complete.
41 9.48.1 Fixed to steel windows by welding Kg 410 165.3 67773
Providing and fixing fly proof galvanized M.S. wire
gauge to windows and clerestory windows using wire
9.51
gauge with average width of aperture 1.4 mm in both
directions with wire of dia 0.63 mm all complete.
42 9.51.2 With 12 mm mild steel U beading Sqm 35 781.25 27343.75
COPER OXIDISED MILD STEEL FITTINGS (COPPER
9.57S
OXIDISED AS PER IS: 1378)
Providing and fixing ISI marked oxidised M.S. sliding
9.62
door bolts with nuts and screws etc. complete :
43 9.62.2 250x16 mm Each 70 170 11900
Providing and fixing ISI marked oxidised M.S. tower
9.63 bolt black finish, (Barrel type) with necessary screws
etc. complete :
44 9.63.1 250x10 mm Each 96 74.15 7118.4
Providing and fixing ISI marked oxidised M.S. handles
9.66 conforming to IS:4992 with necessary screws etc.
complete :
45 9.66.1 125 mm Each 120 34.85 4182
9.72S BRASS FITTINGS
9.84 Providing and fixing aluminium extruded section body Each 10 851.6 8516
tubular type universal hydraulic door closer (having
brand logo with ISi, IS : 3564, embossed on the body,
46
door weight upto 36 kg to 80 kg and door width from
701 mm to 1000 mm), with double speed adjustment
with necessary accessories and screws etc. complete.
ANODISED ALUMINIUM FITTINGS (ALL FITTINGS
9.95S
SHALL BE ISI MARKED)
Providing and fixing aluminium tower bolts, ISI marked,
anodised (anodic coating not less than grade AC 10 as
9.97
per IS : 1868 ) transparent or dyed to required colour
or shade, with necessary screws etc. complete :
47 9.97.5 100x10 mm Each 80 58.15 4652
Providing and fixing aluminium handles, ISI marked,
anodised (anodic coating not less than grade AC 10 as
9.100
per IS : 1868) transparent or dyed to required colour or
shade, with necessary screws etc. complete :
48 9.100.1 125 mm Each 58 59.65 3459.7
Providing and fixing aluminium hanging floor door
stopper, ISI marked, anodised (anodic coating not less
9.101 than grade AC 10 as per IS : 1868) transparent or dyed
to required colour and shade, with necessary screws
etc. complete.
49 9.101.1 Single rubber stopper Each 50 33.95 1697.5
10.0 STEEL WORK
10.1 Structural steel work in single section, fixed with or Kg 6200 86.05 533510
without connecting plate, including cutting, hoisting,
50
fixing in position and applying a priming coat of
approved steel primer all complete.
10.2 Structural steel work riveted, bolted or welded in built Kg 5700 101.75 579975
up sections, trusses and framed work, including cutting,
51
hoisting, fixing in position and applying a priming coat
of approved steel primer all complete.

Pa g e 11 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Providing and fixing 1mm thick M.S. sheet door with


frame of 40x40x6 mm angle iron and 3 mm M.S.
10.5 gusset plates at the junctions and corners, all
necessary fittings complete, including applying a
priming coat of approved steel primer.
52 10.5.1 Using M.S. angels 40x40x6 mm for diagonal braces Sqm 15 4428.15 66422.25
Supplying and fixing rolling shutters of approved make,
made of required size M.S. laths, interlocked together
through their entire length and jointed together at the
end by end locks, mounted on specially designed pipe
shaft with brackets, side guides and arrangements for
10.6 inside and outside locking with push and pull operation
complete, including the cost of providing and fixing
necessary 27.5 cm long wire springs manufactured
from high tensile steel wire of adequate strength
conforming to IS: 4454 - part 1 and M.S. top cover of
required thickness for rolling shutters.
53 10.6.1 80x1.25 mm M.S. laths with 1.25 mm thick top cover Sqm 26 2944.1 76546.6
Providing and fixing factory made ISI marked steel
glazed doors, windows and ventilators, side /top /centre
hung, with beading and all members such as F7D,F4B,
K11 B and K12 B etc. complete of standard rolled steel
sections, joints mitred and flash butt welded and sash
10.11
bars tenoned and riveted, including providing and fixing
of hinges, pivots, including priming coat of approved
steel primer, but excluding the cost of other fittings,
complete all as per approved design, (sectional weight
of only steel members shall be measured for payment).
10.11.1 Fixing with 15x3 mm lugs 10 cm long embedded in Kg 750 166.5 124875
cement concrete block 15x10x10 cm of C.C. 1:3:6 (1
54
Cement : 3 coarse sand : 6 graded stone aggregate 20
mm nominal size)
Providing and fixing pressed steel door frames
conforming to IS: 4351, manufactured from commercial
mild steel sheet of 1.60 mm thickness, including
hinges, jamb, lock jamb, bead and if required angle
threshold of mild steel angle of section 50x25 mm, or
base ties of 1.60 mm, pressed mild steel welded or
10.14
rigidly fixed together by mechanical means, including
M.S. pressed butt hinges 2.5 mm thick with mortar
guards, lock strike-plate and shock absorbers as
specified and applying a coat of approved steel primer
after pre-treatment of the surface as directed by
Engineer-in-charge:
10.14.2 Profile C
10.14.2.1 Fixing with adjustable lugs with split end tail to each Metre 65 444.35 28882.75
55
jamb
Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a
10.16
priming coat of approved steel primer, including
welding and bolted with special shaped washers etc.
complete.
56 10.16.1 Hot finished welded type tubes Kg 4350 143.45 624007.5
10.17 Providing and fixing M.S. fan clamp type I or II of 16 Each 22 171.15 3765.3
mm dia M.S. bar, bent to shape with hooked ends in
57 R.C.C. slabs or beams during laying, including painting
the exposed portion of loop, all as per standard design
complete.

Pa g e 12 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 13 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 14 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

73 12.42.5.2 110 mm bend Each 12 129.85 1558.2


12.50 Providing and fixing precoated galvanised iron profile Sqm 500 627.55 313775
sheets (size, shape and pitch of corrugation as
approved by Engineer-in-charge) 0.50 mm (+ 0.05 %)
total coated thickness with zinc coating 120 grams per
sqm as per IS: 277, in 240 mpa steel grade, 5-7
microns epoxy primer on both side of the sheet and
polyester top coat 15-18 microns. Sheet should have
protective guard film of 25 microns minimum to avoid
74
scratches during transportation and should be supplied
in single length upto 12 metre or as desired by
Engineer-in-charge. The sheet shall be fixed using self
drilling /self tapping screws of size (5.5x 55 mm) with
EPDM seal, complete upto any pitch in horizontal/
vertical or curved surfaces, excluding the cost of
purlins, rafters and trusses and including cutting to size
and shape wherever required.
Providing and fixing precoated galvanised steel sheet
roofing accessories 0.50 mm (+0.05 %) total coated
thickness, Zinc coating 120 grams per sqm as per IS:
12.51 277, in 240 mpa steel grade, 5-7 microns epoxy primer
on both side of the sheet and polyester top coat 15-18
microns using self drilling/ self tapping screws complete
:
75 12.51.6 Gutter (600 mm over all girth) Metre 35 1041.75 36461.25
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
13.1 12 mm cement plaster of mix :
76 13.1.1 1:4 (1 cement: 4 fine sand) Sqm 400 266.85 106740
15 mm cement plaster on the rough side of single or
13.2
half brick wall of mix :
77 13.2.1 1:4 (1 cement: 4 fine sand) Sqm 2000 307.9 615800
13.4S CEMENT PLASTER (IN COARSE SAND)
13.4 12 mm cement plaster of mix :
78 13.4.1 1:4 (1 cement: 4 coarse sand) Sqm 3919 276.15 1082231.85
13.16S 6MM CEMENT PLASTER
13.16 6 mm cement plaster of mix :
79 13.16.1 1:3 (1 cement : 3 fine sand) Sqm 450 227.35 102307.5
13.25 Extra for plastering:
13.26 Providing and applying plaster of paris putty of 2 mm Sqm 2500 196.7 491750
80 thickness over plastered surface to prepare the surface
even and smooth complete.
13.37S INTERIOR FINISHING
13.37 White washing with lime to give an even shade :
81 13.37.1 New work (three or more coats) Sqm 3100 28.55 88505
Colour washing such as green, blue or buff to give an
13.39
even shade :
13.39.1 New work (two or more coats) with a base coat of white Sqm 2000 38.95 77900
82
washing with lime
Distempering with oil bound washable distemper of
13.41 approved brand and manufacture to give an even
shade :
13.41.1 New work (two or more coats) over and including water Sqm 4700 153.45 721215
83
thinnable priming coat with cement primer
Applying one coat of water thinnable cement primer of
13.43
approved brand and manufacture on wall surface :
84 13.43.1 Water thinnable cement primer Sqm 900 60 54000
13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement paint of
13.44
required shade :

Pa g e 15 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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.

Pa g e 16 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Demolishing stone rubble masonry manually/ by


mechanical means including stacking of serviceable
15.9
material and disposal of unserviceable material within
50 metres lead as per direction of Engineer-in-charge :
98 15.9.1 In lime mortar cum 50 826.45 41322.5
99 15.9.2 In cement mortar cum 35 1754.3 61400.5
Dismantling doors, windows and clerestory windows
(steel or wood) shutter including chowkhats, architrave,
15.12
holdfasts etc. complete and stacking within 50 metres
lead :
100 15.12.1 Of area 3 sq. metres and below Each 25 274.5 6862.5
Dismantling tile work in floors and roofs laid in cement
15.23 mortar including stacking material within 50 metres
lead.
101 15.23.1 For thickness of tiles 10 mm to 25 mm Sqm 150 54.85 8227.5
102 15.23.2 For thickness of tiles above 25 mm and up to 40 mm Sqm 100 85.7 8570
15.30 Dismantling jack arch roofing and floors including Sqm 10 181.35 1813.5
103 stacking of serviceable material and disposal of
unserviceable material within 50 metres lead.
Dismantling and stacking within 50 metres lead, fencing
15.34 posts or struts including all earth work and dismantling
of concrete etc. in base of:
104 15.34.1 T' or 'L' iron or pipe Each 100 170.25 17025
15.36 Dismantling barbed wire or flexible wire rope in fencing Kg 100 26.25 2625
105 including making rolls and stacking within 50 metres
lead.
Dismantling G.I. pipes (external work) including
excavation and refilling trenches after taking out the
15.44 pipes, manually/ by mechanical means including
stacking of pipes within 50 metres lead as per direction
of Engineer-in-charge :
106 15.44.1 15 mm to 40 mm nominal bore Metre 150 108.15 16222.5
15.52 Dismantling of flushing cistern of all types Each 12 668.15 8017.8
(C.I./PVC/Vitrious China) including stacking of useful
107
materials near the site and disposal of unserviceable
materials within 50 metres lead.
15.56 Dismantling old plaster or skirting raking out joints and Sqm 250 39 9750
108 cleaning the surface for plaster including disposal of
rubbish to the dumping ground within 50 metres lead.
16.0 ROAD WORK
16.15S FENCING
Fencing with angle iron post placed at required
distance embedded in cement concrete blocks, every
15th post, last but one end post and corner post shall
be strutted on both sides and end post on one side
only and provided with horizontal lines and two
diagonals interwoven with horizontal wires, of barbed
16.18
wire weighing 9.38 kg per 100 m (minimum), between
the two posts fitted and fixed with G.I. staples, turn
buckles etc. complete. (Cost of posts, struts, earth work
and concrete work to be paid for separately). Payment
to be made per metre cost of total length of barbed
wire used.
109 16.18.1 With G.I. barbed wire Metre 2000 19.05 38100
17.0 SANITARY INSTALLATIONS
Providing and fixing water closet squatting pan (Indian
type W.C. pan ) with 100 mm sand cast Iron P or S
trap, 10 litre low level white P.V.C. flushing cistern,
17.1 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:

Pa g e 17 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 18 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Providing and fixing bend of required degree with


17.38 access door, insertion rubber washer 3 mm thick, bolts
and nuts complete.
17.38.1 100 mm dia
121 17.38.1.1 Sand cast iron S&S as per IS - 1729 Each 6 461.65 2769.9
17.39 Providing and fixing plain bend of required degree.
17.39.1 100 mm dia
122 17.39.1.1 Sand cast iron S&S as per IS - 1729 Each 10 381.35 3813.5
Providing and fixing single equal plain junction of
17.44
required degree :
17.44.1 100x100x100 mm
123 17.44.1.1 Sand cast iron S&S as per IS - 1729 Each 4 517.85 2071.4
Providing and fixing PTMT towel rail complete with
brackets fixed to wooden cleats with CP brass screws
17.73
with concealed fittings arrangement of approved quality
and colour.
17.73.2 600 mm long towel rail with total length of 645 mm, Each 12 595.5 7146
124 width 78 mm and effective height of 88 mm, weighing
not less than 190 gms.
18.0 WATER SUPPLY
18.7S C.P.V.C. PIPES
Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass threaded
fittings, including fixing the pipe with clamps at 1.00 m
18.7
spacing. This includes jointing of pipes & fittings with
one step CPVC solvent cement and testing of joints
complete as per direction of Engineer in Charge.-
Internal work - Exposed on wall
125 18.7.1 15 mm nominal outer dia Pipes Metre 200 241.55 48310
126 18.7.2 20 mm nominal outer dia Pipes Metre 100 306.95 30695
127 18.7.3 25 mm nominal outer dia Pipes Metre 100 369.2 36920
Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply including all CPVC plain & brass threaded
18.9 fittings This includes jointing of pipes & fittings with one
step CPVC solvent cement, trenching, refilling & testing
of joints complete as per direction of Engineer in
Charge.-External work
128 18.9.1 15 mm nominal outer dia Pipes Metre 100 202.85 20285
129 18.9.2 20 mm nominal outer dia Pipes Metre 100 253.7 25370
130 18.9.3 25 mm nominal outer dia Pipes Metre 100 326.65 32665
131 18.9.5 40 mm nominal outer dia Pipes Metre 50 536.75 26837.5
Providing and fixing G.I. pipes complete with G.I.
18.10 fittings and clamps, i/c cutting and making good the
walls etc.-Internal work - Exposed on wall
132 18.10.1 15 mm dia nominal bore Metre 380 284.9 108262
133 18.10.2 20 mm dia nominal bore Metre 140 344.1 48174
134 18.10.3 25 mm dia nominal bore Metre 30 438 13140
Providing and fixing G.I. pipes complete with G.I.
18.12 fittings including trenching and refilling etc.-External
work
135 18.12.1 15 mm dia nominal bore Metre 100 244.15 24415
136 18.12.2 20 mm dia nominal bore Metre 200 283.8 56760
137 18.12.3 25 mm dia nominal bore Metre 50 364.55 18227.5
138 18.12.5 40 mm dia nominal bore Metre 125 483.15 60393.75
139 18.12.6 50 mm dia nominal bore Metre 125 565.25 70656.25
140 18.12.8 80 mm dia nominal bore Metre 24 866.4 20793.6

Pa g e 19 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Making connection of G.I. distribution branch with G.I.


18.13 main of following sizes by providing and fixing tee,
including cutting and threading the pipe etc. complete :
141 18.13.2 50 to 80 mm nominal bore Each 1 1432.75 1432.75
18.15S BRASS FITTINGS
Providing and fixing brass stop cock of approved
18.16
quality :
142 18.16.1 15 mm nominal bore Each 6 302.55 1815.3
Providing and fixing gun metal gate valve with C.I.
18.17
wheel of approved quality (screwed end) :
143 18.17.1 25 mm nominal bore Each 5 497.15 2485.75
144 18.17.3 40 mm nominal bore Each 3 678.4 2035.2
145 18.17.4 50 mm nominal bore Each 5 869.2 4346
Providing and fixing ball valve (brass) of approved
18.18 quality, High or low pressure, with plastic floats
complete :
146 18.18.1 15 mm nominal bore Each 6 338.7 2032.2
Providing and fixing uplasticised PVC connection pipe
18.21
with brass unions :
18.21.1 30 cm length
147 18.21.1.1 15 mm nominal bore Each 50 72.85 3642.5
18.21.2 45 cm length
148 18.21.2.1 15 mm nominal bore Each 30 83 2490
18.31S C.I. SLUICE VALVES/ FIRE HYDRANTS & FIXTURES
Providing and fixing G.I. Union in G.I. pipe including
18.46 cutting and threading the pipe and making long screws
etc. complete (New work) :
149 18.46.1 15 mm nominal bore Each 6 235.75 1414.5
150 18.46.6 50 mm nominal bore Each 2 598.1 1196.2
18.48 Providing and placing on terrace (at all floor levels) Litre 3000 8.8 26400
polyethylene water storage tank, IS : 12701 marked,
151 with cover and suitable locking arrangement and
making necessary holes for inlet, outlet and overflow
pipes but without fittings and the base support for tank.
18.49S C.P. BRASS FITTINGS
Providing and fixing C.P. brass bib cock of approved
18.49
quality conforming to IS:8931 :
152 18.49.1 15 mm nominal bore Each 40 418.95 16758
Providing and fixing C.P. brass stop cock (concealed)
18.52 of standard design and of approved make conforming
to IS:8931.
153 18.52.1 15 mm nominal bore Each 20 606.25 12125
Providing and fixing C.P. brass angle valve for basin
18.53 mixer and geyser points of approved quality
conforming to IS:8931
154 18.53.1 15mm nominal bore Each 20 532 10640
18.54S PTMT FITTINGS
Providing and fixing PTMT bib cock of approved quality
18.54
and colour.
18.54.1 15mm nominal bore, 86 mm long, weighing not less Each 8 116.55 932.4
155
than 88 gms
18.54.2 15 mm nominal bore, 122mm long, weighing not less Each 25 162.05 4051.25
156
than 99 gms
18.54.3 15 mm nominal bore, 165 mm long, weighing not less Each 25 176.75 4418.75
157
than 110 gms
Providing and fixing PTMT stop cock of approved
18.55
quality and colour.

Pa g e 2 0 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 2 1 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Providing and fixing aluminium work for doors,


windows, ventilators and partitions with extruded built
up standard tubular sections/ appropriate Z sections
and other sections of approved make conforming to IS:
733 and IS: 1285, fixing with dash fasteners of required
dia and size, including necessary filling up the gaps at
junctions, i.e. at top, bottom and sides with required
21.1 EPDM rubber/ neoprene gasket etc. Aluminium
sections shall be smooth, rust free, straight, mitred and
jointed mechanically wherever required including cleat
angle, Aluminium snap beading for glazing / paneling,
C.P. brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-
in-charge. (Glazing, paneling and dash fasteners to be
paid for separately) :
21.1.1 For fixed portion
21.1.1.1 Anodised aluminium (anodised transparent or dyed to Kg 70 423.95 29676.5
170 required shade according to IS: 1868, Minimum anodic
coating of grade AC 15)
For shutters of doors, windows & ventilators including
providing and fixing hinges/ pivots and making
21.1.2 provision for fixing of fittings wherever required
including the cost of EPDM rubber / neoprene gasket
required (Fittings shall be paid for separately)
21.1.2.1 Anodised aluminium (anodised transparent or dyed to Kg 60 513.4 30804
171 required shade according to IS: 1868, Minimum anodic
coating of grade AC 15)
Providing and fixing glazing in aluminium door, window,
ventilator shutters and partitions etc. with EPDM rubber
/ neoprene gasket etc. complete as per the
21.3
architectural drawings and the directions of engineer-
in-charge . (Cost of aluminium snap beading shall be
paid in basic item):
21.3.2 With float glass panes of 5 mm thickness (weight not Sqm 10 1296.4 12964
172
less than 12.50 kg/sqm)
Providing and fixing double action hydraulic floor spring
of approved brand and manufacture conforming to IS :
6315, having brand logo embossed on the body / plate
with double spring mechanism and door weight upto
125 kg, for doors, including cost of cutting floors,
21.4
embedding in floors as required and making good the
same matching to the existing floor finishing and cover
plates with brass pivot and single piece M.S. sheet
outer box with slide plate etc. complete as per the
direction of Engineer-in-charge.
21.4.1 With stainless steel cover plate minimum 1.25 mm Each 3 2412.5 7237.5
173
thickness
Providing and fixing machine moulded aluminium
covering of approved pattern & design, made out of
machine cut aluminium sheet and machine holed for
receiving dash fastener, over expansion joints on
vertical surfaces/ceiling floors, the fixing on plate in one
row on one side of joint only shall be done with
21.7 stainless steel dash fasteners of 8 mm dia and 75 mm
long bolt including providing aluminium washers 2 mm
thick & 15 mm dia , at a staggered pitch of 200mm
centre to centre including drilling holes in the receiving
surface and providing expandable plastic sleeves in
holes etc. complete as per direction of Engineer-in-
charge.
21.7.1 Anodised aluminium sheet 2.5mm thick (anodised Kg 10 582.05 5820.5
174 transparent or dyed to required shade according to IS:
1868, Minimum anodic coating of grade AC 15)
22.0 WATER PROOFING

Pa g e 2 2 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: The tenderer must have minimum average annual
contractual turnover of V/N or 'V' whichever is less; where V= Advertised value of the
tender in crores of Rupees N= Number of years prescribed for completion of work for
which bids have been invited. The average annual contractual turnover shall be
calculated as an average of "total contractual payments" in the previous three financial
Allowed
1 years, as per the audited balance sheet. However, in case balance sheet of the previous No No
(Mandatory)
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-VIB, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.
The tenderer must submit Chartered Accountant Certificate for Annual Contractual
Allowed
1.1 turnover Data for the Previous 3/4 Years (Contractual Payment only) (format given in No No
(Mandatory)
Annexure-VI-B for reference ), otherwise the offer will be summarily rejected.
The average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
1.1.1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No Not Allowed
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover.
The average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
1.2 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No Not Allowed
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover.

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 2 3 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

(a) The tenderer must have successfully completed or substantially completed any one
of the following categories of work(s) during last 07 (seven) years, ending last day of
month previous to the one in which tender is invited: (i) Three similar works each costing
not less than the amount equal to 30% of advertised value of the tender, or (ii) Two
similar works each costing not less than the amount equal to 40% of advertised value of
the tender, or (iii) One similar work costing not less than the amount equal to 60% of
advertised value of the tender. (b) (1) In case of tenders for composite works (e.g. works
involving more than one distinct component, such as Civil Engineering works, S&T
works, Electrical works, OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or substantially
completed any one of the following categories of work(s) during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited: (i) Three similar
works each costing not less than the amount equal to 30% of advertised value of each
component of tender, or (ii) Two similar works each costing not less than the amount 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.

Pa g e 2 4 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

1. Substantially Completed Work means an ongoing work in which payment equal to or


more than 90% of the present contract value (excluding the payment made for
adjustment of Price variation (PVC), if any) has been made to the contractor in that
ongoing contract and no proceedings of termination of contract on Contractor's default
has been initiated. The credential certificate in this regard should have been issued not
prior to 60 days of date of invitation of present tender. 2. In case a work is started prior
to 07 (seven) years, ending last day of month previous to the one in which tender is
invited, but completed in last 07 (seven) years, ending last day of month previous to the
one in which tender is invited, the completed work shall be considered for fulfillment of Allowed
1.1.1 No No
credentials. 3. If a work is physically completed and completion certificate to this extent (Mandatory)
is issued by the concerned organization but final bill is pending, such work shall be
considered for fulfillment of credentials 4. In case of completed work, the value of final
bill (gross amount) including the PVC amount (if paid) shall be considered as the
completion cost of work. In case final bill is pending, only the total gross amount already
paid including the PVC amount (if paid) shall be considered as the completion cost of
work. In case of substantially completed work, the total gross amount already paid
including the PVC amount (if paid), as mentioned in the certificate, shall be considered
as the cost of substantially completed work
Defination of Similar Work :- Any Civil Engineering Work having work of earth work &
1.2 No No Not Allowed
bridge work

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All the Proformas have been filled and uploaded in same format as given in
1 No No Not Allowed
attached forms.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In case of other than Company/ Proprietary, Annexure-V(A) shall also be
submitted by the each member of /Joint Venture (JV) /Hindu Undivided Family
Allowed
1 (HUF)/Limited Liability Partnership (LLP) etc. as the case may be. Non No No
(Mandatory)
submission of a copy of certificate by the bidder shall result in summarily
rejection of his/their bid.
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 enclose
Allowed
2 the attested copies of the constitution of their concern, and copy of PAN Card No No
(Mandatory)
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) All documents in terms of Para 10 of the Allowed
2.1 No No
Tender Form (Second Sheet)of GCC-2022. (Mandatory)
(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
Allowed
2.2 Undivided Family (HUF) and he has the authority, power and consent given by No No
(Mandatory)
other members to act on behalf of HUF. (ii) All other documents in terms of
Para 10 of the Tender Form (Second Sheet) of GCC-2022

Pa g e 2 5 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

(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

Pa g e 2 6 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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.

Pa g e 2 7 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

The tenderer whether sole proprietor / a company or a partnership firm / joint


venture (JV) / registered society / registered trust / HUF / LLP etc if they want
to act through agent or individual partner(s), should submit along with the
tender, a copy of power of attorney duly stamped and authenticated by a
Notary Public or by Magistrate in favour of the specific person whether he/they
be partner(s) of the firm or any other person, specifically authorizing him/them
to sign the tender, submit the tender and further to deal with the Tender/
Contract up to the stage of signing the agreement except in case where such
specific person is authorized for above purposes through a provision made in
the partnership deed / Memorandum of Understanding / Article of Association
/Board resolution, failing which tender shall be summarily rejected. A separate Allowed
3 No No
power of attorney duly stamped and authenticated by a Notary Public or by (Mandatory)
Magistrate in favour of the specific person whether he/they be partner(s) of the
firm or any other person, shall be submitted after award of work, specifically
authorizing him/them to deal with all other contractual activities subsequent to
signing of agreement, if required. Note: A Power of Attorney executed and
issued overseas, the document will also have to be legalized by the Indian
Embassy and notarized in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Bidders from countries
that have signed the Hague Legislation Convention 1961 are not required to
be legalized by the Indian Embassy if it carries a conforming Appostille
certificate.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
4 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
Please submit list of works in hand indicating description of work, contract
value, approximate value of balance work yet to be done and date of award. Allowed
5 No No
Supported documents/ certificates from the organization with whom they (Mandatory)
worked/ are working, should be submitted.
Please submit your correspondence address, e-mail ID and valid phone Allowed
6 No No
number. (Mandatory)
Please submit your bank details i.e.Name of the Bank along with Bank Branch
Allowed
7 Code, Account Number, IFSC Code, and PAN Number, GST Registration, No No
(Mandatory)
ESIC Registration.
Please furnish list of plant and Machinery available on hand own and proposed Allowed
8 No No
to be inducted own and hired to be given separately for the subject work. (Mandatory)
Please furnish list of Works completed in last seven financial years giving
Description of Work, Organization for whom executed, approximate value of Allowed
9 No No
contract at time of award, Date of award and Date of Completion. Date of (Mandatory)
actual Start, Actual Completion and Final value of Contract shall also be given.
Please furnish list of personal, organization available on hand and proposed to Allowed
10 No No
be engaged for the subject work. (Mandatory)
Tenderer must submit following certificates/documents as applicable as per
Clause 14 Part-I of GCC-2022 - 1. Constitution of the firm 2. Memorandum of
Association/Article of Association 3. Certificate of Incorporation 4. Copy of Allowed
11 No No
authorization/Power of attorney to sign the tender (backed by the Resolution of (Mandatory)
Board) 5. Partnership deed 6. any other document as applicable to tenderer
firm as per Clause 14 Part-I of GCC-2022.
Employment/Partnership etc. of Retired Railway Employees(As in Annexure- Allowed
12 No Yes
1): (Mandatory)

Pa g e 2 8 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

(Annexure-1)The tenderer will give full information as to the date of retirement


of such Engineer or gazetted officer from the said service and as to whether
permission for taking such contract, or if the Contractor be a partnership firm
or an incorporated company, to become a partner or director as the case may
be, has been obtained by the tenderer or the Engineer or officer, as the case
may be from the President of India or any officer, duly authorized by him in this
behalf, shall be clearly stated in writing at the time of submitting the tender, if a
tenderer is - i) be a retired Engineer of the gazetted rank or any other gazetted
officer working before his retirement, whether in the executive or
Allowed
12.1 administrative capacity or whether holding a pensionable post or not, in the No Yes
(Mandatory)
Engineering or any other department of any of the railways owned and
administered by the President of India for the time being, OR ii) being
partnership firm / joint venture (JV) / registered society / registered trust etc
have as one of its partners a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the gazetted rank or
any other gazetted officer working before his retirement as one of its directors
AND in case where such Engineer or officer had not retired from government
service at least 1 year prior to the date of submission of the tender.
b) In case, upon successful award of contract, should a tenderer depute for
execution of the works under or to deal matters related with this contract, any
retired Engineer of gazette rank or retired gazetted officer working before his
retirement in the Engineering or any other department of any of the railways
owned and administered by the President of India for the time being, and now
Allowed
12.2 in his employment, then the tenderer will ensure that retired Engineer or No Yes
(Mandatory)
retired gazetted officer had retired from government service at least 1 year
prior to the date of his employment with tenderer and in case he had retired
from service within a year then he possesses the requisite permission from the
President of India or any officer, duly authorized by him in this behalf, to get
associated with the tenderer.
(c) Should a tenderer or Contractor being an individual, have member(s) of his
family or in the case of partnership firm/ company / joint venture (JV) /
registered society / registered trust etc. one or more of his
partner(s)/shareholder(s) or member(s) of the family of Allowed
12.3 No Yes
partner(s)/shareholder(s) having share of more than 1% in the tendering entity (Mandatory)
employed in gazetted capacity in the Engineering or any other department of
the railway, then the tenderer at the time of submission of tender, will inform
the authority inviting tenders the details of such persons.
Note:-If information as required as per a), b), c) above has not been furnished,
Allowed
12.4 contract is liable to be dealt in accordance with provision of clause 62 of No Yes
(Optional)
Standard General Condition of Contract.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer shall upload scanned copies of mandatory credentials such as
1 No No Not Allowed
experience, turn over Certificates and any other documents as applicable.
It is the responsibility of the tenderer 1. To see corrigendum, if any to tender
2 notice up to the date of tender opening. 2. To keep him self updated about No No Not Allowed
any latest Railway Board Circulars up to the date of tender opening.
3 Payment to the contractor/vendor would be made through EFT/ECS system. No No Not Allowed
Applicability of JVs/ CONSORTIUM/ MOUs: JVs/ Consortium/ MOUs shall be
4 No No Not Allowed
considered for the tenders of value more than Rs. 10 crore (Ten crore).
Price Variation Clause (PVC) in Works Contract is dealt in accordance with
provisions of item 46A of GCC - 2022 and ACS NO. 1 to GCC 2022. Price
Variation Clause (PVC) shall be applicable only in tender having advertised
5 value above Rs. 2 Crores . Provided further that, in a contract where PVC is No No Not Allowed
applicable, following shall be outside the purview of price adjustments (i.e.
shall be excluded from the gross value of the work for the purpose of price
variation)
Clause 26A to GCC - Deployment of qualified Engineers at work site by the
6 No No Not Allowed
contractor:

Pa g e 2 9 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

The Contractor shall also employ Qualified Graduate Engineer or Qualified


Diploma Holder Engineer, based on value of contract prescribed by the
ministry of railways as under: (a) One Qualified Graduate Engineer when
6.1 No No Not Allowed
cost of work to be executed is Rs.200 lakh & above and, (b) One Qualified
Diploma Holder Engineer when cost of work to be executed is more than Rs.
25Lakh, but less than Rs.200Lakh.
In case the contractor fails to employ the engineer, as aforesaid in Para
26A.1, he shall be liable to pay a penalty at the rate of Rs.40000/- and
6.2 No No Not Allowed
Rs.25000/- for each month or part thereof for the default period for the
provisions, as contained in Para 26.A.1 (a) & (b) above respectively.
No. of qualified engineers required to be deployed by the contractor for
various activities contained in the works contract shall be specified in the
6.3 No No Not Allowed
tender document as 'special condition of contract' by the tender inviting
authority.
Maintenance Of Works : The Contractor shall at all times during the progress
and continuance of the works and also for the period of maintenance
specified in the Tender Form after the date of passing of the certificate of
completion by the Engineer or any other earlier date subsequent to the
completion of the works that may be fixed by the Engineer be responsible for
and effectively maintain and uphold in good substantial, sound and perfect
condition all and every part of the works and shall make good from time to
time and at all times as often as the Engineer shall require, any damage or
7 defect that may during the above period arise in or be discovered or be in No No Not Allowed
any way connected with the works, provided that such damage or defect is
not directly caused by errors in the contract documents, act of providence or
insurrection or civil riot, and the Contractor shall be liable for and shall pay
and make good to the Railway or other persons legally entitled thereto
whenever required by the Engineer so to do, all losses, damages, costs and
expenses they or any of them may incur or be put or be liable to by reasons
or in consequence of the operations of the Contractor or of his failure in any
respect.
Maintenance period of this work is Twelve months from date of physical
7.1 No No Not Allowed
completion of this work.
For those conditions for which standard formats have been given in the
8 uploaded documents for providing information, it should only be submitted in No No Not Allowed
these standard formats.
Tenderer(s) should submit document in support of Minimum Eligibility
Criteria, technical and financial both, along with the tender. No document in
9 No No Not Allowed
support of minimum eligibility criteria will be accepted/ entertained after
opening of tender.
The tenderer/s shall keep them updated about any modification in tender
notice and tender document, issued by Railway through newspapers, IREPS
website or E-mail or any other means and shall act accordingly. It is the
10 No No Not Allowed
responsibility of the tenderer to check any correction or any modifications
published subsequently in website and the same shall taken into account
while submitting the tender.
Total cost of any SOR Schedule is based on the basic SOR rates. Tenderer
11 No No Not Allowed
should take care of this fact while filing his financial offer.
Postal address of Office: Office of Dy. Chief Engineer/Construction/AGC,
12 DRM Office Complex, Agra Cantt Railway Station Campus, Agra Cantt, No No Not Allowed
Agra(Uttar Pradesh) 282001
Wherever any reference to Code, Specifications etc., is made in this tender
document, it shall be taken as a reference to the latest version thereof
13 including all amendments and corrections etc. However, where these No No Not Allowed
specifications do not cover full details relevant Indian Standard Specification
shall be followed. Decision of the Chief Engineer shall be final in this regard.
All the works, which are to be done under traffic block, in electrified territory,
contractor will have to take all precautions for safety of track and running
14 No No Not Allowed
trains as well as safety of his labour in terms of Indian Railways P.Way
manual.
The work will be executed under supervision of Railway Engineer in-charge
15 No No Not Allowed
or his authorized representative at site.
The GST Act 2017 will be applicable as per extant policy as notified by
16 No No Not Allowed
Central/State Govt. and as amended from time to time.

Pa g e 30 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Tenderers are advised to go through the 'SPECIAL CONDITIONS'


17 thoroughly which are incorporated in tender document before quoting the No No Not Allowed
rates.
The tenderer/s shall not increase his/their rate in case the Railway
Administration negotiates for reduction of rates. Such negotiations shall not
18 No No Not Allowed
amount to cancellation or withdrawal of the original offer and rates originally
quoted will be binding on the tenderer/s.
19 The tenderer/s shall submit an analysis of rates if called upon to do so. No No Not Allowed
The tenderer/s is/are advised to visit the site of work and investigate actual
conditions regarding nature and conditions of soil, difficulties involved due to
inadequate stacking space, due to built up area around the site, availability
of materials water and labour probable sites for labour camps, stores,
godowns, etc. They should also satisfy themselves as to the sources of
20 No No Not Allowed
supply and adequacy for their respective purpose of different materials
referred in the specifications and indicated in the drawings. The extent of
lead and lift involved in the execution of works and any difficulties involved in
the execution of work should also be examined before formulating the rates
for complete items of work described in the schedule.
21 Conditional tenders are liable to be rejected. No No Not Allowed
In terms of Railway board letter No. 94/CE-I/CT/4(Pt-II) dated 19.11.2003,
22 Financial capacity, capability and past performance of an intending bidder No No Not Allowed
will be examined before awarding the work to him/her.
NOTICE TO PUBLIC BODIES:- The contractor shall give to the Municipality,
Police and other authorities all notices that may be required by the law and
obtain all requisite licenses for temporary obstructions, enclosures and pay
23 all fees, taxes and charges which may be leviable on account of his own No No Not Allowed
operation in executing the contract. He should make good any damage to
adjoining premises whether public or private and provide and maintain any
light etc. required in night.
The Cost of Tender documents should be paid through online payment
24 No No Not Allowed
mode available on IREPS portal only.
The vehicles and equipment of contractors can be used by Railway
Administration in case of accidents or natural calamities involving human
25 No No Not Allowed
lives, and payment in respect of that would be made by operating the item
as a non scheduled item.
The schedule of quantity is only approximate and may vary as per site
26 condition. Any items of USSOR-2010 /2019 may be added or deleted as No No Not Allowed
directed by Engineer-in-charge to complete the work in all respect.
Contractor will issue identity cards to all his supervisors/laborers working at
27 No No Not Allowed
site as per Proforma given by Railway.
Tenderer must read clause 10 of TENDER FORM (Second Sheet) Annex-I
28 of Indian Railway Standard General Conditions of Contract regarding No No Not Allowed
eligibility criteria.
Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
29 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
All Bidders have to summit an undertaking regarding
30 Employment/Partnership etc. of Retired Railway Employees as per Clause No No Not Allowed
16 of GCC-2022
clause 55 B to GCC: Provision of employees provident fund and
Miscellaneous provisions act 1952: The Contractor shall comply with the
provisions of Para 30 & 36-B of the Employees Provident Fund Scheme,
1952; Para 3 & 4 of Employees' Pension Scheme, 1995; and Para 7 & 8 of
31 No No Not Allowed
Employees Deposit Linked Insurance Scheme, 1976; as modified from time
to time through enactment of "Employees Provident Fund & Miscellaneous
Provisions Act, 1952", wherever applicable and shall also indemnify the
Railway from and against any claims under the aforesaid Act and the Rules.

Pa g e 31 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Restrictions on the Employment of Retired Engineers of Railway Services


Within One Year of their Retirement: The Contractor shall not, if he is a
retired Government Engineer of Gazetted rank, himself engage in or employ
or associate a retired Government Engineer of Gazetted rank, who has not
completed one year from the date of retirement, in connection with this
32 No No Not Allowed
contract in any manner whatsoever without obtaining prior permission of the
President and if the Contractor is found to have contravened this provision it
will constitute a breach of contract and administration will be entitled to
terminate the contract and forfeit his Performance Guarantee as well as
Security Deposit.
The provision of Construction and Demolition Waste Management Rule 2016
issued by Ministry of Environment Forest and Climate Change dated
33 29.03.2016 and published in the Gazette of India, Part - II, Section -3, Sub- No No Not Allowed
section (ii) are binding upon the Contractor. Contractor shall implement
these provisions at worksites, for which no extra payment will be payable
Income Tax, Surcharge thereof, Commercial Tax & Sales Tax (Where
applicable & chargesas per directives of State & Central Government) and
34 No No Not Allowed
any other applicable tax shall be recovered from contractor's bill as per rule
in force.
35 PERFORMANCE GURANTEE (PG) No No Not Allowed
The procedure for obtaining Performance Guarantee is outlined below: (a)
The successful bidder shall have to submit a Performance Guarantee (PG)
within 21 (Twenty one) days from the date of issue of Letter of Acceptance
(LOA). Extension of time for submission of PG beyond 21 (Twenty one) days
and upto 60 days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However, a
penal interest of 12% per annum shall be charged for the delay beyond
21(Twenty one) days, i.e. from 22ndday after the date of issue of LOA.
Further, if the 60thday happens to be a declared holiday in the concerned
office of the Railway, submission of PG can be accepted on the next working
35.1 No No Not Allowed
day. In 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. ( .
b) The successful bidder shall submit the Performance Guarantee (PG) in
any of the following forms, amounting to 3% of the original contract value:- (i)
A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government
Securities including State Loan Bonds at 5% below the market value; (iv) Pay
Orders and Demand Drafts tendered by any Scheduled Commercial Bank of
India; (v) Guarantee Bonds executed or Deposits Receipts tendered by any
35.1.1 No No Not Allowed
Scheduled Commercial Bank of India; (vi) Deposit in the Post Office Saving
Bank; (vii) Deposit in the National Savings Certificates; (viii) Twelve years
National Defence Certificates; (ix) Ten years Defence Deposits; (x) National
Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or
at the face value whichever is less. Also, FDR in favour of FA&CAO (free
from any encumbrance) may be accepted.
The Performance Guarantee shall be submitted by the successful bidder
after the Letter of Acceptance (LOA) has been issued, but before signing of
the contract agreement. This P.G. shall be initially valid upto the stipulated
35.1.2 date of completion plus 60 days beyond that. In case, the time for No No Not Allowed
completion of work gets extended, the Contractor shall get the validity of
P.G. extended to cover such extended time for completion of work plus 60
days.
The value of PG to be submitted by the Contractor is based on original
35.1.3 contract value and shall not change due to subsequent variation(s) in the No No Not Allowed
original contract value.

Pa g e 32 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

The Performance Guarantee (PG) shall be released after physical


completion of the work based on 'Completion Certificate' issued by the
35.1.4 No No Not Allowed
competent authority stating that the Contractor has completed the work in all
respects satisfactorily.
Whenever the contract is rescinded, the Performance Guarantee already
35.1.5 submitted for the contract shall be encashed in addition to forfeiture of No No Not Allowed
Security Deposit available with railway.
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 of the Performance Guarantee as described herein
35.1.6 above, in which event the Engineer may claim the full amount of the No No Not Allowed
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 the GCC
VARIATION IN EXTANT OF CONTRACT : Modification to Contract to be in
Writing: In the event of any of the provisions of the contract required to be
modified after the contract documents have been signed, the modifications
shall be made in writing and signed by the Railway and the Contractor and
no work shall proceed under such modifications until this has been done.
Any verbal or written arrangement abandoning, modifying, extending,
reducing or supplementing the contract or any of the terms thereof shall be
deemed conditional and shall not be binding on the Railway unless and until
the same is incorporated in a formal instrument and signed by the Railway
and the Contractor, and till then the Railway shall have the right to repudiate
36 No No Not Allowed
such arrangements. Powers of Modification to Contract: The Engineer on
behalf of the Railway shall be entitled by order in writing to enlarge or
extend, diminish or reduce the works or make any alterations in their design,
character position, site, quantities, dimensions or in the method of their
execution or in the combination and use of materials for the execution
thereof or to order any additional work to be done or any works not to be
done and the Contractor will not be entitled, to any compensation for any
increase/reduction in the quantities of work but will be paid only for the actual
amount of work done and for approved materials supplied against a specific
order.
Unless otherwise specified in the special conditions of the contract, the
accepted variation in quantity of each individual item of the contract would be
36.1 upto 25% of the quantity originally contracted, except in case of foundation No No Not Allowed
work (in which no variation limit shall apply). However, the rates for the
increased quantities shall be as per sub- para (iii) below.
(ii) The Contractor shall be bound to carry out the work at the agreed rates
36.2 and shall not be entitled to any claim or any compensation whatsoever upto No No Not Allowed
the limit of 25% variation in quantity of individual item of works.
(iii) In case an increase in quantity of an individual item by more than 25% of
36.3 the agreement quantity is considered unavoidable, then same shall be No No Not Allowed
executed at following rates
(a)Quantities operated in excess of 125% but upto 140% of the agreement
36.3.1 quantity of the concerned item, shall be paid at 98% of the rate awarded for No No Not Allowed
that item in that particular tender;
(b)Quantities operated in excess of 140% but upto 150% of the agreement
36.3.2 quantity of the concerned item shall be paid at 96% of the rate awarded for No No Not Allowed
that item in that particular tender;
(c)Variation in quantities of individual items beyond 150% will be avoided and
36.3.3 would be permitted only in exceptional unavoidable circumstances and shall No No Not Allowed
be paid at 96% of the rate awarded for that item in that particular tender.

Pa g e 33 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

(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.

Pa g e 34 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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.

Pa g e 35 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

In case the Letter of Acceptance (LOA) is issued to a partnership firm, the


following undertakings shall be furnished by all the partners through a
notarized affidavit, before signing of contract agreement. (a) Joint and
several liabilities: The partners of the firm to which the Letter of Acceptance
(LOA) is issued, shall be jointly and severally liable to the Railway for
execution of the contract in accordance with General and Special Conditions
of the Contract. The partners shall also be liable jointly and severally for the
loss, damages caused to the Railway during the course of execution of the
contract or due to non execution of the contract or part thereof. (b) Duration
of the partnership deed and partnership firm agreement: The partnership
deed/partnership firm agreement shall normally not be
37.3.9 No No Not Allowed
modified/altered/terminated during the currency of contract and the
maintenance period after the work is completed as contemplated in the
conditions of the contract. Any change carried out by partners in the
constitution of the firm without permission of Railway, shall constitute a
breach of the contract, liable for determination of the contract under Clause
62 of the Standard General Conditions of Contract. (c) Governing laws: The
partnership firm agreement shall in all respect be governed by and
interpreted in accordance with the Indian laws. (d) No partner of the firm
shall have the right to assign or transfer the interest right or liability in the
contract without the written consent of the other partner/s and that of the
Railway.
The tenderer shall clearly specify that the tender is submitted on behalf of a
partnership firm. The following documents shall be submitted by the
partnership firm, with the tender: (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
37.3.10 not blacklisted or debarred by Railways or any other Ministry / Department of No No Not Allowed
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. (iv) All other documents in terms of Para 10 of explanatory notes in
clause 10 mentioned in eligibility criteria.

Pa g e 36 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

Documents to be enclosed by the JV along with the tender: 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
against the firm. (iv) 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 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. 2) 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 the Concern OR he who is
signing the affidavit 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. (3) 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,
37.4 No No Not Allowed
permitting the company to enter into a JV agreement, (ii) The copies of MOA
(Memorandum of Association) / AOA (Articles of Association) of the company
(iii) A copy of Certificate of Incorporation (iv) A copy of 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 (4) 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 liability against the LLP. (v) 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 /
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. (5) 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 S
Company registered under Companies Act 2013: (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
Attorney issued by the Company (backed by the resolution of Board of
Directors) in favour of the individual to sign the tender on behalf of the
company and create liability against the company. (iv) An undertaking that
the Company is not blacklisted or debarred by Railways or any other Ministry
37.5 No No Not Allowed
/ Department of Govt. of India from participation in tender on the date of
submission of bids, either in individual capacity or as a member of the
partnership firm or JV in which the Company 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. (v) All other documents in terms of explanatory notes in clause 10
mentioned in eligibility criteria

Pa g e 37 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

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

Pa g e 38 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

The envelope shall be addressed to the officer and address as mentioned in


38.9 No No Not Allowed
the tender document.
If the envelope is not sealed and marked as instructed above, the Railway
assumes no responsibility for the misplacement or premature opening of the
38.10 No No Not Allowed
contents of the Bid submitted and consequent losses, if any, suffered by the
Bidder.
Bid security, if submitted in the form of bank guarantee, the original bank
guarantee shall be submitted to Rates section of Dy.CE/C/AGC Office, Agra
38.11 No No Not Allowed
within 05 working days of dead line of submission of bids. The Bank
guarantee should be drawn in favour of Dy.FA&CAO/C/AGC N.C. Rly./ Agra.
Security Deposit: The Security Deposit shall be 5% of the contract value. The
Bid Security submitted by the Contractor with his tender will be
retained/encashed by the Railways as part of security for the due and faithful
fulfillment of the contract by the Contractor. Provided further that, if
Contractor submits the Cash or Term Deposit Receipt issued from a
Scheduled commercial bank of India or irrevocable Bank Guarantee Bond
from a Scheduled commercial bank of India, either towards the Full Security
Depositor the Part Security Deposit equal to or more than Bid Security, the
Railway shall return the Bid Security, to the Contractor.Balance of Security
Deposit may be deposited by the Contractor in cash or Term Deposit
Receipt issued from Scheduled commercial bank of India or irrevocable
Bank Guarantee bond issued from Scheduled commercial bank of India, or
may be recovered at the rate of 6% of the bill amount till the full Security
Deposit is recovered. Provided also that in case of defaulting Contractor, the
Railway may retain any amount due for payment to the Contractor on the
pending "on account bills" so that the amounts so retained (including amount
39 No No Not Allowed
guaranteed through Performance Guarantee) may not exceed 10% of the
total value of the contract. The Irrevocable Bank Guarantee submitted
towards Security deposit shall be initially valid up to the stipulated date of
Maintenance period plus 60 days and shall be extended from time to
time,depending upon extension of contract granted in terms of Clause 17A
and 17B of the Standard General Conditions of Contract.Note: Security
Deposit deposited in cash by the Contractor or recovered from the running
bills of a Contractor or submitted by contractor as Term Deposit Receipt(s)
can be refunded/returned to the GCC April 2022 contractor, in lieu of
irrevocable Bank Guarantee bond issued from scheduled commercial bank
of India, to be submitted by him, for an amount equal to or more than the
already available Security Deposit, provided however that, in a contract of
value less than Rs. 50 Crore, such refund/ return of the already available
Security Deposit is permitted up to two times and in a contract of value equal
to or more than Rs. 50 Crore, such refund / return of the already available
Security Deposit is permitted up to three times.
Refund of Security Deposit: Security Deposit mentioned in sub clause (1)
above shall be returned to the Contractor along with or after, the following:
(a) Final Payment of the Contract as per clause 51.(1) and (b) Execution of
Final Supplementary Agreement or Certification by Engineer that Railway
has No Claim on Contractor and (c) Maintenance Certificate issued, on
expiry of the maintenance period as per clause 50.(1), in case applicable. (ii)
Forfeiture of Security Deposit: Whenever the contract is rescinded as a
39.1 No No Not Allowed
whole under clause 62 (1) of these conditions, the Security Deposit already
with railways under the contract shall be forfeited. However, in case the
contract is rescinded in part or parts under clause 62 (1) of these conditions,
the Security Deposit shall not be forfeited. No interest shall be payable upon
the Bid Security and Security Deposit or amounts payable to the Contractor
under the Contract, but Government Securities deposited in terms of Sub-
Clause (b) of this clause will be payable with interest accrued thereon.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Price Variation Clause (PVC) shall be applicable only in tender having
1 No No Not Allowed
advertised value above Rs. 2 Crores .
Tenderers are advised to go through the 'SPECIAL CONDITIONS' thoroughly
2 No No Not Allowed
which are incorporated in tender document before quoting the rates

Pa g e 39 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

'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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
SITE LABORATORY The contractor shall be required to provide a site
laboratory-cum-site office with adequate space for equipment for carrying out
Allowed
1 testing aggregates, water, cement, sand and testing of concrete for No No
(Mandatory)
compressive strength and workability, sieve analysis arrangements for
aggregates and supporting assessments.
Tenderer will submit list of personnel available on hand in organization and Allowed
2 No No
proposed to be engaged for the subject work. (Mandatory)

Pa g e 40 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

In case, submission of Bid Security in the form of Bank Guarantee, following


shall be ensured: i. A scanned copy of the Bank Guarantee shall be uploaded
on e-Procurement Portal (IREPS) while applying to the tender. ii. The original
Bank Guarantee should be delivered in person to the official nominated as
indicated in the tender document within 5 working days of deadline of
submission of bids. iii. Non submission of scanned copy of Bank Guarantee
with the bid on e-tendering portal (IREPS) and/or non submission of original
Bank Guarantee 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 validity period for the Tender. v. The details of the BG, physically submitted
Allowed
3 should match with the details available in the scanned copy and the data No No
(Optional)
entered during bid submission 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 ***** Project" and
shall clearly indicate the name and address of the Bidder. In addition, the Bid
Due Date should be indicated on the right hand top corner of the envelope. vii.
The envelope shall be addressed to the officer and address as mentioned in
the tender document. viii. If the envelope is not sealed and marked as
instructed above, the Railway assumes no responsibility for the misplacement
or premature opening of the contents of the Bid submitted and consequent
losses, if any, suffered by the Bidder.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I/We 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
2 having financial repercussions, if quoted by us anywhere else including No No Not Allowed
attached documents shall not be considered for deciding inter-se ranking.
However, Railways shall have the right to incorporate any such condition
quoted by us, in the contract, at their discretion, if contract is placed on us.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
3 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions Of Contract, with all correction slips up-to-date and to carry out the
work according to the Special Conditions of Contract and Specifications of
4 No No Not Allowed
materials and works as laid down by Railway in the annexed Special
Conditions/Specifications, Schedule of Rates with all correction slips up-todate
for the present contract.
I/We have read Clause 10 (Eligibility Criteria) and Clause 11 (Tenderer
5 Credentials)of Tender Form (Second Sheet) given in Annexure-I of Part-I of No No Not Allowed
IRS GCC.
The amount as situplated in tender document is herewith forwarded as Bid
6 security. Full value of the earnest Money shall stand forfeited without prejudice No No Not Allowed
to any other right or remedies in case my/our Tender is accepted and if :
I/We do not execute the contract documents as stipulated in performance
6.1 No No Not Allowed
gurantee clause of GCC-2022 as detailed in general instructions.
I/We do not commence the work within Fifteen days after receipt of orders to
6.2 No No Not Allowed
that effect.
I/We have read the various terms & conditions of attached/referred documents
7 with NIT. I agree to abide by the said conditions and these documents will be No No Not Allowed
the part of contract documents.

Pa g e 41 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37


DYCE-C-I-AGC-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: CEN00AGC1622 Closing Date/Time: 24/01/2023 15:00

I/We have submitted full information in prescribed format regarding


membership / employment of retired Gazetted officer and family members
working in gazetted capacity in the Engineering or any other department of the
railways. If no information is provided in this regard or if Annexure-1 is not
8 No No Not Allowed
submitted then I certify that the information shall be treated as nil. If found that
information in this regard as required as per clause 16 a), b), c) of GCC-2022
has been concealed, contract is liable to be dealt in accordance with provision
of clause 62 of Standard General Condition of contract.
I/We have carefully gone through the clause no.10 to 18 of GCC'2022 and
understood that due to non-compliance of commercial compliance mandatory
9 No No Not Allowed
requirement of these clauses given in tender document, my/our offer will be
rejected.

6. Documents attached with tender

S.No. Document Name Document Description


1 Annexure-VIA.pdf Annexure VIA
GCC_April-2022_2022_CE-I_CT_GCC-
2 GCC 2022
2022_POLICY_27.04.22.pdf
3 SPLCONDITION.pdf SPL CONDITION
4 TenderdocumentforbalanceEarthworkyamunabridge.pdf Tender Document
ACS-2toGCC-2022_2022-CE-1-CT-GCC-2022-
5 Correction slip No 02 of GCC 2022
POLICY_13.12.2022.pdf
6 AnnexureV.pdf Annexure V
7 AnnexureVA.pdf Annexure VA
8 2022_CE-I_CT_GCC-2022Policy14.07.2022.pdf Correction slip No 01 of GCC 2022
9 CONTACT_PROFORMA.PDF CONTACT PROFORMA
10 Annexure-1.pdf ANNEXURE - 1
11 AnnexureVIB.pdf Annexure VIB

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: DEVENDRA PAL SINGH

Designation : Dy.CE/C/AGC

Pa g e 42 o f 42 Ru n Da te/Time: 0 3/0 1/2 0 2 3 13:31:37

You might also like