0% found this document useful (0 votes)
44 views8 pages

viewNitPdf - 4391616 New

This document is a tender notice from the CAO/CON/South of the East Central Railway inviting electronic tenders for a construction project. The key details are: - Tender no. ECR-CAO-C-S-EPC-05-23-24 with a closing date of 22/01/2024 - The project involves construction of a double line track including earthworks, bridges, electrification works between DFCC CH:28.470 to DFCC CH:122.00 in the Gomoh-Koderma section. - The estimated advertised value of the project is Rs. 9669903111.48

Uploaded by

shadab ahmad
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 views8 pages

viewNitPdf - 4391616 New

This document is a tender notice from the CAO/CON/South of the East Central Railway inviting electronic tenders for a construction project. The key details are: - Tender no. ECR-CAO-C-S-EPC-05-23-24 with a closing date of 22/01/2024 - The project involves construction of a double line track including earthworks, bridges, electrification works between DFCC CH:28.470 to DFCC CH:122.00 in the Gomoh-Koderma section. - The estimated advertised value of the project is Rs. 9669903111.48

Uploaded by

shadab ahmad
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/ 8

CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY

TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

CAO/CON/South acting for and on behalf of The President of India invites E-Tenders against Tender No ECR-CAO-C-S-EPC-05-23-24
Closing Date/Time 22/01/2024 12:00 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

Construction of double line track (3rd & 4th line) formation including earth work, blanketing,
minor bridges, major bridges, Rail Fly over, electrification works and other miscellaneous
Name of Work works for 32.5 T axle load including Electrical TRD (2X 25 KV) in Gomoh-Koderma section
(in between DFCC CH:28.470 (IR CH:300.15) to DFCC CH:122.00 (IR CH:393.55)) in DHN
Division of East Central Railway.
Bidding type EPC [ Single Stage ]
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 22/01/2024 12:00 Date Time Of Uploading Tender 06/11/2023 18:36
Pre-Bid Conference
Yes Pre-Bid Conference Date Time 23/11/2023 12:00
Required
2nd Pre-Bid Conference 2nd Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 9669903111.48 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 20000000.00 Validity of Offer ( Days) 180
Tender Doc. Cost (Rs.) 0.00 Period of Completion 1095 Days
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 01/01/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
Docs. Receipt Confirmation Required

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A-Request for Proposal 9669903111.48
Below/Par
Lump Sum 9669903111.48 AT Par 9669903111.48
Description :- Construction of double line track (3rd & 4th line) formation including earth work, blanketing, minor
01 bridges, major bridges, Rail Fly over, electrification works and other miscellaneous works for 32.5 T axle load
including Electrical TRD (2X 25 KV) in Gomoh-Koderma section (in between DFCC CH:28.470 (IR CH:300.15) to
DFCC CH:122.00 (IR CH:393.55)) in DHN Division of East Central Railway.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

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

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
2.2.2.2 Financial Capacity (Complete details given in RFP document): The Bidder shall
have a minimum Net Worth (the "Financial Capacity") of Rupees equal to 5% of the Allowed
1 No No
Estimated Project Cost at the close of the preceding Financial Year. Please see more (Mandatory)
details in RFP document as attached.

Pa g e 1 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
2.2.2.1 Technical Capacity- For demonstrating Technical Capacity and experience (the
"Technical Capacity"), the bidder shall, during the last 5 (Five) previous financial years
and the current financial year upto the Base month (not to be read with para-2.1.13).
(i)have received payments for construction of Eligible Project(s), or has undertaken
construction works by itself in a PPP project, such that the sum total thereof, as further
adjusted in accordance with clause 2.2.2.4 (i) & (ii), is more than 2.5 (two and half) times
the Estimated Project Cost (the ). Provided that at least one fourth of the Threshold Allowed
1 No No
Technical Capacity shall be from the Eligible Projects in Category 1 and/ or Category 3 (Mandatory)
specified in Clause 2.2.2.4 (i) & (ii) undertaken at least one Eligible Project of Railway
Sector as mentioned in clause 2.2.2.4/iii of value of not less than 35% (Thirty five
percent) of the Estimated Project Cost and have received payments for not less than 75
(seventy-five) per cent value of present Contract value (excluding the payment made for
adjustment of Price variation (PVC), if any) of such project. Please see more details in
RFP document as attached.

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

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

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

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

5. COMPLIANCE

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

Check Lst

Pa g e 2 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Details of technical bid No No Not Allowed
Appendix-IA (Letter comprising the Technical Bid) including Annexure I-VI and
1.1 No No Not Allowed
supporting certificates / documents in RFP document as attached.
Power of Attorney for signing the Bid as per the format at Appendix-II in RFP
1.2 No No Not Allowed
document as attached.
If applicable, Power of Attorney for Lead Member of Consortium/Joint Venture
1.3 No No Not Allowed
as per the format at Appendix-III in RFP document as attached.
If applicable, Joint Bidding Agreement for Consortium/Joint Venture as per the
1.4 No No Not Allowed
format at Appendix-IV in RFP document as attached.
An undertaking from the person having Power of Attorney referred to in Sub.
1.5 Clause-(b) above that they agree and abide by the Bid Documents uploaded No No Not Allowed
by Authority and amendments uploaded, if any;
Copy of Memorandum and Articles of Association, if the Bidder is a body
1.6 No No Not Allowed
corporate, and if a partnership then a copy of its partnership deed.
Copies of duly audited complete annual accounts of the Bidder or of each
1.7 No No Not Allowed
member (in case of Joint Venture/Consortium) for preceding 5 years.
2 Financial Bid. No No Not Allowed
Appendix-IB (Letter comprising the Financial Bid) in RFP document as
2.1 No No Not Allowed
attached.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Details of bidder is to be furnished as per Annexure I of RFP document as Allowed
1 No No
attached. (Mandatory)
Financial Capacity of bidder is to be furnished as per Annexure III (RFP clause Allowed
2 No No
2.2.2.2, 2.2.2.8 (i) and 2.2.2.7 (iii) as attached. (Mandatory)
Certificate(s) from its statutory auditors or the concerned client(s) stating the
Allowed
2.1 payments received or in case of a PPP project, the construction carried out by No No
(Mandatory)
itself, during the past 5 years, in respect of the Eligible Projects.
Certificate(s) from its statutory auditors specifying the net worth of the Bidder
(including associates, if any), as at the close of the preceding Financial Year ,
Allowed
2.2 and also specifying that the methodology adopted for calculating such net No No
(Mandatory)
worth conforms to the provisions of this Clause 2.2.2.8 (ii) in RFP document as
attached.
Statement of legal capacity is to be furnished as per Annexure V of RFP Allowed
3 No No
document as attached. (Mandatory)
Disqualification undertaking is to be furnished as per Annexure VI (RFP clause Allowed
4 No No
1.2.1) as attached. (Mandatory)
Bid security: Bid Security in respect of e-tendering to be submitted. refundable
Allowed
5 not later than 200 (Two hundred) days from Bid Due Date. (RFP clause 1.2.4 No No
(Mandatory)
as attached).
The tenderer shall upload scanned copies of mandatory credentials such as Allowed
6 No No
experience, turn over Certificates and any other documents as applicable. (Mandatory)
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
7 No No
definition and calculation of local content shall be in accordance with the Make (Mandatory)
in India policy as incorporated in the tender conditions.
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
8 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Validity of offer is 180 days. Any rebate if offered shall also be valid for 180
1 No No Not Allowed
days.

Pa g e 3 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
2 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
It is the responsibility of the tenderer to see corrigendum, if any, to tender
3 No No Not Allowed
notice up to the date of tender opening.
Bidders are encouraged to submit their respective Bids after visiting the
Project site and ascertaining for themselves the site conditions, traffic, location,
surroundings, climate, availability of power, water & other utilities for
4 No No Not Allowed
construction, access to site, handling and storage of materials, weather data,
applicable laws and regulations, and any other matter considered relevant by
them. (RFP Para 2.5.1 as attached).
In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST
5 from his/their bills under reverse charge mechanism (RCM) and deposit the No No Not Allowed
same to the concerned authority. Compliance with GST Act 2017- (Authority
RBds letter No.2017/CE-I/CT/4/GST dated 23.06.17).
No bidder to submit more than one bid as member or individually (RFP Para
6 No No Not Allowed
2.1.1 as attached).

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The provision of Construction and Demolition Waste Management Rule 2016
issued by Ministry of Environment Forest and Climate Change dated
1 29.03.2016 and published in the Gazette of India, Part - II, Section -3, No No Not Allowed
Subsection (ii) are binding upon the Contractor. Contractor shall implement
these provisions at worksites, for which no extra payment will be payable.
The element of GST/sales tax / commercial tax/turnover tax etc. in works
contract, if any, shall be considered to be included in the rates quoted by the
tenderer/s in the tender schedule. GST/Sales tax / commercial tax / turnover
tax on works contract will be recovered from the contractor's bill at the rate as
applicable as per rules framed by State Govt. from time to time and remitted to
2 No No Not Allowed
the State Govt. by the Railways, Railway shall deduct TDS towards GST@ 2%.
(CGST1% & SGST 1%) or (IGST 2%)of the total value of Taxable amount and
remit the same to the State Govt. The Amount of GST TDS show deducted
and paid shall be reflected in the credit ledger of the contractor.( Rly Bds.
Letter N0. 2018/AC-II/46dated 19.09.2018.& 29.9.18.
Railways shall deduct Conservancy of cess charges as per railway Board letter
3 No No Not Allowed
dated 5.12.2016.
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 Employees Deposit Linked Insurance
4 Scheme, 1976; as modified from time to time through enactment of No No Not Allowed
"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.
The Building and other construction workers (RECS) Act,1996 and the Building
and other construction workers welfare cess Act, 1996- "The tenderer for
carrying out any construction work in Punjab/Haryana/Chandigarh state must
get themselves registered from the Registering officer under Section-7 of the
Building and other Construction Workers Act, 1996 and rules made there to by
the Punjab/ Haryana/Chandigarh state Govt and submit certificate of
5 No No Not Allowed
Registration issued from the Registering Officer of the Punjab/
Haryana/Chandigarh state Govt. (Labour Deptt.). As per this Act, the tenderer
shall be levied a cess @ 1% of cost of construction work, which would be
deducted from each bill. Cost of material shall be outside the purview of cess,
when supplied under a separate schedule item. (Authority ACS No. 4
circulated vide RBds Circular No.2008/CE-I/CT/6, dated29.11.2013).

Pa g e 4 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

Contractor is to abide by the provisions of various labour laws in terms of


above clause 54, 55, 55-A and 55-B of Indian Railways Standard General
Conditions of Contract. In order to ensure the same, an application has been
6 No No Not Allowed
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.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Letter of technical bid as per RFP Clause 2.1.4, 2.11 and 3.1.6 is to be Allowed
1 No No
submitted as per Appendix 1A in RFP document as attached. (Mandatory)
Technical Capacity of bidder is to furnished by Annexure II (RFP clause Allowed
2 No No
2.2.2.1, 2.2.2.4 and 2.2.2.6) in RFP document as attached. (Mandatory)
Eligible project details of bidder is to furnished by Annexure IV (RFP clause Allowed
3 No No
2.2.2.1, 2.2.2.4 and 2.2.2.6) in RFP document as attached. (Mandatory)
TEST OF RESPONSIVENESS (RFP 3.1.6) For evaluation of Technical Bids,
the Authority shall determine whether each Technical Bid is responsive to the
requirements of this RFP. A Technical Bid shall be considered responsive only
if: (a) Technical Bid is received online as per the format at Appendix-IA
including Annexure I, II, III, IV, V and VI; (b) All Documents listed at clause
2.11.2 are received physically within time as mentioned in clause 1.3; (c)
Allowed
4 Technical Bid is accompanied by the Bid Security as specified in Clause 1.2.4 No No
(Mandatory)
and 2.20; (d) The Power of Attorney is uploaded on e-procurement portal as
specified in Clauses 2.1.5; (e) Technical Bid is accompanied by Power of
Attorney for Lead Member of Consortium/Joint Venture and the Joint Bidding
Agreement as specified in Clause 2.1.6, if so required; (f) Technical Bid
contains all the information (complete in all respects); (g) Technical Bid does
not contain any condition or qualification.

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.
In the last three years, we have neither failed to perform for the works of
Railways as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitral award against us, nor been
2 No No Not Allowed
expelled or terminated by Ministry of Railway or its implementing agencies for
breach on our part. (RFP para 2.1.14 and included in Annexure I in RFP
document as attached).
We do not fall in any of the categories of being a Non-Performing entity given
at Clause 2.1.14 of Instructions to Bidders in the projects of Ministry of
3 No No Not Allowed
Railways or its implementing agencies and furnished the complete details.
(Included in Annexure I in RFP document as attached).
I/we certify that no investigation by a regulatory authority is pending either
against us/any member of Consortium/Joint Venture or our sister concern or
4 No No Not Allowed
against our CEO or any of our directors/managers/employees. (Included in
Annexure I and Annexure VI in RFP document as attached).
An undertaking from the person having Power of Attorney that they agree and
5 abide by the Bid Documents uploaded by Authority and amendments uploaded No No Not Allowed
(RFP para 2.11.1 and Part of Technical Bid in RFP document as attached).
I/We do not have any conflict of interest in accordance with Clauses 2.2.1 (c)
6 No No Not Allowed
and 2.6.4 of the RFP document (Included in Appendix 1A).
I/We have not directly or indirectly or through an agent engaged or indulged in
any corrupt practice, fraudulent practice, coercive practice, undesirable
7 No No Not Allowed
practice or restrictive practice, as defined in Clause 4.3 of the RFP document
(Included in Appendix 1A).

Physical Docs Mandatory Submission

Pa g e 5 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Original Power of Attorney for signing the Bid as per format at Appendix-II (AS Allowed
1 No No
PER RFP CLAUSE 2.11.2 as attached). (Mandatory)
If applicable, Original Power of Attorney for Lead Member of Consortium/Joint
Allowed
2 Venture as per the format at Appendix-III; (AS PER RFP CLAUSE 2.11.2 as No No
(Mandatory)
attached).
If applicable, Original Joint Bidding Agreement for Consortium/Joint Venture as Allowed
3 No No
per the format at Appendix-IV;(AS PER RFP CLAUSE 2.11.2 as attached). (Mandatory)

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

6. Documents attached with tender

S.No. Document Name Document Description


1 ModifiedRFPDocument05-23-24ason22.12.2024.pdf Modified RFP Document 05 23 24
2 EPCQarry.pdf Query remarks as received by 29 11 2023
Modified EPC document 05 23 24 ason 22 12
3 ModifiedEPCKQR-Gomoh05-23-24_1.pdf
23
4 L-sectionkm27.300-34.00.pdf ANNEXURE D2 Part 1
5 L-sectionkm34.00-40.00.pdf ANNEXURE D2 Part 2
6 L-sectionkm40.00-46.00.pdf ANNEXURE D2 Part 3
7 L-sectionkm46.00-52.00.pdf ANNEXURE D2 Part 4
8 L-sectionkm52.00-58.00.pdf ANNEXURE D2 Part 5
9 L-sectionkm58.00-64.00.pdf ANNEXURE D2 Part 6
10 L-sectionkm64.00-70.00.pdf ANNEXURE D2 Part 7
11 L-sectionkm70.00-76.00.pdf ANNEXURE D2 Part 8
12 L-sectionkm76.00-82.00.pdf ANNEXURE D2 Part 9
13 L-sectionkm82.00-88.00.pdf ANNEXURE D2 Part 10
14 L-sectionkm88.00-94.00.pdf ANNEXURE D2 Part 11
15 L-sectionkm94.00-100.00.pdf ANNEXURE D2 Part 12
16 L-sectionkm100.00-106.00.pdf ANNEXURE D2 Part 13
17 L-sectionkm106.00-112.00.pdf ANNEXURE D2 Part 14
18 L-sectionkm112.00-118.00.pdf ANNEXURE D2 Part 15
19 L-sectionkm118.00-124.00.pdf ANNEXURE D2 Part 16
20 RCCBOX1X1.2X1.2m_1.pdf ANNEXURE D3 Part 1
21 RCCBOX1x1.22x1.5.pdf ANNEXURE D3 Part 2
22 RCCBOX1x1.22x2.0.pdf ANNEXURE D3 Part 3
23 RCCBOX1x1.5x1.5.pdf ANNEXURE D3 Part 4
24 RCCBOX1x1.52x2.0.pdf ANNEXURE D3 Part 5
25 RCCBOX1x2x1.5.pdf ANNEXURE D3 Part 6
26 RCCBOX1x2x2.pdf ANNEXURE D3 Part 7
27 RCCBOX1x2x2.5.pdf ANNEXURE D3 Part 8
28 RCCBOX1x2.5x2.pdf ANNEXURE D3 Part 9
29 RCCBOX1X3.05X2.0.pdf ANNEXURE D3 Part 10
30 RCCBOX1X3.05X3.0.pdf ANNEXURE D3 Part 11
31 RCCBOX1X4X3.pdf ANNEXURE D3 Part 12
32 RCCBOX1X5X3.pdf ANNEXURE D3 Part 13
33 RCCBOX1X5X4.pdf ANNEXURE D3 Part 14
34 RCCBOX1X6X4.pdf ANNEXURE D3 Part 15

Pa g e 6 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

35 RCCBOX1X6.1X5.pdf ANNEXURE D3 Part 16


36 RCCBOX1X4X2.pdf ANNEXURE D3 Part 17
37 RCCBOX2X4X4.pdf ANNEXURE D3 Part 18
38 RCCBOX2X5X4.pdf ANNEXURE D3 Part 19
39 RCCBOX2X5X5.pdf ANNEXURE D3 Part 20
40 RCCBOX2X6.1X5M_1.pdf ANNEXURE D3 Part 21
41 RCCBOX1x1.2x1.2m.pdf ANNEXURE D3 Part 22
42 PSC1X9.15m.pdf ANNEXURE D3 Part 23
43 GADofRCCBox1x1.2MBrno-226.pdf ANNEXURE D3 Part 24
44 GADofRCCBox1x1.2MBrno-232.pdf ANNEXURE D3 Part 25
45 GADofRCCBox1x1.2MBrno-234.pdf ANNEXURE D3 Part 26
46 majorbridgeno71.pdf ANNEXURE D4 Part 1
47 majorbridgeno77.pdf ANNEXURE D4 Part 2
48 majorbridgeno90.pdf ANNEXURE D4 Part 3
49 majorbridgeno105.pdf ANNEXURE D4 Part 4
50 majorbridgeno116.pdf ANNEXURE D4 Part 5
51 majorbridgeno119.pdf ANNEXURE D4 Part 6
52 majorbridgeno150.pdf ANNEXURE D4 Part 7
53 majorbridgeno151.pdf ANNEXURE D4 Part 8
54 majorbridgeno160.pdf ANNEXURE D4 Part 9
55 majorbridgeno167.pdf ANNEXURE D4 Part 10
56 MajorBridgeno187.pdf ANNEXURE D4 Part 11
57 majorbridgeno202.pdf ANNEXURE D4 Part 12
58 RFO-3ApprovedbyDRM-DHN.pdf ANNEXURE D5 Part 3
59 ESPofNEWKESHWARI.pdf ANNEXURE D6 Part 1
60 ESPofNEWGOMOH.pdf ANNEXURE D6 Part 2
61 ESPofNewHirodih.pdf ANNEXURE D6 Part 3
18.3mCompositeGirderDrgNo11763alt-
62 ANNEXURE D7 Part 1
3_rotated_compressed_1.pdf
63 CompositeGirder24.4m11761alt-2_rotated_compressed.pdf ANNEXURE D7 Part 2
64 PSCGirder12.2mDrgNo10282_compressed.pdf ANNEXURE D7 Part 3
65 PSCSlab6.1mDrgNo10264.pdf ANNEXURE D7 Part 4
66 PSCSlab9.15DrgNo10269.pdf ANNEXURE D7 Part 5
67 SingleBoxdoublelineRDSO_B_10157_compressed.pdf ANNEXURE D7 Part 6
68 Annexure-D52Protectionwork.pdf ANNEXURE D8 Part 1
69 Annexure-D53Fencingalongthetrack.pdf ANNEXURE D8 Part 2
70 CROSSSECTIONOFSERVICEROADDT-5-11-2023.pdf ANNEXURE D8 Part 3
CUTTINGDRAINCATHWATERDRAINPROFILEDT-5-11-
71 ANNEXURE D8 Part 5
2023.pdf
72 Returnwall1.5mto2.0m.pdf ANNEXURE D8 Part 6
73 Returnwall1mto1.5m.pdf ANNEXURE D8 Part 7
74 STDRCCRETURNWALL.pdf ANNEXURE D8 Part 8
75 RCCRETURNWALL_compressed.pdf ANNEXURE D8 Part 9
76 Maj.Br.No.71_Dec2015_PioneerGeotechreport1.pdf ANNEXURE D9 Part 1
77 Maj.Br.No.71_Dec2015_PioneerGeotechreport2_compressed.pdf ANNEXURE D9 Part 2
78 Maj.Br.No.71_Dec2015_PioneerGeotechreport3_compressed.pdf ANNEXURE D9 Part 3
79 VCDetailsfor23.11.2023.pdf ANNEXURE D12
80 Amendmentno_5toEPCDocument_20231011.pdf ANNEXURE D13
81 INDEXPLAN_1.pdf Annexure D1

Pa g e 7 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-EPC-05-23-24 Closing Date/Time: 22/01/2024 12:00

82 Linkprovideforallrelateddrganddocumentsason26-12-2023.pdf Link for Google Drive For Drg and Document

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

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

Signed By: ASIT KUMAR

Designation : Dy.CE/CON/SOUTH/MHX

Pa g e 8 o f 8 Ru n Da te/Time: 10 /0 1/2 0 2 4 13:12 :42

You might also like