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

viewNitPdf 4710478

Uploaded by

Uday Shankar
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)
40 views

viewNitPdf 4710478

Uploaded by

Uday Shankar
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-ELECTRICAL/EAST CENTRAL RLY

TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

DY.CEE/CON/SOUTH acting for and on behalf of The President of India invites E-Tenders against Tender No EL-C-S-MHX-ETEN-08-
24-25 Closing Date/Time 04/10/2024 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

Shifting/Relocation including Supply, Erection, Testeng and commissioning of 220 KV


Name of Work Chandrapura - Dhanbad D/C line between Matari & Gomoh & 132 KV D/C Koderma S/S in
connection with construction of Multi - tracking project between Son Nagar - PKA.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 04/10/2024 12:00 Date Time Of Uploading Tender 10/09/2024 17:11
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 285115835.24 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1575600.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 18 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 20/09/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule P A-P---A 229511255.46
Below/Par
01 30.00 Kilometre 567450.00 17023500.00 AT Par 17023500.00
1
Description:- Supply of AAAC Zebra conductore (61/3.31mm). ( make as per approved source of DVC)
01 15.00 Kilometre 520000.00 7800000.00 AT Par 7800000.00
2
Description:- Supply of AAAC Panther conductore (37/3.15mm). ( make as per approved source of DVC)
01 10000.00 Metre 12423.04 124230400.00 AT Par 124230400.00
3 Description:- Supply of PVC/XLPE cable of 132 KV, 1core 400 SQMM copper cable ( make as per approved
source of DVC)
01 12.00 Numbers 363190.00 4358280.00 AT Par 4358280.00
4 Description:- Supply of Cable termination as per technical specification for interconnection with overhead
transmission line for 132KV cables (including support insulators)
01 475.00 MT 148419.70 70499357.50 AT Par 70499357.50
5
Description:- Supply of steel for super structure of Tower ( make as per approved source of DVC)
01 100.00 Set 8536.97 853697.00 AT Par 853697.00
6
Description:- Supply of double tension fitting with arching horn, line side Jumper cone
01 1.50 Metre 89.53 134.30 AT Par 134.30
7
Description:- Supply of OPGW cable
01 1.00 Kilometre 182188.00 182188.00 AT Par 182188.00
8
Description:- Supply of 7/20 SWG earth wire / OPGW
01 5.00 Set 37213.00 186065.00 AT Par 186065.00
9
Description:- Supply of Hardware set for OPGW cable inclusive all fittings & acessories except joiting box
01 1400.00 Numbers 1513.20 2118480.00 AT Par 2118480.00
10
Description:- Supply of Disc insulator (120/160KN) with all acessories
A 15.00 Set 3323.00 49845.00 AT Par 49845.00
11 Description:- Supply of hardware fittings for AAAC ZEBRAconductor . (A) Single suspension 'I' Fittings

Pa g e 1 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

B 15.00 Set 2974.00 44610.00 AT Par 44610.00


11
Description:- Supply of hardware fittings for AAAC ZEBRAconductor . (B) Single suspension pilot Fittings
C 30.00 Set 6905.00 207150.00 AT Par 207150.00
11
Description:- Supply of hardware fittings for AAAC ZEBRAconductor . (C) Double suspension Fittings
D 15.00 Set 4425.00 66375.00 AT Par 66375.00
11
Description:- Supply of hardware fittings for AAAC ZEBRAconductor . (D) Single Tension Fittings
E 15.00 Set 8349.00 125235.00 AT Par 125235.00
11
Description:- Supply of hardware fittings for AAAC ZEBRAconductor . (E) Double Tension Fittings
A 42.00 Set 3182.00 133644.00 AT Par 133644.00
12
Description:- Supply of hardware fittings for AAAC Panther conductor . (A) Single suspension 'I' Fittings
B 42.00 Set 2280.00 95760.00 AT Par 95760.00
12
Description:- Supply of hardware fittings for AAAC Panther conductor . (B) Single suspension pilot Fittings
C 30.00 Set 6557.00 196710.00 AT Par 196710.00
12
Description:- Supply of hardware fittings for AAAC Panther conductor . (C) Double suspension Fittings
D 42.00 Set 3383.00 142086.00 AT Par 142086.00
12
Description:- Supply of hardware fittings for AAAC Panther conductor . (D) Single Tension Fittings
E 42.00 Set 7046.00 295932.00 AT Par 295932.00
12
Description:- Supply of hardware fittings for AAAC Panther conductor . (E) Double Tension Fittings
01 50.00 Set 3783.00 189150.00 AT Par 189150.00
13
Description:- Earthing set
01 40.00 Numbers 970.97 38838.80 AT Par 38838.80
14
Description:- Supply of tension fitting of 7/10 SWG earth wire Jumper cone
01 125.00 Numbers 844.87 105608.75 AT Par 105608.75
15
Description:- Supply of VD for ACSR Zebra conductor.
01 125.00 Numbers 970.97 121371.25 AT Par 121371.25
16
Description:- Supply of VD for 7/10 SWG earth wire.
a 32.00 Numbers 374.52 11984.54 AT Par 11984.54
17
Description:- (a). Number Plate
b 32.00 Numbers 614.11 19651.42 AT Par 19651.42
17
Description:- (b) .Phase Plate (set of three)
c 32.00 Numbers 349.30 11177.50 AT Par 11177.50
17
Description:- ( c ). Danger Plate
d 32.00 Numbers 5926.70 189654.40 AT Par 189654.40
17
Description:- (d). Anti climbing device
01 100.00 MT 2143.70 214370.00 AT Par 214370.00
18
Description:- Transportation of template for MT 2 + 6 - 18M tower each set at site from Rly store and back.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule P B-Part - B (Erection) 55604579.78
Below/Par
01 3000.00 cum 261.03 783081.00 AT Par 783081.00
1
Description:- Excavation of wet soil
01 64.00 Numbers 16014.70 1024940.80 AT Par 1024940.80
2
Description:- Setting of stub including fitting of templates
01 50.00 Numbers 1639.30 81965.00 AT Par 81965.00
3
Description:- Earting of Tower
01 1600.00 cum 13492.70 21588320.00 AT Par 21588320.00
4
Description:- Concereting (1:1.5:3) mixture including cost of cement
01 475.00 MT 5926.70 2815182.50 AT Par 2815182.50
5
Description:- Erection of Tower including tack welding of nuts & bolts upto bottom cross arm.
01 5.00 Kilometre 315047.00 1575235.00 AT Par 1575235.00

Pa g e 2 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

6
Description:- STRINGING of 220 KV D/C transmission line with 06Phase ACSR Zebra Conductor (without OPGW/
Eartwire) complete with all works including stringing of Conductor, Fitting of Hardwares, Hoisting of Insulators etc.
01 2.00 Kilometre 262685.00 525370.00 AT Par 525370.00

7 Description:- STRINGING of 132 KV D/C transmission line with 06 Phase ACSR Panther Conductor (without
OPGW/ Eartwire) complete with all works including stringing of Conductor, Fitting of Hardwares, Hoisting of
Insulators etc.
01 1.50 Kilometre 29885.70 44828.55 AT Par 44828.55
8
Description:- Stringing of 7/20 SWG earth wire - 1 no.
01 10000.00 Metre 1556.23 15562300.00 AT Par 15562300.00
9
Description:- Insertion of GI/HDPE pipe by horizontal drilling pipe pushing method.
01 10000.00 Metre 418.00 4180000.00 AT Par 4180000.00
10
Description:- Supply of heavy gauge HDPE pipe 150mm dia for protection of cable
01 12.00 Numbers 58006.00 696072.00 AT Par 696072.00
11 Description:- Erection of Cable termination as per technical specification for interconnection with overhead
transmission line for 132KV cables (including support insulators)
a 32.00 Numbers 109.71 3510.62 AT Par 3510.62
12
Description:- (a) Fitting of Number Plate
b 32.00 Numbers 109.71 3510.62 AT Par 3510.62
12
Description:- (b) Fitting of Phase plate.
c 32.00 Numbers 109.71 3510.62 AT Par 3510.62
12
Description:- ( C ) Fitting of Danger Plate
d 32.00 Numbers 109.71 3510.62 AT Par 3510.62
12
Description:- (d) Fitting of Anti climbing device
01 50.00 Numbers 5636.67 281833.50 AT Par 281833.50
13
Description:- Welding (Tag & spot) of nuts & bolts up to the bottom cross arm from ground level
01 6.00 Numbers 14753.70 88522.20 AT Par 88522.20
14
Description:- Making temporary structure/scaffolding arrangement 2 nos. for Road + 2 nos. of Rail.
01 100.00 MT 4880.07 488007.00 AT Par 488007.00
15
Description:- Dismantling of old Towers
01 35.00 Numbers 16014.70 560514.50 AT Par 560514.50
16
Description:- Dismantling of conductor @ 75% of stringing conductor.
01 42.00 Lumpsum 1853.67 77854.14 AT Par 77854.14
17
Description:- Loading & unloading of dismantled tower members.
01 1.50 Kilometre 3619.07 5428.61 AT Par 5428.61
18
Description:- De-stringing of earth wire
01 100.00 MT 2358.07 235807.00 AT Par 235807.00
19 Description:- Transportation of dismantled tower members & released materials from work site to BSEB's store
by the firm by truck including cost of fuel and other consumeables.
01 16.00 Numbers 189150.00 3026400.00 AT Par 3026400.00
20
Description:- Crop & Tree compensation for two crossing
01 15.00 Kilometre 14753.70 221305.50 AT Par 221305.50
21
Description:- Detail and check survey including making of profile etc.
01 100.00 Day 17275.70 1727570.00 AT Par 1727570.00
22
Description:- Expenses on account of idle labour charges

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

Pa g e 3 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria Criteria (Para-10.2 (Pt-I) of GCC April 2022):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 years, as per the audited balance sheet. However, in case Allowed
1 No No
balance sheet of the previous year is yet to be prepared/ audited, the audited balance (Mandatory)
sheet of the fourth previous year shall be considered for calculating average annual
contractual turnover. The tenderers shall submit requisite information as per
AnnexureVIB, along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/ Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria: 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:
Allowed
1 (i)Three similar works each costing not less than the amount equal to 30% of advertised No No
(Mandatory)
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 Allowed
2 No No
amount equal to 30% of advertised value of each component of tender, or (ii)Two similar (Mandatory)
works each costing not less than the amount equal to 40% of advertised value of each
component of tender, or (iii)One similar work 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 fulfilment of
technical eligibility criteria for different components.
(b) (2) In such cases, what constitutes a component in a composite work shall be clearly
Allowed
3 pre-defined with estimated tender cost of it, as part of the tender documents without any No No
(Mandatory)
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
Allowed
4 tenderer himself if he has work experience as mentioned in clause 7 of the Standard No No
(Mandatory)
General Conditions of Contract or 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.
Tender not accompanied by documentary evidence in support of eligibility criteria for
similar nature of work will be summarily rejected. (For complete details of the technical Allowed
5 No No
eligibility criteria for similar nature of the work, please refer clause 2.0, chapter-3 of the (Mandatory)
tender document).
Contractors should have valid electrical contractors license for the required voltage level
or above the required voltage level issued from any state/Central government licensing Allowed
6 No No
board. The intended participant shall upload the valid Electrical contractor's license along (Mandatory)
with the offer/tender as credential.
Bid Capacity: ( Applicable ) For works costing more than 20 cr. or as prescribed by
Railways through instruction/NIT issued for the work, the tenderers who meet the
minimum eligibility criteria will be qualified only if their available bid capacity is equal to Allowed
7 No No
or more than the total bid value of the present tender. Bid Capacity: The tender/technical (Mandatory)
bid will be evaluated based on bid capacity formula detailed as Annexure-VI of GCC April
2022.

Pa g e 4 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work
experience certificate issued by Public listed company having average annual turnover
of Rs 500 crore and above in last 3 financial years excluding the current financial year,
listed 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
Allowed
8 the work experience certificate has been issued by a person authorized by the Public No No
(Mandatory)
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.
Regarding technical and financial eligibility criteria, scanned copies of supportive
Allowed
9 documents/certificates from competent officials are to be submitted along with their No No
(Mandatory)
offer.
Scanned copies of documents in support of formation/registration of the
company/firm/legal authorization of the person to deal with the Allowed
10 No No
tender/notarized/registered copies of the documents wherever required as per tender (Mandatory)
conditions are to be submitted along with offer.
If a bidder has successfully completed a work as subcontractor and the work experience
certificate has been issued for such work to the subcontractor by a Govt. Organization or
Allowed
11 public listed company as defined in Note for Item 10.1 Para 10 of the Tender Form No No
(Mandatory)
(Second Sheet), the same shall be considered for the purpose of fulfillment of
credentials.
Definition of Similar Work:- " (i) Erection and commissioning of 220KV or above
Allowed
12 Transmission line. Or (ii) Erection and commissioning of 220KV Grid Sub-Station or No No
(Mandatory)
above Grid station ."
During the execution of work, all materials brought to site by the Contractor must be
offered for inspection within advance notice of one month prior to actual date of
inspection. Inspection of materials will generally be done by RITES. If volume of material
Allowed
13 of nature does not fall in the category of RITES inspection, then inspection of material No No
(Mandatory)
will be done on the basis of MTC & GC ( Manufacturer's TC & GC ). All site acceptance
of material must be maintained in one material receipt & issue Register which may be
verified by any agency at any time

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)

Pa g e 5 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

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.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
1 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
Tenderers shall note that the submission of other supporting documents
namely- Constitution of firm/JV firm, Work in hand, Arbitration/Court
cases,Tools & Plants, Technical Personnel/Man Power and Association of
1 No No Not Allowed
railway Officers, at the time of on line bidding of tender, is important and they
shall ensure the same. However Railways may seek
clarifications/details/documents in this regard.
Tenderers shall note that the submission of other supporting documents
namely- Constitution of firm/JV firm, Work in hand, Arbitration/Court
cases,Tools & Plants, Technical Personnel/Man Power and Association of
2 No No Not Allowed
railway Officers, at the time of on line bidding of tender, is important and they
shall ensure the same. However Railways may seek
clarifications/details/documents in this regard.
PLEASE FILL IN REQUIRED INFORMATION ASKED FOR IN THE SPECIFIED
3 SPACE IN THE E-TENDER. TENDER WILL BE OTHER WISE TREATED No No Not Allowed
INCOMPLETE AND HENCE WILL BE LIABLE FOR REJECTION.
THE QUANTITY SHOWN IN THE SCHEDULES ARE APPROXIMATE AND
4 ARE LIKELY TO VARY ON EITHER SIDE (+/-) AS PER CLAUSE-2 OF No No Not Allowed
SPECIAL CONDITIONS OF CONTRACT.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Procedure for undertaking earth work/digging work/trenching work in the
vicinity of Signaling, Telecom and Electrical cables/ other assets-preventative
1 No No Not Allowed
and post cable/ asset damage measures. (As per JPO L.NoECR/HQ/JPO/efile
no.261966)

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Scanned copy [in PDF format] of the details regarding the Association of
Allowed
1 Railway Officer/s with the tender [for details please refer Annexure-H of Ch-11 Yes No
(Mandatory)
of Tender document].
Scanned copy [in PDF format] of the details of the works awarded to the firm,
Allowed
2 during the last three years and current financial year [(for details please refer Yes No
(Mandatory)
Annexure-F of Ch- 11 of Tender document].

Pa g e 6 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

Scanned copy [in PDF format] of the details of the List of the Arbitration &
Allowed
3 Court cases during the last 3 years [for details please refer Annexure-J and I Yes No
(Mandatory)
of Ch- 11 of Tender document].
Scanned copy [in PDF format] of the details of agency and own equipments
Allowed
4 proposed to be included [for details please refer Annexure- D of Ch-11 of Yes No
(Mandatory)
Tender document].
Scanned copy [in PDF format] of the details of hired equipments to be included Allowed
5 Yes No
[for details please refer Annexure-D of Ch-11 of Tender document] (Mandatory)
Scanned copy [in PDF format] of the details of technical personals of the
Allowed
6 Agency, available in hand [for details please refer Annexure-E of Ch-11 of Yes No
(Mandatory)
Tender document].
Scanned copy [in PDF format] of the details of technical personals, proposed
Allowed
7 to be engaged by agency [for details please refer Annexure-E of Ch-11 of Yes No
(Mandatory)
Tender document].
Scanned copy of the NEFT in PDF format. All Payments to the agency
(including the refund of the Earnest Money (EMD)/bid security of the Allowed
8 Yes No
unsuccessful bidder) will be remitted through NEFT. The Tenderer is required (Mandatory)
to declare Bank details and A/C No. etc in NEFT form.
Scanned copy [in PDF format] of the complete address of the firm in PDF
Allowed
9 format, to which the all correspondences shall be made by the railway.[for Yes No
(Mandatory)
details please refer Annexure-A of Ch-11 of Tender document].
Scanned copy [in PDF format] of the eligibility cateria by the tenderer
Allowed
10 regarding contractual payments recived. [for details please refer Annexure-c of Yes No
(Mandatory)
Ch-11 of Tender document].
Scanned copy [in PDF format] of details the works on hand by the tenderer(s) Allowed
11 Yes No
[for details please refer Annexure-G of Ch-11 of Tender document] (Mandatory)
Scanned copy [in PDF format] of broad plan of execution of this work within
Allowed
12 the stipulated completion period [for details please refer Annexure-K of Ch-11 Yes No
(Mandatory)
of Tender document].
Scanned copy [in PDF format] of other credientials/facilities available with the
Allowed
13 firm/contractor/tenderer[for details please refer Annexure-L of Ch-11 of Yes No
(Mandatory)
Tender document].
Scan COPY OF THE PROGRAMME IN THE FORM OF BAR CHART FOR
COMPLETION OF WORK, MACHINERY DEPLOYMENT FOR ACHIEVING Allowed
14 Yes No
THE PROGRAMMED PROGRESS MUST BE UPLOADED ALONG WITH THE (Mandatory)
TENDER.
(Bid Security) Bank Guarantee Bond from any scheduled commercial bank of
Allowed
15 India (On non-judicial stamp paper, which should be in the name of the Yes No
(Mandatory)
Executing Bank). As per Annexure VIA
Please submit your bank details i.e. Name of Bank along with Bank Branch
Code, Accounts Number as appearing in the cheque book, IFSC Code and Allowed
16 Yes No
PAN Number, duly certified by the authorised official of the bank, to facilitate (Mandatory)
payment through ECS/NEFT/RTGS.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/we also hereby agree to abide by the Indian Railway Standard General
Conditions of Contract-2022 with all Correction Slips up to date of closing of
tender and to carry out the work according to the Special Conditions of
1 No No Not Allowed
Contract and Specification of Materials and work as laid down by Railway in
the Annexed Special Conditions/Specifications, Schedule of Rates with all
correction slips upto date closing of tender for the present contract.
The tenderer(s) should not put any unusual condition from their side
2 contradicting terms and conditions in the e-tender. Such unusual/contradictory No No Not Allowed
conditions may not be considered.
It is certified that all the statement and document submitted with the offer are
3 No No Not Allowed
true and correct.
It is certified that we are aware of the fact that this tender offer is made in the
4 full understanding that our offer will be subjected to verification of all the No No Not Allowed
information submitted with this tender.

Pa g e 7 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31


CAO-C-SOUTH-HQ-ELECTRICAL/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: EL-C-S-MHX-ETEN-08-24-25 Closing Date/Time: 04/10/2024 12:00

We have read the tender Notice [NIT] detail, Tender document along with all
5 the conditions attached/referred to, in this tender document, and agree to No No Not Allowed
abide by the said conditions.
We are aware of the fact that the railway reserve the rights to amend the
6 scope and value of the contract and to reject [or accept] this offer without No No Not Allowed
assigning any financial liability.

6. Documents attached with tender

S.No. Document Name Document Description


1 InstructionforincorporatingtheJPO_1.pdf Instruction for incorporating JPO
2 GCC_April-2022_2022_CE-I_CT_GCC-2022_POLICY_27_04_22.pdf General Conditions of Contract
3 AnnexureAHistorySheetoftheFirm.pdf Annexure A
4 AnnexureBEligibility.pdf Annexure B
5 AnnexureCContractualPayment.pdf Annexure C
6 AnnexureDEquipments.pdf Annexure D
7 AnnexureETechnicalPerson.pdf Annexure E
8 AnnexureFWorksAwarded.pdf Annexure F
9 AnnexureGWorksinHand.pdf Annexure G
10 AnnexureHAssociations.pdf Annexure H
11 AnnuxureICourtCases.pdf Annexure I
12 AnnexureJArbitration.pdf Annexure J
13 AnnexureKBroadPlan.pdf Annexure K
14 AnnexureLAdditionalFacilities.pdf Annexure L
15 EL-C-S-MHX-ETEN-08-24-25_2.pdf Tender Document
2023_04_26RBCE_CE-I-
16 CTIndianRailwaysStandardGeneralConditionsofContractApril- GCC 2022 3rd correction slip
2022AdvanceCorrectionSlipNo_3ACS-311_1.pdf
2023_04_26RBCE_CE-I-
17 CTIndianRailwaysStandardGeneralConditionsofContractApril- GCC 2022 4th correction slip
2022AdvanceCorrectionSlipNo_4ACS-4_1.pdf
2023_10_20RBCE_CE-I-
18 CTIndianRailwaysStandardGeneralConditionsofContractApril- GCC 2022 5th correction slip
2022AdvanceCorrectionSlipNo_5ACS-53.pdf
2023_12_21IndianRailwaysStandardGeneralConditionsofContractApril-
19 GCC 2022 6th correction slip
2022AdvanceCorrectionSlipNo_6ACS-61.pdf
20 GCC20221stcorrectionslip14.07.2022.pdf GCC 2022 1st correction slip
2022_12_13RBCE_CE-I-
21 GCC 2022 2nd correction slip
CTIndianRailwaysStandardGeneralConditionsofContractApril2022ACSNo_2.pdf

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: RAMASHISH YADAV

Designation : Dy.CEE/CON/II/MHX

Pa g e 8 o f 8 Ru n Da te/Time: 10 /0 9 /2 0 2 4 17:12 :31

You might also like