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

Screenshot 2024-01-02 at 8.15.49 AM

Uploaded by

neeraj
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)
11 views8 pages

Screenshot 2024-01-02 at 8.15.49 AM

Uploaded by

neeraj
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

LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY

TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

Sr. DEN/Co./LJN acting for and on behalf of The President of India invites E-Tenders against Tender No NER-LJN-2023-229 Closing
Date/Time 02/01/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers
are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Provision of fencing for raising speed upto 130 Kmph in balance section of GKC-BBK section
Name of Work
of LJN Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 02/01/2024 15:00 Date Time Of Uploading Tender 11/12/2023 17:51
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 142433686.02 Tendering Section LUCKNOW
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 862200.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 19/12/2023 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 Unit
Code
Schedule A-DSR-21 items 15834984.42
Above/
Please see Item Breakup for details. 15834984.42 AT Par 15834984.42
Below/Par
1
Description:- All items as per attached annexure-A based on CPWD-DSR-2021 and any other items not
included in Annexure-A but provided in CPWD-DSR-2021 with upto date correction slip.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-USSOR-21 Items 1642158.40
Above/
Please see Item Breakup for details. 1642158.40 AT Par 1642158.40
Below/Par
1
Description:- All items as per attached annexure-B based on USSOR-2021 and any other items not included in
Annexure-B but provided in USSOR-2021 with upto date correction slip.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule C-NS Items 124956543.20
Running
NS1 33200.00 3477.21 115443372.00 AT Par 115443372.00 Rs.
Metre

Pa g e 1 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

1
Description:- Metal beam Crash Barrier - Double W Single side :-Providing and erecting "W" metal beam 02 Nos
barrier comprising of 2 mm thick corrugated sheet metal beam rail on 1.50m high channel post (150x75x4mm)
above ground level and 1.20m below ground level, spaced at 2m centre to centre, all steel parts, all fittings and
fitments|to be galvanized by hot dip process confirm to IS 4759, metal beam rail to be fixed on the vertical post
complete. Work will be carried out as per Railway approved drawing and as per specification and special condition
of contract attached here with. The post should be placed below G.L.by Driven mechanism or auger mechanism
as directed Engineer in-charge as per site conditions. The concrete and shuttering as and when required will be
paid under the relevant items. Note :-The item rate includes with materials, labours, lead, lift, loading, unloading,
Tools and plants, all taxes, site cleaning,bush cutting, reparation of approach path, manual carting of materials
due to unavoidable site requirement, etc with contractors own materials and labours necessary for doing all the
work involved in constructing the metal beam railing barrier complete in place in all respects as per the
Specifications, Work will be carried out as per direction and instruction of Engineer in charge of work/ Engineer
representative. (No any extra payment shall be paid by Railway).
NS2 114341.00 Kg 83.20 9513171.20 AT Par 9513171.20 Rs.
2 Description:- -Extra for additional height of Galvanized channel post (150x75x4mm) and other galvanized
materials etc.

3. ITEM BREAKUP

Schedule Schedule A-DSR-21 items


All items as per attached annexure-A based on CPWD-DSR-2021 and any other items not included in Annexure-
Item- 1
A but provided in CPWD-DSR-2021 with upto date correction slip.
S No. Item Description of Item Unit Qty Rate Amount
No
2.0 EARTH WORK
Earth work in excavation by mechanical means (Hydraulic
excavator)/manual means over areas (exceeding 30 cm in
2.6 depth, 1.5 m in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead upto 50 m
and lift upto 1.5 m, as directed by Engineer-in-charge.
1 2.6.1 All kinds of soil cum 9562 205.45 1964512.9
Earth work in excavation by mechanical means (Hydraulic
excavator) / manual means in foundation trenches or drains
(not exceeding 1.5 m in width or 10 sqm on plan), including
2.8
dressing of sides and ramming of bottoms, lift upto 1.5 m,
including getting out the excavated soil and disposal of
surplus excavated soil as directed, within a lead of 50 m.
2 2.8.1 All kinds of soil. cum 1773.26 286.85 508659.63
2.31 Clearing jungle including uprooting of rank vegetation, grass, Sqm 49800 14.5 722100
brush wood, trees and saplings of girth up to 30 cm
3 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 specified
4.1 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) derived from cum 1477.72 7783.65 11502055.28
4 natural sources : 3 graded stone aggregate 20 mm nominal
size derived from natural sources)
Centering and shuttering including strutting, propping etc. and
4.3
removal of form work for :
5 4.3.1 Foundations, footings, bases for columns Sqm 3694.29 307.95 1137656.61
Total 15834984.42
Schedule Schedule B-USSOR-21 Items
All items as per attached annexure-B based on USSOR-2021 and any other items not included in Annexure-B
Item- 1
but provided in USSOR-2021 with upto date correction slip.
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 2 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

1 113010 Cess repair/widening work as per RDSO Specifications and cum 5000.00 254.95 1274750.00
guidelines RDSO/2020/GE: IRS-0004 or latest in running line
with suitable soil to the designed profile The work shall
include uprooting and disposing of all the vegetation,
benching at every 30 Cm vertical height, earthwork in
benching portion and compaction using suitable slope
vibratory Rollers/Compactors etc. to achieve prescribed MDD.
Note: 1. Payment of cess repairs shall be based on the
quantities worked out from the cross sectional calculations
only and worked out from the initial ground levels before
doing benching and final levels as done for new
embankment. The earth work in benching portion shall not be
paid extra as the same has been included in the rate. 2. The
earth work shall be started only after Completing of the
benching and certified. 3. The benching Work shall be done
for a maximum height of 1.50 m at any time based on the
progress of earthwork starting from toe of the embankment.
Hiring of machinery for minor miscellaneous works for short
duration including operator/driver, fuel, lubricants and
consumable. The contractor shall arrange all statutory
permits as required by rules and regulations prevailing in the
area of work. Payment shall be made for actual working
hours at site.
2 211201 JCB Backhoe Loaders 3DX Plus or similar with minimum 1.10 Hour 470.00 781.72 367408.40
cum bucket capacity
Total 1642158.40

4. ELIGIBILITY CONDITIONS

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have successfully completed as defined in 1.1 during last 07 (seven)
years, ending last day of month previous to the one in which tender is invited: Three
similar works costing not less than the amount equal to 30% of advertised value of the
tender, or Two similar works costing not less than the amount equal to 40% of
Allowed
1 advertised value of the tender, or One similar work costing not less than the amount No No
(Mandatory)
equal to 60% of advertised value of the tender. (Credential from private individuals for
whom such works are executed/being executed should not be accepted).{Authentic copy
of the documents should be uploaded by the tenderer(s) along with their offer to fulfill the
eligibility criteria otherwise their offers will not be considered and summarily rejected}.
Allowed
1.1 Any Civil engineering work No No
(Mandatory)

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
As a proof of sufficient financial capacity:- 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-D, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.

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.

Pa g e 3 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

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

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit your bank details i.e.Name of the Bank along with Bank Branch Allowed
1 No No
Code, Account Number, IFSC Code, and PAN Number. (Mandatory)
Please furnish list of plant and Machinery available on hand own and proposed Allowed
2 No No
to be inducted own and hired to be given separately for the subject work. (Mandatory)
Please furnish list of Works on hand indicating Description of Work, Contract Allowed
3 No No
Value, Approximate value of balance work yet to be done and Date of award. (Mandatory)
Please furnish list of Works completed in last three financial years giving
Description of Work, Organization for whom executed, approximate value of Allowed
4 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
5 No No
be engaged for the subject work. (Mandatory)
At the time of submission of bid, if you have any special Condition then upload Allowed
6 No No
in scanned pdf copy. (Optional)
System of verification of Tenderer's credentials:- (a)The tenderer shall submit
along with the tender document, documents in support of his/their claim to fulfil
the eligibility criteria as mentioned in the tender document. Each page of the
copy of documents/certificates in support of credentials submitted by the
Allowed
6.1 tenderer shall be self attested/ digitally signed by the tenderer or authorized No No
(Mandatory)
representative of the tendering firm. Self-attestation shall include signature,
stamp and date (on each page). Only those documents which are declared
explicitly by the tenderer as "documents supporting the claim of qualifying the
laid down eligibility criteria", will be considered for evaluating his/their tender

Pa g e 4 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

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 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
The earnest money deposited with the tender of successful tenderer will be
retained as part of security deposit which will be 5 percent of the value of work
1 awarded. The balance amount of security deposit will recovered on account No No Not Allowed
bills of the work @ 6 percent till it reaches upto 5 percent of the value including
earnest money.
For enactment of this Act, the tenderer shall be required to pay cess 1 of cost
of construction work to be deducted from each bill. Cost of material shall be
2 No No Not Allowed
outside the purview of cess, when supplied under a separate schedule item
Railway Boards No. 2008/ CE-1 CT/6 Dt. 09-07-2008
Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
3 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
For those conditions for which standard formats have been given in the
4 uploaded document titled-Formats for uploading of various format. The No No Not Allowed
informations should only be submitted in these standard formats.
In addition to General condition of contract 2022 and Indian Railways Unified
5 standard specification Works Materials Volume I II 2010, revised upto date, No No Not Allowed
special condition attached shall also apply.
Sales tax/Business tax will be recovered as per extant instruction on the
6 No No Not Allowed
subject.
The successful tenderer will have to submit full security deposit as per GCC-
7 No No Not Allowed
2022 before execution of the agreement.
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 22nd day after the date of issue of LOA. Further, if the 60th day
happens to be a declared holiday in the concerned office of the Railway,
submission of PG can be accepted on the next working day. In all other cases,
8 No No Not Allowed
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 Earnest Money Deposit and other
dues payable against that contract. In case a tenderer has not submitted
Earnest Money Deposit 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 5 percent of the contract value: i A deposit
of Cash ii Irrevocable Bank Guarantee iii Government Securities including
State Loan Bonds at 5 percent below the market value i v Deposit Receipts,
Pay Orders, Demand Drafts and Guarantee Bonds. These forms of
Performance Guarantee could be either of the State Bank of India or of any of
8.1 the Nationalized Banks v Guarantee Bonds executed or Deposits Receipts No No Not Allowed
tendered by all Scheduled Banks v i A Deposit in the Post Office Saving Bank
vii A 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 percent below market value or at the face
value whichever is less. Also, FDR in favour of FA & CAO/N. E. Railway free
from any encumbrance may be accepted.

Pa g e 5 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

(1)Price Variation Clause (PVC) shall be applicable only in tender having


advertised value above Rs.2 Crores. Provided further that, in a contract where
PVC is 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) : (a) Materials supplied by Railway to the Contractors, either free or
at fixed rate; (b) Any extra item(s) included in subsequent variation falling
outside the purview of the Bill(s) of Quantities of tender, under clause 39. (1)
9 (b) of these Standard General Conditions, unless applicability of PVC and No No Not Allowed
'Base Month' has been specially agreed, while fixing the rates of such extra
item(s).(2) Price Variation Clause for Annual Maintenance Contract or Zonal
Contract :- The price variation Clause of General Conditions of Contract shall
not apply to a works contract which is either an Annual Maintenance Contract
or a Zonal Contract as per Railway Boards letter No. 2013/CE/I/CT/O/10-PVC-
Pt.I dated 27.01.2015 & 2017/Trans/01/Policy dated 08.02.2018.(3) Price
Variation Clause shall be applicable accordingly attached document.
Bank Guarantees BGs to be submitted by suppliers/contractors should be sent
10 directly to the concerned authorities by issuing Bank under registered Post No No Not Allowed
A.D.
(1) Earnest Money Cost: -All the tenderers/Contractors have to deposit full
earnest money as stipulated in the tender document through online modes as
11 permitted in IREPS application. (2) Tender Document Cost: -All the No No Not Allowed
tenderers/Contractors have to deposit tender document cost as stipulated in
the tender document through online modes as permitted in IREPS application.
a- One qualified Graduate Engineer where the cost of the work to be executed
is Rs.200 lakh and above. b- One qualified Diploma Holder Engineer where
the cost of the work to be executed is more then Rs.25 lakh, but less then
Rs.200 lakh. Technical staff should be available at site whenever required by
the Engineer-in-charge to take instructions. In case the contractor fails to
employ the qualified Engineer, he shall be liable to pay amount of Rs.40000
12 No No Not Allowed
and Rs.25000 for each month or part thereof for the default period for the
provisions, as contained in para a and b above respectively. The decision of
the Engineer-incharge as to the period for which the required technical staff
was not employed by the contractor and as to the reasonableness of the
amount to be deducted on this account shall be final and binding on the
contractor.
13 Care in Submission of Tenders : No No Not Allowed
Before submitting a tender, the tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the works, that all
conditions liable to be encountered during the execution of the works are
13.1 taken into account and the rates he enters in the tender forms are adequate No No Not Allowed
and all inclusive to accord with the provisions in Clause-37 of the Standard
General Conditions of Contract for the completion of works to the entire
satisfaction of the Engineer.
Tenderers will examine the various provisions of the Central Goods and
Services Tax Act, 2017(CGST)/Integrated Goods and Services Tax Act,
2017(IGST)/Union Territory Goods and Services Tax Act,
2017(UTGST)/respective states State Goods and Services Tax Act (SGST)
13.2 No No Not Allowed
also, as notified by Central/State Govt. and as amended from time to time and
applicable taxes before bidding. Tenderers will ensure that full benefit of Input
Tax Credit (ITC) likely to be availed by them is duly considered while quoting
rates.
The successful tenderer who is liable to be registered under CGST/IGST/
UTGST/SGST/ Act shall submit GSTIN along with other details required under
CGST/IGST/UTGST/SGST Act to railway immediately after the award of
13.3 No No Not Allowed
contract, without which no payment shall be released to the contractor. The
contractor shall be responsible for deposition of applicable GST to the
concerned authority.
In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST
13.4 No No Not Allowed
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
All documents related to Constitution of Firm by the Partnership Firm/ Joint
14 venture/ Society/Companies/ MOU etc. duly notorized should be uploaded at No No Not Allowed
the time of submission of bid.

Pa g e 6 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

The tenderer shall upload scanned copies of mandatory credentials such as


15 experience certificates (Except Private Individual), turn over Certificates and No No Not Allowed
any other documents as applicable.
Goods & Service Tax (GST) will be recovered as per extant instruction on the
16 No No Not Allowed
subject.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
1 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
2 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-to-
date for the present contract.
I/We have read the various conditions to tender attached hereto and agree to
abide by the said conditions. I/We also agree to keep this tender open for
acceptance for a period of 60 days/ 90 days (for two Packets System)from the
date fixed for opening the same and in default thereof, I/We will be liable for
3 forfeiture of my/our Earnest Money . I/We offer to do the work for North No No Not Allowed
Eastern Railway, at the rates quoted in the attached schedule and hereby bind
myself/ourselves to complete the work in all respects within the period of
completion stipulated in the tender document, from the date of issue of letter
of acceptance of the tender.
The amount as situplated in tender document is herewith forwarded as
Earnest Money. Full value of the earnest Money shall stand forfeited without
4 No No Not Allowed
prejudice 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
4.1 No No Not Allowed
gurantee clause of GCC as detailed in general instructions
I/We do not commence the work within Fifteen days after receipt of orders to
4.2 No No Not Allowed
that effect.
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
5 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.
I/We have read the various conditions attached/ referred to in this tender
6 No No Not Allowed
document, and agree to abide by the said conditions.
I/ We have visited the works site and I / We am / are aware of the site
7 No No Not Allowed
conditions.
The quantities shown in the above schedule are approximate and are as a
guide to give the tenderer(s) an idea of quantum of work involved. The
8 No No Not Allowed
Railway reserves the right to increase/decrease and/or delete or includes any
of the quantities given above. No extra rate will be allowed on this account.
Work over and above Contract Agreement value should not be done unless
and until written order to do so is given by the competent authority even if this
9 is covered by the scope of variation as stated above. The Railway does not No No Not Allowed
under take any responsibility for the payment for the work done contrary to the
provision.
Vehicles & equipment of contractor can be drafted by Railway Administration in
10 case of accident/nature clematis involving human lives. For payment purpose No No Not Allowed
this item may be operated treating as a non schedule.
Contractor should obtain labour license if the number of labour to be employed
11 on work is expected to be 20 or more. Provisions of Contract labour No No Not Allowed
(regulations and Abolition )act 1970 should be followed.

Pa g e 7 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5


LUCKNOW-NER-DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00

Non judicial Stamp duty paper purchase from state treasury will have to be
12 deposited by the successful tenderer in terms of stamp duty act-29 prior the No No Not Allowed
execution of the contract agreement.
www.shramikkalyan.indianrailways.gov.in. Contractor shall register his
13 firm/company etc. and upload requisite details of labour and their payment in No No Not Allowed
this portal.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All Provisions of GCC April 2022 with upto date correction slips will apply in this
1 Yes Yes Not Allowed
tender.

6. Documents attached with tender

S.No. Document Name Document Description


1 GCC2022.pdf GCC 2022
2 GCC2022CS-1.pdf GCC 2022 CS 1
3 GCC2022CS-2.pdf GCC 2022 CS 2
4 GCC2022CS-3.pdf GCC 2022 CS 3
5 GCC2022CS-4.pdf GCC 2022 CS 4
6 GCC-2022CS-5.pdf GCC 2022 CS 5
7 Instructiontotenderer.pdf Instruction to tenderer
8 StandardGeneralConditionofContract.pdf StandardGeneralConditionofContract
9 FencingKM644-669.pdf FencingKM644 669
10 FencingKM669-684.pdf FencingKM669 684
11 FencingKM684-701.pdf FencingKM684 701
12 FencingKM701-723.pdf FencingKM701 723
13 FencingKM723-744.pdf FencingKM723 744
14 TypicalDetailofW-Beam.pdf Typical Detail of W Beam
15 TypicalDrawing.pdf Typical Drawing
16 FencingKM506-528.pdf FencingKM506 528
17 FencingKM548-557.pdf FencingKM548 557
18 FencingKM557-573.pdf FencingKM557 573
19 FencingKM573-589.pdf FencingKM573 589
20 FencingKM589-605.pdf FencingKM589 605
21 FencingKM605-621.pdf FencingKM605 621
22 FencingKM621-637.pdf FencingKM621 637
23 FencingKM637-644.pdf FencingKM637 644
24 SPECIALCONDITIONSOFCONTRACTFORWORK_2.pdf SPECIALCONDITIONSOFCONTRACTFORWORK

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: GAURAV GUPTA

Designation : Sr.DEN/Co

Pa g e 8 o f 8 Ru n Da te/Time: 11/12 /2 0 2 3 17:5 1:2 5

You might also like