0% found this document useful (0 votes)
16 views20 pages

Lalitpur 7.21 Crs Slope

cdydff

Uploaded by

hj.tender31
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)
16 views20 pages

Lalitpur 7.21 Crs Slope

cdydff

Uploaded by

hj.tender31
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/ 20

DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY

TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Dy.CE/C-II/JHS acting for and on behalf of The President of India invites E-Tenders against Tender No DY-CE-C-II-JHS-2023-07
Closing Date/Time 21/07/2023 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Rock fall protection, slope stabilization and other ancillary work in cutting area of Lalitpur -
Name of Work
Bina section in connection with JHS-Bina 3rd line project."
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 21/07/2023 15:00 Date Time Of Uploading Tender 28/06/2023 16:28
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 72108400.00 Tendering Section RATE
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 510600.00 Validity of Offer ( Days) 60
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 07/07/2023 No
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 A-Item description 72108400.00
Below/Par
NS1 14000.00 Sqm 5150.60 72108400.00 AT Par 72108400.00
Description:- (A) Supply of galvanized steel rope net made of minimum 9.0 mm diameter wire with polymer core
embedded /steel core rope with square/trapezoidal/rhomboidal or any other shape having equivalent or superior
technical specifications prescribed in approved drawings. Mesh shall have minimum aperture size of 0.30m x
0.30m width hangs of 5.0 m width (lesser width allowed depending on the site conditions).The joint strength,
minimum tensile strength of the net in vertical direction and in horizontal direction & minimum punch resistance
shall meet the technical specifications prescribed in approved drawings. Supply is inclusive of transportation at
site with all contractors' resources, packing, handling & etc. (B) Supply of Mechanically woven double twisted
hexagonal shaped wire mesh, netting for arresting small boulders, mesh type 10x12mm wires Zn+PVC coated,
mesh wire dia 2.7/3.7 mm (ID/OD), with one side minimum 9 mm Edge Wire & supply of galvanized spiral locks
1 springs and / or any equivalent connecting accessories as per technical specifications prescribed in approved
drawings with all contractors materials, lead & lift, transportation to cutting site with all contractor's resources,
packing, handling etc. (C) Supply of washer plate of minimum size 200mm x 200mm x 10mm zinc coated with all
contractors material, men, tools & plants, transportation to work site with all lead/lift etc. And as per technical
specifications prescribed in approved drawings and as directed by engineer in charge. (D) Supply and installation
of biodegradable rolled erosion control mat on the slope surface and as per technical specifications prescribed in
approved drawings. (E) Supply of all intermediate/bottom Zinc/Epoxy coated self drilling anchors of minimum 32
millimetre diameter, designed length (4.0 m) with epoxy coated steel rods with threading at one end, including
PVC centralizers, hex nuts, beveled washer, bearing plate of anchors, spiral and all accessories as per drawing.
(F) Installation of all supplied material as per drawing, technical specifications and as directed by the engineer in
charge. Any similar and higher specification is acceptable. Note-Design and working drawings to be submitted by
the Contractor based on actual site condition, duly vetted by any IIT prior to final design approval from Railways.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

Pa g e 1 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: The tenderer must have minimum average annual
contractual turnover of V/N or 'V'whichever is less; where V= Advertised value of the
tender in croresof Rupees N= Number of years prescribed for completion of work for
which bids have been invited. The average annual contractual turnover shall be
calculated as an average of "total contractual payments" in the previous three financial
Allowed
1 years, as per the audited balance sheet. However, in case balance sheet of the previous No No
(Mandatory)
year is yet to be prepared/ audited, the audited balance sheet of the fourth previous year
shall be considered for calculating average annual contractual turnover. The tenderers
shall submit requisite information as per Annexure-VIB along with copies of Audited
Balance Sheets duly certified by the Chartered accountant/Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.
The average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years. However, in case balance
1.1 sheet of the previous year is yet to be prepared/ audited, the audited balance sheet of No No Not Allowed
the fourth previous year shall be considered for calculating average annual contractual
turnover

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


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

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
a) The tenderer must have successfully completed or substantially completed any one
of the following categories of work(s) during last 07 (seven) years, ending last day of
month previous to the one in which tender is invited:: Three similar works each costing
Allowed
1 not less than the amount equal to 30% of advertised value of the tender, or Two similar No No
(Mandatory)
works each costing not less than the amount equal to 40% of advertised value of the
tender, or One similar work each 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
1.1 No No Not Allowed
amount equal to 30% of advertised value of each component of tender, or (ii) Two
similar 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
fulfillment of technical eligibility criteria for different components.
(b)(2)In such cases, what constitutes a component in a composite work shall be clearly
1.1.1 pre-defined with estimated tender cost of it, as part of the tender documents without any No No Not Allowed
ambiguity.

Pa g e 2 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

(b) (3) To evaluate the technical eligibility of tenderer, only components of work as
stipulated in tender documents for evaluation of technical eligibility, shall be considered.
The scope of work covered in other remaining components shall be either executed by
tenderer himself if he has work experience as mentioned in clause 7 of the Standard
General Conditions of 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.
However, if required in tender documents by way of Special Conditions, a formal
agreement duly notarised, legally enforceable in the court of law, shall be executed by
the main contractor with the subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along with the offer for
1.1.2 No No Not Allowed
considering subletting of that scope of work towards fulfilment of technical eligibility.
Such subcontractor must fulfill technical eligibility criteria as follows: The subcontractor
shall have successfully completed at least one work similar to work proposed for
subcontract, costing not less than 35% value of work to be subletted, in last 5 years,
ending last day of month previous to the one in which tender is invited through a works
contract. Note: for subletting of work costing up to Rs 50 lakh, no previous work
experience of subcontractor shall be asked for by the Railway. In case after award of
contract or during execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements
as per clause 7 of the Standard General Conditions of Contract, with prior approval of
Chief Engineer in writing.
Note for technical eligibility criteria: 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
1.2 tender, shall also be considered provided the work experience certificate has been No No Not Allowed
issued by a person authorized by the Public listed company to issue such certificates.
In case tenderer submits work experience certificate issued by public listed company,
the tenderer shall also submit along with work experience certificate, the relevant copy
of work order, bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and copy of final/last
bill paid by company in support of above work experience certificate.
Credentials if submitted in foreign currency shall be converted into Indian currency i.e.,
Indian Rupee as under: The conversion rate of US Dollars into Rupees shall be the daily
representative exchange rates published by the Reserve Bank of India or entity
authorized by RBI to do so for the relevant date or immediately previous date for which
rates have been published. Where, relevant date shall be as on the last day of month
1.3 previous to the one in which tender is invited. In case of any other currency, the same No No Not Allowed
shall first be converted to US Dollars as on the last day of month previous to the one in
which tender is invited, and the amount so derived in US Dollars shall be converted into
Rupees at the aforesaid rate. The conversion rate of such currencies shall be the daily
representative exchange rates published by the International Monetary Fund for the
relevant date or immediately previous date for which rates have been published.
1.4 Explanation for Eligibility Criteria: No No Not Allowed
Substantially Completed Work means an ongoing work in which payment equal to or
more than 90% of the present contract value (excluding the payment made for
adjustment of Price variation (PVC), if any) has been made to the contractor in that
1.4.1 No No Not Allowed
ongoing contract and no proceedings of termination of contract on Contractor's default
has been initiated. The credential certificate in this regard should have been issued not
prior to 60 days of date of invitation of present tender
In case a work is started prior to 07 (seven) years, ending last day of month previous to
the one in which tender is invited, but completed in last 07 (seven) years, ending last
1.4.2 No No Not Allowed
day of month previous to the one in which tender is invited, the completed work shall be
considered for fulfillment of credentials.
If a work is physically completed and completion certificate to this extent is issued by
1.4.3 the concerned organization but final bill is pending, such work shall be considered for No No Not Allowed
fulfillment of credentials
In case of completed work, the value of final bill (gross amount) including the PVC
amount (if paid) shall be considered as the completion cost of work. In case final bill is
pending, only the total gross amount already paid including the PVC amount (if paid)
1.4.4 shall be considered as the completion cost of work. In case of substantially completed No No Not Allowed
work, the total gross amount already paid including the PVC amount (if paid), as
mentioned in the certificate, shall be considered as the cost of substantially completed
work.

Pa g e 3 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

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
1.4.5 or public listed company as defined in Note for Item 10.1 Para 10 of the Tender Form No No Not Allowed
(Second Sheet), the same shall be considered for the purpose of fulfillment of
credentials.
In case a work is considered similar in nature for fulfillment of technical credentials, the
overall cost including the PVC amount (if paid) of that completed work or substantially
1.4.6 No No Not Allowed
completed work, shall be considered and no separate evaluation for each component of
that work shall be made to decide eligibility
In case of existing partnership firm, if any one or more partners quit the partnership firm,
the credentials of remaining partnership firm shall be re-worked out i.e., the quitting
partner(s) shall take away his credentials to the extent of his share on the date of
quitting the partnership firm (e.g. in a partnership firm of partners A, B & C having share
1.4.7 30%, 30% & 40% respectively and credentials of Rs 10 crore; in case partner C quits No No Not Allowed
the firm, the credentials of this partnership firm shall remain as Rs 6 crore). For this
purpose, the tenderer shall submit along with his bid all the relevant documents which
include copy of previous partnership deed(s), dissolution deed(s) and proof of surrender
of PAN No.(s) in case of dissolution of partnership firm(s) etc.
In case of existing partnership firm if any new partner(s) joins the firm without any
modification in the name and PAN/TAN no. of the firm, the credentials of partnership
firm shall get enhanced to the extent of credentials of newly added partner(s) on the
1.4.8 same principles as mentioned in item 6 above. For this purpose, the tenderer shall No No Not Allowed
submit along with his bid all the relevant documents which include copy of previous
partnership deeds, dissolution/splitting deeds and proof of surrender of PAN No.(s) in
case of dissolution of partnership firm etc
In case of existing partnership firm if any new partner(s) joins the firm without any
modification in the name and PAN/TAN no. of the firm, the credentials of partnership
firm shall get enhanced to the extent of credentials of newly added partner(s) on the
1.4.9 same principles as mentioned in item 6 above. For this purpose, the tenderer shall No No Not Allowed
submit along with his bid all the relevant documents which include copy of previous
partnership deeds, dissolution/splitting deeds and proof of surrender of PAN No.(s) in
case of dissolution of partnership firm etc.
Any partner in a partnership firm cannot use or claim his credentials in any other firm
without leaving the partnership firm i.e., In a partnership firm of A&B partners, A or B
1.4.10 No No Not Allowed
partner cannot use credentials of partnership firm of A&B partners in any other
partnership firm or propriety firm without leaving partnership firm of A&B partners.
In case a partner in a partnership firm is replaced due to succession as per succession
1.4.11 law, the proportion of credentials of the previous partner will be passed on to the No No Not Allowed
successor.
If the percentage share among partners of a partnership firm is changed, but the
partners remain the same, the credentials of the firm before such modification in the
share will continue to be considered for the firm as it is without any change in their
1.4.12 No No Not Allowed
value. Further, in case a partner of partnership firm retires without taking away any
credentials from the firm, the credentials of partnership firm shall remain the same as it
is without any change in their value.
In a partnership firm "AB" of A&B partners, in case A also works as propriety firm "P" or
partner in some other partnership firm "AX", credentials of A in propriety firm "P" or in
1.4.13 No No Not Allowed
other partnership firm "AX" earned after the date of becoming a partner of the firm AB
shall not be added in partnership firm AB.
In case a tenderer is LLP, the credentials of tenderer shall be worked out on above lines
1.4.14 No No Not Allowed
similar to a partnership firm.
In case company A is merged with company B, then company B would get the
1.4.15 No No Not Allowed
credentials of company A also.]
Defination of Similar Work :- Any civil engineering work involving rock fall protection
1.5 No No Not Allowed
work by wire rope net and wire mesh.

5. COMPLIANCE

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.

Pa g e 4 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Please submit your bank details i.e. Name of the Bank along with Bank Branch Allowed
2 No No
Code, Account Number, IFSC Code, and PAN Number. (Mandatory)
Certificates and testimonials regarding contracting experience for the type of Allowed
3 No No
job for which tender is invited with list of works carried out in the past. (Mandatory)
Audited Balance Sheet duly certified by the Chartered Accountant etc Allowed
3.1 No No
regarding contractual payments received in the past. (Mandatory)
The list of personnel / organization on hand and proposed to be engaged for
Allowed
3.2 the tendered work. Similarly list of Plant & Machinery available on hand and No No
(Optional)
proposed to be inducted and hired for the tendered work
A copy of certificate stating that they are not liable to be disqualified and all
their statements/documents submitted along with bid are true and factual.
Standard format of the certificate to be submitted by the bidder is enclosed as
Annexure-V. In addition to Annexure-V, in case of other than
Company/Proprietary Firm, Annexure-V (A) shall also be submitted by each
member of a Partnership Firm/Joint Venture (JV)/Hindu Undivided Family Allowed
3.3 No No
(HUF)/Limited Liability Partnership (LLP) etc as the case may be. Non (Mandatory)
submission of a copy of certificate by the bidder shall result in summarily
rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to
identify, state and submit the supporting documents duly self attested / digitally
signed by which they/he are/is qualifying the Qualifying Criteria mentioned in
the Tender Document.
The tenderers shall submit a copy of certificate stating that all their
statements/documents submitted along with bid are true and factual. Standard
format of certificate to be submitted by the bidder is enclosed as Annexure-V.
In addition to Annexure-V, in case of other than Company/Proprietary Firm,
Annexure-V (A) shall also be submitted by each member of a Partnership
Allowed
3.3.1 Firm/Joint Venture (JV)/Hindu Undivided Family (HUF)/Limited Liability No No
(Mandatory)
Partnership (LLP) etc as the case may be. Non submission of above certificate
(s) by the bidder shall result in summarily rejection of his/their bid. It shall be
mandatorily incumbent upon the tenderer to identify, state and submit the
supporting documents duly self attested/digitally signed by which they/he is
qualifying the Qualifying Criteria mentioned in the Tender Document.
The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
3.4 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
verification or lack of such verification, by the Railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the
Railway there under.
(a) In case of any information submitted by tenderer is found to be false forged
or incorrect at any time during process for evaluation of tenders, it shall lead to
3.5 No No Not Allowed
forfeiture of the tender Earnest Money Deposit besides banning of business
for a period of upto two years.
(b) In case of any information submitted by tenderer is found to be false forged
or incorrect after the award of contract, the contract shall be terminated.
Earnest Money Deposit (EMD), Performance Guarantee and Security Deposit
3.5.1 No No Not Allowed
available with the railway shall be forfeited. In addition, other dues of the
contractor, if any, under this contract shall be forfeited and agency shall be
banned for doing business for a period of upto two years.
Non-compliance with any of the conditions set forth therein above is liable to
3.6 No No Not Allowed
result in the tender being rejected.
The accepted rates shall be deemed to include and cover all fees, taxes,
4 No No Not Allowed
duties, royalties, rent etc.
Income Tax, Surcharge thereof, Goods & Service Tax (GST Act, 2017) and
5 any other applicable tax shall be recovered from contractor's bill as per rule in No No Not Allowed
force.
Implementation of GST Act, 2017 - Procedure for payment of Contractual bill is
6 given in General Instructions attached in document. Please go through the No No Not Allowed
procedure before submission of the offer.

Pa g e 5 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / HUF etc. The
tenderer(s) shall enclose the attested copies of the constitution of their Allowed
7 No No
concern, and copy of PAN Card along with their tender. Tender Documents in (Mandatory)
such cases are to be signed by such persons as may be legally competent to
sign them on behalf of the firm, company, association, trust or society, as the
case may be.
The tenderer whether sole proprietor / a company or a partnership firm /
registered society / registered trust / HUF / LLP etc if they want to act through
agent or individual partner(s), should submit along with the tender, a copy of
power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether he/they be partner(s) of the
firm or any other person, specifically authorizing him/them to sign the tender,
submit the tender and further to deal with the Tender/ Contract up to the stage
of signing the agreement except in case where such specific person is
authorized for above purposes through a provision made in the partnership
deed / Memorandum of Understanding / Article of Association /Board
resolution, failing which tender shall be summarily rejected. A separate power Allowed
7.1 No No
of attorney duly stamped and authenticated by a Notary Public or by (Mandatory)
Magistrate in favour of the specific person whether he/they be partner(s) of the
firm or any other person, shall be submitted after award of work, specifically
authorizing him/them to deal with all other contractual activities subsequent to
signing of agreement, if required. Note: A Power of Attorney executed and
issued overseas, the document will also have to be legalized by the Indian
Embassy and notarized in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Bidders from countries
that have signed the Hague Legislation Convention 1961 are not required to
be legalized by the Indian Embassy if it carries a conforming Apostille
certificate.
The tenderer will give full information ( in annexure-1) as to the date of
retirement of such Engineer or gazetted officer from the said service and as to
whether permission for taking such contract, or if the Contractor be a
partnership firm or an incorporated company, to become a partner or director
as the case may be, has been obtained by the tenderer or the Engineer or
officer, as the case may be from the President of India or any officer, duly
authorized by him in this behalf, shall be clearly stated in writing at the time of
submitting the tender,if a tenderer is - i) be a retired Engineer of the gazetted
rank or any other gazetted officer working before his retirement, whether in the
Allowed
8 executive or administrative capacity or whether holding a pensionable post or No No
(Mandatory)
not, in the Engineering or any other department of any of the railways owned
and administered by the President of India for the time being, OR ii) being
partnership firm / joint venture (JV) / registered society / registered trust etc
have as one of its partners a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the gazetted rank or
any other gazetted officer working before his retirement as one of its directors
AND in case where such Engineer or officer had not retired from government
service at least 1 year prior to the date of submission of the tender
If a tenderer or Contractor being an individual, have member(s) of his family or
in the case of partnership firm/ company / joint venture (JV) / registered
society / registered trust etc. one or more of his partner(s)/shareholder(s) or
member(s) of the family of partner(s)/shareholder(s) having share of more Allowed
8.1 No No
than 1% in the tendering entity employed in gazetted capacity in the (Mandatory)
Engineering or any other department of the railway, then the tenderer at the
time of submission of tender, will inform the authority inviting tenders the
details of such persons. ( in annexure-1)

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All documents related to Joint venture/ Consortium/ MOU, duly notorized
1 No No Not Allowed
should be uploaded at the time of submission of bid.
Applicability of JVs/ CONSORTIUM/ MOUs: JVs/ Consortium/ MOUs shall be
2 No No Not Allowed
considered for the tenders of value more than Rs. 10 crore (Ten crore).

Pa g e 6 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Applicability: 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)(b) of these Standard General Conditions, unless
applicability of PVC and 'Base Month' has been specially agreed, while fixing
the rates of such extra item(s). Base Month: The Base Month for 'Price
Variation Clause' shall be taken as the one month prior to closing of tender,
unless otherwise stated elsewhere. The quarter for applicability of PVC shall
commence from the month following the Base month. The Price Variation
shall be based on the average Price Index of the quarter under
3 No No Not Allowed
consideration. Validity: Rates accepted by Railway Administration shall hold
good till completion of work and no additional individual claim shall be
admissible except: (a) Payment/recovery for increase/decrease in GST on
works contract or imposition/removal of any tax/cess on Works Contract as
per Clause 37, (b) Payment/recovery for overall market situation as per Price
Variation Clause given hereunder. Components of various items in a
contract on which variation in prices be admissible, shall be steel, cement,
ferrous material, non-ferrous material, insulators, zinc and other materials,
labour, plant & machinery, fuel, explosives, detonators etc. Adjustment for
variation in prices of these items shall be determined in the manner
prescribed. As per Rly Bd's letter No.2013/CE-I/CT/O/10/PVC/Pt.I dated
27.01.15 Price Variation Clause (PVC) of General Conditions of Contract
(GCC) shall not apply to such a works contract which is either an Annual
Maintenance Contract (AMC) or a Zonal Contract.
Security Deposit: The Security Deposit shall be 5% of the contract value. The
Bid Security submitted by the Contractor with his tender will be
retained/encashed by the Railways as part of security for the due and faithful
fulfillment of the contract by the Contractor. Provided further that, if
Contractor submits the Cash or Term Deposit Receipt issued from a
Scheduled commercial bank of India or irrevocable Bank Guarantee Bond
from a Scheduled commercial bank of India, either towards the Full Security
Depositor the Part Security Deposit equal to or more than Bid Security, the
Railway shall return the Bid Security, to the Contractor. Balance of Security
Deposit may be deposited by the Contractor in cash or Term Deposit
Receipt issued from Scheduled commercial bank of India or irrevocable
Bank Guarantee bond issued from Scheduled commercial bank of India, or
may be recovered at the rate of 6% of the bill amount till the full Security
Deposit is recovered. Provided also that in case of defaulting Contractor, the
Railway may retain any amount due for payment to the Contractor on the
pending "on account bills" so that the amounts so retained (including amount
4 No No Not Allowed
guaranteed through Performance Guarantee) may not exceed 10% of the
total value of the contract. The Irrevocable Bank Guarantee submitted
towards Security deposit shall be initially valid up to the stipulated date of
Maintenance period plus 60 days and shall be extended from time to time,
depending upon extension of contract granted in terms of Clause 17A and
17B of the Standard General Conditions of Contract. Note: Security Deposit
deposited in cash by the Contractor or recovered from the running bills of a
Contractor or submitted by contractor as Term Deposit Receipt(s) can be
refunded/returned to the contractor, in lieu of irrevocable Bank Guarantee
bond issued from scheduled commercial bank of India, to be submitted by
him, for an amount equal to or more than the already available Security
Deposit, provided however that, in a contract of value less than Rs. 50
Crore, such refund/ return of the already available Security Deposit is
permitted up to two times and in a contract of value equal to or more than
Rs. 50 Crore, such refund / return of the already available Security Deposit is
permitted up to three times.
Refund of Security Deposit: Security Deposit mentioned in sub clause (1)
above shall be returned to the Contractor along with or after, the following:
(a) Final Payment of the Contract as per clause 51.(1)of GCC and (b)
4.1 Execution of Final Supplementary Agreement or Certification by Engineer No No Not Allowed
that Railway has No Claim on Contractor and (c) Maintenance Certificate
issued, on expiry of the maintenance period as per clause 50.(1)GCC in
case applicable.

Pa g e 7 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

(ii) Forfeiture of Security Deposit: Whenever the contract is rescinded as a


whole under clause 62 (1) of these conditions, the Security Deposit already
4.1.1 with railways under the contract shall be forfeited. However, in case the No No Not Allowed
contract is rescinded in part or parts under clause 62 (1) of these conditions,
the Security Deposit shall not be forfeited.
No interest shall be payable upon the Bid Security and Security Deposit or
amounts payable to the Contractor under the Contract, but Government
4.2 No No Not Allowed
Securities deposited in terms of Sub-Clause 16.(4)(b) of this clause will be
payable with interest accrued thereon.
5 PERFORMANCE GURANTEE (PG) No No Not Allowed
The procedure for obtaining Performance Guarantee is outlined below: (a)
The successful bidder shall have to submit a Performance Guarantee (PG)
within 21 (Twenty one) days from the date of issue of Letter of Acceptance
(LOA). Extension of time for submission of PG beyond 21 (Twenty one) days
and upto 60 days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However, a
penal interest of 12% per annum shall be charged for the delay beyond
21(Twenty one) days, i.e. from 22ndday after the date of issue of LOA.
Further, if the 60thday happens to be a declared holiday in the concerned
office of the Railway, submission of PG can be accepted on the next working
5.1 No No Not Allowed
day. In all other cases, if the Contractor fails to submit the requisite PG even
after 60 days from the date of issue of LOA, the contract is liable to be
terminated. In case contract is terminated railway shall be entitled to forfeit
Bid Security and other dues payable to the contractor against that particular
contract, subject to maximum of PG amount. In case a tenderer has not
submitted Bid Security on the strength of their registration as a Startup
recognized by Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to this effect.
The failed Contractor shall be debarred from participating in re-tender for
that work. ( .
b) The successful bidder shall submit the Performance Guarantee (PG) in
any of the following forms, amounting to 5% of the original contract value:- (i)
A deposit of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government
Securities including State Loan Bonds at 5% below the market value; (iv) Pay
Orders and Demand Drafts tendered by any Scheduled Commercial Bank of
India; (v) Guarantee Bonds executed or Deposits Receipts tendered by any
5.1.1 No No Not Allowed
Scheduled Commercial Bank of India; (vi) Deposit in the Post Office Saving
Bank; (vii) Deposit in the National Savings Certificates; (viii) Twelve years
National Defence Certificates; (ix) Ten years Defence Deposits; (x) National
Defence Bonds and (xi) Unit Trust Certificates at 5% below market value or
at the face value whichever is less. Also, FDR in favour of Dy.FA &
CAO/C/JHS (free from any encumbrance) may be accepted.
The Performance Guarantee shall be submitted by the successful bidder
after the Letter of Acceptance (LOA) has been issued, but before signing of
the contract agreement. This P.G. shall be initially valid upto the stipulated
5.1.2 date of completion plus 60 days beyond that. In case, the time for No No Not Allowed
completion of work gets extended, the Contractor shall get the validity of
P.G. extended to cover such extended time for completion of work plus 60
days.
The value of PG to be submitted by the Contractor is based on original
5.1.3 contract value and shall not change due to subsequent variation(s) in the No No Not Allowed
original contract value.
The Performance Guarantee (PG) shall be released after physical
completion of the work based on 'Completion Certificate' issued by the
5.1.4 No No Not Allowed
competent authority stating that the Contractor has completed the work in all
respects satisfactorily.
Whenever the contract is rescinded, the Performance Guarantee already
5.1.5 submitted for the contract shall be encashed in addition to forfeiture of No No Not Allowed
Security Deposit available with railway.

Pa g e 8 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

The Engineer shall not make a claim under the Performance Guarantee
except for amounts to which the President of India is entitled under the
contract (not withstanding and/or without prejudice to any other provisions in
the contract agreement) in the event of: (i) Failure by the Contractor to
extend the validity of the Performance Guarantee as described herein
5.1.6 above, in which event the Engineer may claim the full amount of the No No Not Allowed
Performance Guarantee. (ii) Failure by the Contractor to pay President of
India any amount due, either as agreed by the Contractor or determined
under any of the Clauses/Conditions of the Agreement, within 30 days of the
service of notice to this effect by Engineer. (iii) The Contract being
determined or rescinded under clause 62 of the GCC
VARIATION IN EXTANT OF CONTRACT : Modification to Contract to be in
Writing: In the event of any of the provisions of the contract required to be
modified after the contract documents have been signed, the modifications
shall be made in writing and signed by the Railway and the Contractor and
no work shall proceed under such modifications until this has been done.
Any verbal or written arrangement abandoning, modifying, extending,
reducing or supplementing the contract or any of the terms thereof shall be
deemed conditional and shall not be binding on the Railway unless and until
the same is incorporated in a formal instrument and signed by the Railway
and the Contractor, and till then the Railway shall have the right to repudiate
6 No No Not Allowed
such arrangements. Powers of Modification to Contract: The Engineer on
behalf of the Railway shall be entitled by order in writing to enlarge or
extend, diminish or reduce the works or make any alterations in their design,
character position, site, quantities, dimensions or in the method of their
execution or in the combination and use of materials for the execution
thereof or to order any additional work to be done or any works not to be
done and the Contractor will not be entitled, to any compensation for any
increase/reduction in the quantities of work but will be paid only for the actual
amount of work done and for approved materials supplied against a specific
order.
Unless otherwise specified in the special conditions of the contract, the
accepted variation in quantity of each individual item of the contract would be
6.1 upto 25% of the quantity originally contracted, except in case of foundation No No Not Allowed
work (in which no variation limit shall apply). However, the rates for the
increased quantities shall be as per sub- para (iii) below.
(ii) The Contractor shall be bound to carry out the work at the agreed rates
6.2 and shall not be entitled to any claim or any compensation whatsoever upto No No Not Allowed
the limit of 25% variation in quantity of individual item of works.
(iii) In case an increase in quantity of an individual item by more than 25% of
6.3 the agreement quantity is considered unavoidable, then same shall be No No Not Allowed
executed at following rates
(a)Quantities operated in excess of 125% but upto 140% of the agreement
6.3.1 quantity of the concerned item, shall be paid at 98% of the rate awarded for No No Not Allowed
that item in that particular tender;
(b)Quantities operated in excess of 140% but upto 150% of the agreement
6.3.2 quantity of the concerned item shall be paid at 96% of the rate awarded for No No Not Allowed
that item in that particular tender;
(c)Variation in quantities of individual items beyond 150% will be avoided and
6.3.3 would be permitted only in exceptional unavoidable circumstances and shall No No Not Allowed
be paid at 96% of the rate awarded for that item in that particular tender.
(d)Variation to quantities of Minor Value Item: The limit for varying quantities
for minor value items shall be 100% (as against 25% prescribed for other
items). A minor value item for this purpose is defined as an item whose
original agreement value is less than 1 % of the total original agreement
value. d.(i) Quantities operated upto and including 100% of the agreement
quantity of the concerned minor value item, shall be paid at the rate awarded
6.3.4 for that item in that particular tender; d.(ii)Quantities operated in excess of No No Not Allowed
100% but upto 200% of the agreement quantity of the concerned minor
value item, shall be paid at 98% of the rate awarded for that item in that
particular tender; d.(iii) Variation in quantities of individual minor value item
beyond 200% will be avoided and would be permitted only in exceptional
unavoidable circumstances and shall be paid at 96% of the rate awarded for
that item in that particular tender.

Pa g e 9 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

(iv) In case of earthwork items, the variation limit of 25% shall apply to the
6.4 gross quantity of earthwork items and variation in the quantities of individual No No Not Allowed
classifications of soil shall not be subject to this limit.
(v) As far as Standard Schedule of Rates (SSOR) items are concerned, the
variation limit of 25% would apply to the value of SSOR schedule(s) as a
whole and not on individual SSOR items. However, in case of Non Standard
6.5 No No Not Allowed
Schedule of Rates (SSOR) items, the limit of 25% would apply on the
individual items irrespective of the manner of quoting the rate (single
percentage rate or individual item rate).
Valuation of Variations: The enlargements, extensions, diminution, reduction,
alterations or additions referred to in Sub-Clause (2) of this Clause shall in
no degree affect the validity of the contract; but shall be performed by the
Contractor as provided therein and be subject to the same conditions,
stipulations and obligations as if they had been originally and expressively
6.6 No No Not Allowed
included and provided for in the Specifications and Drawings and the
amounts to be paid therefor shall be calculated in accordance with the
accepted Bill(s) of Quantities. Any extra item(s)/quantities of work falling
outside the purview of the provisions of Sub-Clause (2) above shall be paid
for at the rates determined under Clause-39 of these Conditions.
7 Provision of Efficient and Competent Staff at Work Sites by the Contractor: No No Not Allowed
The Contractor shall place and keep on the works at all times efficient and
competent staff to give the necessary directions to his workmen and to see
7.1 that they execute their work in sound & proper manner and shall employ only No No Not Allowed
such supervisors, workmen & labourers in or about the execution of any of
these works as are careful and skilled in the various trades.
The contractor shall at once remove from the works any agents, permitted
sub contractor, supervisor, workman or labourer who shall be objected to by
7.1.1 the engineer and if and whenever required by the engineer, he shall submit No No Not Allowed
a correct return showing the names of all staff and workman employed by
him.
In the event of the engineer being of the opinion that the contractor is not
employing on the works a sufficient number of staff and workman as is
necessary for proper completion of the works within the time prescribed, the
contractor shall forthwith on receiving intimation to this effect deploy the
7.1.2 No No Not Allowed
additional number of staff & labour as specified by the engineer within seven
days of being so required and failure on the part of contractor to comply with
such instructions will entitle the railway rescind the contract under clause 62
of the conditions.
Clause 26A to GCC - Deployment of qualified Engineers at work site by the
8 No No Not Allowed
contractor:
The Contractor shall also employ Qualified Graduate Engineer or Qualified
Diploma Holder Engineer, based on value of contract prescribed by the
ministry of railways as under: (a) One Qualified Graduate Engineer when
8.1 No No Not Allowed
cost of work to be executed is Rs.200 lakh & above and, (b) One Qualified
Diploma Holder Engineer when cost of work to be executed is more than Rs.
25Lakh, but less than Rs.200Lakh.
In case the contractor fails to employ the engineer, as aforesaid in Para
26A.1, he shall be liable to pay a penalty at the rate of Rs.40000/- and
8.2 No No Not Allowed
Rs.25000/- for each month or part thereof for the default period for the
provisions, as contained in Para 26.A.1 (a) & (b) above respectively.
No. of qualified engineers/Staff required to be deployed by the contractor for
various activities contained in the works contract shall be specified in the
8.3 No No Not Allowed
tender document as 'special condition of contract' by the tender inviting
authority.

Pa g e 10 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Maintenance Of Works : The Contractor shall at all times during the progress
and continuance of the works and also for the period of maintenance
specified in the Tender Form after the date of passing of the certificate of
completion by the Engineer or any other earlier date subsequent to the
completion of the works that may be fixed by the Engineer be responsible for
and effectively maintain and uphold in good substantial, sound and perfect
condition all and every part of the works and shall make good from time to
time and at all times as often as the Engineer shall require, any damage or
9 defect that may during the above period arise in or be discovered or be in No No Not Allowed
any way connected with the works, provided that such damage or defect is
not directly caused by errors in the contract documents, act of providence or
insurrection or civil riot, and the Contractor shall be liable for and shall pay
and make good to the Railway or other persons legally entitled thereto
whenever required by the Engineer so to do, all losses, damages, costs and
expenses they or any of them may incur or be put or be liable to by reasons
or in consequence of the operations of the Contractor or of his failure in any
respect.
9.1 Maintenance period of this work is 12 months. No No Not Allowed
10 Care in Submission of Tenders: No No Not Allowed
( a ) (i) 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
10.1 taken into account and that the rates he enters in the tender forms are No No Not Allowed
adequate and all inclusive to accord with the provisions in Clause-37 of the
General Conditions of Contract for the completion of works to the entire
satisfaction of the Engineer.
(ii)Tenderers will examine the various provisions of The central Goods and
services Tax Act, 2017(CGST)/Integrated Goods and Srvices Tax
Act,2017(IGST)/Union Territory Goods and Services Tax Act,2017
(UTGST)/respective state's State Goods and Services Tax Act(SGST) also,
10.1.1 No No Not Allowed
as notified by Central/State Govt & 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.
(iii)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
10.1.2 No No Not Allowed
the award of 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.
(iv) In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST
10.1.3 No No Not Allowed
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
(b) When work is tendered for by a firm or company of contractors, the
10.2 tender shall be signed by the individual legally authorized to enter into No No Not Allowed
commitments on their behalf.
The Railway will not be bound by any change of power of attorney or in the
composition of the firm made subsequent to the submission of tender.
10.3 Railway may, however, recognize such power of attorney and changes after No No Not Allowed
obtaining proper legal advice, the cost of which will be chargeable to the
Contractor.
11 Letter of Credit' as Mode of payment in Works Tenders or Service Tenders No No Not Allowed
For all the tenders having advertised cost of Rs 10 lakh or above, the
contractor shall have the option to take payment from Railways through a
11.1 No No Not Allowed
letter of credit (LC) arrangement. The detail guidelines along with Annexure-
1 & Annexure-2 is attached with documents as 'Letter of Credit'.
clause 55 B to GCC: Provision of employees provident fund and
Miscellaneous provisions act 1952: The Contractor shall comply with the
provisions of Para 30 & 36-B of the Employees Provident Fund Scheme,
1952; Para 3 & 4 of Employees' Pension Scheme, 1995; and Para 7 & 8 of
12 No No Not Allowed
Employees Deposit Linked Insurance Scheme, 1976; as modified from time
to time through enactment of "Employees Provident Fund & Miscellaneous
Provisions Act, 1952", wherever applicable and shall also indemnify the
Railway from and against any claims under the aforesaid Act and the Rules.

Pa g e 11 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society /Registered Trust / Hindu Undivided
Family (HUF) / Limited Liability Partnership (LLP) etc. The tenderer(s) shall
13 enclose the attested copies of the constitution of their concern, and copy of No No Not Allowed
PAN Card along with their tender. Tender Documents in such cases are to
be signed by such persons as may be legally competent to sign them on
behalf of the firm, company, association, trust or society, as the case may
be.
Following documents shall be submitted by the tenderer:(a) Sole
Proprietorship Firm: (i) An undertaking that he is not blacklisted or debarred
by Railways or any other Ministry / Department of Govt. of India from
participation in tender on the date of submission of bids, either in individual
13.1 capacity or as a member of the partnership firm or JV in which he was / is a No No Not Allowed
partner/member. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the General
Conditions of Contract. (ii) All other documents in terms of explanatory notes
in clause 10 mentioned in eligibility criteria.
(b) HUF: (i) A copy of notarized affidavit on Stamp Paper declaring that he
who is submitting the tender on behalf of HUF is in the position of 'Karta' of
Hindu Undivided Family (HUF) and he has the authority, power and consent
given by other members to act on behalf of HUF. (ii) An undertaking that the
HUF is not blacklisted or debarred by Railways or any other Ministry /
Department of Govt. of India from participation in tender on the date of
13.2 No No Not Allowed
submission of bids, either in individual capacity or as a member of the
partnership firm or JV in which HUF was / is a partner/member.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of
Contract. (iii) All other documents in terms of explanatory notes in clause 10
mentioned in eligibility criteria.
Participation of Partnership Firms in works tenders: The Partnership Firms
13.3 participating in the tender should be legally valid under the provisions of the No No Not Allowed
Indian Partnership Act.
The partnership firm should have been in existence or should have been
formed prior to submission of tender. Partnership firm should have either
13.3.1 No No Not Allowed
been registered with the Registrar or the partnership deed should have been
notarized as per the Indian Partnership Act, prior to submission of tender.
Separate identity / name should be given to the partnership firm. The
partnership firm should have PAN / TAN number in its own name and PAN /
13.3.2 No No Not Allowed
TAN number in the name of any of the constituent partners shall not be
considered. The valid constituents of the firm shall be called partners.

Pa g e 12 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Once the tender has been submitted, the constitution of the firm shall not
normally be allowed to be modified / altered / terminated during the validity
of the tender as well as the currency of the contract except when
modification becomes inevitable due to succession laws etc., in which case
prior permission should be taken from Railway and in any case the minimum
eligibility criteria should not get vitiated. The re-constitution of firm in such
cases should be followed by a notary certified Supplementary Deed. The
approval for change of constitution of the firm, in any case, shall be at the
sole discretion of the Railways and the tenderer shall have no claims what-
so-ever. Any change in the constitution of Partnership firm after submission
of tender shall be with the consent of all partners and with the signatures of
all partners as that in the Partnership Deed. Failure to observe this
13.3.3 No No Not Allowed
requirement shall render the offer invalid and full Bid Security shall be
forfeited. If any Partner/s withdraws from the firm after submission of the
tender and before the award of the contract, the offer shall be rejected and
Bid Security of the tenderer will be forfeited. If any new partner joins the firm
after submission of tender but prior to award of contract, his / her credentials
shall not qualify for consideration towards eligibility criteria either individually
or in proportion to his share in the previous firm. In case the tenderer fails to
inform Railway beforehand about any such changes / modification in the
constitution which is inevitable due to succession laws etc. and the contract
is awarded to such firm, then it will be considered a breach of the contract
conditions liable for determination of the contract under Clause 62 of the
Standard General Conditions of Contract
A partner of the firm shall not be permitted to participate either in his
13.3.4 No No Not Allowed
individual capacity or as a partner of any other firm in the same tender.
The tender form shall be submitted only in the name of partnership firm. The
Bid Security shall be submitted by partnership firm. The Bid Security
13.3.5 No No Not Allowed
submitted in the name of any individual partner or in the name of authorized
partner (s) shall not be considered
One or more of the partners of the firm or any other person (s) shall be
designated as the authorized person (s) on behalf of the firm, who will be
authorized by all the partners to act on behalf of the firm through a "Power of
Attorney", specially authorizing him / them to submit & sign the tender, sign
the agreement, receive payment, witness measurements, sign measurement
13.3.6 No No Not Allowed
books, make correspondences, compromise / settle / relinquish any claim (s)
preferred by the firm, sign "No Claim Certificate", refer all or any dispute to
arbitration and to take similar such action in respect of the said tender /
contract. Such "Power of Attorney" shall be notarized / registered and
submitted along with the tender.
On issue of Letter of Acceptance (LOA) to the partnership firm, all the
guarantees like Performance Guarantee, Guarantee for various Advances to
13.3.7 No No Not Allowed
the Contractor shall be submitted only in the name of the partnership firm
and no splitting of guarantees among the partners shall be acceptable.
On issue of Letter of Acceptance (LOA), contract agreement with partnership
13.3.8 firm shall be executed in the name of the firm only and not in the name of No No Not Allowed
any individual partner.

Pa g e 13 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

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


following undertakings shall be furnished by all the partners through a
notarized affidavit, before signing of contract agreement. (a) Joint and
several liabilities: The partners of the firm to which the Letter of Acceptance
(LOA) is issued, shall be jointly and severally liable to the Railway for
execution of the contract in accordance with General and Special Conditions
of the Contract. The partners shall also be liable jointly and severally for the
loss, damages caused to the Railway during the course of execution of the
contract or due to non execution of the contract or part thereof. (b) Duration
of the partnership deed and partnership firm agreement: The partnership
deed/partnership firm agreement shall normally not be
13.3.9 No No Not Allowed
modified/altered/terminated during the currency of contract and the
maintenance period after the work is completed as contemplated in the
conditions of the contract. Any change carried out by partners in the
constitution of the firm without permission of Railway, shall constitute a
breach of the contract, liable for determination of the contract under Clause
62 of the Standard General Conditions of Contract. (c) Governing laws: The
partnership firm agreement shall in all respect be governed by and
interpreted in accordance with the Indian laws. (d) No partner of the firm
shall have the right to assign or transfer the interest right or liability in the
contract without the written consent of the other partner/s and that of the
Railway.
The tenderer shall clearly specify that the tender is submitted on behalf of a
partnership firm. The following documents shall be submitted by the
partnership firm, with the tender: (i) A notarized copy of the Partnership
Deed or a copy of the Partnership deed registered with the Registrar. (ii) A
notarized or registered copy of Power of Attorney in favour of the individual
to tender for the work, sign the agreement etc. and create liability against the
firm. (iii) An undertaking by all partners of the partnership firm that they are
13.3.10 not blacklisted or debarred by Railways or any other Ministry / Department of No No Not Allowed
the Govt. of India from participation in tenders / contracts as on the date of
submission of bids, either in their individual capacity or in any firm/LLP in
which they were / are partners/members. Any Concealment / wrong
information in regard to above shall make the bid ineligible or the contract
shall be determined under Clause 62 of the Standard General Conditions of
Contract. (iv) All other documents in terms of Para 10 of explanatory notes in
clause 10 mentioned in eligibility criteria.

Pa g e 14 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Documents to be enclosed by the JV along with the tender: In case one or


more of the members of the JV is/are partnership firm(s), following
documents shall be submitted: (i) A notarized copy of the Partnership Deed
or a copy of the Partnership deed registered with the Registrar. (ii) A copy of
consent of all the partners or individual authorized by partnership firm, to
enter into the Joint Venture Agreement on a stamp paper, (iii) A notarized or
registered copy of Power of Attorney in favour of the individual to sign the
MOU/JV Agreement on behalf of the partnership firm and create liability
against the firm. (iv) An undertaking by all partners of the partnership firm
that they are not blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders / contracts as
on the date of submission of bids, either in their individual capacity or in any
firm/LLP in which they were / are partners/members. Any Concealment /
wrong information in regard to above shall make the bid ineligible or the
contract shall be determined under Clause 62 of the Standard General
Conditions of Contract. 2) In case one or more members is/are Proprietary
Firm or HUF, the following documents shall be enclosed: (i) A copy of
notarized affidavit on Stamp Paper declaring that his Concern is a
proprietary Concern and he is sole proprietor of the Concern OR he who is
signing the affidavit on behalf of HUF is in the position of 'Karta' of Hindu
Undivided Family (HUF) and he has the authority, power and consent given
by other members to act on behalf of HUF. (3) In case one or more
members of the JV is/are companies, the following documents shall be
submitted: (i) A copy of resolutions of the Directors of the Company,
13.4 No No Not Allowed
permitting the company to enter into a JV agreement, (ii) The copies of MOA
(Memorandum of Association) / AOA (Articles of Association) of the company
(iii) A copy of Certificate of Incorporation (iv) A copy of Authorization/copy of
Power of Attorney issued by the Company (backed by the resolution of
Board of Directors) in favour of the individual, to sign the tender, sign
MOU/JV Agreement on behalf of the company and create liability against the
company (4) In case one or more members of the JV is/are LLP firm/s, the
following documents shall be submitted: (i) A copy of LLP Agreement (ii) A
copy of Certificate of Incorporation of LLP (iii) A copy of resolution passed by
partners of LLP firm, permitting the Firm to enter into a JV agreement (iv) A
copy of Authorization /copy of Power of Attorney issued by the LLP firm
(backed by resolution passed by the Partners) in favour of the individual, to
sign the tender and/or sign the MOU/ JV agreement on behalf of the LLP
and create liability against the LLP. (v) An undertaking by all partners of the
LLP that they are not blacklisted or debarred by Railways or any other
Ministry / Department of the Govt. of India from participation in tenders /
contracts as on the date of submission of bids, either in their individual
capacity or in any firm/LLP or JV in which they were / are partners/
members. Any Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the Standard
General Conditions of Contract. (5) In case one or more members of the JV
is/are Society/s or Trust/s, the following documents shall be submitted: (i) A
copy of Certificate of Registration (ii) A copy of Memorandum of Association
of S
Company registered under Companies Act 2013: (i) The copies of MOA
(Memorandum of Association) / AOA (Articles of Association) of the company
(ii) A copy of Certificate of Incorporation (iii) A copy of Authorization/Power of
Attorney issued by the Company (backed by the resolution of Board of
Directors) in favour of the individual to sign the tender on behalf of the
company and create liability against the company. (iv) An undertaking that
the Company is not blacklisted or debarred by Railways or any other Ministry
13.5 No No Not Allowed
/ Department of Govt. of India from participation in tender on the date of
submission of bids, either in individual capacity or as a member of the
partnership firm or JV in which the Company was / is a partner/member.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of
Contract. (v) All other documents in terms of explanatory notes in clause 10
mentioned in eligibility criteria

Pa g e 15 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

LLP (Limited Liability Partnership): (i) A copy of LLP Agreement (ii) A copy of
Certificate of Incorporation (iii) A copy of Power of Attorney/Authorization
issued by the LLP in favour of the individual to sign the tender on behalf of
the LLP and create liability against the LLP. (iv) An undertaking by all
partners of the LLP that they are not blacklisted or debarred by Railways or
any other Ministry / Department of the Govt. of India from participation in
13.6 No No Not Allowed
tenders / contracts as on the date of submission of bids, either in their
individual capacity or in any firm/LLP or JV in which they were / are
partners/members. Concealment / wrong information in regard to above
shall make the contract liable for determination under Clause 62 of the
Standard General Conditions of Contract. (v) All other documents in terms of
explanatory notes in clause 10 mentioned in eligibility criteria
Registered Society & Registered Trust: (i) A copy of Certificate of
Registration (ii) A copy of Memorandum of Association of Society/Trust Deed
(iii) A copy of Power of Attorney in favour of the individual to sign the tender
13.7 No No Not Allowed
documents and create liability against the Society/Trust. (iv) A copy of Rules
& Regulations of the Society (v) All other documents in terms of explanatory
notes in clause 10 mentioned in eligibility criteria
If it is NOT mentioned in the submitted tender that tender is being submitted
on behalf of a Sole Proprietorship firm / Partnership firm / Joint Venture /
13.8 No No Not Allowed
Registered Company etc., then the tender shall be treated as having been
submitted by the individual who has signed the tender.
After opening of the tender, any document pertaining to the constitution of
Sole Proprietorship Firm / Partnership Firm / Registered Company/
Registered Trust / Registered Society /HUF/LLP etc. shall be neither asked
13.9 nor considered, if submitted. Further, no suo moto cognizance of any No No Not Allowed
document available in public domain (i.e., on internet etc.) or in Railway's
record/office files etc. will be taken for consideration of the tender, if no such
mention is available in tender offer submitted.
A tender from JV / Partnership firm etc. shall be considered only where
13.10 No No Not Allowed
permissible as per the tender conditions.
The Railway will not be bound by any change in the composition of the firm
made subsequent to the submission of tender. Railway may, however,
13.11 No No Not Allowed
recognize such power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the Contractor
The tenderer whether sole proprietor / a company or a partnership firm /
joint venture (JV) /registered society / registered trust / HUF / LLP etc if they
want to act through agent or individual partner(s), should submit along with
the tender, a copy of power of attorney duly stamped and authenticated by a
Notary Public or by Magistrate in favour of the specific person whether
he/they be partner(s) of the firm or any other person, specifically authorizing
him/them to sign the tender, submit the tender and further to deal with the
Tender/ Contract up to the stage of signing the agreement except in case
where such specific person is authorized for above purposes through a
provision made in the partnership deed / Memorandum of Understanding /
Article of Association /Board resolution, failing which tender shall be
13.12 No No Not Allowed
summarily rejected. A separate power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific
person whether he/they be partner(s) of the firm or any other person, shall
be submitted after award of work, specifically authorizing him/them to deal
with all other contractual activities subsequent to signing of agreement, if
required. Note: A Power of Attorney executed and issued overseas, the
document will also have to be legalized by the Indian Embassy and notarized
in the jurisdiction where the Power of Attorney is being issued. However, the
Power of Attorney provided by Bidders from countries that have signed the
Hague Legislation Convention 1961 are not required to be legalized by the
Indian Embassy if it carries a conforming Apostille certificate.
14 Employment/Partnership etc. of Retired Railway Employees: No No Not Allowed

Pa g e 16 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

(a) Should a tenderer i) be a retired Engineer of the gazetted rank or any


other gazetted officer working before his retirement, whether in the executive
or administrative capacity or whether holding a pensionable post or not, in
the Engineering or any other department of any of the railways owned and
administered by the President of India for the time being, OR ii) being
partnership firm / joint venture (JV) / registered society / registered trust etc
have as one of its partners a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the gazetted rank
or any other gazetted officer working before his retirement as one of its
14.1 No No Not Allowed
directors AND in case where such Engineer or officer had not retired from
government service at least 1 year prior to the date of submission of the
tender THEN the tenderer will give full information as to the date of
retirement of such Engineer or gazetted officer from the said service and as
to whether permission for taking such contract, or if the Contractor be a
partnership firm or an incorporated company, to become a partner or
director as the case may be, has been obtained by the tenderer or the
Engineer or officer, as the case may be from the President of India or any
officer, duly authorized by him in this behalf, shall be clearly stated in writing
at the time of submitting the tender.
b) In case, upon successful award of contract, should a tenderer depute for
execution of the works under or to deal matters related with this contract,
any retired Engineer of gazette rank or retired gazetted officer working
before his retirement in the Engineering or any other department of any of
the railways owned and administered by the President of India for the time
14.2 being, and now in his employment, then the tenderer will ensure that retired No No Not Allowed
Engineer or retired gazetted officer had retired from government service at
least 1 year prior to the date of his employment with tenderer and in case he
had retired from service within a year then he possesses the requisite
permission from the President of India or any officer, duly authorized by him
in this behalf, to get associated with the tenderer.
(c) Should a tenderer or Contractor being an individual, have member(s) of
his family or in the case of partnership firm/ company / joint venture (JV) /
registered society / registered trust etc. one or more of his
partner(s)/shareholder(s) or member(s) of the family of
14.3 No No Not Allowed
partner(s)/shareholder(s) having share of more than 1% in the tendering
entity employed in gazetted capacity in the Engineering or any other
department of the railway, then the tenderer at the time of submission of
tender, will inform the authority inviting tenders the details of such persons.
Note:-If information as required as per a), b), c) above has not been
14.4 furnished, contract is liable to be dealt in accordance with provision of clause No No Not Allowed
62 of Standard General Condition of contract.
Restrictions on the Employment of Retired Engineers of Railway Services
Within One Year of their Retirement: The Contractor shall not, if he is a
retired Government Engineer of Gazetted rank, himself engage in or employ
or associate a retired Government Engineer of Gazetted rank, who has not
completed one year from the date of retirement, in connection with this
15 No No Not Allowed
contract in any manner whatsoever without obtaining prior permission of the
President and if the Contractor is found to have contravened this provision it
will constitute a breach of contract and administration will be entitled to
terminate the contract and forfeit his Performance Guarantee as well as
Security Deposit.
The provision of Construction and Demolition Waste Management Rule 2016
issued by Ministry of Environment Forest and Climate Change dated
16 29.03.2016 and published in the Gazette of India, Part - II, Section -3, Sub- No No Not Allowed
section (ii) are binding upon the Contractor. Contractor shall implement
these provisions at worksites, for which no extra payment will be payable
17 Bid Security No No Not Allowed
The Bid Security shall be deposited either in cash through e-payment
gateway or submitted as Bank Guarantee bond from a scheduled
17.1 commercial bank of India or as mentioned in tender documents. The Bank No No Not Allowed
Guarantee bond shall be as per Annexure-VIA (attached in document tab)
and shall be valid for a period of 90 days beyond the bid validity period.

Pa g e 17 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

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


17.2 shall ensure following compliance, otherwise the offer will be summarily No No Not Allowed
rejected
(i)A scanned copy of the Bank Guarantee shall be uploaded on e-
17.3 No No Not Allowed
Procurement Portal (IREPS) while applying to the tender
(ii) The original Bank Guarantee should be delivered in person to the official
17.4 nominated as indicated in the tender document within 5 working days before No No Not Allowed
closing date for submission of bids.
(iii) Non submission of scanned copy of Bank Guarantee with the bid on e-
17.5 tendering portal (IREPS) and/or non submission of original Bank Guarantee No No Not Allowed
within the specified period shall lead to summary rejection of bid.
(iv)The Tender Security shall remain valid for a period of 90 days beyond the
17.6 No No Not Allowed
validity period for the Tender
(v)The details of the BG, physically submitted should match with the details
17.7 available in the scanned copy and the data entered during bid submission No No Not Allowed
time, failing which the bid will be rejected.
(vi)The Bank Guarantee shall be placed in an envelope, which shall be
sealed. The envelope shall clearly bear the identification "Bid for the *****
17.8 Project" and shall clearly indicate the name and address of the Bidder. In No No Not Allowed
addition, the Bid Due Date should be indicated on the right hand top corner
of the envelope
The envelope shall be addressed to the officer and address as mentioned in
17.9 No No Not Allowed
the tender document.
If the envelope is not sealed and marked as instructed above, the Railway
assumes no responsibility for the misplacement or premature opening of the
17.10 No No Not Allowed
contents of the Bid submitted and consequent losses, if any, suffered by the
Bidder.
The original Bank Guarantee should be delivered in person to the Jr. Clerk
of office of the Dy. CE/C/II/JHS within 5 working days before closing date for
17.11 No No Not Allowed
submission of bids.The Bank guarantee should be drawn in favour of Dy. FA
& CAO/C/JHS.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Work orders will be issued through IRWCMS Portal. The tenderer shall ensure
to accept and digitally sign within three days from the date of receiving the
1 No No Not Allowed
work order on their end, failing which it shall be deemed to be accepted by the
tenderer and he will be bound to execute the work according to work order.
Technical specifications for rock fall protection work as a general guidance
2 have been attached in tender documents as "ADDITIONAL SPECIAL No No Not Allowed
CONDITIONS & SPECIFICATIONS (PART-III)".
Contractor will clear/clean the work site after completion of the work, to the
3 No No Not Allowed
satisfaction of site engineer.
All false work, staging etc. should be so erected, clamped and secured that
4 No No Not Allowed
these should not infringe / moving dimension and obstruct the railway traffic.
In terms of clause 26A.3 of GCC, the Contractor shall deploy one graduate
5 Engineers at site during the execution of work as mentioned in the Tender No No Not Allowed
Document.
Special Conditions of contract for mandatory updation of Labour Data on
Railway's Srakimkalyan Portal by Contract. Clause 54 & 55 of Indian Railway
General Conditions of Contract deals with Wages to labour and action in case
of default of contractor to payment of wages. In order to increase transparency
in payment of Contract Labour wages and other payments, a web based e-
application has been developed and hosted on website
6 No No Not Allowed
www.shramikkalyan.indianrailway.gov.in. All contractors are required to upload
details of their LoAs, engaged workmen, wage payment details, PF/ESI details,
bonus details etc., on monthly basis. This details so uploaded shall be
available in public domain. In order to ensure prompt and proper uploading of
details related to LoAs, engaged workmen, wage & other payment details. The
special condition is as under:

Pa g e 18 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

A.Contactor is to abide by the provisions of Payment of Wages act & Minimum


Wages act in terms of clause 54 and 55 of Indian Railway General Condition of
Contract. In order to ensure the same, an application has been developed and
hosted on website 'www.shramikkalyan.indianrailways.gov.in'. Contractor shall
register his firm/company etc. and upload requisite details of labour and their
payment in this portal. These details shall be available in public domain. The
Registration/ updation of Portal shall be done as under: (a) Contractor shall
apply for onetime registration of his company/firm etc. in the Shramikkalyan
portal with requisite details subsequent to issue of Letter of Acceptance.
Engineer shall approve the contractor's registration on the portal within 7 days
of receipt of such request. (b) Contractor once approved by any Engineer, can
6.1 create password with login ID (PAN No.) for subsequent use of portal for all No No Not Allowed
LoAs issued in his favour. (c) The contractor once registered on the portal,
shall provide details of his Letter of Acceptances (LoA)/Contract Agreement on
shramikkalyan portal within 15 days of issue of any LoA for approval of
concerned engineer. Engineer shall update (if required and approve the
details of LoA filled by contractor within 7 days of receipt of such request. (d)
After approval of LoA by Engineer, contractor shall fill the salient details of
contract labours engaged in the contract and ensure updating of each wage
payment to them on shramikkalyan portal on monthly basis. (e) It shall be
mandatory upon the contractor to ensure correct and prompt uploading of all
salient details of engaged contractual labour & payments made thereof after
each wage period.
B.While processing payment of any 'On Account bill' or 'Final bill' or release of
'Advances' or 'Performance Guarantee/Security deposit', contractor shall
submit a certificate to the Engineer of Engineer's representatives that " I have
6.2 uploaded the correct details of contract labours engaged in connection with No No Not Allowed
this contract and payment made to them during the wage period in Railway's
Shramikkalyan portal at 'www.shramikkalyan.indianrailways.gov.in' till_____
Month,_______ year."
An exhaustive list of Specifications/Branded materials, which are to be used in
the tenders of Works contract, is attached with tender document for
7 No No Not Allowed
implementation. This Branded items of list will invariably be applicable in all the
tenders (Authority: HQ's letter no.291-W/O/QC/policy dated 22.03.22)
Old GCC has been changed and replaced with new General Conditions of
Contract-2022, which has been added in tender document. Please go through
8 this new General Condition of Contract-2022 before bidding. In case of any No No Not Allowed
discrepancy, contradiction of tender document with regard to GCC (except
special condition of contract) in that case GCC- 2022 will be applicable.
GCC-April'2022 is to be read with Advance Correction Slip no.1 of
GCCApril'2022, issued by Railway Board vide letter no.2022/CE-
I/CT/GCC2022/Policy dated 14.07.22 , Advance Correction Slip no.2 of GCC
8.1 April'2022 issued by Railway Board vide letter no.2022/CE- No No Not Allowed
I/CT/GCC2022/Policy dated 13.12.22. and Advance Correction Slip no.3 of
GCC April'2022 issued by Railway Board vide letter no.2022/CE-
I/CT/GCC2022/Policy dated 26.04.2023.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I/We 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 Specifications of materials and works and Special
2 No No Not Allowed
Conditions of Contract as laid down by Railway in the annexed Special
Conditions/Specifications with all correction slips up-to-date for the present
contract.
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
3 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.

Pa g e 19 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9


DYCE-C-II-JHS-ENGG/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DY-CE-C-II-JHS-2023-07 Closing Date/Time: 21/07/2023 15:00

Until a formal agreement is prepared and executed, acceptance of this tender


shall constitute a binding contract between us subject to modifications, as may
4 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 have submitted full information in prescribed format regarding
membership / employment of retired Gazetted officer and family members
working in gazetted capacity in the Engineering or any other department of the
railways. If no information is provided in this regard or if Annexure-1 is not
5 No No Not Allowed
submitted then the information shall be treated as nil. If found that information
in this regard as required as per clause 16 a), b), c) of GCC-2022 (Corrected
upto date) has been concealed, contract is liable to be dealt in accordance
with provision of clause 62 of Standard General Condition of contract.
I/We have carefully gone through the clause no.10 to 18 of GCC/April'2022
(Corrected upto date) and understood that due to non-compliance of
6 No No Not Allowed
commercial compliance mandatory requirement of these clauses given in
tender document, my/our offer will be rejected.
I/We have read the various conditions / special conditions attached/ referred /
an exhaustive list of Specifications/Branded materials, which are to be used in
7 No No Not Allowed
the tenders of Works contract which is attached with tender document as "List
of Branded material" and agree to abide by the said conditions

6. Documents attached with tender

S.No. Document Name Document Description


BrandsofmaterialsintendersofDSR-
1 Brands of materials in tenders
CPWD.pdf
2 PCEcircular.pdf PCE Circular 103 Revised
3 JPOforhandlingofS-Tcables.pdf Signal and Telecom JPO
4 GCC-2022-ACS3_compressed.pdf GCC 2022 up to correction slip no 3
5 CONDITIONLETTEROFCREDIT.pdf Condition of letter of credit
6 ANNEXURE1.pdf Annexure 1
7 AnnexureVIB.pdf Annexure VI B
8 AnnexureVIA.pdf Annexure VI A
9 TDRockfallprotection28.06.23.pdf Tender Document

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: SATYA PRAKASH SHARMA

Designation : Dy.CE/C-II/JHS

Pa g e 2 0 o f 2 0 Ru n Da te/Time: 0 4/0 7/2 0 2 3 18 :33:5 9

You might also like