0% found this document useful (0 votes)
7 views16 pages

viewNitPdf_4906372

The Kota Division of West Central Railway is inviting e-tenders for the replacement of old RCC/Stone slabs with RCC Box/Slabs at several bridge locations, with a closing date of April 21, 2025. The estimated value of the project is approximately ₹28,043,675.85, and the completion period is set for 12 months. Bidders must submit their bids electronically, as manual offers will not be accepted.

Uploaded by

Pawan Kumawat
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)
7 views16 pages

viewNitPdf_4906372

The Kota Division of West Central Railway is inviting e-tenders for the replacement of old RCC/Stone slabs with RCC Box/Slabs at several bridge locations, with a closing date of April 21, 2025. The estimated value of the project is approximately ₹28,043,675.85, and the completion period is set for 12 months. Bidders must submit their bids electronically, as manual offers will not be accepted.

Uploaded by

Pawan Kumawat
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/ 16

KOTA DIVISION-ENGG/WEST CENTRAL RLY

TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Sr.DEN/Coord, Kota acting for and on behalf of The President of India invites E-Tenders against Tender No 45-2025R
Closing Date/Time 21/04/2025 15:30 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

Kota-Mathura Section: Replacement old RCC/Stone slab with RCC Box/Slab at


Name of Work bridge No: 256UP, 257UP, 274UP, 287UP, 292UP, 302UP, 303UP & 316UP under the
jurisdiction of ADEN-SWM.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
21/04/2025 15:30 26/03/2025 16:56
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 28043675.85 Tendering Section WA SECTION
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 290200.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 07/04/2025
Number of JV Member
Are JV allowed to bid No 0
Allowed
Are Consortium allowed Number of Consortium
No 0
to bid Member Allowed
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Schedule () A-USSOR-21 ITEMS 28043675.85
Please see Item Breakup for details. 28043675.85 AT Par 28043675.85
1
Description:- USSOR-21 ITEMS

3. ITEM BREAKUP

Schedule Schedule A-USSOR-21 ITEMS


Item- 1 USSOR-21 ITEMS
S No. Item Description of Item Unit Qty Rate Amount
No
Earthwork in excavation by mechanical means
(Hydraulic Excavator)/Manual Means for
foundations and floors of the bridges,
retaining walls etc. including setting out,
dressing of sides, ramming of bottom, getting
out the excavated material, back filling in
layers with approved material and
consolidation of the layers by ramming and
watering etc. including all lift, disposal of
surplus soil up to a lead of 300m, all types of
shoring and strutting with all labour and
material complete as per drawing and
technical specification as directed by Engineer
in charge. Note: This item will be used for
excavation work in connection with other
miscellaneous works also like side drains,
foundation for OHE masts and other
miscellaneous structures in connection with
Gauge Conversion, Doubling, New lines.
1 022011 All kinds of soils cum 2000.00 212.37 424740.00

Page 1 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

2 022012 Soft rock (not requiring blasting) cum 500.00 451.73 225865.00
3 022014 Hard rock (blasting prohibited ) cum 500.00 1262.78 631390.00
Providing and laying in position Plain cement
concrete of specified Nominal Mix for
miscellaneous works like side drains,
foundation for OHE masts and other
miscellaneous structures excluding the cost of
Cement, centering and shuttering - All work up
to plinth level :
4 022035 1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 cum 200.00 3535.40 707080.00
graded stone aggregate 40 mm nominal size).
5 022040 Providing and laying in position machine cum 125.00 3480.72 435090.00
batched, machine mixed and machine
vibrated Cement Concrete of specified grade
as per approved Design Mix (mixed in Mobile
Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded
crushed stone aggregate and coarse sand of
approved quality in RCC raft foundation & Pile
cap including finishing, using Plasticiser in
approved proportions (as per IS:9103), to
modify workability without impairing strength
and durability complete as per specifications
and direction of the Engineer in charge. Note:
1. Payment for cement, reinforcement and
shuttering shall be made extra under relevant
item. 2. Plasticiser shall invariably be used in
approved proportion to increase workability
with minimum possible quantity of cement for
all grade of Design Mix Concrete unless it is
specifically approved citing reasons for not
using plasticiser at the stage of Mix Design
and in that case deduction shall be made as
per relevant item.
Providing and laying in position machine
batched, machine mixed and machine
vibrated Cement Concrete of specified grade
as per approved Design Mix (mixed in Mobile
Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded
crushed stone aggregate and coarse sand of
approved quality for the following Reinforced
cement concrete structural elements up to
height of 9.0 m from foundation top level,
including finishing, using Plasticiser in
approved proportions (as per IS:9103), to
modify workability without impairing strength
and durability complete as per specifications
and direction of the Engineer in charge. Note:
1. Payment for cement, reinforcement and
shuttering shall be made extra under relevant
item. 2. Plasticiser shall invariably be used in
approved proportion to increase workability
with minimum possible quantity of cement for
all grade of Design Mix Concrete unless it is
specifically approved citing reasons for not
using plasticiser at the stage of Mix Design
and in that case deduction shall be made as
per relevant item.
6 022051 Abutment & Pier cum 150.00 3550.29 532543.50
7 022052 Wing wall and Return wall cum 100.00 3550.29 355029.00
8 022070 Providing and fixing Weep Holes in Metre 100.00 319.74 31974.00
Abutments, Wing walls and Return walls etc.,
of new bridges with 110mm dia UPVC pipe
Type A ISI marked with all contractor's men,
material, transportation, all taxes as per
specifications and as directed by Engineer-in-
Charge.

Page 2 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Supplying and filling ordinary sand in between


bottom plug and top plug in wells including all
lead lift handling, re-handling, as a complete
job as per specification and guidelines.
9 023101 Using Sand from River Bed if suitable for cum 100.00 318.55 31855.00
filling
10 024020 Providing and laying in position machine cum 150.00 3480.72 522108.00
batched, machine mixed and machine
vibrated Design Mix Cement Concrete, mixed
in Mobile Concrete Batching/Mixing Plant at
site or RMC from approved plants, of specified
grade (cast in-situ) using 20mm graded
crushed stone aggregate and coarse sand of
approved quality in Drop and curtain wall and
alike structures below bed level, complete in
all respect as per drawings and technical
specifications to the satisfaction of Engineer-
i n - C h a r g e . Note: Payment for cement,
reinforcement and shuttering shall be made
extra.
11 025020 Providing and applying two coats of coal tar or Sqm 400.00 194.85 77940.00
bitumen confirming to IS:3117- latest version
on the top and sides of RCC box/slabs @ 1.70
kg/sqm after cleaning the surface with all
labour and materials complete job as directed
by the Engineer.
Centering and shuttering including strutting,
propping etc. and removal of form for :
12 025031 All types of bridge sub-structures, e.g. pier, Sqm 3000.00 749.27 2247810.00
abutment, wing wall, retaining wall, RCC box
type foundations, Abutment cap, Pier Cap,
Inspection Platform & Pedestal over Pier cap,
Fender wall, Diaphragm wall etc. up to 5m
above ground level
13 025040 Providing and laying in position machine cum 175.00 5852.18 1024131.50
batched, machine mixed and machine
vibrated Cement Concrete of specified grade
as per approved Design Mix (mixed in Mobile
Concrete Batching/Mixing Plant at site using
20mm graded crushed stone aggregate and
coarse sand of approved quality in jacketing of
piers and abutments from bottom of
foundation up to a height of 10m for designed
thickness of jacketing including finishing,
using Plasticiser in approved proportions (as
per IS:9103), to modify workability without
impairing strength and durability complete as
p e r specifications and direction of the
Engineer in charge. N o t e : 1. Payment for
cement, reinforcement and shuttering shall be
paid extra under relevant item. 2. Plasticizer
shall invariably be used in approved
proportion to increase workability with
minimum possible quantity of cement for all
grade of Design Mix Concrete unless it is
specifically approved citing reasons for not
using plasticisers at the stage of Mix Design
and in that case deduction shall be made as
per relevant item.
Extra over 025040 for drilling of holes and
insertion of dowel bars in case of Jacketing
14 025051 Extra for drilling 32mm dia. holes for jacketing Metre 1500.00 133.04 199560.00
/ anchoring
15 025052 Extra for inserting of dowel bars of specified Metre 3000.00 16.02 48060.00
dia. (cost of rods to be paid extra)
Supply and using Cement at Worksite
16 025071 Ordinary Portland Cement 43 grade approved MT 336.07 8178.81 2748652.68
brands/makes

Page 3 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Supply of steel reinforcement of approved


brands/makes for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete.
17 025082 Thermo-Mechanically Treated bars of grade Kg 80000.00 118.78 9502400.00
Fe-500D or more of approved brands/makes.
18 031030 Providing and launching in position machine cum 55.00 3480.72 191439.60
batched, machine mixed and machine
vibrated Cement Concrete of specified grade
as per approved Design Mix (mixed in Mobile
Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded
crushed stone aggregate and coarse sand of
approved quality for the Precast Prestressed
(Pre-tensioned) concrete girder/slab in
contractor's casting yard, including finishing,
using Plasticiser in approved proportions (as
per IS:9103), to modify workability without
impairing strength and durability, complete as
per specifications and direction of the
Engineer. Note: 1. Payment for Shuttering,
Cement, Reinforcement, HTS cables including
stressing and launching of girder/slab in
position shall be made extra under relevant
items. However, deduction shall be made in
case of slab as per relevant item. 2. For pre-
cast item, loading in transport vehicle in
casting yard is included and shall not be paid
extra. 3. Plasticiser shall invariably be used in
approved proportion to increase workability
with minimum possible quantity of cement for
all grade of Design Mix Concrete unless it is
specifically approved citing reasons for not
using plasticiser at the stage of Mix Design
and in that case deduction shall be made as
per relevant item.
19 031050 Providing, fabricating & fixing in position to MT 2.40 136840.47 328417.13
exact design profiles, H.T.S. cables of all
classification made from Low Relaxation
strands conforming to IS:14268- latest version
in Pretensioned Prestressed Concrete
girders/slabs etc. including supplying, cutting,
making into cables with necessary spacers,
colour coding, protecting with water soluble
oil at all time, placing, bending, routing, fixing,
stressing including all lead and lift with
contractor's own materials, labour,
equipments etc. complete as per drawings &
specifications. Payment shall be made in
terms of weight of HTS cables as per drawing.
20 031080 Supplying and laying in position specified cum 45.00 3480.72 156632.40
grade precast prestressed cement concrete
ballast retainers of size, as directed by
Engineer In-charge. Payment for Shuttering,
Cement, reinforcement, HTS cables,
anchorage cones, stressing of cables and
grouting of the ducts will be done extra.
Loading, transportation of Precast RCC Girders
/ Slabs / Ballast retainers / Steel Girders etc.
from Casting Yard to Site of Work, unloading
and stacking at site of work at prescribed
location as directed by Engineer-in-Charge
above 60 kms.
21 031174 Above 150 km up to 200 km MT 220.00 959.62 211116.40
22 031175 Above 200 km MT-Km 66000.00 5.11 337260.00

Page 4 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

23 031200 Applying Epoxy Poly-sulphate Paint three Sqm 500.00 400.85 200425.00
coats on existing bottom surface of deck slab
including cleaning surface of dirt, dust & other
foreign matter, sand papering, wire brushing
as required with all contractor's materials
tools, machinery, scaffolding, lead, lifts etc.
complete as per specifications and as directed
by Engineer in-charge
Delaunching of existing and Launching &
fixing of new girder/slab in exact location of all
type of steel/PSC girders/Slabs available at
site, during block, complete job including
lifting to any height as per site requirement,
provision of approaches, and placing of
released material away from bridge stream or
roads as the case may be. Note: Payment
under this item shall be made for the total
weight of girder removed and newly launched
girder.
24 041341 Delaunching of existing PSC girders / slabs MT 500.00 907.40 453700.00
and Launching New PSC girders / slabs
25 051030 Supplying of stone boulders weighing not less cum 100.00 1226.89 122689.00
than 35 kg each at specified bridge locations.
26 051070 Providing and laying Pitching with Stone cum 300.00 3450.09 1035027.00
Boulders, weighing not less than 35kg each
with voids filled with cement sand mortar 1:4
on slopes laid over prepared filter media
including boulder apron laid dry in front of toe
of embankment complete as per drawing and
Technical Specifications (filter media to be
paid separately under the relevant item). Rate
is excluding cost of cement which shall be
paid extra under relevant item.
27 051080 Providing and laying Filter Material as per cum 150.00 3122.01 468301.50
RDSO Specifications underneath pitching in
slopes complete as per drawing and Technical
Specification.
28 052010 Providing and laying flooring with rubble cum 400.00 3088.08 1235232.00
stone, laid over 15cm thick CC 1:2:4 and the
voids filled with CC 1:2:4 complete with the
joints pointed with 1:2 Cement Sand mortar as
per drawing and Technical specifications.
Payment for cement to be done separately.
Voids in the rubble stone to be taken as 35%
of the gross volume of the stone layer. Note:
Base concrete shall be paid extra under
relevant item.
29 052050 Guniting concrete surface with cement mortar Sqm 800.00 752.38 601904.00
of average thickness 25mm along with wire
mesh 50x50x3mm, applied with compressor
after cleaning surface and spraying complete
including curing as per procedure and
technical specifications given under Para
209.3 of IRBM. Rate is excluding the cost of
cement which shall be paid extra.
30 052060 Providing and inserting nipples of size 12 to Each 400.00 85.38 34152.00
20 mm dia. with approved fixing compound
after drilling holes for grouting as per
Technical Specifications including subsequent
cutting/removal and sealing of the hole as
necessary after completion of grouting.

Page 5 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Grouting of masonry/concrete by injection


process duly Sealing of cracks, through
nipples complete as per Technical
Specification and procedure given in IRBM
Para No 209 including necessary admixture.
Payment shall be as per use of cement by
weight in case of neat cement/cement mortar
grouting and weight of Epoxy in case of Epoxy
Grouting. (Cement will be paid extra).
31 052071 Neat Cement Grout with 20% anti shrinkage Kg 2000.00 373.45 746900.00
compound w.r.t. cement.
32 052072 Cement Sand Mortar (1:1) Grout with 20% Kg 2000.00 151.69 303380.00
anti-shrinkage compound w.r.t. cement.
33 052090 Applying shotcrete mixture of average Sqm 500.00 798.83 399415.00
thickness 40mm over masonry / concrete
including removal of defective concrete,
raking the mortar in joints, cleaning the
surface thoroughly, fixing 50x50x3mm wire
mesh over the surface for application of grout
mixture comprising cement, sand, coarse
aggregate, water, quick setting compound
complete as per procedures and specifications
given in IRBM Para No 209(3) including curing.
Rate is excluding the cost of cement which
shall be paid extra.
34 052250 Providing Boulder Backing behind wing wall, cum 100.00 407.41 40741.00
return wall, retaining wall with hand packed
boulders & cobbles with smaller size boulders
toward the back including all lead, lift, labour
& other incidental charges as complete work
in all respect. Payment for boulder/cobbles
will be done extra.
Recoupment of ballast in running line with
railway's stone ballast from existing stacks
available along alignment either on top of
cutting or on cess or at toe of bank by head
leads or by any other means and spreading to
make up deficiency in the required profile with
contractor's labour, tools & plants, as directed
by Engineer-in-charge. Note: Payment shall be
made based on ballast stack measurement.
35 082011 For average lead up to 50m and lift up to 5m cum 700.00 113.06 79142.00
36 082012 Extra over item no. 082011 for each Each 44.00 27.85 1225.40
additional average lead of 50m or part thereof
when total average lead exceeds 50m, but up
to 250m. Note: This item may be used only in
exceptional circumstance under prior order on
record.
37 082013 Extra to item no. 082011 for each additional Each 22.00 12.67 278.74
average lift of 1m or part thereof when total
average lift exceeds 5m.
38 083030 Boxing and profiling of ballast as per TRM 300.00 27.59 8277.00
procedure prescribed in latest edition of
IRPWM including cess dressing on both sides
of track. The work will include removing
excess ballast from track and putting the
same in crib and shoulder by leading to a
maximum of 50m including crossing of track,
deweeding on ballast section etc and as
directed by Engineer-In charge.

Page 6 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Manufacturing, supply and stacking of


machine crushed Track Ballast conforming to
RDSO Specification (IRS-GE-1) with latest
correction slips at Railway depot or nominated
location. Note: Distance of nearest quarry
mentioned in each sub-item is only for the
purpose of selecting the items for preparation
of estimates/tender schedule, based on the
minimum distance between nearest quarry
and centre of supply points and will not affect
the selection of quarry during physical supply
in any way till prescribed specification is met
fully.
39 085016 When distance of nearest quarry is more than cum 700.00 1395.56 976892.00
50 km and up to 100 km
40 121010 Dismantling of existing LWR/SWR track of any TRM 300.00 199.07 59721.00
structure, removing rails, sleepers, fish plates,
cutting of rails, segregation and stacking of
released Rails, Sleepers and fitting at
nominated location in countable manner
within a free lead of 500m, levelling of ballast
to correct profile for laying new track over it,
all as per direction of Engineer-in-Charge.
41 123030 Spreading of ballast, from existing stacks cum 700.00 46.99 32893.00
available along formation on top or at cess, in
required uniform thickness, compaction of
ballast layer laid on new formation at all the
locations with smooth wheeled power roller of
8-10 tonne capacity to sufficient number of
passes to form consolidated ballast bed of
approximately 250mm thickness to a width of
4m symmetrical to centre line of proposed
track in correct line & level with all ascents &
descents, as directed by Engineer in-charge.
Note: Item is inclusive of (a) providing ramp
for taking roller to formation and removing the
same & making good formation after
completion of work; (b) redistribution &
leveling of excess ballast while rolling to
obtain uniform plane cambered surface.
42 123060 Linking of BG track (with guard rail ) over TRM 300.00 448.69 134607.00
ballasted deck bridges with any type of rail
section and PSC sleeper including leading free
rails/welded panels available along the
alignment on to bridge, leading and spreading
all fittings and fastenings, leading & spreading
of sleepers at specified spacing, squaring,
placing of rails over sleepers and fixing rails &
guard rails to sleepers with all types of fittings
and fastenings to correct gauge & alignment,
lubrication of fittings and fastenings with
contractor's grease as per IRPWM standards
with contractors labour, tools, consumables,
with all lead, lifts etc. complete and raising,
levelling and initial packing of track to make it
fit for 30 kmph and meet other prerequisites
prescribed in Indian Railway Track Machine
Manual for deployment of Tamping Machine.
Note: 1.Rail cutting and Hole drilling shall be
paid separately. 2.Spreading of ballast and
compaction shall be paid separately under
relevant item. 3. This item shall be applicable
only when track is with Guard Rail. Linking
without guard rail be paid under relevant item
for plain track linking.
Through packing of track, as per procedure
prescribed in latest edition of Indian Railways
Permanent Way Manual
43 131011 For PSC sleeper Track with Sleeper Density of TRM 300.00 109.42 32826.00
1540 Sleepers/Km or more

Page 7 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Picking up of slacks in track of all sleeper


density, duly opening up ballast, gauging,
alignment, correcting longitudinal & cross
levels, packing, boxing of ballast and dressing
the same under traffic conditions as per
procedure prescribed in latest edition of
IRPWM and as directed by Engineer in-charge.
Note: In-charge section Engineer should
identify locations requiring packing and obtain
prior approval of DEN/XEN before execution of
the work when there is no Zonal Track
Maintenance agency deployed in the section.
44 131021 For PSC Sleeper TRM 300.00 93.84 28152.00
First or Second Through Packing of track of all
sleeper density including giving a general lift,
as desired to eliminate sag after Deep
Screening work, lifting of track, lowering of
track and major realignment of curves and
formation rehabilitation as per procedure
prescribed in latest edition of IRPWM. Note:
General lift is normally 25 mm and isolated lift
may be up to 50 mm.
45 131032 For PSC Sleeper Track with Sleeper Density of TRM 300.00 144.51 43353.00
1660
Third or subsequent Through Packing of track
for all sleeper density including picking of
slacks, as required after second through
packing, subsequent to Deep Screening work
as per procedure prescribed in latest edition
of IRPWM. This item can also be used after
lifting/regrading/realignment works also. Note:
General lift is normally 25 mm and isolated lift
may be up to 50 mm.
46 131042 For PSC Sleeper Track with Sleeper Density of TRM 300.00 111.16 33348.00
1660
Total 28043675.85

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover
of V/N or 'V' whichever is less; where V= Advertised value of the tender
in crores of Rupees N= Number of years prescribed for completion of
work for which bids have been invited. The average annual contractual
turnover shall be calculated as an average of "total contractual
payments'' in the previous three financial years, as per the audited
Allowed
1 balance sheet. However, in case balance sheet of the previous year is No No
(Mandatory)
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

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 8 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

a)The tenderer must have successfully completed or substantially


completed any one of the following categories of work(s) during last 07
(seven) years, ending last day of month previous to the one in which
tender is invited: (i)Three similar works each costing not less than the
amount equal to 30% of advertised value of the tender, or (ii)Two similar
works each costing not less than the amount equal to 40% of advertised
value of the tender, or (iii)One similar work costing not less than the
amount equal to 60% of advertised value of the tender. (b) (1)In case of
tenders for composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works,
OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or
substantially completed any one of the following categories of work(s)
during last 07 (seven) years, ending last day of month previous to the
one in which tender is invited: (i)Three similar works each costing not
less than the amount equal to 30% of advertised value of each
component of tender, or (ii)Two similar works each costing not less than
the amount 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 pre-defined with estimated tender cost of Allowed
1 No No
it, as part of the tender documents without any ambiguity. (b) (3) To (Mandatory)
evaluate the technical eligibility of tenderer, only components of work as
stipulated in tender documents for evaluation of technical eligibility, shall
be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work
experience as mentioned in clause 7 of the Standard General Conditions
of Contractor through subcontractor fulfilling the requirements as per
clause 7 of the Standard General Conditions of Contract or jointly i.e.,
partly himself and remaining through subcontractor, with prior approval
of Chief Engineer in writing. However, if required in tender documents by
way of Special Conditions, a formal agreement duly notarised, legally
enforceable in the court of law, shall be executed by the main contractor
with the subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along with the
offer for considering subletting of that scope of work towards fulfillment
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. The tenderer are required to upload "Work Completion
certificates" in support of Technical Criteria to prove their suitability as
per Annexure B of tender document as detailed in Para 10.00 of TENDER
DOCUMENT.
Note for Item 10.1: Work experience certificate from private individual
shall not be considered. However, in addition to work experience
certificates issued by any Govt. Organisation, work experience certificate
issued by Public listed company having average annual turnover of Rs
500 crore and above in last 3 financial years excluding the current
financial year, listed on National Stock Exchange or Bombay Stock
Exchange, incorporated/registered at least 5 years prior to the date of
closing of tender, shall also be considered provided the work experience
1.1 No No Not Allowed
certificate has been issued by a person authorized by the Public listed
company to issue such certificates. In case tenderer submits work
experience certificate issued by public listed company, the tenderer shall
also submit along with work experience certificate, the relevant copy of
work order, bill of quantities, bill wise details of payment received duly
certified by Chartered Accountant, TDS certificates for all payments
received and copy of final/last bill paid by company in support of above
work experience certificate.
Defination of Similar Work :- Construction of any type of Bridge more
1.2 No No Not Allowed
than 3.0m span.

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.

Page 9 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no
3 deletion or no alteration to the content of the 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,
4
statements and 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
5
with the offer and 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
6
are fully 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 /
7 Department of Govt. 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
8
other action provided in the contract 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
9
Security/Security Deposit and 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
10
registered with the competent 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
1 below). Non submission of the 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

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Beam bottom's line, level & width should be checked. No No Not Allowed
2 Beam side's line , level & plumb should be checked. No No Not Allowed
Beam to beam measurements shall be checked as per
3 No No Not Allowed
architectural drawing.
4 Individual level & diagonal of each slab bay shall be checked. No No Not Allowed
Slab thickness level shall be marked with nails on the peripheral
5 No No Not Allowed
beam's outer side.
6 Slab thickness & beam depths should be checked No No Not Allowed
Support props for slab & beam bottoms should be in line &
plumb, Bamboo bracing should be done at around 4' ht from
7 No No Not Allowed
floor level. Support props for double staging terraces shall be
carefully checked.
Line of external/peripheral beam's side shall be checked &
8 No No Not Allowed
should be cross supported to avoid building out of sides.
Junctions of column & beam shall be checked & should be cross
9 No No Not Allowed
supported to avoid building out of sides.
10 De-shuttering oil shall be applied to beam/slab shuttering No No Not Allowed
Formwork of staircase shall be checked for dimensions of tread
11 No No Not Allowed
and riser, level of treads, plumb of risers.
Reinforcement shall be checked for beams and slab as per RCC
12 No No Not Allowed
drawing.

Page 10 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

13 Proper cover for bottom/sides shall be checked for beams. No No Not Allowed
14 Proper cover shall be checked for slab. No No Not Allowed
Electrical points, electrical piping (conduits)/fan hooks shall be
15 No No Not Allowed
checked as per drawing.
16 Reduction of column as per drawing shall be done if any. No No Not Allowed
17 Proper no. of chairs shall be provided for slab. No No Not Allowed
18 Parapet (pardi) bars shall be left for balconies/staircase etc. No No Not Allowed
Ring (stirrups) shall be provided at the free end of each column
19 No No Not Allowed
reinforcement
Gaps between plates/planks should be filled. Taping should be
20 No No Not Allowed
done at ply joints in care of ply shuttering
Approval of architect and RCC consultant shall be taken prior to
21 No No Not Allowed
pouring.
Check the availability of required labour strength, mixer, lift,
22 vibrators, masons, weigh batcher, diesel/petrol and plastics No No Not Allowed
sheets etc. before start of concreting.
Hidden beams/inverted beams/cantilever beams should be
23 No No Not Allowed
checked.
24 Check for the sunk if any as per the approved drawings. No No Not Allowed
Packing below supports props should be avoided. If not, single
25 No No Not Allowed
wooden plank should be inserted as packing
In case of large slabs, position of concrete joints shall be
26 No No Not Allowed
decided in advance as per approval by RCC consultant.
Availability of raw material for concrete/RMC per grade of
27 concrete, water. Electricity shall be checked in advance before No No Not Allowed
the start of concreting.
28 Concreting shall be done for the beams first & then slabs. No No Not Allowed
Compaction of concrete shall be done by vibrators & tamping
29 No No Not Allowed
rods. (Spare vibrators with fuel shall be ensured.)
The top level of slabs shall be finished by the mason and no one
30 No No Not Allowed
should be allowed to walk on the fresh finished concrete.
Carpenter shall be present below the slab shuttering during
31 No No Not Allowed
concreting to ensure the tightness of the form work.
In case of rains, the finished concrete shall be covered with the
32 No No Not Allowed
big plastic sheets.
33 Cast 6 cube moulds for testing. No No Not Allowed
Curing the slab shall be done with pounding method by making
ponds in cement & sand mortar(1.10) of size around 5'X5' curing
34 No No Not Allowed
of beams and slabs shall be done for 7 to 10 days or as directed
by the consultant.
Date of casting and slab no shall be painted on the front side
35 No No Not Allowed
beam.

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
Allowed
1 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.
Labour Cooperative Societies shall submit only 50% of bid
security for which the tenderers are required to upload
Registration certificate issued by appropriate authority without
Allowed
2 which their offer will not be considered. Such firms should also No No
(Optional)
declare that -" We are a Labour Cooperative Society and our
Registration No. is .................... with .......................and hence
required to deposit only 50% of Bid Security

Page 11 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

Any firm recognized by Department of Industrial Policy and


Promotion (DIPP) as 'Startups' shall be exempted from payment
of Bid Security on submission of Registration Certificate issued
by appropriate authority. For such firms it is required to upload a
copy of Registration Certificate issued by appropriate authority
Allowed
3 without which their offer will not be considered. Such firms No No
(Optional)
should also declare that - I/We am/are a Startup firm registered
by ........................ Department of Industrial Policy and Promotion
(DIPP) and my registration number is ................ valid upto
...................... (Copy enclosed) and hence exempted from
submission of Bid Security.
THE OFFERS WITHOUT EARNEST MONEY EXCEPT IN CASE OF
4 EXEMPTION CLAIMED AS PER COMMERCIAL COMPLIANCE OF NIT No No Not Allowed
WILL BE SUMMARILY REJECTED.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In case, submission of Bid Security in the form of Bank
Guarantee, following shall be ensured: (1) scanned copy of the
Bank Guarantee shall be uploaded on e-Procurement Portal
(IREPS) while applying to the tender (2) The original Bank
Guarantee should be delivered in person to the official
1 nominated as indicated in the tender document before closing No No Not Allowed
date for submission of bids (i.e excluding the last date of
submission of bids).The original Bank Guarantee should be
delivered in person to the official nominated as indicated in the
tender document before closing date for submission of bids (i.e
excluding the last date of submission of bids).
For tenders having advertised value more than Rs. 20 crore
wherein eligibility criteria includes bid capacity also, the
tenderer will be qualified only if its available bid capacity is
2 equal to or more than the total bid value of the present tender. No No Not Allowed
Annexure VI of GCC April 2022 and Advance Correction Slip
No.1(Rly. Board letter No.2022/CE-I/CT/GCC2022/Policy date
14.07.202
The quantities shown above are approximate and to give a
3 General guideline Railway reserves the right to increase or No No Not Allowed
decrease or to delete any of the items
All rates quoted in the tender shall be deemed to be inclusive of
all Taxes royalties payable by the contractor s to the
4 Government or public body or local authority and no additional No No Not Allowed
amount will be paid or claim entertained on this account by the
Railway
It is responsibility of the tenderer that they ensure to see any
5 corrigendum of the tender to check the corrigendum on the No No Not Allowed
website from time to time
General arrangement drawing for the work can be seen in the
office of the Divisional Railway Manager / Senior Divisional
Engineer / Divisional Engineer and Chief Engineer open line
office Western Central Railway Kota at any time during the office
6 hours These drawing are only for the guidance of contractors No No Not Allowed
Detailed working drawing if required based generally on the
drawing mentioned above and various conditions mentioned in
tender documents shall be submitted by the tenderer for
approval of the same by Railway
If any partner(s) of a partnership firm expires after the
submission of its tender or after the acceptance of its tender,
the Railway shall deem such tender as cancelled/contract as
terminated under clause 61 of the Standard General Conditions
of Contract, unless the firm retains its character as per
7 No No Not Allowed
partnership agreement. If a sole proprietor expires after the
submission of tender or after the acceptance of tender, the
Railway shall deem such tender as cancelled / contract as
terminated under clause 61 of the Standard General Conditions
of Contract.

Page 12 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

The contractor shall employ the following Qualified Graduate


Engineer during execution of the alloted work a One Qualified
Graduate Engineer when cost of work is to be executed is Rs 200
lakh and above, and b One Qualified Diploma Holder Engineer
8 when cost of work to be executed is more than Rs 25 lakh, but No No Not Allowed
less than Rs 200 lakh In case the Contractor fails to employ the
Qualified Engineer as above shall be liable to pay an amount of
Rs 40000.00 and Rs 25000.00 for each month or part thereof for
the default period for the provisions
It is the responsibility of the Contractor to arrange the Payment
9 of the labour employed for the work through Bank as per No No Not Allowed
Minimum Wages Act
Price Variation Clause (PVC) shall be applicable only in tender
10 having advertised value above Rs. 2 Crores (GCC-JLUY-2022- No No Not Allowed
Advanced Correction Slip no-1).
I n case o f a n y wrong information submitted b y tenderer, the
contract shall be terminated, Earnest Money Deposit (EMD),
11 Performance Guarantee (PG) and Security Deposit ( S D ) of No No Not Allowed
contract forfeited and agency barred for doing business on for 5
(five) years.
Contractor is to abide by the provisions of Payment of Wages act
& Minimum Wages act in terms of clause 54 and 55 of Indian
Railways General Condition of Contract. In order to ensure the
same, an application has been developed and hosted on website
12 'www.shramikkalyan.indianrailways.gov.in'. Contractor shall No No Not Allowed
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 deatils regarding Registration/
updation of Portal is mentioned in tender document.
13 ILLEGIBLE DOCUMENTS UPLOADED ARE LIABLE TO BE REJECTED No No Not Allowed
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, evidence and
14 No No Not Allowed
documents as may be necessary for such verification. Any such
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 thereunder.
(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 forfeiture of the tender Bid
Security besides banning of business for a period of upto five
years. (b) In case of any information submitted by tenderer is
15 found to be false forged or incorrect after the award of contract, No No Not Allowed
the contract shall be terminated. Bid Security, Performance
Guarantee and Security Deposit 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 five years.
Tender Offer should accompany(UPLOADED) with the scanned
copies of required Documents such as CERTIFICATE (ANNEXURE
V), Power of Attorney, Partnership deep, Joint Venture and
originals of the same should be submitted on requirement of the
16 office, failing which the Earnest Money shall be forfieted. The No No Not Allowed
sucsessful tenderers are required to submit ORIGINAL
CERTIFICATE (ANNEXURE -V) (the copy of which was uploaded
with the tender)while submitting the PERFORMANCE
GUARANTEE in the office
Indian Railways Standard General Conditions of Contract, April
17 2022 (GCC, April 2022) with correction slips issued up to date of No No Not Allowed
inviting tender will be applicable for this tender.
BID SECURITY IF SUBMITTED IN FORM OF BANK GUARANTEE
18 SHALL BE ISSUED IN FAVOUR OF SR DIVISIONAL FINANCE No No Not Allowed
MANAGER (SR DFM) WCR KOTA.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 13 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

1 As documents attached No No Not Allowed


For all contracts costing more than Rs 5 Crore Contractors e-MB
2 is mandatory, the details are incorporated in Tender document. No No Not Allowed
(Ref- Railway Board letter no 2017/CE-I/CT/9 date 31.05.2023.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderers shall UPLOAD VALID DOCUMENTS pertaining to
prove the constitution of their firm - 1.In case tenderer is Sole
proprietorship firm:,The tenderer shall submit Valid documents
or Notarized Affidavit (As per prevailing law ) (Annexure E) of
Tender document. 2. In case of HUF: 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. 3.In case of
Partnership Firm: The tenderer shall submit :(i) A copy of
Partnership Deed and (ii) a copy of Power of Attorney) (Annexure
D) of Tender document (duly registered /Notarized as per
prevailing law ) in favour of an individual to sign the tender
documents and create liability against the Firm. 4.Joint Venture
(JV): The tenderer shall submit documents as mentioned in
Clause 17 of the Tender document (Second Sheet). 5.Company
registered under Companies Act-2013: The tenderer shall submit
(i) the copies of MOA (Memorandum of Association) / AOA
(Articles of Association) of the company; and (ii) a copy of
Certificate of Incorporation; and (iii) A copy of
Authorization/Power of Attorney issued by the Company (backed
Allowed
1 by the resolution of Board of Directors) in favour of the individual No No
(Mandatory)
to sign the tender on behalf of the company and create liability
against the company. 6.LLP (Limited Liability Partnership) Firm:
If the tender is submitted on behalf of a LLP Firm registered
under LLP Act-2008, the tenderer shall submit alongwith the
tender- (i) a copy of LLP Agreement, (ii) a copy of Certificate of
Incorporation; and (iii) a copy of Power of Attorney/Authorisation
issued by the LLP Firm in favour of the individual to sign the
tender on behalf of the LLP Firm and create liability against the
Firm. 7.Registered Society & Registered Trust: The tenderer shall
submit (i) a copy of the Certificate of Registration, (ii) Deed of
Formation; and (iii) a copy of Power of Attorney in favour of the
individual to sign the tender documents and create liability
against the Society/Trust. If the above required documents are
not uploaded alongwith the tender, to prove the STATUS of firm
that the tender was submitted on behalf of a Sole Proprietorship
firm /HUF/ Partnership firm / Joint Venture / Company registered
under Companies Act-2013/ LLP (Limited Liability Partnership)
Firm: / Registered Society & Registered Trust: etc., then the
tender shall be treated as having been submitted by the
individual who has signed the tender and the offer will be dealt
accordingly.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of
1 No No Not Allowed
the site conditions.
The validity of the offer is 60 days and tenders having condition
2 No No Not Allowed
of lesser validity shall be summarily rejected
The tenderers shall not add any conditions on their own either in
their covering letter or in the tender documents while submitting
their offer. Any such conditions if stated and if are in violation of
3 the Railways tender conditions or having financial implication No No Not Allowed
may lead to summary rejection of the offer. Railway reserves the
right to reject such tenders summarily without assigning any
reasons whatsoever

Page 14 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

For Civil and Electrical Composite Tenders the tenderers are


required to Submit Affidavit that - I / We declare that I/we will
carry out electrical work by me / us if I/ We have a valid
4 electrical license or will deploy electrical sub-contractor with No No Not Allowed
valid electrical license for electrical work if I do not have valid
electrical license. I / we will submit valid electric license before
starting of electric work
I / We have read the various condition in tender attached here to
and hereby agree to abide by the said conditions. I / We also
agree to keep this tender open for acceptance for a period of 60
days from the date fixed for opening the same and in defaults of
5 there will be liable for forfeiture of my/our earnest money I / We No No Not Allowed
offer to do the work for Divisional Railway Manager W A WCR
Kota at the rate quoted and hereby bind myself / ourselves to
complete the work in all respect within stipulated completion
period.
I / We also hereby agree to abide by the General Condition of the
contract April-2022 corrected upto date and latest correction till
date of tender opening to carryout t h e work according to the
special conditions of contract and specifications of materials and
6 No No Not Allowed
works as laid down by the railway in the Annexed special
condition and the current specification for material and works of
Central Railway and standard schedule of rates 2007 corrected
upto date and USSOR 2011
Until a formal agreement is prepared and executed, acceptance
of this tender shall constitute a binding contract between us
7 subject to modification, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my / our offer for
this work.
For the tenders having advertised cost of Rs 10 lakh, the
tenderers are requested to go through the Conditions regarding
inclusion of "Letter of Credit" as mode of payment attached in
8 No No Not Allowed
Tender document before exercising the option of payment
through letter of credit as mode of payment. (Railway Boards
letter no 2018/CE-I/CT/9 dated 04.06.2018).
I / We have studied the Documents attached and hereby agree
9 No No Not Allowed
and sign the uploaded documents
The procedure for obtaining Performance Guarantee is outlined
below: (a) The successful bidder shall have to submit a
Performance Guarantee (PG) amounting to 5% of the original
contract value within 21 (Twenty one) days from the date of
issue of Letter of Acceptance (LOA) in any of the form mentioned
in Clause 16 (4) (b) of tender document. 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
10 be a declared holiday in the concerned office of the Railway, No No Not Allowed
submission of PG can be accepted on the next working 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.

6. Documents attached with tender

S.No. Document Name Document Description


1 W-65-2-760Spl.Conditions.pdf Special condition and work scope
Annexure-
2 List of approved Brands
Listofapprovedbrand.pdf

Page 15 of 16 Run Date/Time: 26/03/2025 16:57:07


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 45-2025R Closing Date/Time: 21/04/2025 15:30

TENDERDOCUMENTfrom11-
3 TENDER DOCUMENTS
2025.pdf
ANNEXURE-
PCECIRCULAR2016-17-
4 PCE CIRCULAR
ilovepdf-compressed1-
compressed.pdf

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

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

Signed By: AISHWARYA ALOK

Designation : Sr.DENNorth-Kota

Page 16 of 16 Run Date/Time: 26/03/2025 16:57:07

You might also like