0% found this document useful (0 votes)
9 views63 pages

NIT of TT-04

Uploaded by

Big Way
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)
9 views63 pages

NIT of TT-04

Uploaded by

Big Way
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/ 63

NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY

TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Chief Project Manager, SECR, Nagpur acting for and on behalf of The President of India invites E-Tenders against
Tender No CPM-GSU-03-NAG-2025-26 Closing Date/Time 19/05/2025 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

Construction of LROB for elimination of manned LC No. TT-4 at Km 1055/2 on TMR-


Name of Work
TRDI line of Nagpur Division.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Date Time Of Uploading
19/05/2025 15:00 24/04/2025 17:08
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 457747127.21 Tendering Section TENDER
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 2438700.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 18 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 05/05/2025
Number of JV Member
Are JV allowed to bid Yes 3
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 Qty Unit Unit Rate Basic Value Escl. Amount Bidding
Code (%) Unit
Schedule () A-All Chapters of USSOR 2021 excluding the items of Steel & Above/
228800641.14
Cement Below/Par
022092 2250.00 Metre 8838.76 19887210.00 (-) 3.00 19290593.70
Description:- Boring, providing and installation of bored cast in-situ Reinforced Cement Concrete
piles using Hydraulic piling Rig of specified diameter and length below pile cap of specified grade with
Design Mix Cement Concrete, using 20mm graded crushed stone aggregate and coarse sand of
approved quality, to carry a safe working load not less than specified, concreting by machine batching,
machine mixing, scaffolding, using Admixture in approved proportion (as per IS:9103), placing with
1 tremie pipe, chipping off of pile top to remove laitance concrete above cut off level etc., pumping and
bailing out water complete in all respect as per approved drawing, specification and direction of the
Engineer in charge. Note: 1. Payment for only cement, reinforcement shall be made extra. 2. Length of
the pile for payment shall be measured up to the bottom of RCC pile Cap. 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.
1200mm diameter
022112 450.00 Metre 3541.72 1593774.00 (-) 3.00 1545960.78
2 Description:- Extra for chiselling in addition to boring of piles, if chiselling is required to be resorted to
in hard rock or big stone boulders larger than 30cm, manually or by any other means. 1000mm
diameter pile
022100 127.78 MT 111682.76 14270823.07 (-) 3.00 13842698.38
Description:- Providing, fabricating and installing permanent casing pipe for bored piles for all
3 diameters with specified thickness of steel plate including all labour, materials, tools & complete as per
approved drawing & specifications complete in all respect as per the direction of Engineer in charge.
Note: Payment shall be made as per the weight of circular plate of casing pipe only.
022011 2724.11 cum 195.01 531228.69 (-) 3.00 515291.83

Page 1 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Earthwork in excavation by mechanical means (Hydraulic Excavator)/Manual Means for


4 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.
All kinds of soils
022034 155.17 cum 2952.05 458069.60 (-) 3.00 444327.51
Description:- Providing and laying in position Plain cement concrete of specified Nominal Mix for
5 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 : 1:3:6 (1 Cement :
3 coarse sand (zone-III) : 6 graded stone aggregate 20 mm nominal size)
022123 14.00 Each 86365.95 1209123.30 (-) 3.00 1172849.60
Description:- Conducting load test of a single pile up to specified capacity in accordance with IS:2911
6 (Part-IV) including installation of loading platform and preparation of pile head or construction of test
cap and dismantling of test cap after test etc. with all labour, material, tool & plants, equipment,
machinery, etc. complete as per drawing and specification, as directed by the Engineer. Initial load
test above 100 ton and up to 250 T capacity pile
031112 2650.00 MT 293.75 778437.50 (-) 3.00 755084.38
Description:- Load testing of one or more spans of bridge as selected by the Engineer as per
approved load test procedure following relevant IS/IRC/Railway codes with contractor's labour,
7 deflection measuring instruments, loading materials, recording and analyzing the load testing results
including all lead & lift, etc. complete as required. The rates are all inclusive and will be paid after load
test is finished and girder is cleared of the kentledges/loading material etc. The load shall be 1.25
times the stipulated design load. Extra for every increase of 1 MT or part thereof over 100 MT in the
span design load capacity up to 800 MT
022140 84.00 Each 3028.05 254356.20 (-) 3.00 246725.51
Description:- Pulse Echo Test (PET) for integrity testing of piles with contractor's men, materials and
8 machines. The rate includes cost of Inspection of site, preparation of pile head and any other
unforeseen cost required for the test, submission of reports in triplicate as per satisfaction of the
Engineer in Charge.
022040 1322.04 cum 2919.98 3860330.36 (-) 3.00 3744520.45
Description:- 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 in RCC raft foundation & Pile cap including finishing,
9 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.
022051 708.48 cum 2990.22 2118511.07 (-) 3.00 2054955.74
Description:- 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
10 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. Abutment & Pier
022053 657.00 cum 3025.34 1987648.38 (-) 3.00 1928018.93

Page 2 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Providing and laying in position machine batched, machine mixed and machine
11 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. Abutment cap, Pier Cap, Inspection Platform & Pedestal over Pier cap, Fender wall, Diaphragm
wall etc.
022054 1768.73 cum 2955.10 5226774.02 (-) 3.00 5069970.80
Description:- 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
12 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. Approach slab at formation level, Dirt wall/ ballast wall at formation level
025032 2699.00 Sqm 859.11 2318737.89 (-) 3.00 2249175.75

13 Description:- Centering and shuttering including strutting, propping etc. and removal of form for : All
types of bridge super-structures, e.g. slabs, I-girders, T-girders, Box girders etc. up to 5m above
ground level.
025031 12095.66 Sqm 663.57 8026317.11 (-) 3.00 7785527.60
Description:- Centering and shuttering including strutting, propping etc. and removal of form for : All
14 types of bridge sub-structures, e.g. pier, 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
025033 17075.52 Sqm 105.98 1809663.61 (-) 3.00 1755373.70
15 Description:- Centering and shuttering including strutting, propping etc. and removal of form for :
Extra for additional height over item no. 025031 & 025032 wherever required with adequate bracing,
propping etc. over initial height of 5 metres for every additional height of 1 metre or part thereof.
052140 1352.00 Metre 401.13 542327.76 (-) 3.00 526057.93
16 Description:- Providing and fixing of Drainage Spouts of 110mm UPVC Type A ISI marked (Working
pressure 4 kg/sqcm) using suitable clamps and adhesive etc., complete.
041122 26.00 Each 137821.69 3583363.94 (-) 3.00 3475863.02
Description:- Design, supply, fitting and fixing in position true to line and level POT-PTFE bearing of
300MT Capacity, consisting of a metal piston supported by a disc or un reinforced elastomer confined
within a metal cylinder, sealing rings, dust seals, PTFE surface sliding against stainless steel mating
17 surface, complete assembly to be of cast steel / fabricated structural steel, metal and elastomer
elements complete as per IS:2062, IS:1030, AISI:304, AISI:316, IS:6911, BS:3784, IS:3400, IS:226, BS-
5400, Bridge Code and as per approved drawing and Technical Specifications. The design of the
bearings shall be submitted by the manufacturers / contractor and got approved from Railway before
fixing. Test report after inspection of the bearings shall be submitted and got approved before the
materials are lifted from the manufacturer premises. POT Bearing-Fixed Type
041121 26.00 Each 116541.53 3030079.78 (-) 3.00 2939177.39
Description:- Design, supply, fitting and fixing in position true to line and level POT-PTFE bearing of
300MT Capacity, consisting of a metal piston supported by a disc or un reinforced elastomer confined
within a metal cylinder, sealing rings, dust seals, PTFE surface sliding against stainless steel mating
18 surface, complete assembly to be of cast steel / fabricated structural steel, metal and elastomer
elements complete as per IS:2062, IS:1030, AISI:304, AISI:316, IS:6911, BS:3784, IS:3400, IS:226, BS-
5400, Bridge Code and as per approved drawing and Technical Specifications. The design of the
bearings shall be submitted by the manufacturers / contractor and got approved from Railway before
fixing. Test report after inspection of the bearings shall be submitted and got approved before the
materials are lifted from the manufacturer premises. POT-cum -PTFE Bearing (Free end)
041124 26.00 Each 143096.48 3720508.48 (-) 3.00 3608893.23

Page 3 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Design, supply, fitting and fixing in position true to line and level POT-PTFE bearing of
19 300MT Capacity, consisting of a metal piston supported by a disc or un reinforced elastomer confined
within a metal cylinder, sealing rings, dust seals, PTFE surface sliding against stainless steel mating
surface, complete assembly to be of cast steel / fabricated structural steel, metal and elastomer
elements complete as per IS:2062, IS:1030, AISI:304, AISI:316, IS:6911, BS:3784, IS:3400, IS:226, BS-
5400, Bridge Code and as per approved drawing and Technical Specifications. The design of the
bearings shall be submitted by the manufacturers / contractor and got approved from Railway before
fixing. Test report after inspection of the bearings shall be submitted and got approved before the
materials are lifted from the manufacturer premises. POT-cum -PTFE Guided (T)Bearing
041123 26.00 Each 156816.90 4077239.40 (-) 3.00 3954922.22
Description:- Design, supply, fitting and fixing in position true to line and level POT-PTFE bearing of
300MT Capacity, consisting of a metal piston supported by a disc or un reinforced elastomer confined
within a metal cylinder, sealing rings, dust seals, PTFE surface sliding against stainless steel mating
20 surface, complete assembly to be of cast steel / fabricated structural steel, metal and elastomer
elements complete as per IS:2062, IS:1030, AISI:304, AISI:316, IS:6911, BS:3784, IS:3400, IS:226, BS-
5400, Bridge Code and as per approved drawing and Technical Specifications. The design of the
bearings shall be submitted by the manufacturers / contractor and got approved from Railway before
fixing. Test report after inspection of the bearings shall be submitted and got approved before the
materials are lifted from the manufacturer premises. POT-cum -PTFE Guided (L)Bearing
031101 159.40 Metre 6392.11 1018902.33 (-) 3.00 988335.26
Description:- Providing and fixing in position of standard preformed sealed and slab type or strip seal
21 elastomeric type expansion joints for Railway bridge or Road Over Bridges as per approved drawings
and latest MORTH/IRC specifications complete in all respect as directed by Engineer in-charge. For
40mm expansion
031102 260.00 Metre 8386.09 2180383.40 (-) 3.00 2114971.90
Description:- Providing and fixing in position of standard preformed sealed and slab type or strip seal
22 elastomeric type expansion joints for Railway bridge or Road Over Bridges as per approved drawings
and latest MORTH/IRC specifications complete in all respect as directed by Engineer in-charge. For
80mm expansion
041011 930.00 MT 130208.10 121093533.00 (-) 3.00 117460727.01
Description:- Supplying, fabrication, assembling of all types of steel girders of specified spans with
structural steel conforming to Quality "B0" Grade Designation E250 conforming to IS:2062, erection /
slewing / end launching of steel girders with cranes or any other approved launching methods as per
site conditions (not requiring traffic block) on sub-structure including provision of trolley refuges etc.,
complete as per approved QAP and drawings conforming to IRS-B1-2001 and other relevant codes and
23 specifications. Note: 1. Detailed fabrication and erection drawings & launching methodology will be
prepared by the contractor and got approved from Railway. 2. The rate is all inclusive including
launching in position, complete in all respect except cost of (i) Painting / Metalising; (ii) Bearings & (iii)
HSFG bolts which shall be paid extra under relevant item. 3. The payment shall be made on the
theoretical weight of main components and gusset plates only. 4. Payment Schedule: (i) Receipt of
material at site: 40% (ii) Fabrication of girders: 20% (iii) Erection/Launching: 20% (iv) Completion in all
respects: 20% Plate Girder/Semi Through Girder/Composite Girder (Steel Work)
041013 930.00 MT 4371.98 4065941.40 (-) 3.00 3943963.16
Description:- Supplying, fabrication, assembling of all types of steel girders of specified spans with
structural steel conforming to Quality "B0" Grade Designation E250 conforming to IS:2062, erection /
slewing / end launching of steel girders with cranes or any other approved launching methods as per
site conditions (not requiring traffic block) on sub-structure including provision of trolley refuges etc.,
complete as per approved QAP and drawings conforming to IRS-B1-2001 and other relevant codes and
24 specifications. Note: 1. Detailed fabrication and erection drawings & launching methodology will be
prepared by the contractor and got approved from Railway. 2. The rate is all inclusive including
launching in position, complete in all respect except cost of (i) Painting / Metalising; (ii) Bearings & (iii)
HSFG bolts which shall be paid extra under relevant item. 3. The payment shall be made on the
theoretical weight of main components and gusset plates only. 4. Payment Schedule: (i) Receipt of
material at site: 40% (ii) Fabrication of girders: 20% (iii) Erection/Launching: 20% (iv) Completion in all
respects: 20% Extra for using steel conforming to Grade Designation E350 instead of Grade
Designation E250 of Quality "B0" as per IS: 2062
041020 24000.00 Kg 194.42 4666080.00 (-) 3.00 4526097.60
25 Description:- Supplying and fixing HSFG bolts of any dia and any length with suitable nuts including
DTI washers conforming to IRS-B1-2001 for bridges and steel structures with contractors labour, tools
and plants and lead and lift etc., complete.
041041 27000.00 Sqm 675.31 18233370.00 (-) 3.00 17686368.90

26

Page 4 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Metallizing of steel work of girders with sprayed aluminium after surface preparation by
Sand/grit blasting, followed by one coat of etch primer (IS:5666) & one coat of Zinc Chrome primer
(IS:104) and two coats of aluminium paint (IS:2339) with all labour, T&P and material as a complete
job duly conforming to all relevant specifications and process given under Clause 39 of IRS-B1-2001.
Note: Nominal Thickness of sprayed Aluminium coating shall be 150 microns. DFT of Zinc chrome
primer shall be 25-30 microns and DFT of each coat of Aluminium paint shall be 12-14 microns. On
new girder during fabrication
041080 10.00 MT 102400.15 1024001.50 (-) 3.00 993281.45
Description:- Supplying, Fabricating and fixing access ladders, inspection platforms, Trolley refuges
27 etc., on bridges with structural steel conforming to IS:2062 including welding / bolting, priming
painting with one coat of ready mixed paint of Zinc Chromate (IS:104) with DFT of 25-30 microns
followed by one coat of Zinc Chrome Red Oxide (IS:2074) with DFT of 25 microns with all material,
labour, T&P as a complete job. Note: Painting shall be paid separately under relevant item.
041370 1.07 MT 115541.21 123629.09 (-) 3.00 119920.22
Description:- Supplying fabricating and erecting welded and/or bolted and/or riveted steel work in
built up sections, trusses and framed work, staging, racks, Height Gauge etc. for Steel Structures
other than bridge girders, using RSJ, tees, angles and channels/flats, plates, gussets, round or square
28 bars, cleats, bolts etc., with contractors own steel including cutting, bending, straightening, drilling,
riveting, hoisting, fixing, erecting, welding, bolting etc., with Providing stiffeners wherever required as
per approved drawing including applying a priming coat of a approved steel primer with all
contractor's materials, labour, tools & plants, lead & lift including crossing of tracks if required etc.,
complete as per specification and as directed by Engineer-in-charge. Note: The payment shall be made
on the theoretical weight of main components and gusset plates only.
031111 13.00 Each 78344.95 1018484.35 (-) 3.00 987929.82
Description:- Load testing of one or more spans of bridge as selected by the Engineer as per
approved load test procedure following relevant IS/IRC/Railway codes with contractor's labour,
29 deflection measuring instruments, loading materials, recording and analyzing the load testing results
including all lead & lift, etc. complete as required. The rates are all inclusive and will be paid after load
test is finished and girder is cleared of the kentledges/loading material etc. The load shall be 1.25
times the stipulated design load. For Span design load up to 100 MT
025081 2500.00 Kg 84.61 211525.00 (-) 3.00 205179.25
30 Description:- Supply of steel reinforcement of approved brands/makes for R.C.C. work including
straightening, cutting, bending, placing in position and binding all complete. Mild steel bars
022060 211.60 cum 2917.50 617343.00 (-) 3.00 598822.71
Description:- Providing and laying Plain Cement Concrete 1:3:6 with graded stone aggregate of
31 40mm nominal size, in foundation and floors, retaining walls of bridges including mechanical mixing,
vibrating, pumping and bailing out water where ever required with all materials and labour complete
but excluding the cost of cement and shuttering as per drawings and technical specifications as
directed by Engineer.
022052 247.20 cum 2990.22 739182.38 (-) 3.00 717006.91
Description:- 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
32 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. Wing wall and Return wall
041050 15000.00 Kg 106.67 1600050.00 (-) 3.00 1552048.50
Description:- Providing and fixing railing used in rows for footpath or anti-crash barrier railing with B
class G.I. pipe 65/50 mm nominal dia including cost of M.S. angle and channels in vertical posts,
33 welding / bolting, priming painting with one coat ready mix Zinc Chromate conforming to IS:104 with
DFT of 25-30Microns, followed by one coat of Zinc Chrome red oxide conforming to IS:2074 with DFT of
25 Microns with all material, labour, T&P as a complete job. Note: Cost of painting shall be paid extra
under relevant item.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl. Amount Bidding
Code (%) Unit
Above/
Schedule () B-Cement-USSOR2021 37783776.98
Below/Par
025072 4672.00 MT 8953.04 41828602.88 (-) 9.67 37783776.98

Page 5 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Supply and using Cement at Worksite Ordinary Portland Cement 53 grade of approved
brands/makes

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl. Amount Bidding
Code (%) Unit
Above/
Schedule () C-Steel-USSOR2021 97089806.03
Below/Par
025082 1018125.00 Kg 105.57 107483456.25 (-) 9.67 97089806.03

1 Description:- Supply of steel reinforcement of approved brands/makes for R.C.C. work including
straightening, cutting, bending, placing in position and binding all complete. Thermo-Mechanically
Treated bars of grade Fe-500D or more of approved brands/makes.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl. Amount Bidding
Code (%) Unit
Above/
Schedule () D-All Chapters of DSR-2021 45067293.11
Below/Par
26.48 8350.00 Sqm 456.85 3814697.50 1.16 3858947.99
Description:- NEW TECHNOLOGIES AND MATERIALS // NEW TECHNOLOGY ITEMS // Providing and
fixing of customized Aluminium form work for monolithic construction on RCC members with a
repetitive usage made up of aluminium sheets/plates of minimum 4mm thickness and grade 6061
(Type-6). The formwork comprises of (a) wall panel, roccker, kickerand internal soffit corner, external
soffit corner, external corner, internal corner etc., (b) beam components i.e, beam side panel prop
head for soffit beam, beams soffit panel, beam soffit bulk head and (c) deck components i.e. deck
panel, deck prop, prop length, deck mid, soffit length, deck beam bar. The panels are held in position
by a simple pin and wedge system that passes through holes in the out side rib of each panel.The
tolerance of finished panel shall not be less than (-1 mm), and shall conform to IS 14987-1999. Pins
and wedges to be made of high grade hot dipped galvanised mild steel,This form work also comprises
1 of M.S. angle iron, "Z" shaped brackets braced diagonally at 0.90 to 1.00 mtr. centre to centre on
extrenal wall face just the level below on which to lay M.S. square tube panels (Challis) and guard
railing supports to form working platform and 40 mm dia G.I. telescopic adjustable props to support
deck formwork and beam soffit panels including de-shuttering the formwork from odd/even level to be
shifted/lifted to next alterante odd/even level before which the points and shuttering surface to be
thoroughly cleaned, pins greasing and shuttering surface oiling properly before fixing all complete
including sealing of gap between kicker plates of wall panel and floors (if any) as per design of
formwork as provided by shuttering supplier and as per direction of the Engineer-in-charge including
filling and finishing the holes of varied sizes and shapes (left by keys/pins of aluminium form work
shuttering while de-shuttering) with GP-2 cementeous polymer compound mixed with water in ratio
prescribed by manufacturer to form consistent workable dough for pushing it in the holes upto full
depth of wall using appropriate tools and finishing smooth all complete as per direction of Engineer-
incharge
4.5.1 160.00 cum 9277.75 1484440.00 1.16 1501659.50
Description:- CONCRETE WORK // CEMENT CONCRETE PRECAST // Providing and fixing up to floor
five level precast cement concrete string or lacing courses, copings, bed plates, anchor blocks, plain
2 window sills, shelves, louvers, steps, stair cases, etc., including hoisting and setting in position with
cement mortar 1:3 (1 Cement : 3 coarse sand), cost of required Centering complete. // 1:1.5:3 (1
cement : 1.5 coarse sand(zone-III) derived from natural sources: 3 graded stone aggregate 20mm
nominal size derived from natural sources)
11.20.4 181.60 Sqm 928.50 168615.60 1.16 170571.54
Description:- FLOORING // TILE FLOORING // Chequerred precast cement concrete tiles 22 mm thick
3 in footpath & courtyard, jointed with neat cement slurry mixed with pigment to match the shade of
tiles, including rubbing and cleaning etc. complete, on 20 mm thick bed of cement mortar 1:4 (1
cement: 4 coarse sand). // Ordinary cement without any pigment
13.61.1 500.00 Sqm 131.45 65725.00 1.16 66487.41
4 Description:- FINISHING // Painting with synthetic enamel paint of approved brand and manufacture
to give an even shade : // Two or more coats on new work
16.39.1 2050.40 Sqm 427.75 877058.60 1.16 887232.48
Description:- ROAD WORK // Providing and applying tack coat using bitumen emulsion conforming
to IS:8887, using emulsion pressure distributer including preparing the surface & cleaning with
mechanical broom. // 4 cm thick bitumastic sheet with hot bitumen of approved quality, using stone
5 chippings (60% with 12.5 mm nominal size and 40% with 10 mm nominal size) @ 2.60 cum per 100
sqm and coarse sand @ 2.60 cum per 100 sqm of road surface and with bitumen @ 56 kg/cum of
stone chippings and @ 128 kg/cum of sand over a tack coat with hot straight run bitumen, including
consolidation with road roller of 8 to 10 tonne etc. complete. (tack coat to be paid separately) : // With
paving Asphalt grade VG - 10 heated and then mixed with solvent at the rate of 70 grams per kg of
asphalt
16.30.2 2050.50 Sqm 36.60 75048.30 1.16 75918.86

Page 6 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

6 Description:- ROAD WORK // PREMIX CARPET // Providing and applying tack coat using hot straight
run bitumen of grade VG - 10, including heating the bitumen, spraying the bitumen with mechanically
operated spray unit fitted on bitumen boiler, cleaning and preparing the existing road surface as per
specifications : // On bituminous surface @ 0.50 Kg / sqm
16.50 1800.00 Each 175.50 315900.00 1.16 319564.44
Description:- ROAD WORK // MISCELLANEOUS // Providing and fixing Glow studs of size 100x20 mm
made of heavy duty body shall be moulded ASA (Acrylic styrene Acryloretrite ) or HIP (High impact
polystyrene) or ABS having electronically welded micro- prismatic lens with abrasion resistant coating
as approved by Engineer in charge. The glow stud shall support a load of 13635 kg tested in
7 accordance with ASTM D4280. The slope of retro- reflective surface shall be 35 (+/-5) degress to base
.The reflective panels on both sides with at least 12 cm of reflective area up each side. The luminance
intensity should be as per the specification and shall be tested as described in ASTM I: 809 as
recommended in BS: 873 part 4 : 1973. The studs shall be fixed to the Road surface using the adhesive
conforming to IS, as per procedure recommended by the manufacturer complete and as per direction
of Engineer-in-charge.
16.62 395.00 Sqm 623.80 246401.00 1.16 249259.25
Description:- ROAD WORK // MISCELLANEOUS // Providing and applying 2.5 mm thick road marking
strips (retro- reflective) of specified shade/ colour using hot thermoplastic material by fully/ semi
8 automatic thermoplastic paint applicator machine fitted with profile shoe, glass beads dispenser,
propane tank heater and profile shoe heater, driven by experienced operator on road surface including
cost of material, labour, T&P, cleaning the road surface of all dirt, seals, oil, grease and foreign
material etc. complete as per direction of Engineer-in-charge and accordance with applicable
specifications.
13.65.1 17800.00 Sqm 115.10 2048780.00 1.16 2072545.85
9 Description:- FINISHING // Painting with black anti-corrosive bitumastic paint of approved brand and
manufacture to give an even shade : // Two or more coats on new work
10.2 50000.00 Kg 111.95 5597500.00 1.16 5662431.00
10 Description:- STEEL WORK // Structural steel work riveted, bolted or welded in built up sections,
trusses and framed work, including cutting, hoisting, fixing in position and applying a priming coat of
approved steel primer all complete.
16.3.10 3600.00 cum 888.30 3197880.00 1.16 3234975.41
11
Description:- ROAD WORK // ROADS // Supplying and stacking at site. // Moorum
2.38 3600.00 cum 253.95 914220.00 1.16 924824.95
Description:- EARTH WORK // Diluting and injecting chemical emulsion for POST-CONSTRUCTIONAL
anti-termite treatment (excluding the cost of chemical emulsion) : // Filling with available fly ash and
12 earth (excluding rock) in trenches or embankment in layers (each layer should not exceed 15 cm),
with intermediate layer of compacted earth (Soil density of 98%) after every four layers of compacted
depth of fly ash, sides & top layer of filling shall be done with earth having total minimum compacted
thickness 30 cm or as decided by Engineer -in-charge, including compacting each layer by rolling/
ramming and watering, all complete as per drawing and direction of Engineer -in - charge.
10.25.2 5200.00 Kg 142.30 739960.00 1.16 748543.54
13 Description:- STEEL WORK // Steel work welded in built up sections/ framed work, including cutting,
hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel
etc. as required. // In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works
16.79 1500.00 cum 2803.65 4205475.00 1.16 4254258.51
Description:- ROAD WORK // MISCELLANEOUS // Providing, laying, spreading and compacting
graded stone aggregate (size range 53 mm to 0.075 mm ) to wet mix macadam (WMM) specification
14 including premixing the material with water at OMC in for all leads & lifts, laying in uniform layers with
mechanical paverfinisher in sub- base / base course on well prepared surface and compacting with
vibratory roller of 8 to 10 tonne capacity to achievethe desired density, complete as per specifications
and directions of Engineer-in-Charge.
16.80 700.00 cum 4130.55 2891385.00 1.16 2924925.07
Description:- ROAD WORK // MISCELLANEOUS // Construction of dry lean cement concrete sub base
over a prepared sub-grade with coarse and fine aggregate conforming to IS:383, the size of coarse
aggregate not exceeding 25 mm, aggregate cement ratio not to exceed 15:1, aggregate gradation
15 after blending to be as per specifications, cement content not to be less than 150 Kg/cum, optimum
moisture content to be determined during trial length construction, concrete strength not to be less
than 10 Mpa at 7 days, mixed in a batching plant, transported to site, for all leads & lifts, laid with a
mechanical paver, compacting with 8-10 tonne vibratory roller, finishing and curing etc. complete as
per direction of Engineer-in- charge.
16.43.2 1708.00 cum 10006.65 17091358.20 1.16 17289617.96

Page 7 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- ROAD WORK // CONCRETE PAVEMENTS // Providing and laying design mix cement
concrete of M-30 grade, in roads/ taxi tracks/ runways, using cement content as per design mix, using
16 coarse sand and graded stone aggregate of 40 mm nominal size in appropriate proportions as per
approved & specified design criteria, providing dowel bars with sleeve/ tie bars wherever required,
laying at site, spreading and compacting mechanically by using needle and surface vibrators, levelling
to required slope/ camber, finishing with required texture, including steel form work with sturdy M.S.
channel sections, curing, making provision for contraction/ expansion, construction & longitudinal
joints (10 mm wide x 50 mm deep) by groove cutting machine, providing and filling joints with
approved joint filler and sealants, complete all as per direction of Engineer-in-charge (Item of joint
fillers, sealants, dowel bars with sleeve/ tie bars to be paid separately). // Cement concrete
manufactured in automatic batching plant (RMC plant) i/c transportation to site in transit mixer
per cm
depth per
16.45 1800.00 cm width 4.70 8460.00 1.16 8558.14
per metre
length
17 Description:- ROAD WORK // CONCRETE PAVEMENTS // Providing and fixing in pre-moulded joint
filler in expansion joints of RCC roads / CC pavements after making the joints dust free with high
pressure air jet cleaners, all complete as per direction of the Engineer-in-Charge. (Pre-moulded joint
fillers shall be made of bitumen hot sealing compound impregnated fibre board having impregnation
more than 35%, conforming to IS:1838 for fibre board and IS: 1834 for hot sealing bitumen compound
grade A.)
per cm
depth per
16.46.1 1800.00 cm width 7.50 13500.00 1.16 13656.60
per metre
18 length
Description:- ROAD WORK // CONCRETE PAVEMENTS // Providing and filling in position rubberized
bitumen hot sealing compound for sealing of expansion joints in roads / pavements all complete as per
direction of the Engineer-in-Charge. // Using grade 'A' sealing compound conforming to IS: 1834.
16.59.1 10.00 Each 5745.95 57459.50 1.16 58126.03
Description:- ROAD WORK // MISCELLANEOUS // Manufacturing, supplying and fixing retro reflective
sign boards made up of 2 mm thick aluminium sheet, face to be fully covered with high intensity
encapsulated type heat activated retro reflective sheeting conforming to type - IV of ASTM-D 4956-01
in blue and silver white or other colour combination including subject matter, message (bi-lingual),
symbols and borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which
shall be activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-01 and fixing
the same with suitable sized aluminium alloy rivets @ 20 cm c/c to back support frame of M.S. angle
19 iron of size 25x25x3 mm along with theft resistant measures, mounted and fixed with 2 Nos. M.S.
angles of size 35x35x5 mm to a vertical post made up to M.S. Tee section ISMT 50x50x6 mm welded
with base plate of size 100x100x5 mm at the bottom end and including making holes in pipes, angles
flats, providing & fixing M.S. message plate of required size, steel work to be painted with two or more
coats of synthetic enamel paint of required shade and of approved brand & manufacture over priming
coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white
colours).Backside of aluminium sheet to be painted with two or more coats of epoxy paint over and
including appropriate priming coat including all leads and lifts etc. complete as per drawing ,
specification and direction of Engineer-in-charge. // Mandatory/ Regulatory sign boards of 900 mm
diametre with support length of 3750 mm
16.59.2 10.00 Each 4209.20 42092.00 1.16 42580.27
Description:- ROAD WORK // MISCELLANEOUS // Manufacturing, supplying and fixing retro reflective
sign boards made up of 2 mm thick aluminium sheet, face to be fully covered with high intensity
encapsulated type heat activated retro reflective sheeting conforming to type - IV of ASTM-D 4956-01
in blue and silver white or other colour combination including subject matter, message (bi-lingual),
symbols and borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which
shall be activated by applying heat and pressure conforming to class -2 of ASTM-D-4956-01 and fixing
the same with suitable sized aluminium alloy rivets @ 20 cm c/c to back support frame of M.S. angle
20 iron of size 25x25x3 mm along with theft resistant measures, mounted and fixed with 2 Nos. M.S.
angles of size 35x35x5 mm to a vertical post made up to M.S. Tee section ISMT 50x50x6 mm welded
with base plate of size 100x100x5 mm at the bottom end and including making holes in pipes, angles
flats, providing & fixing M.S. message plate of required size, steel work to be painted with two or more
coats of synthetic enamel paint of required shade and of approved brand & manufacture over priming
coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white
colours).Backside of aluminium sheet to be painted with two or more coats of epoxy paint over and
including appropriate priming coat including all leads and lifts etc. complete as per drawing ,
specification and direction of Engineer-in-charge. // Cautionary /warning sign boards of equilateral
triangular shape having each side of 900 mm with support length of 3650 mm
16.60.1 10.00 Sqm 5609.55 56095.50 1.16 56746.21

Page 8 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- ROAD WORK // MISCELLANEOUS // Manufacturing, supplying and fixing retro reflective
overhead signage boards made up of 2 mm thick aluminium sheet, face to be fully covered with high
intensity and encapsulated lens type heat activated retro reflective sheeting conforming to type - III of
ASTM-D-4956-01 as approved by Engineer-in-charge, letters, borders etc. as per IRC : 67-2001 in silver
white with blue colour back ground and with high intensity grade, pasted on substrate by pressure
21 sensitive adhesive backing which shall be activated by applying pressure conforming to class II of
ASTM-D-4956-01 and fixing the same to the plate of structural frame work by means of suitable sized
aluminium alloys, rivets or bolts & nuts @ 300 mm centre to centre all along the periphery as well as in
two vertical rows along with theft resistant measures, including the cost of painting with two or more
coats of epoxy paint in grey colour on the back side of aluminium sheet including appropriate priming
coat. The rate includes the cost of rounding off the corners, lowering down the structural frame work
from the gantry, fixing and erecting the same in position all complete as per drawings, specification
and direction of the engineer-in-charge.(Structural frame work including M.S. plate to be provided
separately. Rectangular area of the sheet only shall be measured for payment). // Overhead
informatory road signage
16.61 10.00 Each 6281.60 62816.00 1.16 63544.67
Description:- ROAD WORK // MISCELLANEOUS // Providing Retro-reflective regulatory sign board of
size 900 mm dia meter made out of 2 mm thick aluminium sheet, face to be fully covered with high
intensity encapsulated lens type retro -reflective sheeting as approved by Engineer-in-charge . Letter,
symbols, borders etc. will be as per IRC - 67 with required colour scheme on the boards and with the
22 high intensity grade A. The aluminium sheet to be riveted to M.S. frame of angle iron of size 40x40x4
mm. The boards will be fixed to 1 No. 50x50 mm square post made of M.S. angle 50x50x4 mm, 4 m
long welded to the frame with adequate anti-theft arrangement .Sheet work to be painted with two or
more coats of synthetic enamel paint over an under coat (primer) and back side of aluminium sheet to
be painted with two or more coats of epoxy paint including appropriate priming coat complete in all
respects as per direction of Engineer-in-charge.
16.81 200.00 Metre 2827.40 565480.00 1.16 572039.57
Description:- ROAD WORK // MISCELLANEOUS // Providing and erecting 2.00 metre high temporary
barricading at site; each panel of size 2.50mx2.00m made of 40x40x6mm angle iron or 50x50x3mm
hollow MS tube posts/horizontal members/bracings covered with 1.63mm thick MS sheet. The sheet
shall be fixed with 30x5mm MS flat by suitable welding/riveting. The panels shall be made so that gap
of 50cm above the ground is available making overall height as 2.5m. MS channel ISLC 75 @ 5.70
kg/m, 50cm long shall be provided at the bottom having oval shaped holes of size 50x25mm at both
ends with 50cm long MS angle 40x40x6mm bracing. Suitable arrangement shall be made to fix the
23 barricading to avoid from overturning by providing 250mm long expansion fasteners at both ends. The
work shall be executed as per drawing/direction of Engineer-in-Charge which includes writing and
painting, arrangement for traffic diversion such as traffic signals during construction at site for day
and night, glow lamps, reflective signs, marking, flags, caution tape as directed by the Engineer-in-
Charge. The barricading provided shall be retained in position at site continuously i/c shifting of
barricading from one location to another location as many times as required during the execution of
the entire work till its completion. Rate include its maintenance for damages, painting, all incidentals,
labour materials, equipments and works required to execute the job. The barricading shall not be
removed without prior approval of Engineer-in-Charge.
2.22.2 200.00 Sqm 50.80 10160.00 1.16 10277.86
24 Description:- EARTH WORK // Open timbering over areas including strutting, shoring etc. complete.
(Measurements to be taken of the face area timbered): // Depth exceeding 1.5 m but not exceeding 3
m

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl. Amount Bidding
Code (%) Unit
Above/
Schedule () E-NS-Item 49005609.95
Below/Par
NS1 1.00 Job 191846.10 191846.10 AT Par 191846.10
Description:- Description:Design of RE Wall/RCC U trough wall :Making and providing of detailed
design & drawing as per site conditions and specifications including revision of design/ drawing as
required for construction of Reinforced Earth Wall/ RCC U trough wall, including all other
structures/elements required for completion of RE Wall/RCC U trough Wall in both approaches
conforming to Railways General arrangement drawing and IRC loading & specifications and as per
Geotech investigation report/bore log details. (Note (1) The design is to be got proof checked from one
1 of the IIT's /NITs/Regional Engineering Colleges. (2) Submissions of proof checked drawings on
reproducible tracing film as well as in soft copyalong with Ferro prints & design calculations of each
component complete. (3) The consultant to certify that " This design is in accordance with the
approved Railway GAD ,all railway's codes, IRC codes as well as other relevant codes in practice. Also
this design is safe for the intended use and all design details has been incorporated in the detailed
execution drawings." (4) The proof checker should certify that "It is proofed checked that in design
and drawings all latest guidelines of MOST/IRS/IRC/BIS has been followed and this design of ROB is
safe for carrying loads as specified in IRC-6 with latest amendments/corrections
NS2 14.00 Each 78380.96 1097333.44 AT Par 1097333.44

Page 9 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Conducting high strain dynamic pile load testing as per ASTM D 4945-latest version
(Code of AmericanSociety for Testing and Materials) on cast in situ RCC pile of 1200 mm diameter
2 including all contractor's equipments, manpower, site preparation, build-up of pile head, lead and lifts
etc. complete as per standard procedure and as directed by the Engineering- In - Charge. Rate is
inclusive of (i) All equipment such as hammer, Crane, steel plate, plywood, fuel, power, water etc. (ii)
All labour and consumable required, mobilizations of equipment, staff etc. (iii) Preparation and
submission of reports in 3 copies (iv) Site preparation (v) Extra length of pile head to be casted for
dynamic testing and also dismantling of the same after test. (For initial load test)
NS3 2454.00 Sqm 2007.84 4927239.36 AT Par 4927239.36
Description:- "Decking Sheets:- Providing and fixing decking system and roof ceiling using decking
sheets of BMT ( base Metal Thickness) of 1.2 mm with minimum yield strength of 550 MPA having 275
GSM (Gm/sqmt) coating on both sides of sheets confirming to AS 1397 and BS EN 10147:2000 similar
3 to LYSAGHT SMARTDEKTM 51 of TATA Blue Scope or equivalent system as per manufacturer's
specification including profiling, embossing & fixing with all contractor's labour, materials, fastners,
fixtures, equipment;s, tools etc. Complete including working across track above OHE with all lead &
lift. This item is to be separately designed for using as decking sheet of deck slabs of ROBs from the
manufacturer and shall be executed through one of the authorized & experienced agency mentioned
by supplying firm
NS4 930.00 MT 9376.13 8719800.90 AT Par 8719800.90
4
Description:- Extra for running under traffic block
NS5 32500.00 Each 411.76 13382200.00 AT Par 13382200.00
Description:- STUD SHEAR Connector- Supplying, manufacturing, fabrication, testing and welding
with welded by STUD welding machine(with all contractors consumable)compatible with type of stud
5 on composite steel girder, confirming to IS:3935-1966 of diameter 25mm and height 200 mm and as
per RDSO drawing No. RDSO/B- 11758/1with all alteration and as per approved drawing of railway and
as per direction of Engineer -in-charge inclusive all. the STUD should pass the test prescribed in above
drawing.
NS6 930.00 MT 3548.14 3299770.20 AT Par 3299770.20
Description:- Description :- Inspection charges of work by third party RITES/KRCL or any other
agency. Scope of gider Approval of item, before trial assembly such as raw material records check,
6 wpss, wpqs, various mechnial and chemical test reports. MTC/challan, Blasting/Metalizing and Painting
record acceptance of trial assembly, acceptance of pre fabrication formalities like QAPWPS, WPQR and
layout it any long SAW welds and segments of ROB members, & short welds on stiffeners and allied
locations including acceptance of trial assembly.
NS7 100.00 RMT 3522.00 352200.00 AT Par 352200.00
Description:- Providing, supplying, fabricating, installing and uninstalling barricades to enclose
construction area of2.00 meters high with mild steel angle frames, GI Plain/ Corrugated or plain sheet
as per the approved drawings ,including foundations and fixing to the ground with all necessary
7 fittings and fixtures. The rate includes one coat of red oxide primer before erection, two coats of
approved paint & shade (including MRIDC logo) with proper reflection provision as per the
specifications and design provided by MRIDC, erecting in position, welding / bolting etc. The rate
includes cost of materials, labour, transportation, leads, lifts, etc. Note: Released materials will be the
property of contractor after satisfactory completion of work. Contractor has to remove and clear the
site after satisfactory completion of work.
NS8 1.00 Job 14028.95 14028.95 AT Par 14028.95
8 Description:- Providing all necessary equipment's and carrying out all necessary survey for
establishing and marking out the centre line of the ROB/bridge,
NS9 2600.00 Sqm 1126.85 2929810.00 AT Par 2929810.00
Description:- Construction of reinforced earth retaining wall including excavation for foundation
(including sheet piling, refilling of trenches, disposal of surplus earth with all lead and lift, dewatering),
foundation concrete and cement concrete grooved sealing in foundation for facing elements and
9 placement, assembling joining and laying of reinforcing element complete including geotextile and
rubber pad. The above item shall be payable only after back filling behind the wall is completed by
granular materials duly watered, rolled and completed. (Back filling behind the facing element shall be
paid separately. Providing of Precast Facia elements of M-35 RCC (Steel and cement shall be paid
separately in relevant schedule)
NS10 860.00 Metre 743.32 639255.20 AT Par 639255.20
Description:- Narrow Filter Sub-Surface Drain (Construction of a narrow filter sub- surface drain
10 consisting of porous or perforated pipe laid in narrow trench surrounded by a geotextile filter fabric,
with a minimum of 450 mm overlap of fabric and installed as per clause 2.3 including excavation and
backfilling)
NS11 25000.00 Sqm 329.38 8234500.00 AT Par 8234500.00
11 Description:- Assembling, joining and laying of reinforcing elements of Synthetic geogrids of reputed
firms like Techfab, paraweb, Z-tech, Tenax, Aimil, or as approved by Engineer-in-charge. Note:- The RE
work shall have to be executed through only export service providers in the field."
NS12 1600.00 cum 896.99 1435184.00 AT Par 1435184.00

Page 10 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- Providing and laying of filter media with granular material/stone crushed aggregate
12 satisfying the requirements laid down in clause 2504.2.2 of MORTH specifications to a thickness not
less than 600mm smaller size towards the soil and bigger size towards the wall and provided over
entire surface behind abutment, wing wall and return wall to the full height compacted to a firm
condition complete as per drawing and technical specifications 710.1.4 of IRC 78 and 2200
NS13 10000.00 cum 324.62 3246200.00 AT Par 3246200.00
Description:- Granular earth fill in between the Reinforced Earth Wall facia elements confirming to
the specifications as per designs suitable for the reinforcing elements to get the desired angle of
13 internal friction between the compacted fill and reinforcing elements proposed to be used in RE wall .
The rate includes supply,transport, blending, spreading in the layers as per the design , watering
compaction with the rollers as per the section 700 of MORTH specifications to required MDD with all
lead, lift, descent, loading, unloading, royalty, taxes, tools and plants complete as required inclusive of
all incidental charges etc. complete.
NS14 100.00 Metre 250.01 25001.00 AT Par 25001.00
14 Description:- Physical tracing and opening /locating of existing working cables by precession digging
for diversion of cables
NS15 1.00 Numbers 20279.00 20279.00 AT Par 20279.00
Description:- "Obtaining administrative approval from tree authority for the cutting/transplanting of
15 trees coming in the way of proposed work including preparation of drawing showing the details of
trees, processing for the sanction etc. complete. Note:- (1) The required permission/all formalities from
concerned tree authority will be obtained by contractor. (2) Once job means permission for tree
cutting/transplanting in an area specified by Engineer"
NS16 10.00 Numbers 354.90 3549.00 AT Par 3549.00
16 Description:- Cutting of trees more than 30 cm girth including depositing the wood at nominated
location with all loading, transporting etc. The contractor shall obtain necessary approval from
concerned Authorities for cutting/transplanting trees. Girth of tree over 30 cm and up to 60 cm
NS17 10.00 Numbers 418.60 4186.00 AT Par 4186.00
17 Description:- Cutting of trees more than 30 cm girth including depositing the wood at nominated
location with all loading, transporting etc. The contractor shall obtain necessary approval from
concerned Authorities for cutting/transplanting trees. Girth of tree over 60 cm and up to 120 cm
NS18 10.00 Numbers 1647.10 16471.00 AT Par 16471.00
18 Description:- Cutting of trees more than 30 cm girth including depositing the wood at nominated
location with all loading, transporting etc. The contractor shall obtain necessary approval from
concerned Authorities for cutting/transplanting trees. Girth of tree over 120 cm and up to 180 cm
NS19 10.00 Numbers 2256.80 22568.00 AT Par 22568.00
19 Description:- Cutting of trees more than 30 cm girth including depositing the wood at nominated
location with all loading, transporting etc. The contractor shall obtain necessary approval from
concerned Authorities for cutting/transplanting trees. Girth of tree over 180 cm
NS20 10.00 Numbers 455.00 4550.00 AT Par 4550.00
20 Description:- Cutting of trees more than 30 cm girth including depositing the wood at nominated
location with all loading, transporting etc. The contractor shall obtain necessary approval from
concerned Authorities for cutting/transplanting trees.Trimming/ cutting of tree branches
NS21 10.00 Numbers 8162.70 81627.00 AT Par 81627.00
Description:- Cutting of trees more than 30 cm girth including depositing the wood at nominated
21 location with all loading, transporting etc. The contractor shall obtain necessary approval from
concerned Authorities for cutting/transplanting trees. Transplanting of existing trees by uprooting,
shifting & placing in pits excavated of suitable size within one KM distance and refilling with manure &
soil and maintaining the plant for 12 months.
NS22 10.00 MT -591.50 -5915.00 AT Par -5915.00
22 Description:- "Credit for taking away already cut wood Note:- 1. The Contractor has to submit all
Documentary Evidences before taking Away already cut wood/trees. 2. The Cut wood shall be taken
away only after getting written permission from Engineer-in- charge."
NS23 2.00 Job 13367.90 26735.80 AT Par 26735.80
Description:- Providing all necessary equipment's and carrying out all necessary survey for
establishing and marking out the centre line of the ROB/bridge, approaches and various other
23 components, structures and fixing the locations with necessary masonry pillars for lines, levels with
theodolite / Total station, establishing and fixing necessary Temporary Bench Marks related to GTS
datum including maintaining the same till the end of the work, preparing and supplying 6 copies of site
survey record plan all as directed by the Engineer etc. complete.
NS 3276.00 RM 100.00 327600.00 AT Par 327600.00

Page 11 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Description:- "Providing, supplying, fabricating, installing and uninstalling barricades to enclose


24 construction area of 2.00 meters high with mild steel angle frames, GI Plain/ Corrugated or plain sheet
as per the approved drawings , including foundations and fixing to the ground with all necessary
fittings and fixtures. The rate includes one coat of red oxide primer before erection, two coats of
approved paint & shade (including MRIDC logo) with proper reflection provision as per the
specifications and design provided by MRIDC, erecting in position, welding / bolting etc. The rate
includes cost of materials, labour, transportation, leads, lifts, etc. Note: Released materials will be the
property of contractor after satisfactory completion of work. Contractor has to remove and clear the
site after satisfactory completion of work."
NS25 700.00 Sqm 13.70 9590.00 AT Par 9590.00
25 Description:- Providing and Laying Waterproof Paper of 40GSM including overlap (to be not less than
10 cm ) etc. as per specification and direction of engineer in charge including all necessary
arrangement like laying fixing, jointing with suitable material etc. complete

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

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

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
SGCC clause 10.2. 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 crores of Rupees N=
Number of years prescribed for completion of work for which bids have
been invited. The average annual contractual turnover shall be
calculated as an average of "total contractual payments" in the previous
three financial years, as per the audited balance sheet. However, in case Allowed
1 No No
balance sheet of the previous year is yet to be prepared/ audited, the (Mandatory)
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 AnnexureVIB, along with copies of
Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 12 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC item No.10.3 Bid Capacity: The tender/technical bid will be


evaluated based on bid capacity formula detailed as Annexure-VI as
under: ANNEXURE - VI 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 equal to or
more than the total bid value of the present tender. The available bid
capacity shall be calculated as under: Available Bid Capacity = [A x N x
2] - 0.33xNxB Where, A = Maximum value of construction works
executed and payment received in any one of the previous three
financial years or the current financial year (up to date of inviting
tender), taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of work for which bids
has been invited. B = Value of existing commitments and balance
amount of ongoing works with the tenderer as on date one month prior
to the tender closing date to be completed in next 'N' years. Note: (a)The
Tenderer(s) shall furnish the details of - (i)Maximum value of
construction works executed and payment received in any one of the
previous three financial years or the current financial year (up to date of
inviting tender) for calculating A, and (ii)Existing commitments and
balance amount of ongoing works with tenderer as per the prescribed
proforma of Railway for statement of all works in progress and also the
works which are awarded to tenderer but yet not started upto the date of
inviting of tender for calculating B. In case of no works in hand, a 'NIL'
statement should be furnished. The submitted details for (i) and (ii)
above should be duly verified by Chartered Accountant. (b)In case if a Allowed
1 No No
bidder is JV, the tenderer(s) must furnish the details of (i)Maximum value (Mandatory)
of construction works executed and payment received in any one of the
previous three financial years or the current financial year (up to date of
inviting tender) by each member of JV for calculating A, and (ii)Existing
commitments and balance amount of ongoing works with each member
of JV either in individual capacity or as a member of other JV as per the
prescribed proforma of Railway for statement of all works in progress
and also the works which are awarded to each member of JV either in
individual capacity or as a member of other JV but yet not started upto
the date of inviting of tender for calculating B. In case of no works in
hand, a 'NIL' statement should be furnished. The submitted details for (i)
and (ii) above should be duly verified by Chartered Accountant. (c)Value
of a completed work/work in progress/work awarded but yet not started
for a Member in an earlier JV shall be reckoned only to the extent of the
concerned member's share in that JV for the purpose of satisfying his/her
compliance to the above mentioned bid capacity in the tender under
consideration.(d)The arithmetic sum of individual "bid capacity" of all the
members shall be taken as JV's "bid capacity".(e)In case, the tenderer/s
failed to submit the above statement along with offer, their/his offer shall
be considered as incomplete and will be rejected summarily.(f)The
available bid capacity of tenderer shall be assessed based on the details
submitted by the tenderer. In case, the available bid capacity is lesser
than estimated cost of work put to tender, his offer shall not be
considered even if he has been found eligible in other eligibility
criteria/tender requirement.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 13 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 10.1 Technical Eligibility Criteria:(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 Engg. 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 forb(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 it, as part of
Allowed
1 the tender documents without any ambiguity.(b)(3)To evaluate the No No
(Mandatory)
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 clause7 of the Standard GCC through subcontractor
fulfilling the requirements as per clause7 of the Standard GCC 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 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 50lakh,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 clause7 of the Standard GCC with prior approval of
Chief engineer in writing.
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 Allowed
1.1 No No
certificate has been issued by a person authorized by the Public listed (Mandatory)
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.

Page 14 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

The tenderer shall submit along with the tender document, documents in
support of his / their claim to fulfil the eligibility criteria as mentioned in
the tender document. Each page of the copy of documents / certificates
in support of credentials, submitted by the tenderer, shall be self-
attested / digitally signed by the tenderer or authorized representative of
the tendering firm. Self- attestation shall include signature, stamp and
date (on each page). Credentials required to be submitted by the
tenderer mandatory along with tender document : 1) "The tenderers
shall submit a Certificate stating that they are not liable to be
disqualified and all their statements/ documents submitted alongwith bid
are true and factual. Standard format of the Certificate to be submitted
by the bidder as mentioned in Submission of Document Verification
Certificate. Non submission of Certificate by the bidder shall result in
summarily rejection of his / their bid. And it shall be mandatorily
incumbent upon the tenderer to identify, state and submit the supporting
1.2 No No Not Allowed
documents duly self-attested by which they / he is qualifying the
Qualifying Criteria mentioned in the Tender Document. It will not be
obligatory on the part of Railway to scrutinize beyond the submitted
document of tenderer as far as his qualification for the tender is
concerned." a) 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 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 there under. b) In
case of any wrong information submitted by tenderer, the contract shall
be terminated, Bid security, Performance Guarantee (PG) and Security
Deposit (SD) of contract forfeited and agency barred for doing business
on entire Indian Railways for 5 (five) years
Defination of Similar Work :- Any Civil Engineering work for Construction
of Railway Important Bridges/Major Bridges/ROB/ROR/Road Bridges with
1.3 No No Not Allowed
Steel/RCC/PSC Structures including Fabrication, Erection & Launching of
Steel /RCC/PSC Girders.

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.
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)

Page 15 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

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

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given
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

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

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The bidders have to make payment towards Bid Security against
instant tender shall be deposited either in cash through e-
payment gateway or submitted as Bank Guarantee bond from a
1 scheduled commercial bank of India. The Bank Guarantee bond No No Not Allowed
shall be as per attached Annexure- VIA and shall be valid for a
period of 90days beyond the bid validity period. The detail is
mentioned As per SGCC clause 3.
Bid Security: SGCC clause 5 (1)(a) The tenderer shall be required
to submit the Bid Security with the tender for the due
performance with the stipulation to keep the offer open till such
date as specified in the tender, under the conditions of tender.
The Bid Security shall be as under:: Value of the Work Bid
Security For works estimated to cost up to Rs.1 crore 2% of the
estimated cost of the work For works estimated to cost more
than Rs. 1 crore Rs.2 lakh plus ½% (half percent) of the excess
of the estimated cost of work beyond Rs. 1 crore subject to a
maximum of Rs.1 crore Note: (i) The Bid Security shall be
rounded off to the nearest 100. This Bid Security shall be
applicable for all modes of tendering. (ii) Any firm recognized by
Department of Industrial Policy and Promotion (DIPP) as
'Startups' shall be exempted from payment of Bid Security
detailed above. (iii) Labour Cooperative Societies shall submit
2 only 50% of above Bid Security detailed above. (b) It shall be No No Not Allowed
understood that the tender documents have been issued to the
tenderer and the tenderer is permitted to tender in
consideration of stipulation on his part, that after submitting his
tender he will not resile from his offer or modify the terms and
conditions thereof in a manner not acceptable to the Engineer.
Should the tenderer fail to observe or comply with the said
stipulation, the aforesaid amount shall be liable to be forfeited to
the Railway. (c) If his tender is accepted, this Bid Security
mentioned in sub para (a) above will be retained as part security
for the due and faithful fulfillment of the contract in terms of
Clause 16 of the Standard General Conditions of Contract. The
Bid Security of other Tenderers shall, save as herein before
provided, be returned to them, but the Railway shall not be
responsible for any loss or depreciation that may happen thereto
while in their possession, nor be liable to pay interest thereon.

Page 16 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(2) The Bid Security shall be deposited either in cash through e-


payment gateway or submitted as Bank Guarantee bond from a
scheduled commercial bank of India or as mentioned in tender
documents. The Bank Guarantee bond shall be as per Annexure-
VIA and shall be valid for a period of 90days beyond the bid
validity period. (3) In case, submission of Bid Security in the form
of Bank Guarantee, following shall be ensured: i. A scanned copy
of the Bank Guarantee shall be uploaded on e-Procurement
Portal (IREPS) while applying to the tender. ii. The original Bank
Guarantee should be delivered in person to the official
nominated as indicated in the tender document within 5 working
days before closing date for submission of bids (i.e excluding the
last date of submission of bids). iii. Non submission of scanned
copy of Bank Guarantee with the bid on e-tendering portal
(IREPS) and/or non submission of original Bank Guarantee within
the specified period shall lead to summary rejection of bid. iv.
3 No No Not Allowed
The Tender Security shall remain valid for a period of 90 days
beyond the validity period for the Tender. v. The details of the
BG, physically submitted should match with the details available
in the scanned copy and the data entered during bid submission
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
***** Project" and shall clearly indicate the name and address of
the Bidder. In addition, the Bid Due Date should be indicated on
the right hand top corner of the envelope. vii. The envelope shall
be addressed to the officer and address as mentioned in the
tender document. viii. If the envelope is not sealed and marked
as instructed above, the Railway assumes no responsibility for
the misplacement or premature opening of the contents of the
Bid submitted and consequent losses, if any, suffered by the
Bidder.
The tenders submitted without valid Bid Security will summarily
4 No No Not Allowed
be rejected.
CPWD Specifications 2019 Vol I & II updated with correction slips
issued up to date of inviting tender or as otherwise specified in
the tender documents, if applicable in the Contract. Indian
Railways Unified Standard Specification (IRUSS-2019) updated
with correction slips issued up to date of inviting tender or as
5 No No Not Allowed
otherwise specified in the tender documents, if applicable in the
contract Indian Railways Unified Standard Specifications (Works
and Material) 2010 updated with correction slips issued up to
date of inviting tender or as otherwise specified in the tender
documents, if applicable in the contract.
Any special condition of contract however shall over rule
6 No No Not Allowed
provision of the SGCC April'2022 unless otherwise stated.
The tender/contract will be governed by Standard General
7 Condition of Contract April'2022 duly updated with correction No No Not Allowed
slips up to date of opening of tender
SGCC clause 5 50.(1) Maintenance Certificate: The Contract shall
not be considered as completed until a Maintenance Certificate,
if applicable, shall have been signed by the Engineer stating
that the works have been completed and maintained to his
satisfaction. The Maintenance Certificate shall be given by the
Engineer upon the expiration of the period of maintenance or as
soon thereafter as any works ordered during such period
pursuant to Sub Clause (2) to Clause 48 of these Conditions shall
have been completed to the satisfaction of the Engineer, and full
effect shall be given to this Clause notwithstanding the taking
8 No No Not Allowed
possession of or using the works or any part thereof by the
Railway. The Competent Authority to issue above Maintenance
Certificate shall normally be the authority who is competent to
sign the contract. If this Competent Authority is of the rank lower
than JA Grade, then a JA Grade Officer (concerned with the work)
should issue the Certificate. The Certificate, inter GCC alia,
should mention that the work has been completed in all respects
and that all the contractual obligations have been fulfilled by the
Contractor and that there is no due from the Contractor to
Railways against the contract concerned

Page 17 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 39.(1) Rates for Extra Item(s) of Works: (a)


Standard Schedule of Rates (SSOR) Items: Any item of work
carried out by the Contractor on the instructions of the Engineer
which is not included in the accepted Bill(s) of Quantities but
figures in the Standard Schedule of Rates (SSOR), shall be
executed at the rates set forth in the "Standard Schedule of
Rates (SSOR)" modified by the tender percentage as accepted in
the contract for that chapter of Standard Schedule of Rates
(SSOR). However, the cumulative value of all such extra item(s)
together (modified by the respective tender percentage) shall
not exceed 10 % of the original contract value. For item(s) not
covered in this sub clause, the rate shall be decided as agreed
upon between the Engineer and the Contractor before the
execution of such items of work as per sub clause (b). (b) Other
Items: For any item of work to be carried out by the Contractor
but not included in the accepted Bill(s) of Quantities and also not
9 No No Not Allowed
covered under sub clause (a) above, the Contractor shall be
bound to notify the Engineer at least seven days before the
necessity arises for the execution of such items of works that
the accepted Bill(s) of Quantities does not include rate or rates
for such extra work involved. The rates payable for such items
shall be decided at the meeting to be held between the Engineer
and Contractor, in as short a period as possible after the need
for the special item has come to the notice. In case the
Contractor fails to attend the meeting after being notified to do
so or in the event of no settlement being arrived at, the Railway
shall be entitled to execute the extra works by other means and
the Contractor shall have no claim for loss or damage that may
result from such procedure. The assessment of rates for extra
item(s) shall be arrived at based on the prevailing market rates
of labour, machinery & materials and by taking guidance from
the following documents in order of priority:
i. Analysis of Rates for "Unified Standard Schedule of Rates of
Indian Railways (USSOR)" ii. Analysis of Rates for "Delhi
Schedule of Rates issued by CPWD (DSR)" iii. Market Analysis @
46'46@(2) Provided that if the Contractor commences work or
incurs any expenditure in regard thereto before the rates as
determined and agreed upon as lastly hereuntofore-mentioned,
then and in such a case the Contractor shall only be entitled to
be paid in respect of the work carried out or expenditure
10 No No Not Allowed
incurred by him prior to the date of determination of the rates as
aforesaid according to the rates as shall be fixed by the
Engineer. However, if the Contractor is not satisfied with the
decision of the Engineer in this respect, he may appeal to the
Chief Engineer within 30 days of getting the decision of the
Engineer, supported by analysis of the rates claimed. The Chief
Engineer's decision after hearing both the parties in the matter
would be final and binding on the Contractor and the Railway.

Page 18 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause16.(1) 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
11 No No Not Allowed
(including amount 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.
16.(2) (i) 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) and (b) Execution of Final
Supplementary Agreement or Certification by Engineer that
Railway has No Claim on Contractor and (c) Maintenance
Certificate issued, on expiry of the maintenance period as per
clause 50.(1), in case applicable. 16. (2) (ii) Forfeiture of
Security Deposit: Whenever the contract is rescinded as a whole
12 No No Not Allowed
under clause 62 (1) of these conditions, the Security Deposit
already with railways under the contract shall be forfeited.
However, in case the contract is rescinded in part or parts under
clause 62 (1) of these conditions, the Security Deposit shall not
be forfeited. 16.(3) No interest shall be payable upon the Bid
Security and Security Deposit or amounts payable to the
Contractor under the Contract, but Government Securities
deposited in terms of Sub-Clause 16.(4) (b) of this clause will be
payable with interest accrued thereon.

Page 19 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

16.(4) Performance Guarantee 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 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
13 No No Not Allowed
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
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 FA&CAO
(free from any encumbrance) may be accepted. (c) 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 date of completion plus 60 days
beyond that. In case, the time for 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.
(d) The value of PG to be submitted by the Contractor is based
on original contract value and shall not change due to
subsequent variation(s) in the original contract value. (e) The
Performance Guarantee (PG) shall be released after physical
completion of the work based on 'Completion Certificate' issued
by the competent authority stating that the Contractor has
completed the work in all respects satisfactorily. (f) Whenever
the contract is rescinded, the Performance Guarantee already
submitted for the contract shall be encashed. (g) The Engineer
shall not make a claim under the Performance Guarantee except
for amounts to which the President of India is entitled under the
14 No No Not Allowed
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 above, in which event the
Engineer may claim the full amount of the 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 these conditions.

Page 20 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

The successful bidder shall submit the performance Guarantee


(PG) in any of the above said forms, amounting to 5% of the
contract value. Irrevocable Bank Guarantee. If performance
guarantee(PG) in the form of Bank Guarantee is submitted , it
should be sent directly by the respective bank to the concerned
15 No No Not Allowed
authority addressed to CPM/GSU, SEC Railway Kingsway Nagpur
440001(MS) under registered post AD and the stamp duty for
Bank guarantee (Non judicial stamp) applicable @ Rs.100/- or as
applicable. The said stamp duty is also applicable for extension
of bank guarantee.
Tender form is not transferable under any circumstances. The
tenderer/s are advised to furnish the details (i) Beneficiary Name
16 No No Not Allowed
(ii) Account No. (iii) Type of Account (iv) Bank (v) City (vi)
Branch (vii) Remarks if any .
SGCC Clause 46A. Price Variation Clause (PVC): 46A.1
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
17 these Standard General Conditions, unless applicability of PVC No No Not Allowed
and 'Base Month' has been specially agreed, while fixing the
rates of such extra item(s). 46A.2 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 consideration. Price
Variation clause (PVC) of Standard General Condition of Contract
(SGCC) shall not apply to such a works contract which is either
an Annual Maintenance Contract (AMC) or a Zonal contracts.

Page 21 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Imposition of token penalty for delay in the completion of work :-


SGCC Clause 17- B Extension of Time for delay due to
Contractor: (i) With liquidated Damage (LD): The time for the
execution of the work or part of the works specified in the
contract documents shall be deemed to be the essence of the
contract and the works must be completed not later than the
date(s) as specified in the contract. If the Contractor fails to
complete the works within the time as specified in the contract
for the reasons other than the reasons specified in Clause 17 and
17A, the Railway may, if satisfied that the works can be
completed by the Contractor within reasonable short time
thereafter, allow the Contractor for further extension of time
(Proforma at Annexure-VII) as the Engineer may decide. On such
extension the Railway will be entitled without prejudice to any
other right and remedy available on that behalf, to recover from
the Contractor as agreed damages and not by way of penalty for
each week or part of the week, a sum calculated at the following
rates of the contract value of the works. For the purpose of this
Clause, the contract value of the works shall be taken as value
of work as per contract agreement including any supplementary
work order/contract agreement issued. Provided also, that the
total amount of liquidated damages under this condition shall
not exceed 5% of the contract value or of the total value of the
item or groups of items of work for which a separate distinct
completion period is specified in the contract. S.No.Duration of
extension of time under Clause 17BRate of Liquidated Damages
18 (i)Up to Twenty Five percent of original period of completion No No Not Allowed
including period of extension of time granted under Section
17A(i)As decided by Engineer, between 0.01% to 0.05% of
contract value for each week or part of the week (ii)Above
Twenty Five percent but upto Fifty percent of original period of
completion including period of extension of time granted under
Section 17A(i)0.10 % of contract value for each week or part of
the week (iii)Above Fifty percent of original period of completion
including period of extension of time granted under Section
17A(i)0.30 % of contract value for each week or part of the week
Provided further, that if the Railway is not satisfied that the
works can be completed by the Contractor and in the event of
failure on the part of the contractor to complete the work within
further extension of time allowed as aforesaid, the Railway shall
be entitled without prejudice to any other right or remedy
available in that behalf, to appropriate the contractor's Security
Deposit and rescind the contract under Clause 62 of these
Conditions, whether or not actual damage is caused by such
default. NOTE: In a contract, where extension(s) of time have
been allowed once under clause 17B, further request(s) for
extension of time under clause 17A can also be considered
under exceptional circumstances. Such extension(s) of time
under clause 17A shall be without any Liquidated damages, but
the Liquidated damages already recovered during extension(s)
of time granted previously under clause 17B shall not be waived.
However, Price variation during such extension(s) shall be dealt
as applicable for extension(s) of time under clause 17B.

Page 22 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC Clause 41 : VARIATIONS IN EXTENT 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 such arrangements. 42.(1)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. 42.(2)(i) Unless otherwise
specified in the special conditions of the contract, the accepted
19 variation in quantity of each individual item of the contract No No Not Allowed
would be upto 25% of the quantity originally contracted, except
in case of foundation 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 and shall not be entitled
to any claim or any compensation whatsoever upto 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 the agreement quantity is considered unavoidable, then same
shall be executed at following rates (a)Quantities operated in
excess of 125% but upto 140% of the agreement quantity of the
concerned item, shall be paid at 98% of the rate awarded for
that item in that particular tender; (b)Quantities operated in
excess of 140% but upto 150% of the agreement quantity of the
concerned item shall be paid at 96% of the rate awarded for
that item in that particular tender; (c)Variation in quantities of
individual items beyond 150% 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. (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.

Page 23 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

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 for that item in that particular tender;
d. (ii)Quantities operated in excess of 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. (iv) In case of earthwork items and variation
limit of 25% shall apply to the gross quantity of earthwork and
variation in the quantities of individual 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
20 No No Not Allowed
on individual SSOR items. However, in case of Non Standard
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). 42.
(3)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 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.
SGCC Clause 43.(1): CLAIMS Quarterly Statement of Claims: The
Contractor shall prepare and furnish to the Engineer once in
every quarter commencing from the month following the month
of issue of Letter of Acceptance, an account giving full and
detailed particulars of all claims for any additional expenses to
which the Contractor may consider himself entitled to and of all
extra or additional works ordered by the Engineer which he has
executed during the preceding month quarter and no claim for
payment for such work will be considered which has not been
included in such particulars. 43. (2)Signing of "No Claim"
21 No No Not Allowed
Certificate : The Contractor shall not be entitled to make any
claim whatsoever against the Railway under or by virtue of or
arising out of this contract, nor shall the Railway entertain or
consider any such claim, if made by the Contractor, after he
shall have signed a "No Claim" Certificate in favour of the
Railway in such form as shall be required by the Railway after
the works are finally measured up. The Contactor shall be
debarred from disputing the correctness of the items covered by
"No Claim" Certificate or demanding a clearance to arbitration in
respect thereof.
Tenderer/tenderers should submit all required documents along
22 No No Not Allowed
with the tender
Implementation of the building and other Construction workers
(RECS) Act, 1996, Section-7 :- The tenderer for carrying out any
construction work in Maharashtra / M.P / Chattisgarh must get
themselves registered from the registering officer under section-
7 of the Building and other construction Works Act, 1996 and
23 No No Not Allowed
rule thereto by the Maharashtra/ M.P/Chattisgarh Govt. and
submit certificate of Registration issued from the Registering
officer of the Maharashtra / M.P / Chattisgarh govt. (Labour
Department) for enactment of this ACT will be applicable as per
SGCC.

Page 24 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

The contractor has to submit the design mix for the specified
grade of concrete from a reputed engineering college/institution
at his own cost. The contractor shall furnish the sample of
cement, sand & aggregate and sealed in presence of engineers
24 representative. The samples sent for design mix are also to be No No Not Allowed
kept in sealed transparent jars for periodical checking of
physical properties by visual examination. Thus obtained design
mix shall be got approved by the engineer-in-charge before its
use.
Railway administration can supply water to contractors if
available for execution of work and the cost of water will be
deducted from running bill of contractor @ 1% of the cost of
25 No No Not Allowed
water related items. Howsoever, it will not be obligatory on part
of Railway to supply water to the contractor for execution of the
work.
The Contractor shall cordon the working area in colony, station
26 No No Not Allowed
premises and any public places at the time of work.
The Contractor shall clear the debris, left over material from site
after completion of work, and then only final bill will be released.
27 If not cleared in a reasonable time the same will be cleared by No No Not Allowed
Railway, charges of which will be debited from final bill of the
contractor.
No sample/test certificates if required to be submitted along with
28 the tender form (except Ballast), will be accepted after opening No No Not Allowed
of the tender.
The rates are inclusive of all taxes/charges/GST/ Royalty leviable
29 by Central Government/State Government and local bodies as No No Not Allowed
applicable
The contractor shall take utmost care while carrying out the
works including excavation so as not to cause any damage to the
existing Railway underground and other cables. In case Cable is
damaged by the contractor due to fault of his personal, he is
30 No No Not Allowed
liable for a penalty of Rs. ONE LAKH ONLY for each case, for the
loss caused to the Railway. His work is also liable to be stopped
till such time he takes measures which are certified to be
satisfactory by the executing supervisors
SGCC Clause 26A. Deployment of Qualified Engineers at Work
Sites by the Contractor: 26A.1 The Contractor shall also employ
following Qualified Engineers during execution of the allotted
work: (a)One qualified Graduate Engineer when cost of work to
be executed is Rs.200 lakh and above, and (b)One qualified
diploma Holder Engineer when cost of work to be executed is
more than Rs.25 lakhs but less than Rs.200 lakh. Further, in
case the contractor fails to employ the qualified Engineer, as
31 aforesaid in above paras, he, in terms of provisions of Clause No No Not Allowed
26A.2 to the General Conditions of Contract, shall be liable to
pay an amount of Rs.40,000/- and Rs.25,000/- for each month or
part thereof for the default period for the provisions, as
contained in above para (a) and (b) respectively. Provision for
deployment of Qualified Engineers (Graduate Engineer or
Diploma Holder Engineer) shall be for the values as prescribed
above. (Railway Board's letter no. 2012/CEI/ CT/O/20, New Delhi,
Dated 10.05.2013)
SGCC Clause 27.(1)Workmanship and Testing: The whole of the
works and/or supply of materials specified and provided in the
contract or that may be necessary to be done in order to form
and complete any part thereof shall be executed in the best and
most substantial workman like manner with materials of the best
and most approved quality of their respective kinds, agreeable
to the particulars contained in or implied by the specifications
32 and as referred to in and represented by the drawings or in such No No Not Allowed
other additional particulars, instructions and drawings given
during the carrying on of the works and to the entire satisfaction
of the Engineer according to the instructions and directions
which the Contractors may from time to time receive from the
Engineer. The materials may be subjected to tests by means of
such machines, instruments and appliances as the Engineer may
direct and wholly at the expense of the Contractor.

Page 25 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

27.(2)Removal of Improper Work and Materials: The Engineer or


the Engineer's Representative shall be entitled to order from
time to time: (a) The removal from the site, within the time
specified in the order, of any materials which in his opinion are
not in accordance with the specifications or drawings. (b) The
substitution of proper and suitable materials, and (c) the
removal and proper re-execution, notwithstanding any previous
tests thereof or on account payments therefor, of any work
which in respect of materials or workmanship is not in his
33 opinion in accordance with the specifications and in case of No No Not Allowed
default on the part of the Contractor in carrying out such order,
the Railway shall be entitled to rescind the contract under
Clause 62 of these conditions. (d) The provision of Construction
and Demolition Waste Management Rule 2016 issued by
Ministry of Environment Forest and Climate Change dated
29.03.2016 and published in the Gazette of India, Part - II,
Section -3, Subsection (ii) are binding upon the Contractor.
Contractor shall implement these provisions at worksites, for
which no extra payment will be payable.
SGCC clause 26. Provision of Efficient and Competent Staff at
Work Sites by the Contractor: 26.1 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 that
they execute their work in sound & proper manner and shall
employ only such supervisors, workmen & labourers in or about
the execution of any of these works as are careful and skilled in
the various trades. 26.2 The Contractor shall at once remove
from the works any agents, permitted sub-contractor,
supervisor, workman or labourer who shall be objected to by the
Engineer and if and whenever required by the Engineer, he shall
34 No No Not Allowed
submit a correct return showing the names of all staff and
workmen employed by him. 26.3 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 workmen 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 additional number of staff and labour as
specified by the Engineer within seven days of being so required
and failure on the part of the Contractor to comply with such
instructions will entitle the Railway to rescind the contract under
Clause 62 of these conditions.
CEs circular No.16, CEs circular No.31 & Revised CEs circular
No.31 and JPO for undertaking of earth work in the vicinity of
35 cables and other relevant CEs circulars with upto date correction No No Not Allowed
slips will be part and parcel of the agreement. whichever
executed
No garbage, dry leaves, paper grass bushes or any other items
shall be burnt. They shall Only be disposed at nominated
disposal point by prescribed methods duly observing the
Municipal solid wastes(Management and Handling) Rules,2000
indicates under Schedule II- Management of Municpal Solid
Wastes: Para I.I vii that Waste(garbage, dry leaves) shall not be
burnt. Any violation of the provisions of the MSW rules,2000,
attracts the penal provisions of Environment(protection)
36 No No Not Allowed
ACT,1986.CPCB and SPCBs have also issued various
guidelines/orders against the practice of such open burning. If
the contractor or anybody deployed by him for this work is
found guilty of irregulated open burning of plastic, rubber, waste
and similar substances a fine of Rs.5000/- on each occasion shall
be imposed in addition to the other rights and remedies
available in the contract. Decision of Engineer in-charge shall be
final and binding in this regard.

Page 26 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Execution of works in the vicinity of track:- i) The work is


required to be executed on / under / near the running railway
lines in electrified territory. The contractor is expected to ensure
due precaution and safety arrangements for safety and
protection of railway traffic and assets, labours and equipments
working at site. ii) Necessary speed restrictions / caution orders,
traffic blocks, indicator boards and man-power for protection of
worksite as per provisions of IRPWN, LWR Manual and other
relevant codes / manuals etc. shall be arranged by the railways.
iii) No work on / near the track shall be commenced until and
unless the authorized P. Way Inspector has imposed necessary
37 No No Not Allowed
caution order / speed restriction and / or has availed requisite
traffic block. The work shall be taken up in presence of
competent Railway supervisor authorized by the Engineer In
Charge. Only after ensureing adequate protection of worksite.
iv) The contractor shall be responsible for safety of his man-
power, equipments etc. at his own cost. He shall deploy his
lookout man with P.A. System to warn the labourers and
machinery. v) For working of machinery near track necessary
precautions and safety arrangements specified is the CE Circular
No. 16, 31 & Revised CEs circular No.31 and IRPWM shall be
followed strictly.
TENDER FORM (Second Sheet) 1. Instructions to Tenderers and
Conditions of Tender: The following documents form part of
Tender / Contract: (a) Tender Forms - First Sheet and Second
Sheet (b) Special Conditions/Specifications (enclosed) (c) Bill(s)
of quantities (enclosed) (d) Standard General Conditions of
Contract and Standard Specifications (Works and Materials) of
Indian Railways as amended/corrected upto latest correction
slips, copies of which can be seen in the office of CPM/GSU/NAG
38 obtained from the office of the Dy.Chief Engineer, SEC Railway No No Not Allowed
on payment of prescribed charges. (e)Standard Schedule of
Rates (SSOR) as amended / corrected upto latest correction
slips, copies of which can be seen in the office of CPM/GSU/NAG
or obtained from the office of the Dy.Chief Engineer, S.E.C
Railway on payment of prescribed charges. (f) All general and
detailed drawings pertaining to this work which will be issued by
the Engineer or his representatives (from time to time) with all
changes and modifications.
2. Drawings for the Work: The Drawing for the work can be seen
in the office of the CPM/GSU/NAG and / or Dy.Chief Engineer,
GSU/ NAG, S.E.C Railway at any time during the office hours.
The drawings are only for the guidance of Tenderer(s). Detailed
working drawings (if required) based generally on the drawing
mentioned above, will be given by the Engineer or his
representative from time to time. 3. The Tenderer(s) shall quote
his / their rates as a percentage above or below the Standard
Schedule of Rates (SSOR) of South Eastern Central Railway as
applicable to Nagpur Division except where he/they are required
to quote item rates and must tender for all the items shown in
the Bill(s) of Quantities attached. The quantities shown in the
39 attached Bill(s) of Quantities are given as a guide and are No No Not Allowed
approximate only and are subject to variation according to the
needs of the Railway. The Railway does not guarantee work
under each item of the Bill(s) of Quantities. The tenderer(s) shall
quote rates / rebates only at specified place in Tender Form
supplied by Railway. Any revision of rates / rebates submitted
(quoted) through a separate letter whether enclosed with the bid
(Tender Form) or submitted separately or mentioned elsewhere
in the document other than specified place shall be summarily
ignored and will not be considered. 4. Tenders containing
erasures and / or alterations of tender documents are liable to
be rejected. Any correction made by tender(s) in his/their entries
must be attested by him /them.

Page 27 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 6. Bid Security: (a) Subject to exemptions provided


under para 5(1) (a) of Part-1 (ITT) of this document, the tender
must be accompanied by a Bid Security as mentioned in tender
documents, failing which the tender shall be summarily rejected.
(b) The Tenderer(s) shall keep the offer open for a minimum
period of 60 days (in case of two packet system of tendering
90days) from the date of closing of the Tender. It is understood
that the tender documents have been issued to the Tenderer(s)
and the Tenderer(s), is / are permitted to tender in consideration
of the stipulation on his / their part that after submitting his /
their tender subject to the period being extended further, if
required by mutual agreement from time to time, he will not
resile from his offer or modify the terms and conditions thereof
in a manner not acceptable to Nagpur Division, South East
Central Railway. Should the tenderer fail to observe or comply
with the foregoing stipulation, the amount deposited or Bank
guarantee bond submitted as Bid Security for the due
performance of the above stipulation, shall be forfeited to the
40 No No Not Allowed
Railway. (c) If his tender is accepted, (i) the Bid Security
mentioned in sub para(a) above deposited in cash through e-
payment gateway will be retained as part security for the due
and faithful fulfillment of the contract in terms of Clause 16 of
the Standard General Conditions of Contract; (ii) the Bid Security
mentioned in sub para(a) above submitted as Bank guarantee
bond, will be encashed as part security for the due and faithful
fulfillment of the contract in terms of Clause 16 of the Standard
General Conditions of Contract. The Bid Security of other
Tenderers shall, save as herein before provided, be returned to
them, but the Railway shall not be responsible for any loss or
depreciation to the Bid Security that may happen thereto while
in their possession, nor be liable to pay interest thereon. (d) In
case Contractor submits the Term Deposit Receipt/Bank
Guarantee Bond towards either the Full Security Depositor the
Part Security Deposit equal to or more than Bid Security, the
Railway shall return the Bid Security so retained as per sub
para(c) above, to the Contractor.
SGCC clause 7. Rights of the Railway to deal with Tender: The
authority for the acceptance of the tender will rest with the
Railway. It shall not be obligatory on the said authority to accept
the lowest tender or any other tender, and tenderer(s) shall
neither demand any explanation for the cause of rejection of his/
their tender nor the Railway to assign reasons for declining to
consider or reject any particular tender or tenders. 8. If the
tenderer(s) deliberately gives / give wrong information in his /
their tender or creates / create circumstances for the
acceptance of his / their tender, the Railway reserves the right to
41 No No Not Allowed
reject such tender at any stage. 9. 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 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 28 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 10.3 Bid Capacity: The tender/technical bid will be


evaluated based on bid capacity formula detailed as Annexure-
VI. 10.4 No Technical and Financial credentials are required for
tenders having advertised value up to Rs 50 lakh. 10.5
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,
42 relevant date shall be as on the last day of month previous to No No Not Allowed
the one in which tender is invited. In case of any other currency,
the same 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.
[Explanation for Para 10 of the Tender Form (Second Sheet)
including Para 10.1 to 10.5 -
Eligibility Criteria: 1. 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 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. 2. 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 day
of month previous to the one in which tender is invited, the
completed work shall be considered for fulfillment of credentials.
3. If a work is physically completed and completion certificate to
this extent is issued by the concerned organization but final bill
is pending, such work shall be considered for fulfillment of
credentials 4. In case of completed work, the value of final bill
(gross amount) including the PVC amount (if paid) shall be
43 No No Not Allowed
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) shall be considered as the completion cost
of work. In case of substantially completed 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. 5. If a bidder has successfully
completed a work as subcontractor and the work experience
certificate has been issued for such work to the subcontractor by
a Govt. Organization or public listed company as defined in Note
for Item 10.1 Para 10 of the Tender Form (Second Sheet), the
same shall be considered for the purpose of fulfillment of
credentials. 6. 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
completed work, shall be considered and no separate evaluation
for each component of that work shall be made to decide
eligibility.

Page 29 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

7. In case of newly formed partnership firm, the credentials of


individual partners from previous propriety firm(s) or dissolved
previous partnership firm(s) or split previous artnership firm(s),
shall be considered only to the extent of their share in previous
entity on the date of dissolution / split and their share in newly
formed partnership firm. For example, a partner A had 30%
share in previous entity and his share in present partnership
firm is 20%. In the present tender under consideration, the
credentials of partner A will be considered to the extent of
0.3*0.2*value of the work done in the previous entity. 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)
44 No No Not Allowed
in case of dissolution of partnership firm(s) etc. 8. 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 30%, 30% & 40% respectively
and credentials of Rs 10 crore; in case partner C quits 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.
9. 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 same principles as mentioned in item 6 above. For this
purpose, the tenderer shall 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. 10. 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 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. 11. In case a partner in a partnership firm
is replaced due to succession as per succession law, the
proportion of credentials of the previous partner will be passed
45 No No Not Allowed
on to the successor. 12. 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 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. 13. 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 other
partnership firm "AX" earned after the date of becoming a
partner of the firm AB shall not be added in partnership firm AB.
14. In case a tenderer is LLP, the credentials of tenderer shall be
worked out on above lines similar to a partnership firm. 15. In
case company A is merged with company B, then company B
would get the credentials of company A also.]

Page 30 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 11. Tenderer Credentials: Documents testifying


tenderer previous experience and financial status should be
produced along with the tender. Tenderer(s) who is / are not
borne on the approved list of the Contractors of ________ Railway
shall submit along with his / their tender: (i) Certificates and
testimonials regarding contracting experience for the type of job
for which tender is invited with list of works carried out in the
past. (ii) Audited Balance Sheet duly certified by the Chartered
Accountant regarding contractual payments received in the
past. (iii) The list of personnel / organization on hand and
proposed to be engaged for the tendered work. Similarly list of
Plant & Machinery available on hand and proposed to be
inducted and hired for the tendered work. (iv) 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. Non 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
46 documents duly self attested / digitally signed by which they/he No No Not Allowed
are/is qualifying the Qualifying Criteria mentioned in the Tender
Document. (v) 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
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 there under. (vi) (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
found to be false, forged or incorrect after the award of contract,
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.
SGCC clause 12 Non-compliance with any of the conditions set
47 forth therein above is liable to result in the tender being No No Not Allowed
rejected.
SGCC clause 13 Execution of Contract Documents:- The
successful tenderer(s) shall be required to execute an
agreement with the President of India acting through the South
East Central Railway for carrying out the work according to
Standard General Condition of Contract-April'2022 ,
48 No No Not Allowed
Specifications annexed to the tender and specifications for work
and materials and laid down in Standard General Condition of
Contract- April'2022 and Indian Railway Unified Standard
Specifications (Works and Materials) Volume I & II of 2010 of
Engineering department as amended /corrected up to date.

Page 31 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 14. Documents to be Submitted Along with Tender


(i) 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
enclose the attested copies of the constitution of their concern,
and copy of 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. (ii)
Following documents shall be submitted by the tenderer: (a)
Sole Proprietorship Firm: (i) All documents in terms of Para 10 of
the Tender Form (Second Sheet) above. (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) All other documents in terms of Para 10 of the
Tender Form (Second Sheet) above. (c) Partnership Firm: (i) All
documents as mentioned in para18 of the Tender Form (Second
Sheet). (d) Joint Venture (JV): All documents as mentioned in
49 No No Not Allowed
para 17 of the Tender Form (Second Sheet). (e) Company
registered under Companies Act2013: (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) All other documents in
terms Para 10 of the Tender Form (Second Sheet) above. (f) 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 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 Para 10 of the Tender Form
(Second Sheet). (g) 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 documents
and create liability against the Society/Trust. (iv) A copy of Rules
& Regulations of the Society (v) All other documents in terms of
Para 10 of the Tender Form (Second Sheet) above. (iii) 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 / Registered Company etc., then the tender
shall be treated as having been submitted by the individual who
has signed the tender. (iv) After opening of the tender, any
50 document pertaining to the constitution of Sole Proprietorship No No Not Allowed
Firm / Partnership Firm / Registered Company/ Registered Trust /
Registered Society /HUF /LLP etc. shall be neither asked nor
considered, if submitted. Further, no suo moto cognizance of any
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. (v) A tender from JV shall be considered only where
permissible as per the tender conditions. (vi) 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. Railway may, however, recognize such power of
attorney and changes after obtaining proper legal advice, the
cost of which will be chargeable to the Contractor.

Page 32 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 15. 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
51 resolution, failing which tender shall be summarily rejected. A No No Not Allowed
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 Appostille certificate.

Page 33 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 16. Employment/Partnership etc. of Retired Railway


Employees: (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/members 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 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
52 award of contract, should a tenderer depute for execution of the No No Not Allowed
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 being, and now in his
employment, then the tenderer will ensure that retired 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
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 16.a), b), c) above has not been
furnished, contract is liable to be dealt in accordance with
provision of clause 62 of the Standard General Condition of
contract.
53 Tender against PEMD / SEMD will not be accepted. No No Not Allowed

Page 34 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 6. Care in Submission of Tenders: (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 taken into account and that the rates
he enters in the tender forms are adequate and all inclusive to
accord with the provisions in Clause-37 of the Standard General
Conditions of Contract for the completion of works to the entire
satisfaction of the Engineer. (a)(ii) Tenderers will examine the
various provisions of The Central Goods and Services Tax Act,
2017(CGST)/ Integrated Goods and Services Tax Act, 2017
(IGST)/ Union Territory Goods and Services Tax Act,
2017(UTGST)/ respective state's State Goods and Services Tax
Act (SGST) also, 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. (a)(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 the award of contract, without
which no payment shall be released to the Contractor. The
54 Contractor shall be responsible for deposition of applicable GST No No Not Allowed
to the concerned authority. (a)(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 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, the tender shall be signed
by the individual legally authorized to enter into commitments
on their behalf. (c) The Railway will not be bound by any power
of attorney granted by the tenderer or by changes in the
composition of the firm made subsequent to the execution of the
contract. It may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which
will be chargeable to the Contractor. 6.1 The tenderers shall
submit a copy of certificate stating that all their
statements/documents submitted alongwith bid are true and
factual. Standard format of certificate to be submitted by the
bidder is enclosed as Annexure-V. Non submission of above
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 is qualifying
the Qualifying Criteria mentioned in the Tender Document.

Page 35 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 7 CONSIDERATION OF TENDERS: Right of Railway


to Deal with Tenders: The Railway reserves the right of not to
invite tenders for any of Railway work or works or to invite open
or limited tenders and when tenders are called to accept a
tender in whole or in part or reject any tender or all tenders
without assigning reasons for any such action. In case if tender
is accepted in part by Railway administration, Letter of
Acceptance shall be issued as counter offer to the Tenderer,
which shall be subject to acceptance by the Tenderer. 7A. Two
Packets System of Tendering: With a view to assess the tenders
technically without being influenced by the financial bids, 'Two
Packets System of tendering' shall be adopted wherein tender
documents provide for the same. 7B. Pre Bid Conference:
Intenders having advertised value more than Rs 50 Crore or as
mentioned in the tender document, Railway shall conduct Pre
Bid Conference(s) with the prospective bidders. 7C. Make in
India Policy: Provisions of Make in India Policy 2017 issued by
Govt. of India, as amended from time to time, shall be followed
for consideration of tenders. 7D. Permission to Bid for a bidder
55 from a country which shares Land boundary with India: Any No No Not Allowed
bidder from the countries sharing a land border with India will be
eligible to bid in any procurement of works (including turnkey
projects) only if the bidder is registered with the Competent
Authority. The Competent Authority for registration will be the
Registration Committee constituted by the Department for
Promotion of Industry and Internal Trade (DPIIT), Government of
India. For interpretation of this para, Department of Expenditure,
Ministry of Finance, Government of India letter F.No.6/18/2019-
PPD dated 23/07/2020 shall be referred. 7E. Clarification of Bids:
To assist in the examination, evaluation & comparison and
prequalification of the Tender, the Railway may, at its discretion,
ask any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder that is not in response to a request by the
Railway shall not be entertained or considered. The Railway
request for clarification and the response of the bidder in this
regard shall be in writing. However, if a Bidder does not provide
clarification of its bid by the date and time communicated in the
Railway request for clarification, the bid shall be evaluated as
per the documents submitted along with the bid.

Page 36 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 19 (1) EXECUTION OF WORKS Contractor's


understanding: It is understood and agreed that the Contractor
has, by careful examination, satisfied himself as to the nature
and location of the work, the conformation of the ground, the
character, quality and quantity of the materials to be
encountered, the character of equipment and facilities needed
preliminary to and during the progress of the works, the general
and local conditions, the labour conditions prevailing therein and
all other matters which can in any way affect the works under
the contract. 19.(2) Commencement of Works: The Contractor
shall commence the works within 15 days after the receipt by
him of an order in writing to this effect from the Engineer and
shall proceed with the same with due expedition and without
delay 19.(3) Accepted Programme of Work: The Contractor who
has been awarded the work shall as soon as possible but not
later than 30 days after the date of receipt of the acceptance
letter in respect of contracts with initial completion period of two
years or less or not later than 90 days for other contracts have
to submit the detailed programme of work indicating the time
schedule of various items of works in the form of Bar
Chart/PERT/CPM. He shall also submit the details of organization
(in terms of labour and supervisors), plant and machinery that
he intends to utilize (from time to time) for execution of the work
56 within stipulated date of completion. The programme of work No No Not Allowed
amended as necessary by discussions with the Engineer, shall
be treated as the agreed programme of the work for the purpose
of this contract and the Contractor shall endeavor to fulfill this
programme of work. The progress of work will be watched
accordingly and the liquidated damages will be with reference to
the overall completion date. Nothing stated herein shall preclude
the Contractor in achieving earlier completion of item or whole
of the works than indicated in the programme. In Contracts for
works of New Line/Gauge Conversion/Doubling/ Railway
Electrification, finalized through Tenders having advertised
value more than Rs.50crores, the Contractor shall submit a
detailed time programme to the Engineer within 30 days after
issue of LOA. The program shall include the physical and
Financial Progress vis-a-vis program and forecast cash flow
adopting Project Management Software such as Primavera/Sure
Track/MS Project etc. The program must identify the milestones,
interface requirements and program reporting elements. The
Contractor shall supply, free of cost one set of authorized
software to the Engineer and the soft copy of structured
program for the project. This shall be updated every month. The
Contractor shall also submit a revised programme whenever the
previous programme is inconsistent with actual progress. Each
programme shall include:

Page 37 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

The order in which the Contractor intends to carry out the Works,
including the anticipated timing of each stage, Contractor's
Documents, procurement, manufacture of Plant, delivery to Site,
construction, erection and testing, each of these stages for work
by each ubcontractor, if any, the sequence and timing of
inspections and tests specified in the Contract, and a supporting
report which includes: a general description of the methods
which the Contractor intends to adopt, and of the major stages,
in the execution of the Works, and details showing the
Contractor's reasonable estimate for the number of each class of
Contractor's Personnel &Equipment, required on the Site for
each major stage. Unless the Engineer, within 21 days after
receiving a programme, gives notice to the Contractor stating
the extent to which it does not comply with the Contract, the
Contractor shall proceed in accordance with the programme,
subject to his other obligations under the Contract. The Engineer
shall be entitled to rely upon the programme when planning
their activities. If, at any time, the Engineer gives notice to the
Contractor that a programme fails (to the extent stated) to
comply with the Contract or to be consistent with actual
57 No No Not Allowed
progress and the Contractor's stated intentions, the Contractor
shall submit a revised programme to the Engineer within 15
days in accordance with this Sub-Clause. 19.(4) Setting out of
Works: The Contractor shall be responsible for the correct
setting out of all works in relation to original points, lines and
levels of reference at his cost. The Contractor shall execute the
work true to alignment, grade, levels and dimensions as shown
in the drawing and as directed by the Engineer's representative
and check these at frequent intervals. The Contractor shall
provide all facilities like labour and instruments and shall co-
operate with the Engineer's representative for checking of all
alignment, grades, levels and dimensions. If, at any time, during
the progress of the works any error appear or arise in any part
of the work, the Contractor, on being required so to do by the
Engineer's representative shall, at his own cost rectify such
errors, to the satisfaction of the Engineer's representative. Such
checking shall not absolve the Contractor of his own
responsibility of maintaining accuracy in the work. The
Contractor shall carefully protect and preserve all bench marks,
sight rails, pegs and other things used in setting out the work.

Page 38 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Railway board's letter No. 2018/CE-I/CT/9 Dated 04.06.2018


LETTER OF CREDIT (LC):(i)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 letter of credit (LC)
arrangement. (ii)This option of taking payment through LC
arrangement has to be exercised in IREPS (Indian Railway
Electronic Procurement System - the e-application on which
tenders are called by Railways) by the tenderer at the time of
bidding itself and the tenderer shall affirm having read over and
agreed to the terms and conditions of the LC option. (iii)The
option so exercised, shall be an integral part of the bidder's
offer. (iv)The above option of taking payment through LC
arrangement, once exercised by tenderer at the time of bidding,
shall be final and no change shall be permitted, thereafter,
during execution of contract. (v)In case tenderer opts for
payment through LC, following shall be the procedure to deal
release of payment through LC. (a)The LC shall be a sight LC.
(b)The contractor shall select his Advising/Negotiating bank for
58 No No Not Allowed
LC. The incidental cost towards issue of LC and its operation
thereof shall be borne by the contractor. (c)SBI, New Delhi, Main
Branch will be the nodal branch for issue of LCs based on online
requests received from Railway Accounts Units for tenders
opened in financial year. SBI branches where the respective
Railway Accounts Office has its Account (local SBI branch) will be
the issurance / reimbursing branch for LC issued under this
arrangement. The Bank shall remain same for this tender till
completion of contract. The incidental cost @ 0.023% per annum
of LC value, towards issue of LC and operation thereof shall be
borne by the contractor sand shall be recovered from his bills.
(d)The LC shall be opened initially for duration of 180 to 365
days in consultation with contractor. The LC shall be extended
time to time as per the progress of the contract, on the request
of the contractor. The value of LC to be opened initially as well
as extended thereafter shall be finalized by the engineer in
consultation with the contractor on the basis of expected
progress of work.

Page 39 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

e)The LC terms and conditions shall inter-alia indemnify and


save harmless the Railway from and against all losses, claims
and demands of every nature and description brought or
recovered against the Railways by reason of any act or omission
of the contractor, his agents or employees, in relation to the
Letter of Credit (LC). All sums payable/bone by Railways on this
account shall be considered as reasonable compensation and
paid by contractor. (f)The LC terms and conditions shall inter-alia
provide that Railways will issue a Document of Authorisation
(format enclosed as Annexure 2) after passing the bill for
completed work, to enable contractor to claim the authorized
amount from their bank. (g)The acceptable, agreed upon
document for payments to be released under the LC shall be the
Document of Authorisation. (h)The Document of Authorisation
shall be issued by Railway Accounts Office against each bill
passed by Railways. (i)On issuance of Document of
Authorisation, a copy of Document of Authorisation shall be
posted on IREPS for download by the contractor. A digitally
signed copy of Document of Authorization shall also be sent by
59 Railway Accounts Office to Railway's bank (Local SBI Branch). No No Not Allowed
(j)The contractor shall take print out of the Document of
Authorisation available on IREPS and present his claim to his
bank (advising Bank) for necessary payments as per LC terms
and conditions. The claim shall comprise of copy of Document of
Authorisation. Bill of Exchange and Bill. (k)The payment against
LC shall be subject to verification from Railway's Bank (Local SBI
Branch). (l)The contractor's bank (advising bank) shall submit
the documents to the Railway's Bank (Local SBI Branch). (m)The
railway's bank (issuing bank) shall, after verifying the claim so
received w.r.t. the digitally signed Document of Authorisation
received from Railway Accounts Office, release the payment to
contractor's bank (advising bank) for crediting the same to
contractor's account. (n)Any number of bills can be dealt within
one LC, provided the sum total of payments to contractor is
within the amount for which LC has been opened. (o)The LC shall
be closed after the release of final payment including PVC
amount, if any, to the contractor. (p)The release of performance
guarantee or security deposit shall be dealt directly by railway
with the contractor i.e., not through LC.

Page 40 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

As per Railway Board's letter No.2007/CE-I/CT/18/pt.13


dated.04.10.2010 : The aspect of vitiation of tender with respect
to variation in quantities should be checked and avoided. In case
of vitiation of the tender (both for increase as well as decrease
of value of contract agreement), sanction of the competent
authority should be obtained. A contract shall be considered
"vitiated" only when, the following percentage variation in
contract value between tenderers are noticed to have been
exceeded. Value of contract: Percentage difference between
present contractor and new L-1 as a result of variation.
(Percentage shall be calculated with base as the revised
contract quantities multiplied by the rates of the present
contractor.) (1)Small value contracts (Tender Value less than
Rs.50 lakh): 10 Percent (2) Other than small value contracts
(Tender Value equal to or more than Rs.50 lakh) :5 Percent.
When the percentage difference between present Contractor
and new L-1 is noticed as becoming beyond the values specified
above, the following action shall be taken. The Railway
administration should immediately examine whether it is
practicable to bring in a new agency to carry out the extra
60 quantity of work keeping in view the progress of the work in No No Not Allowed
accordance with the original contract and the nature and lay-out
of the work. If it is found that there will be no serious practical
difficulty in meeting the additional quantity of work done by
another agency, then fresh tenders for the extra quantity may
be invited otherwise negotiating the rate with the existing
contractor for arriving at a reasonable rate for the additional
quantities of work, may be adopted. The above shall be
regulated as under. (a) The case shall be decided by the tender
accepting authority (competent for the revised quantity) and
shall not be treated as a case of single tender. (b) These
instructions will be similarly applicable to earning contracts with
H-1, H-2 substituted for L-1, L-2 and so on. (c) Executives while
executing the work shall make all efforts to ensure that no
vitiation takes place in normal circumstances. Vitiation should
be an exception rather than a routing affair. Efforts should be
made to invite bids on the basis of percentage above/below/at
par. (d) Vitiation should always be computed with respect to the
items, rates, quantities and conditions as available at the time of
Tender Opening and subsequent changes / additions by way of
new items will not be counted for computing Vitiation.
SGCC clause 23. Working during Night: The Contractor shall not
carry out any work between sun-set and sun-rise without the
previous permission of the Engineer. However, if the Engineer is
61 satisfied that the work is not likely to be completed in time No No Not Allowed
except by resorting to night work, he may order the same
without confirming any right on the Contractor for claiming any
extra payment for the same.

Page 41 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 55-A. Provisions of Contract Labour (Regulation and


Abolition) Act, 1970: 55-A. (1) The Contractor shall comply with
the provision of the contract labour (Regulation and Abolition)
Act, 1970 and the Contract labour (Regulation and Abolition)
Central Rules 1971 as modified from time to time, wherever
applicable and shall also indemnify the Railway from and against
any claims under the aforesaid Act and the Rules. 55-A.(2) The
Contractor shall obtain a valid license under the aforesaid Act as
modified from time to time before the commencement of the
work and continue to have a valid license until the completion of
the work. Any failure to fulfill the requirement shall attract the
penal provision of the Act. 55-A.(3) The Contractor shall pay to
the labour employed by him directly or through subcontractors
the wages as per provision of the aforesaid Act and the Rules
wherever applicable. The Contractor shall notwithstanding the
provisions of the contract to the contrary, cause to be paid the
wages to labour, indirectly engaged on the works including any
engaged by sub-contractors in connection with the said work, as
if the labour had been immediately employed by him. 55-A.(4) In
respect of all labour directly or indirectly employed in the work
for performance of the Contractor's part of the contract, the
Contractor shall comply with or cause to be complied with the
62 provisions of the aforesaid Act and Rules wherever applicable. No No Not Allowed
55-A.(5) In every case in which, by virtue of the provisions of the
aforesaid Act or the rules, the Railway is obliged to pay any
amount of wages to a workman employed by the Contractor or
his subcontractor in execution of the work or to incur any
expenditure on account of the contingent, liability of the Railway
due to the Contractor's failure to fulfill his statutory obligations
under the aforesaid Act or the rules, the Railway will recover
from the Contractor, the amount of wages so paid or the amount
of expenditure so incurred and without prejudice to the rights of
the Railway under the Section 20, Sub-Section (2) and Section 2,
Sub-Section (4) of the aforesaid Act, the Railway shall be at
liberty to recover such amount or part thereof from Contractor's
bills/Security Deposit or any other dues of Contractor with the
Government of India. The Railway shall not be bound to contest
any claim made against it under Sub-Section (1) of Section 20
and Sub-Section (4) of Section 21 of the aforesaid Act except on
the written request of the Contractor and upon his giving to the
Railway full security for all costs for which the Railway might
become liable in contesting such claim. The decision of the Chief
Engineer regarding the amount actually recoverable from the
Contractor as stated above shall be final and binding on the
Contractor.

Page 42 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

55-B.Provisions 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 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. 55-C (i) Contractor is to abide by the provisions of various
labour laws in terms of above clause 54, 55, 55-A and 55-B of
the Standard General Conditions 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 in 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
in the portal within 7 days of receipt of such request. (b)
Contractor once approved by any Engineer, can create password
63 No No Not Allowed
with login ID (PAN No.) for subsequent use of portal for all Letter
of Acceptances (LoAs) issued in his favour. (c) The contractor
once registered on the portal, shall provide details of his Letter
of Acceptances (LoAs) / Contract Agreements 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. (ii)
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 or
Engineer's representatives that "I have uploaded the correct
details of contract labours engaged in connection with this
contract and payments made to them during the wage period in
Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till ____Month,
____Year."
SGCC clause 55-D. Provisions of "The Building and Other
Construction Workers (Regulation of Employment and Conditions
of Service) Act, 1996" and "The Building and Other Construction
Workers' Welfare Cess Act, 1996": The tenderers, for carrying
out any construction work, shall get themselves registered with
64 the Registering Officer under Section-7 of the Building and Other No No Not Allowed
Construction Workers Act, 1996 and Rules made thereto by the
concerned State Govt., and submit Certificate of Registration
issued by Registering Officer of the concerned State Govt.
(Labour Dept.). The Cess shall be deducted from contractor's
bills as per provisions of the Act.
SGCC clause 56. Reporting of Accidents: The Contractor shall be
responsible for the safety of all employees directly or through
petty Contractors or subcontractor employed by him on the
65 works and shall report serious accidents to any of them however No No Not Allowed
and wherever occurring on the works to the Engineer or the
Engineers Representative and shall make every arrangement to
render all possible assistance.

Page 43 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 57. Provision of Workmen's Compensation Act: In


every case in which by virtue of the provisions of Section 12
Sub-Section (1) of the Workmen's Compensation Act 1923,
Railway is obliged to pay compensation to a workman directly or
through petty Contractor or sub-contractor employed by the
Contractor in executing the work, Railway will recover from the
Contractor the amount of the compensation so paid, and,
without prejudice to the rights of Railway under Section 12 Sub-
section (2) of the said Act, Railway shall be at liberty to recover
such amount or any part thereof from Contractor's bills/Security
Deposit or any other dues of Contractor with the Government of
India. Railway shall not be bound to contest any claim made
against it under Section 12 Sub-Section (1) of the said Act
66 No No Not Allowed
except on the written request of the Contractor and upon his
giving to Railway full security for all costs for which Railway
might become liable in consequence of contesting such claim.
57-A. Provision of Mines Act: The Contractor shall observe and
perform all the provisions of the Mines Act, 1952 or any
statutory modifications or reenactment thereof for the time
being in force and any rules and regulations made there under
in respect of all the persons directly or through the petty
Contractors or sub-contractors employed by him under this
contract and shall indemnify the Railway from and against any
claims under the Mines Act, or the rules and regulations framed
thereunder, by or on behalf of any persons employed by him or
otherwise.
SGCC clause 58. Railway not to Provide Quarters for Contractors:
No quarters shall normally be provided by the Railway for the
accommodation of the Contractor or any of his staff employed
on the work. In exceptional cases where accommodation is
67 No No Not Allowed
provided to the Contractor at the Railway's discretion, recoveries
shall be made at such rates as may be fixed by the Railway for
the full rent of the buildings and equipments therein as well as
charges for electric current, water supply and conservancy.
SGCC clause 59.(1) Labour Camps: The Contractor shall at his
own expense make adequate arrangements for the housing,
supply of drinking water and provision of latrines and urinals for
his staff and workmen, directly or through the petty Contractors
or sub-contractors and for temporary creche (Bal- Mandir) where
50 or more women are employed at a time. Suitable sites on
Railway land, if available, may be allotted to the Contractor for
the erection of labour camps, either free of charge or on such
terms and conditions that may be prescribed by the Railway. All
camp sites shall be maintained in clean and sanitary conditions
by the Contractor at his own cost. 59.(2) Compliance to Rules for
Employment of Labour: The Contractor(s) shall conform to all
laws, bye-laws rules and regulations for the time being in force
pertaining to the employment of local or imported labour and
shall take all necessary precautions to ensure and preserve the
health and safety of all staff employed directly or through petty
contractors or sub-contractors on the works. 59.(3) Preservation
of Peace: The Contractor shall take requisite precautions and
68 No No Not Allowed
use his best endeavours to (i) Prevent any riotous or unlawful
behaviour by or amongst his workmen and other employed
directly or through the petty Contractors or sub-contractors on
the works and for the preservation of peace and protection of
the inhabitants and (ii) Security of property in the neighborhood
of the works. In the event of the Railway requiring the
maintenance of a Special Police Force at or in the vicinity of the
site during the tenure of works, the expenses thereof shall be
borne by the Contractor and if paid by the Railway shall be
recoverable from the Contractor. 59.(4) Sanitary Arrangements:
The Contractor shall obey all sanitary rules and carry out all
sanitary measures that may from time to time be prescribed by
the Railway Medical Authority and permit inspection of all
sanitary arrangements at all times by the Engineer, the
Engineer's Representative or the Medical Staff of the Railway.
Should the Contractor fail to make the adequate sanitary
arrangements, these will be provided by the Railway and the
cost thereof recovered from the Contractor.

Page 44 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

59.(5) Outbreak of Infectious Disease: The Contractor shall


remove from his camp such labour and their families as refuse
protective inoculation and vaccination when called upon to do so
by the Engineer or the Engineer's Representative on the advice
of the Railway Medical Authority. Should cholera, plague, or
other infectious disease break out, the Contractor shall burn the
huts, beddings, clothes and other belongings of or used by the
infected parties and promptly erect new huts on healthy sites as
required by the Engineer, failing which within the time specified
in the Engineer's requisition, the work may be done by the
Railway and the cost thereof recovered from the Contractor. 59.
(6) Treatment of Contractor's Staff in Railway Hospitals: The
Contractor and his staff, other than labourers and their families
requiring medical aid from the railway hospital and dispensaries
will be treated as private patients and charged accordingly. The
Contractors' labourers and their Families will be granted free
treatment in railway hospitals and dispensaries where no other
hospitals or dispensaries are available provided the Contractor
pays the cost of medicines, dressing and diet money according
to the normal scale and additional charges for special
examinations such as pathological and bacteriological
examination, X-Ray, etc. and for surgical operation. 59. (7)
69 No No Not Allowed
Medical Facilities at Site: The Contractor shall provide medical
facilities at the site as may be prescribed by the Engineer on the
advice of the Railway Medical Authority in relation to the
strength of the Contractor's resident staff and workmen. 59. (8)
Use of Intoxicants: The sale of ardent spirits or other intoxicating
beverages upon the work or in any of the buildings,
encampments or tenements owned, occupied by or within the
control of the Contractor or any of his employees shall be
forbidden and the Contractor shall exercise his influence and
authority to the utmost extent to secure strict compliance with
this condition. 59.(9) 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 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.

Page 45 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

SGCC clause 60.(1) Non-Employment of Labourers below the


age of 15: The Contractor shall not employ children below the
age of 15 as labourers directly or through petty Contractors or
sub-contractors for the execution of work. 60. (2) Medical
Certificate of Fitness for Labour: It is agreed that the Contractor
shall not employ a person above 15 and below 19 years of age
for the purpose of execution of work under the contract unless a
medical certificate of fitness in the prescribed form (Proforma at
Annexure-VIII) granted to him by a certifying surgeon certifying
that he is fit to work as an adult, is obtained and kept in the
custody of the Contractor or a person nominated by him in this
behalf and the person carries with him, while at work; a token
giving a reference to such certificate. It is further agreed that
the responsibility for having the adolescent examined medically
at the time of appointment or periodically till he attains the age
of 19 years shall devolve entirely on the Contractor and all the
expenses to be incurred on this account shall be borne by him
and no fee shall be charged from the adolescent or his parent
for such medical examination. 60.(3) Period of Validity of
Medical Fitness Certificate: A certificate of fitness granted or
renewed for the above said purposes shall be valid only for a
period of one year at a time. The certifying surgeon shall revoke
a certificate granted or renewed if in his opinion the holder of it,
is no longer fit for work in the capacity stated therein. Where a
70 No No Not Allowed
certifying surgeon refuses to grant or renew a certificate or
revoke a certificate, he shall, if so required by the person
concerned, state his reasons in writing for doing so. 60. (4)
Medical Re-Examination of Labourer: Where any official
appointed in this behalf by the Ministry of Labour is of the
opinion that any person employed in connection with the
execution of any work under this contract in the age group 15 to
19 years is without a certificate of fitness or is having a
certificate of fitness but no longer fit to work in the capacity
stated in the certificate, he may serve on the Contractor, or on
the person nominated by him in this regard, a notice requiring
that such persons shall be examined by a certifying surgeon and
such person shall not if the concerned official so directs, be
employed or permitted to do any work under this contract unless
he has been medically examined and certified that he is fit to
work in the capacity stated in the certificate. EXPLANATIONS: (1)
Only Qualified Medical Practitioners can be appointed as
"Certifying Surgeons" and the term "Qualified Medical
Practitioners" means a person holding a qualification granted by
an authority specified in the Schedule to the Indian Medical
Degrees Act, 1916 (VII to 1916) or in the Schedule to the Indian
Medical Council Act, 1933 (XXVII) of 1933. (2) The Certifying
surgeon may be a medical officer in the service of State or
Municipal Corporation.
All the bidders/ tenderers should ensure that they are GST
71 compliant and their quoted tax structure / rates are as per GST No No Not Allowed
law.
The maintenance period for the instant work shall be 06 (Six)
72 No No Not Allowed
months from the date of completion of the work.
In case of more than one L-1 bidders, tender may be awarded to
tenderer having higher Bid Capacity. In case Bid Capacity is also
the same, tenderer having done more value of similar work in
73 No No Not Allowed
last three previous financial years and the current financial year
upto the date of opening of the tender, may be selected for the
award.
LIST OF WORK COMPLETED :During last 07 (seven) years, ending
last day of month previous to the one in which tender is invited
1Sr. No.,2.Description of work, 3,Agreement no. and
74 No No Not Allowed
date.,4.Original Agree mental Value,5.Date of award,6.Date of
Work Actucal Completed,7.Final contract value Received upto
........, 8Reason for delay in completion of work.
LIST OF ONGOING WORKS 1.Sr. No.,2.Description of work,
75 3.Agreement no. and date.,4. Original Agree mental No No Not Allowed
Value,5.Date of award.

Page 46 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

For Ballast tender: The tenderer is required to submit test report


of ballast as per provisions of "Specification of Track Ballast, IRS-
GE-I, JUNE 2004, along with the tender which should not be old
76 No No Not Allowed
more than 180 days from the date of opening of tender, failing
which the offer shall be summarily rejected. This is applicable
only for ballast (depot supply or cess supply).
The following document should be / may be submitted along
with Tender Form :- (a)List of personnel, organization available
on hand and proposed to be engaged for the subject work.
(b)List of plant & machinery available on hand (own) and
proposed to be inducted (own) and hire to be given separately
for the subject work. (c )List of work completed in the last three
financial years given description of work, organization for whom
executed, approximate value of contract at the time of award,
date of award and date of scheduled completion and final value
of contract should also be given. (d)List of work on hand
indicating description of work, contract value, and approximate
77 value of balance work yet to be done and date of award. e)An No No Not Allowed
audited balance sheet dully certified by Chartered Accountant
for last three financial years other relevant documents to be
given in support of financial turn over. Tender committee shall
still examine the over all financial soundness of the tenderers
based upon the volume of work handled, turnover, balance
sheet etc. Note:- (1) In case of item (c) and (d) above supportive
documents/certificate from the organizations with whom they
worked / are working should be enclosed. (2) Certificate from
private individuals, private organizations / private limited
company / public limited company (Private sector) shall not be
accepted.
Contractors employees should be mandatorily provided with
necessary safety gear such as luminous jackets crash helmats
78 industrial boots safety belts safety jackets etc. and he has also No No Not Allowed
to mandatorily provided hooters / megaphones at his own cost
at all work site.
Opening of e-tender: The e-tender will be opened online on the
IREPS portal anytime after the tender closing date and time.
79 No No Not Allowed
Railways reserve the right to open the tender any time after the
time of closing of tender.
The submitted e-tender will be considered as digitally signed by
the tenderer as a confirmation from the tenderer that the
80 tenderer has read, agreed and accepted all the conditions under No No Not Allowed
laid down documents as well as Schedule of Tender, General and
Special Conditions.
The tender/contract will be governed by standard General
81 Condition of Contract April' 2022 duly updated with latest No No Not Allowed
correction slips up to date of opening of tender.
The process of implementation of Contractor 'e-Measurement
82 Book' will be strictly followed as per Railway Board's letter No No Not Allowed
No.2017/CE-UCT/9, Dated:31.05.2023.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 47 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(1)Note for LHS/LROB/RUB/ROB (1.1)The work shall be executed


in accordance with the provisions of IRS : B-1 :2001 m(Indian
Railway Standard Specifications for Fabrication of Erection of
Steel Girder Bridges and locomotive Turn Tubles) and IRS Steel
Bridge Code including all correction slips issued up to date of
tender opening. The tenders are advised to read and understand
both these standards thoroughly before quoting their rates.
(1.2)Any temporary arrangement strengthening of member(s) if
required in connection with launching of girders shall be at
contractors cost including restoring it back as per original
standard drawing. (1.3)On completion of work the contractor
shall clear all temporary staging and other arrangements,
obstruction and restore it to its original position (1.4) Detailed
launching scheme along with design of formwork and staging
should be got done from a reputed Design consultant having
past experience of similar type of work Proof Checked from
VNIT/IIT/Govt Engineering College and to be submitted to the
1 No No Not Allowed
railway for approval and nothing extra will be paid on this
account. (1.5)All layers of painting should be separately got
approved by Engineer or his authorized representative. (1.6)All
structural steel shall be conform to IS 2062, Quality 'BO' Grade
Designation- E250 fully Killed and with normalizing / normalizing
rolling / controlled rolling, plates less than 12mm their need not
be with normalizing / normalizing rolling / controlled rolling. The
structural steel shall be used of reputed manufacturer specified
in the list of ISPs given in the conditions for Supply of Steel.
(1.7)Fabrication of steel Girders shall be done by RDSO
approved firm at their workshop. (1.8)Testing of Steel shall be
carried out from any Government Engineer College /
Government approved Lab at contractor's cost before
commencement of work. Testing shall be done as per relevant
BIS specifications and separately for each lot. (1.9) Inspection of
fabrication assembling of Bow String Girders will be done as per
approved QAP by Railway / Authorised Agency and RDSO.
The launching scheme and the temporary arrangement/staging
shall be designed, keeping in view the site conditions
particularly the road & train traffic, yard layout, its feasibility etc,
and shall be as agreed and permitted/approved by the Railway.
List of Drawings shall cover tentatively: 1General Arrangement
Drawing for the entire bridge as per site conditions. 2General
arrangement and details of foundations. 3General arrangement
of piers, abutments, bed blocks, pedestals, collars bearing
pedestals, dirt wall, fly wing, approach slab. 4General
arrangement of superstructure showing the details of composite
steel girders, PSC girders, deck slab, cross girders, walls,
diaphragms, gap slab, foot paths, kerbs, crash barrier, lamp
posts etc. 5General arrangement and detailed drawing for
elastomeric bearings and strip seal expansion joints, drainage
spouts, POT/PTEF bearings etc. 6Detailed drawings covering the
above including reinforcement details etc. 7Detailed camber
diagram of steel girder. 8Detailed drawings showing the position
2 No No Not Allowed
of gauges etc for non-destructive load test on superstructure.
9Detailed drawings of RE wall with proposed facia as approved
by Engineer in approaches and all other drawings required for
execution of RE wall. 10Temporary staging and launching
scheme drawing for track spans and other spans. 11Above list of
drawing is only indicative and not exhaustive. Contractor has to
submit all the drawings required for completion of the LHS.
(2.19)Design shall be carried out in terms of specifications,
codes of latest editions of IRC (Indian Roads Congress) and ISI
(Indian Standard Institution) now BIS: The specifications
mentioned herein the special condition, shall be prime
governing. Where there is no provision of specification in IRC
and IS Specification, IRS (Indian Rly Standards) specifications
shall be followed. Apart from the basic data, specifications etc.,
all design shall be governed by the following codes as
revised/corrected/ amended up to date. Decision of CPM/GSU/
S.E.C. RAILWAY/ Nagpur shall be final in this regard.

Page 48 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

The Indian Roads Congress Standard Specifications and Code of


Practice for Road Bridges: Section - I: General Features of Design
- IRC -5- 1998. Section - II: Loads and Stresses - IRC -6- 2014 or
its latest version. Section - III: Cement Concrete (Plain and
Reinforced) IRC - 21-2000. Section - VII: Foundation and
Substructure IRC - 78-2000. IRC-18-2000 for Design Criteria for
Prestressed Concrete Road Bridges. IRC- 24-2001, Section -V for
Standard specifications and Code of Practice for Road Bridges.
IRC-83 Part-I 1999: Metallic Bearings. IRC-83 Part-II 1987:-
Elastomeric Bearings. IRC-83 Part-III - 2002:-Pot Bearings. IRC -
SP- 33 Guide line on supplemental measure for design, detailing
and durability of Important Bridge Structures. Other IRC Codes
that are referred shall be mentioned in the design calculations.
IS - 456-2000: Code of practice for plain and reinforced cement
concrete. IS - 1786-1985: High strength deformed steel bars &
3 No No Not Allowed
wires for concrete Reinforcement. IS-2911 Pt-I/Sec-2-1979: Code
of practice for Design & Const of pile fdtns (bored cast in situ
piles) IS - 2911 Part-IV-1985: Load test on piles IS-2502-1963:
Code of practice for bending and fixing of bars for concrete
Reinforcement. IS - 5525 -1969: Recommendations for detailing
of reinforcement in reinforced Concrete works. IS - 2062- 1992:
Steel for general structural purposes specification Note The
above references are only indicative. Design is to be done as per
latest version of BIS/IRS/IRC/MOST codes/specifications and
prevalent guidelines. (2.21)M.O.S.T: Drawing SD/303 for details
of drainage spout. Indian Railways Concrete Bridge Code with
latest Addendum & Correction Slips. (2.22)Overall scheme
should be developed merging all the specified requirements
keeping in view optimum economy without scarifying aesthetic
consideration.

Page 49 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(4)Special Condition of Contract (4.1)RUB/LRUB/LHS/ROB are to


be constructed (4.2) Necessary survey should be carried out at
the site of work alongwith Railway's representative with total
station and all latest survey instruments, leveling and collection
of all data including subsoil data for obtaining soil
characteristics, so as to plan the execution of the work with
contractor's own cost. Nothing extra will be paid on this account.
(4.3)Procurement of all necessary plants, equipments, pumps or
any other machinery required for the work etc. should be done
by the contractor at his own cost and no extra payment will be
made. (4.4)Construction of wing & return or Face wall etc.
wherever required is to be done as per the Railway's General
Arrangement Drawing. (4.5)Removal of existing underground as
well as overhead obstruction in the Railway area near the site of
work which is likely to obstruct the work are to be removed
before execution of work by the contractor at his own cost,
otherwise he will be responsible for any damages to structure
and the cost of such damages will be recovered from the bills.
The nature of damage and cost thereof to be recovered will be
at the discretion of the railway. (4.6)During the entire
construction if any dewatering is required for carrying out the
work, the contractor has to do it at his own cost and no extra
payment will be made. (4.7)Removal / disposal of earth
4 excavated is to be done by contractor as per the instructions of No No Not Allowed
Engineer at site. (4.8)Poorly executed concrete have to be
demolished and repair will not be allowed. (4.9)All steel to be
used shall be of SAIL/TISCO/RASTRIYA ISPAT and any other
firm/s approved by railway. Testing of steel shall be carried out
from Govt. Engg. College / Govt. approved labs at contractor's
cost, well before commencing of work, as per IS specifications.
Relevant bills for steel & Cement procured for the work shall be
submitted by the contractor to the railway. (4.10)Contractor has
to arrange his own cement & steel as per Railway's specification
and necessary Test certificate from the supplier is to be
submitted for the cement, and steel to be used on the work. If
required by Engineer in charge additional testing from Govt.
approved Laboratory or Institute is to be arranged by the
contractor at his own cost. (4.11)Before starting concreting
work, the contractor shall submit design mix for various grades
of concrete to be used from Govt. approved Institute/Laboratory
at his own cost. The same shall be approved by Engineer & only
then the work shall commence. Whenever Engineer desires,
even during progress of work, contractor shall be bound to re-
arrange design mixes from Govt. approved Institute / Laboratory
at his own cost. (4.12) All the material used shall confirm to
standard Railway specifications as updated till date unless
otherwise specified.

Page 50 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(4.13)Laboratory, Contractor should establish quality Assurance


system submit QAP. Contractor shall establish a central
laboratory for carrying out testing to ensure compliance as per
the quality Assurance Plan (QAP) as per details in this document.
The laboratory should be well equipped for the testing facilities
for the works required in agreement as per QAP. The above
central laboratory shall have facility for carrying out all tests
required as per specifications or as stated elsewhere in the
contract, including supply of laboratory equipment and also
provision of adequate number of qualified personnel, erection,
maintenance and running of laboratory including all consumable
like chemicals and reagents. If the laboratory is not provided
within 1 month of issue of letter of acceptance, a deduction of
Rs.2,00,000/- will be made on monthly basis. In addition of
these, field testing equipments are also to be arranged wherever
required and instructed by Engineer. Further, cost of tests and
all incidental and departmental charges etc. carried out at any
other approved laboratory/test house shall be borne by the
contractor. (4.14)Payment of steel shall be made for actual steel
used in concrete work. No payment will be made for steel
5 brought extra at site, wastages and unauthorized overlaps. No No Not Allowed
(4.15)Work shall be executed using weigh batcher and mixer
with water doser. One No. Auto Level along with its accessories,
one no. Total station along with its accessories, two Nos. Laser
Based Distance Measuring Device and Concrete testing rebound
hammer (digital) to be provided.(4.16)The decision of the
Engineer incharge as to the period for which the required
technical staff was not employed by the contractor and as to the
reasonableness of the amount to be deducted on this account
shall be final and binding on the contractor.) (4.17)No repairs /
plastering of concrete surfaces shall be allowed. Poorly executed
honey combed concrete shall be demolished by contractor at his
own cost and will not be paid for. (4.18)The contractor will
transport his tools and plants, labour to the bridge site by his
own means. Railway will not provide any new service roads for
movement of contractor's vehicles. How ever existing service
road can be used by the contractor free of charge. At other
places contractor will have to make his own arrangements for
movement of his vehicle. The Railway however reserves the
right to make use of this work formed by contractor as and when
necessary without any payment to the contractor.

Page 51 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(4.19) Execution of works in the vicinity of track:- i) The work is


required to be executed on / under / near the running railway
lines in electrified territory. The contractor is expected to ensure
due precaution and safety arrangements for safety and
protection of railway traffic and assets, labours and equipments
working at site. ii) Necessary speed restrictions / caution orders,
traffic blocks, indicator boards and man-power for protection of
worksite as per provisions of IRPWM, LWR Manual and other
relevant codes / manuals etc. shall be arranged by the railways.
iii) However contractor will have to provide, free of cost, equal
number of man-days in the form of competent P.Way labours to
the SSE/P.Way concerned to compensate number of man-days
consumed for protection of work site. Duration, manner and
extent of track protection, competency and deployment of
P.Way labours supplied by the contractor shall be decided by
the Engineer - In - Charge whose decision shall be final binding.
No claim, what so ever it may be, shall be considered on this
account. iv)No work on / near the track shall be commenced
until and unless the authorized P.Way Inspector has imposed
necessary caution order / speed restriction and / or has availed
requisite traffic block. The work shall be taken up in presence of
competent Railway supervisor authorized by the Engineer - In -
Charge. Only after ensuring adequate protection of worksite.
v)The contractor shall be responsible for safety of his man-
power, equipments etc. at his own cost. He shall deploy his
lookout man with P.A. System to warn the labourers and
6 No No Not Allowed
machinery. vi)For working of machinery near track necessary
precautions and safety arrangements specified is the CE Circular
No. 16 & 31 and IRPWM shall be followed strictly. (4.20)The
contractor will be held responsible for any loss or damages or
injury during course of work to the labours or to public/private
persons, contractor shall bear all the loss and expenditure
involved. (4.21)The Contractor shall keep his lookout man for
warning the workmen of the arrival of train etc, to ensure safety
of the workman and equipment. (4.22)SUPPLY OF WATER:-The
Contractor should make at his own cost his own arrangement for
supply of water required for the works including water required
for curing purpose and also for drinking purpose, the quality of
the water used in concreting should be potable. (4.23)ELECTRIC
SUPPLY:- No power connection/Generators will be provided by
the railways. The contractor shall make his own arrangement at
his own cost for power connection, if required (4.24)TAXES AND
ROYALTY:- All rates quoted in the tender shall be deemed to be
inclusive of all taxes including turnover tax, Maharashtra sales
Tax in the transfer of property in goods involved in execution of
works on contracts as existing at present and as amended at
any time in future, octroi in any form and royalties etc., all taxes
and duties payable by the contractor to the Government or
public of local authority and no additional amount will be paid or
claim entertained on this account by Railway. The contractor is
liable to pay any charges/fees levied by the local authority
/Government during execution.

Page 52 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(4.25) No mobilization advance shall be payable for the above


work. The contractor shall make necessary arrangements of
machinery, tools and plants to complete the above work at his
own cost. The mode of payment will be as per the rate of items
given in the Tender schedule. The payment will be done as per
the quantity executed by the contractor as per the specification
and approved drawings of the railway. The payment will be
made in different stages through on account bills. (4.26)For the
items operated in USSOR-2021, the unified standard
specifications of rates (Bridge & Formation works), CPWD DSR-
2021 Volume-I & II are to be followed. (4.27)INSPECTION
VEHICLES The contractor shall be responsible to provide one no.
inspection vehicle (Scorpio/Bolero or equivalent) in good
condition (Model not more than 3 years old) for 90 days
exclusively for the movement of Engineer or his authorized
representative and bear all expenditures in this regard including
running cost up to 3000 Kms per month on all working days. No
separate payment shall be admissible on this account. In case
the contractor fails to provide vehicles a recovery @ Rs. 5000/-
per day for each vehicle shall be made. In this regard decision of
Engineer-in-charge shall be final and binding. (4.28)CODES &
RELEVANT SPECIFICATION:- The following codes and
specifications will be followed:- i)Indian Railway Bridge rules
adopted 1941 revised August 1964 incorporated Correction slips
up to date ii) Indian Railways Standard (IRS) Bridge Sub-
structure and Foundation Code Adopted 1936 and Revised 1985
with correction slip up to date. iii)The Concrete Bridge Code -
7 code of practice of plain, reinforced and prestressed concrete No No Not Allowed
for general bridge construction with correction slip No.1 to 9,
Year 1936 - First revised 1962, Second revised 1997, Printed
in1999 with up to date correction slip. iv) IS-432 Pt.-1 code of
practice for mild steel and medium tor steel steel bars. v)IS-
1786-1985 code of practice for cold twisted steel bars for
concrete reinforcement. vi) IS-456-2000 (Latest edition) with up
to date A & C slip. vii) The above list is not exhaustive. Any other
relevant Indian Railway Standards, Indian Standard
Specification, Indian Road Congress Standard as applicable to
work. (4.29)In case any train is detained at the approach of
worksite or at a station on account of its passage being
considered unsafe by Railway Supervisors due to bad
workmanship of contractor or the parameters being
unsatisfactory for the passage of train or due to the contractor
leaving the work unfinished or due to work delayed by the
contractor, due to crane failure, resulting in bursting of block,
Railway shall be entitled to recover detention charges from the
contractors bills or security deposit or any other dues etc. at the
rate of Rs. 1,00,000/- per hour of detention or part thereof for
each train so detained. Detention to trains as determined by the
Railways shall be final and binding upon the contractor.
(4.30)The contractor shall have to make his own arrangements
at his own cost for movement of his vehicle, machinery like
crane, poclain/Hitachi/JCB etc. The rate must include for all such
jobs. (4.31)All the materials used during the execution should
confirm to Railway's specification and decision of Engineer-in-
charge will be final in this regard.

Page 53 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

(4.32)No condition with respect of technical specification will be


entertained and if any tenderer quotes condition modifying
specification, the tender would be liable for rejection.
(4.33)Entire method for design mix concrete shall be approved
by Railway Engineer and each step will have to be followed
strictly. All necessary arrangement and tests for concrete mix
design will have to be done by the contractor at his own cost. No
extra payment will be made on this account, ( 4. 3 4 )SITE
OFFICE : The contractor will set up a reasonably furnished site
office of area about 15 Sqm. as directed by the Engineer at a
8 No No Not Allowed
central location either by hiring a building or by erecting
temporary building/Prefab-building with proper electric
arrangement, water supply and sanitary fittings with good
roofing & flooring for exclusive use of the Engineer and his
representative. Minimum 1 computers and 1 printer should be
available at this office. (4.35) Contractor may have to raise OH
water tank to ensure regular supply to automatic water
measuring system on concrete mixer. (4.36) Mixer capacity
should be at least 1 bag and not more than 40% volume should
be filled. Pan mixtures are preferable.
GUIDELINES FOR CONCRETING/RCC WORK 1. Hand mixing will
not be permitted. Contractor should arrange his own concrete
mixer/vibrators etc. However in exceptional cases hand mixing
9 and /or can be permitted by the Dy.CE/GSU/NGP for unimportant No No Not Allowed
and small structures. The contractor should obtain prior written
permission of Dy.CE/GSU/NAG before doing any work using hand
mixed/hand compaction.
2. i. Form work/Shuttering should be of the following materials:
A. Well-seasoned Marine or Laminated ply wood for sides of
Beam and columns B. Mild steel plates for slab and beam bottom
ii. Care should be taken during assembly, erection and casting
so that soft faces and edges are not damaged. Cut edges of ply
tic holes should be sealed using aluminum paint or chlorinated
rubber paint. The form work including complete false work shall
be designed by the contractor in accordance with IS: 2750, 4041
and other relevant IS codes without any extra cost and these
shall be got approved from the engineer in charge before taking
up the form work. The contractor shall entirely be responsible
for the adequacy and safety for false work notwithstanding any
approval or review by Engineer or his drawing and design. So far
as practicable clamps shall be used to hold forms together.
Where use of nails is unavoidable, minimum number of nails
10 No No Not Allowed
shall be used and these shall be left projecting so that they can
be easily withdrawn. Use of double-headed nails shall be
preferred. The form work should be made so as to produce
finished concrete true to shape, lines, levels, plumb and
dimensions as shown on the drawings, subject to the following
tolerance unless otherwise specified in this documents or
drawings as directed by the Engineer-in-charge a) Section
dimensions-5 mm. b) Plumb-1 in 1000 of height c) Levels-3mm
before any deflection has taken places. The tolerance given
above are for local aberrations in the finished concrete surface
only and not for the entire surface as a whole or for the setting
and alignment of from work, which should be as accurate as
possible to the Engineer-in-charge. iii. The shuttering shall have
smooth and even surface and its joint shall not permit leakage
of cement slurry.

Page 54 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

3. Concrete cover blocks having same strength and proportion


as of proposed RCC or required size should be provided in RCC
work to give required clear cover as under, as a part of the RCC
work, without any extra charges. A) RCC Beams 90-cm c/c to
each main bottom bar and also to stir ups at sides B) RCC
Slabs@ 27 Nos. per 10 Sq. m. 4.Newly laid concrete shall be
covered by gunny bags, plastic, tarpaulins etc. 5.Wooden
centering will not be allowed without written prior permission of
Dy.CE/GSU/NGP. In general steel centering should only be used
comprising of standard steel adjustable props and standard steel
trusses/joints/spans, centering plates for bottom of slab and
steel plates for bottom of beams etc. of adequate strength
properly balanced for obtaining adequate rigidity to withstand all
loads coming on it including permanent and temporary fixtures
and fastenings etc. The supporting arrangement designed by the
11 No No Not Allowed
contractor shall conform to the relevant I.S. Code and standard
practice adopted in this type of work. The centering
arrangement shall be adequately braced and properly secured
by using appropriate type of fastenings and fixtures to ensure
stability and rigidity of the centering to withstand all loads
coming on it. Removal of forms Form work can be struck when
the concrete has gained enough strength up to self-supporting
and also to carry other loads that may be put on it. * Vertical
side of slab, beams, columns and walls-24-48 hrs. * Slabs (Props
left) under-3 days * Beams sofits (Props left) under-7 days *
Bottom of slabs up to span of 4.5 meter-7 days * Bottom of slabs
above 4.5 meter span * Bottom of beams up to 6 meter span
and -14 days * Bottom of arches up to 6 meter span * Bottom of
beams over 6 meter span and * Bottom of arches over 6 meter
span-21 days.
6. Only machine crushed hard stone coarse aggregates or gravel
will be permitted. The gradation of fine and coarse aggregates
shall be in confirmation to IS 383-1970. The fine and coarse
aggregates shall be used after proper washing only. 6. Only
machine crushed hard stone coarse aggregates or gravel will be
permitted. The gradation of fine and coarse aggregates shall be
in confirmation to IS 383-1970. The fine and coarse aggregates
shall be used after proper washing only. 7. For mixing of
concrete Tilting/Non Tilting/Reversing drum type free fall
mixtures shall be used with a mixing time of 1.5 to 2 minutes for
one cum capacity drums. The mixture blades gaps should not be
more than 30 mm. and it should be provided with proper
unloading chute inclined at 45 degree slop, half round shape
made of steel plate. 8. Compaction of concrete shall be as
stipulated below. (A) By hand compaction for petty works of
small concreting only with written permission of Dy.CE/GSU/NGP
12 only. (B) Internal spud or needle vibrators for general concreting No No Not Allowed
works including RCC slabs. (C) By surface/plate vibrators for
consolidations of road slabs, roof slabs floors etc. (D) By external
vibrators for columns congested reinforcement, for compaction
of concrete in thin members. (E) Number of passes of the
Vibrator shall be decided by AEN-In- Charge of the work. (F)
Sufficient number of spare vibrators of required type should also
be kept at site and at least one vibrator set operated with diesel
or petrol generator should also be arranged for continuous
working during failure of electric supply. When needle vibrators
are used, at least three numbers vibrators in working condition
should be kept at site and the vibrators should be used
alternatively after 30 minutes use. 9.Curing of concrete shall be
done for a minimum period of 21 days either by hauling or
spreading of water or using waste materials or using plastic
sheets/water proof paper or using curing compounds with all
contractors material. For this, no extra payment shall be made.

Page 55 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

10. Before commencement of work, the contractor shall have to


make available well trained and skilled workers as indicated
below. Note:-Mix design should be used for which testing
charges, cost of making of cubes as well as cost of materials etc.
should be borne by the contractor. No payment shall be made
on this account. The testing should be made through approved
Engineering college / Institutions i) Carpenter - for sturdy
formwork and safe false work. ii) Steel Fitter to ensure clear
cover vibrator neatly insertion. iii) Concrete Mixer Driver - to
ensure proper cohesion, slump and water cement ratio. iv) Man
for placing concrete. v) Concrete Vibrator Man for giving
vibration to grid X & Y direction. vi) Concrete Curing Man to
ensure proper frequency of curing. vii) Mason to insure proper
finishing level, Laitance Removal, Repairing Concrete. These
labours shall be examined by the Engineer in charge and if they
are found suitable to his satisfaction then only the work will be
allowed to commence. However, relaxation can be given by AEN
in charge for no deployment of any of the 7 skilled workers for
small petty work. 11. Proper walkways should be provided using
walkway stools to avoid disturbance of reinforcement due to
movement of labours. Walking on reinforcement will not be
13 allowed. 12. The following routine daily test should be conducted No No Not Allowed
for mass concreting. i) Ball (Laddu) Test for checking of cohesion
One ball of round 3 dia. meter shall be made from the concrete
mix and after keeping it on the palm, it shall be thrown up to 2
to 3 times. The ball should not break on dropping from height of
6 and it should break on dropping from a height of 12. ii) Slump
Test This test should be conducted for determining the desired
workability. Slump cone with 16 mm. dia. and 600 mm. long rod
shall be used for the above test. iii) Lab Test (Cube Test) Should
be done as and when required for mass concreting as per the
relevant IS code. 13. Following templates (Kandas) should be
used to de-skill the work and to avoid possibility of bad workman
ship as per requirement to be decided by the Engineer-in-
Charge. i) Internal beam template. ii) External beam template.
iii) Winged cover stopper for column top. iv) Badhai template for
concrete top level of slabs if form work is high. 14. The concrete
used for the work should be a homogenous mass and any
concreting work have following defects will be summarily
rejected. a) Honeycombing b) Cold joints (Delay in placement of
adjacent or next layer of concrete) c) Poor construction joints. d)
Porous concrete and porous cover blocks. e) Inadequate
concrete cover to reinforcement bars.
(SPECIFICATION FOR STEEL REINFORCEMENT) "Supply of TMT
reinforcement bars should have conformity to the SCHEDULE OF
TECHNICAL REQUIREMENTS for SUPPLY OF TMT REINFORCEMENT
BARS to Indian Railway. All reinforcement steel (TMT Bar) and
structural steel as per IS: 1786 and IS: 2062 with latest
14 amendment should be procured from the primary producers of No No Not Allowed
steel i.e. a.SAIL b.TISCO c.RINL d.Any other Primary Steel
Producer having Integrated Steel Plant (ISP) and using iron ore
as the basic raw material and having in-house iron rolling
facilities, followed by production of steel through the process of
DRI-EAF, BF-BOF and Corex-BOF only.

Page 56 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Note: - (i). The contractor shall produce the certificate in


advance before supply start issued by plant manufacturer/Plant
consultant (with documentary proof of process) establishing
process being used at plant is either of DRIEAF, BF-BOF and
Corex-BOF route only, for manufacturing TMT reinforcement bar
using iron ore as basic raw materials. (ii). All Reinforcement
Steel (TMT Bars) shall be procured as per specifications
mentioned in BIS's document - IS: 1786. Independent tests shall
be conducted, wherever required, to ensure that the materials
procured conforms to the specifications and cost of testing to be
borne by the Contractor and no extra payment will be given to
15 the contractor. The particular type/grade/brand of reinforcement No No Not Allowed
steel/bars only to be used from the manufacturing
companies/plant. (iii). The contractor shall disclose the source
from where supplies of Steel is received by him and maintain a
detailed record of receipt of steel from different sources and
shall keep the challan, Railway receipts, lorry number, etc. and
store balance in a register as directed by the Engineer-in-charge
and produce the same to the Engineer as and when demanded.
A copy of purchase document shall have to be submitted along
the bill for claiming payment against these Items. Railway
reserves the right to inspect contractor store Godown /material
yard and documents pertaining to procurement of steel.
(iv). Payment towards Steel will be made on the basis of actual
consumption (payment of overlaps and chairs will also be made)
and no wastage on any of the material supplied and used in the
work by the contractor is payable by the Railway. (v). In case of
any doubts regarding quality of Steel, the Railway may order to
get it tested. Acceptance of the supplied steel shall be subject to
such test results and cost of testing will have to be borne by the
contractor and no extra payment will be made by the Railway.
(vi). The quantity will be calculated using standard weight per
running meter or actual weight whichever is less and minimum
16 required over laps will be provided as per IS:456 (Latest No No Not Allowed
revision). The quantity of chairs shall be payable as per drawing
showing layout of chair locations duly approved in advance by
the Engineer. (vii). Manufacture's Test certificate for steel used
should be produced and the same should conform to IS:1786.
(viii). All reinforcement used should be free from loose Mill scale,
loose rust, paints and oil coating etc. (ix). Contractor has to use
galvanized wire not less than 1mm diameter for binding of
reinforcement steel. No extra payment shall be applicable for
binding wire. (x). DY CE (GSU)/NGP, Authority Engineer is the
authority to approve steel as per above specification."

Page 57 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

Special conditions for Cement to be supplied by the Contractor


1. After completion of the work, the empty bags of cement shall
be handed over to the Railway, if are not handed over, then @
Rs. 2.50 per bag shall be deducted from the contractors bill. 2.
Cement for use in the work should be procured by the contractor
from the main producer / their authorized dealer / authorized
stockyard, which should be confirming to IS specification. 3.
Contractor shall maintain one source of supply and shall submit
copy of periodical test analysis of cement produced by the
manufacturer. Change in source will have to be intimated with
submission of fresh test certificate from manufacturer. 4.
Cement supplied should be from reputed manufacturer as
approved by the Engineerincharge. 5. Cement bags preferably in
paper bag packing or other type of approved packing should
bear the following information in legible markings. : i.
Manufacturers name. Ii.Registered Trade Mark of Manufacturer,
if any. Iii.Type of cement. Iv.Weight of each bag in Kgs. OR No.
of bags/Tonnes. V.Date of manufacturing, generally marked as
week of the year/year of manufacture i.e., 30/96 which means
30th week of year 1996. 6.Engineerincharge shall have full
discretion to take samples during the course of work and send
sample of cement for testing at the cost of contractor and shall
be free to reject the supplied cement the tested cement if not
found in conformity to IS specifications. 7. Tests on cement to be
17 No No Not Allowed
as per IS 4031, some of the tests which may be carried out are:
i. Compressive strength. Ii.Initial and final setting time.
iii.Consistency iv.Soundness. 8. The rate of cement per bag
should include all charges such as transporting, loading,
unloading, handling, stacking and storing alongwith all taxes,
charges and duties levied by Central/State government and
local bodies etc. 9.Storage: contractor shall provide suitable
covered accommodation for storage of cement to protect from
aggressive environment at site within railway premises at his
own cost. The site and arrangements should be got approved
from Engineer-in-charge or his authorized representative. 10.
Cement shall be stored above the ground and in perfectly dry
and water-tight sheds and shall be stacked not more than eight
bags high. 11. The procurement of cement should be so
regulated, so as not to allow cement becoming more than 3
months old. 12. Any cement which has been stored at site for
more than three months, the contractor shall retest the cement
and test certificate shall be submitted to Engineer-in-charge for
his approval prior to use of the same. 13. Payment: The quantity
of cement as specified in schedule is only approximate and the
payment for cement supply will be made only for the total
quantity supplied after use in the work from time to time. The
contractor shall have to submit purchase vouchers and test
certificate for every consignment of cement.
Contractors employees should be mandatorily provided with
necessary safety gear such as luminous jackets crash helmats
18 industrial boots safety belts safety jackets etc. and he has also No No Not Allowed
to mandatorily provided hooters / megaphones at his own cost
at all work site.
The Contractor shall also employ following Qualified Engineers
during execution of the allotted work: (a)One qualified Graduate
Engineer when cost of work to be executed is Rs.200 lakh and
above, and (b)One qualified diploma Holder Engineer when cost
of work to be executed is more than Rs.25 lakhs but less than
Rs.200 lakh. Further, incase the contractor fails to employ the
qualified Engineer, as aforesaid in above paras, he, in terms of
19 No No Not Allowed
provisions of Clause 26A.2 to the General Conditions of Contract,
shall be liable to pay an amount of Rs.40,000/- and Rs.25,000/-
for each month or part thereof for the default period for the
provisions, as contained in above para (a) and (b) respectively.
Provision for deployment of Qualified Engineers (Graduate
Engineer or Diploma Holder Engineer) shall be for the values as
prescribed above.

Page 58 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

ADDITIONAL SPECIAL CONDITIONS 1.Precedence Order - In case


of any conflict / contradiction between provisions of (1) Schedule
of quantities and rates (2) Special conditions of contract (3)
Instructions to tenderers & (4) General conditions of contract,
20 the precedence will be in the same order i.e. provisions No No Not Allowed
mentioned in schedule of quantities and rates will prevail over
the remaining three. Provisions mentioned in special conditions
of contract will prevail over instructions to tenderers and GCC.
Instructions to tenderers will prevail over GCC.
CERTIFICATION OF FAMILARISATION I/We hereby solemnly
declare that I/We have visited the site of above work and have
familiarized myself/ourselves of the working condition there in
all respects and in particular the following:- Topography of the
Area Existing Road Network (Highways or Other Type) and
Availability of Service Roads Soil Conditions at Site of the work
Sources and Availability of Construction Materials Rates for
Construction Materials Availability of Construction Materials
21 No No Not Allowed
Availability of Local Labour Skilled/Unskilled and the Prevailing
Labour Rates Availability of Water & Electricity Availability of
Space for Putting UP labour Campss, Offices, Store Godowns.
Engineering Yard Etc. Approaches available to tackle the work
from both ends and will mark necessary arrangements at
his/their own cost so as to complete the work as per the target
Pattern of train movement, availability of traffic blocks and
speed restrictions in the section.
Scope of Work: "Construction of LROB for elimination of manned
22 No No Not Allowed
LC No TT-4 at km 1055/2 TMR-TRID line.
Guidelines for protection of cables while doing work its vicinity:-
1. Cable route marking for all types of cable must be made
available block section wise on Rail net. 2. Before allowing the
contractor to work near the tracks, the work executing agency
(like Sr. DSTE/Sr. DEN/Sr. DEE or Dy. CSTE/ Dy. CEE/Dy.CE etc.)
shall ensure that the permission has been granted by the
division to the contractor in accordance with the local
instructions/ JPO to work in the vicinity of the cables. Zonal
railways shall devise suitable mechanism and timelines for the
obtaining/granting such permission. 3. In case of works being
taken up by the State Government, National Highway Authority
etc. zonal railways shall devise mechanism for shifting the
cables or for proper protection of cables before granting
permission to work. 4. The engineering control shall keep all the
information regarding any works being done near the track. S&T
and electricalcontrolshall obtainthisinformationfrom engineering
control. These controls shall coordinate among themselves to
ensure that no work is done in the vicinity of the
23 No No Not Allowed
trackwithoutproperpermission.5.The
concerned/P.Way/SE/Works/SE/Sig/SE/Tele, SE/Electrical (TRD or
G) or Rail Telsupervisors supervising the work of the contractor
shall ensure that the existing emergency sockets are
notdamagedduetotheirimportance in providing communication
during accident/emergency. 6. For all new works, cable shifting
should be a mandatory part of DPR and estimate. For ongoing
works, Zonal Railways may sanction works
forcableshiftingifnecessary through
contingency/supplementary/revised estimate where provision
does not exist. However, in case zonal railways decide not to
shift cables (due to any reason) then protection of cable shall be
ensured by the zonal railways during execution of the work. 7.
Penalty to be imposed for damages to cable shall be as under:
Cable damaged (Penalty per location): Only Quad cable of
Signaling cable -Rs.1.0 Lakh, Only OFC damaged- Rs.1.25 Lakh,
Both OFC & Quad cable damaged- Rs.1.50 Lakh, Electrical Cable
damaged- Rs.1.0 Lakh.

Page 59 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

No work in public spaces shall commence without the


installation of hard barricades, caution boards, safety boards,
and proper site cordoning to ensure the safety of road users and
the public. Payment for barricades shall be made as per the
24 schedule items in the contract. Cordoning off for temporary No No Not Allowed
works shall be done by the contractor at their own cost using
movable barricades, caution tapes, boards, nets, etc. The
Railway reserves the right to impose penalties as deemed
necessary for unsafe work.
Inspection and test checks shall be conducted by PSSA
25 engineers as per RB Letter No. 2016/CE-I/CT/14/Measurement, No No Not Allowed
dated 02.08.2024
The contractor shall provide progress monitoring software such
26 as MS Project or Primavera and submit a monthly collaborative No No Not Allowed
review report to the Engineer-in-Charge.
The contractor shall maintain audio-video records of
concealed/Hidden works, Major QC tests and traffic blocks
27 carried out at the site and submit them to the Railways as and No No Not Allowed
when required. No additional payment shall be made for this
work
The contractor shall maintain and provide all quality control (QC)
records as per CE Circular No. 31 on a daily basis at the site. All
28 No No Not Allowed
records shall be readily available at the worksite for inspection
by PPSA/Railway representatives.
Note for item No.041011 & 041013: Payment Schedule shall be
as (i) On Receipt of material at Site/Workshop- 40% Payment (ii)
29 On Fabrication of Girder - 20% Payment (iii) On Completion of No No Not Allowed
Erection and Launching - 20% Payment (iv) Completion in all
respect- 20%
Deployment of Engineers & Staff: The contractor shall provide
and keep on the works, during the execution of the works,
efficient and competent Engineers to ensure that the work is
executed strictly as per provisions of the contract. It shall be the
obligation on the part of the contractor to provide the following
minimum engineering staff at site: - 1.Project Manager - Degree
holder with minimum experience of 4 years/Diploma holders
with minimum experience of 6 years in the field- [1 Nos]
30 No No Not Allowed
2.Engineer (Quality Control) - Degree holder with minimum
experience of 3 years/Diploma holders with minimum
experience of 5 years' experience in the field-[1 Nos] 3.Site
Engineer (Civil) - Degree holder with minimum experience of 3
years/Diploma holders with minimum experience of 5 years in
the field- [1 Nos] 4.Survey Engineer - Degree holder with
minimum experience of 3 years/Diploma holders with minimum
experience of 5 years in the field- [1 Nos]

Page 60 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

In addition to the above, requisite number of staff for laboratory


and other supervisory staff shall be deployed by the contractor.
The technical staff shall be got approved in writing from the
Engineer (whose approval may be withdrawn any time) for
supervision of works and to receive direction from the Engineer
or his representative of the work on behalf of the contractor. The
supervisory staff of the contractor will not be changed without
the approval of the Engineer. In addition to above, 02 (Two)
skilled labourers for assisting in various works related with
instant tender such as taking levels, measurements, chowkidar,
security patrolling, night watchman, office watchman etc. as the
requirement may be and decided by Engineer. These four
labourers shall be provided by contractor but shall be deployed
and controlled by the Assistant Executive Engineer/Executive
Engineer as per requirement. These skilled labourers shall report
30.1 No No Not Allowed
to Engineer's representative and normally shall not be changed
frequently as they are to be trained and made familiar with
Railway's requirement. In case the contractor failed to provide
above said labourers, a recovery @ notified by Government
(Labour rate) shall be done. In this regard decision of Executive
Engineer/Assistant Executive Engineer shall be final and binding.
The decision of the Engineer as to the period for which the
required technical staff was not employed by the contractor and
as to reasonableness of the amount to be deducted on this
account shall be final and binding on the contractor. The details
of skilled manpower/workers trade wise i.e. skilled, semiskilled
workers, labour, arrangement of boarding/lodging along with the
details of permanent staff shall be submitted by the contractor
within 15 days after the award of work to him. This shall be
submitted along with the program of works.
The contractor has to deploy the Project Manager, Engineer
(Quality Control) and Survey Engineer within one month of issue
of the letter of acceptance. The site engineers shall be deployed
by the contractor as per the deployment program/method
statement approved by the Engineer. In case, the contractor
fails to deploy sufficient Engineers as described above, the
30.2 No No Not Allowed
Engineer shall be entitled to recover the following amount from
the dues of the contractor: - 1. Non-Deployment of Project
Manager- Rs. 50,000/- per month or part thereof 2. Non-
Deployment of Site Engineer/Engineer (Quality Control), Survey
Engineer, Technical Assistant/Staff.- Rs. 40,000/- per month or
part thereof

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderer has to submit details of Employment/partnership etc of
Retired Railway Employees as per Indian Railways Standard
General Conditions of Contract- April 2022 (GCC April 2022) with
all correction slips up-to-date and as given in para 59(9) of "GCC
April 2022" & attached with tender document. Tender without
Allowed
1 the information above referred to or a statement to the effect No Yes
(Mandatory)
that no such retired engineer or retired Gazetted Officer is so
associated with the tenderer, as the case may be, shall be
rejected. Format given in Annexure-L in attached documents (If
No such railway employee is there then also upload this by
filling 'NIL")
Tenderer has to submit an undertaking in prescribed format
(Annexure 'M') 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 opening of bids, either in
Allowed
2 individual capacity or as a member of the partnership firm or JV No Yes
(Mandatory)
in which he 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.

Page 61 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

All the payment will be made through electronic fund transfer


only through any of the nationalized/scheduled bank. For this
the proforma given at Annexure-E enclosed is to be essentially Allowed
3 No Yes
filled up by the tenderer before submitting his tender. Scanned (Mandatory)
copy of cancelled cheque of bank account mentioned in
Annexure-E to be attached by the tenderer also.
Along with EFT mandate the tenderer has to upload the self- Allowed
4 No Yes
attested copy of the PAN card. (Mandatory)
The tenderer has to submit copy of Authority for him being
authorized signatory. (Self-declaration may be submitted in case
Allowed
5 of Proprietor ship firm and in case of partnership firm and other No Yes
(Mandatory)
type of Firms, GCC april 2022 may be referred and required
documents to be submitted) & upload as.pdf file.
Deed of Partnership or special power of attorney, if any for the Allowed
6 No No
work. (Mandatory)
List of Personnel Organization available on hand and proposed
Allowed
7 to be engaged for the subject work as per format given in No Yes
(Optional)
Annexure-A in attached document
List of Plants and Machinery available on hand (own) and
proposed to be inducted (own and hire, to be given separately Allowed
8 No Yes
for the subject work) as per format given in Annexure-B in (Optional)
attached document.
List of work on hand indicating description of work, contract
value, approximate value of balance work yet to be done and Allowed
9 No Yes
date of award as per format given in Annexure-C in attached (Optional)
documents.
The tenderer should ensure that the information/documents,
being submitted in support of claim of qualifying the laid down
eligibility criteria, are prepared in prescribed Documents Duly
Signed : formats only duly signed by an official authorized to do
Allowed
10 so. Documents issuing authority must furnish all relevant No Yes
(Optional)
information in the prescribed format itself. Complete details of
issuing authority should also be indicated in the document.
Furnishing incomplete, illegible, vague information may lead to
rejection of offer.
The above work is to be executed as per General Conditions of
Contract-2022 and Standard condition of tender. Before offering Allowed
11 No Yes
the rate in the tender, the tenderer is required to inspect the site (Mandatory)
and Special condition & other documents tender.

6. Documents attached with tender

S.No. Document Name Document Description


1 AnnexureVA.pdf Annexure V A
2 AllcorrrectionslipsGCCworks2022.pdf All Correction Slips
3 AdvanceCorrectionSlipNo.10.pdf Correction Slip 10
4 2024_08_02ProcedureorderforMeasurement.pdf PSSA Measurement
5 GCCcorrectionslip7.pdf GCC Correction Slip 7
6 AnnexureI-Tenderform.pdf Annexure I Tender Form
7 GCCcorrectionslip5.pdf GCC Correction Slip 5
8 GCCCORRECTIONSLIP6.pdf GCC Correction Slip 6
9 Certificateofofficialcommunication.pdf Cert of Official Communication
10 IRSGCCApril2022ACSNo_2.pdf GCC Correction slip 2
IRSGCCApril-
11 GCC Correction slip 3
2022AdvanceCorrectionSlipNo_3ACS-311.pdf
12 GCC_April-2022.pdf IRGCC2022
13 GCCCoorectionslip1.pdf GCC correction slip
14 NewM.pdf non blacklisting
15 AnnexureE-EFTdetailE_1.pdf EFT formate
16 AnnexureCWorkinHandC.PDF work in hand
17 AnnexureBPlantMachineryB.PDF T and P
18 AnnexureAEngg.Org.A.PDF organisation

Page 62 of 63 Run Date/Time: 24/04/2025 17:09:10


NAGPUR/SECR/DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-03-NAG-2025-26 Closing Date/Time: 19/05/2025 15:00

19 AnnexVIABidSecurity.pdf Annex VIA BID SECURITY


20 AnnexureVIB.pdf Annex VIB
21 AnnexureWExperianceW.PDF Annex W
22 AnnexureXEmployerX.PDF Annex X
23 AnnexureYC.A.certificateY.PDF Annex Y
2023_05_31RBCE_CE-I-
24 Implementation of E MB
CTImplementationofContractor.pdf
25 AnnexN.pdf Annex N
26 AnnexJ.pdf Annex J
27 AnnLretiredemployee.pdf Annexure L
28 ModeofpaymentLetterofCredit.pdf Mode of Payment
29 CS5.pdf GCC ACS5
30 GCCACS4.pdf GCC Correction slip 4
31 AnnexureVasperCS4.pdf Annexure V as per CS4

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: MOHAN J. CHOUDHARY

Designation : Dy.CE/GSU/NAG

Page 63 of 63 Run Date/Time: 24/04/2025 17:09:10

You might also like