0% found this document useful (0 votes)
24 views7 pages

viewNitPdf - 4225860 RRSK

Uploaded by

gouravbhagel8
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)
24 views7 pages

viewNitPdf - 4225860 RRSK

Uploaded by

gouravbhagel8
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

MORADABAD DIVISION-ENGINEERING/NORTHERN RLY

TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

SRDEN/I/MB acting for and on behalf of The President of India invites E-Tenders against Tender No 81-DRM-MB-23-24 Closing
Date/Time 27/06/2023 16:00 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

Pre and post attention work in connection with tamping by Tamping Machine in the section
Name of Work
of DEN/I/MB (Estimate No. 37/2018 RRSK).
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 27/06/2023 16:00 Date Time Of Uploading Tender 01/06/2023 12:02
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 14783857.40 Tendering Section SRDEN I
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 223900.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 13/06/2023 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A-NS ITEMS 14783857.40
Below/Par
Per Track
NS1 620.00 340.22 210936.40 AT Par 210936.40
Metre
Description:- Dismantling existing check rail/guard rail by opening all fittings and fastenings, making new check
1
rails/guard rail of required length by cutting, bending, drilling/notching holes, gas cutting of flange etc. and laying
the same with all fittings as directed by site in-charge including all handling, leading of material as required with
contractors own labour, tools and plants etc. so nothing extra will be paid.
Per Track
NS2 550.00 513.46 282403.00 AT Par 282403.00
Metre
Description:- Opening out of level crossing up to 50mm below the bottom of sleeper and up to required length of
2 Machine working by dismantling pucca road surface and removing ballast muck etc. disposing off all malba as
directed, filling back up to crib of sleepers and levelling the ballast profile after Machine work with with contractor'w
own labour, tools and plants etc. complete as per direction of Engineer in charge or his representative . So
nothing extra will be paid.
NS3 5000.00 Per Joint 22.87 114350.00 AT Par 114350.00
3 Description:- Opening out fish plates and bolts and nuts from rail joints, with contractor's own labour,T&P etc.
complete as per direction of Engineer in charge
NS4 20000.00 Sqm 86.78 1735600.00 AT Par 1735600.00
Description:- Painting of 90R/ 52 Kg / 60 Kg rails in situ ( i.e. running track ) with two coats of anti-corrosive
bituminous black paint conforming to IS-9862-1981 . Each coat of paint shall have dry film thickness of 100
microns . The pointing will be done after removing the rust and dust and loosening the scales by
4 brushing/scrapping etc. All the application will be done in uniform brushing. The work shall be complete in all
respects with all L&M, misc. & incidental works related to the job as per directions of Engineer -in-charge at site to
his entire satisfaction. Painting of rails will be in-situ i.e. running track after the removal of necessary fittings,
ballast etc. (fittings will be re-fixed and ballast reproved by the contractor also) wherever required, at site of work
and contractor will have to re- handle the rails/fittings, ballast etc. to cover the requisite area of rails with his own
labour, material, T&P etc. All the work will be done as per CE circular no. 258 ( P. way).
Each
NS5 100.00 31207.16 3120716.00 AT Par 3120716.00
Turnout

Pa g e 1 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49


MORADABAD DIVISION-ENGINEERING/NORTHERN RLY
TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

Description:- Complete item rate for raising/lifting of point & crossings (1 in 12 or 1 in 8.5) and its approaches
5 (three rails on each side) upto 150 mm by providing stone ballast cushion below sleepers of track to level the
track as directed by the Engineer in Charge including initial aligning leveling, boxing, completion of fittings with one
round of through packing as per IRPWM and CE circular issued from time to time.Note:- 1. Ballast required for the
work will be supplied by the railway DMT on the approaches of T/out. Rate shall include regulation of ballast, if
required.2. Work will be done by the contractor with his own labour, tools, plants etc nothing extra will be paid
except the accepted rates.
NS6 5000.00 Sqm 228.22 1141100.00 AT Par 1141100.00

6 Description:- Laying interlocking pre-cast CC block pavers as supplied by the Railway on passenger platform,
foot paths, circulating area, L-xings etc, including setting in position over 25 mm thick bedding layer of fine sand,
filing the joints with the fine sand, leveling including compaction as per IS 15658.
NS7 160.00 Kilometre 39749.70 6359952.00 AT Par 6359952.00
Description:- Execution of all pre & post attention work associated with mechanized tamping and lifting by TTM
7 which includes squaring, spacing & gauging of sleepers, removal of excess ballast from rail head, boxing and
heaping up of ballast in tamping zone during each of the four lifting/tamping cycles of TTM or till required lifting is
done and finally boxing the ballast as per standard ballast profile with all labour, T&P etc. complete job as per
IRPW manual to the entire satisfaction of Engineer-in-charge.
NS8 5000.00 Metre 147.60 738000.00 AT Par 738000.00

8 Description:- Casual renewal of rails other than switch and crossing rail. The rates shall be inclusive of
carting/leading of rails & fittings, fastening from nearest SSE/P.Way store depot and handling over of released
rails and fittings, fasteening in SSE/P.way store depot as a complete job as per direction of site engineer.
NS9 20000.00 cum 34.58 691600.00 AT Par 691600.00
Description:- Unloading of ballst from DMT at the site of work., including re-leading, equalization and boxing of
9 ballst to LWR profile. As per LWR manual. Controlling and regulating the ballast flow to ensure unform distribution
and prevent jamming/excess flow etc. in nominated block section under traffic block, with contractror's labour,
T&P etc, complete, as per dietecction of Engineer in Charge or his representative.
Per Track
NS10 10000.00 24.91 249100.00 AT Par 249100.00
Metre
Description:- Destressing of track as per IRPWM under block protection with /without tensor as required as per
10 LWR manual including renewal of fittings as and when required at site or as directed by site engineer. Material will
be issued and released material will have to be deposited at PWI store. Note 1. Contractor has to deploy minimum
30 labour/block. 2.Railway will arrange adequate block however if block not available due to heavy traffic or any
other condition, Railway won't entertain any claim for inadequate/unavailability of block.
NS11 2000.00 Each Hole 70.05 140100.00 AT Par 140100.00
11 Description:- Drilling 28 to 32mm dia holes in the web of 90R/52kg/60kg rails includig proper chamfering, with
contractor's own labour, T&P ect. Complete as direction of Engineer in Charge or his representative.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: The tenderer must have minimum average annual
contractual turnover of V/N; or 'V' whichever is less; where V= Advertised value of the
tender in crores of Rupees N= Number of years prescribed for completion of work for
which bids have been invited. The average annual contractual turnover shall be
calculated as an average of "total contractual payments" in the previous three financial
Allowed
1 years, as per the audited balance sheet. However, in case balance sheet of the previous No No
(Mandatory)
year is yet to be prepared/audited, the audited balance sheet of the fourth previous year
shall be considered for calculating average annual contractual turnover. The tenderers
shall submit requisite information as per Annexure-VIIB, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.
1.1 Detail instructions as per clause 3.5.5 & 3.6 of Standard Tender Document-2022. No No Not Allowed

Special Technical Criteria

Pa g e 2 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49


MORADABAD DIVISION-ENGINEERING/NORTHERN RLY
TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility: The tenderer must have successfully completed or substantially
completed any of the following categories of work(s) during the last 07 (seven) years,
ending last day of month previous to the one in which the tender is invited: a)Three
similar works costing not less than the amount equal to 30% of advertised value of the
tender, or b)Two similar works costing not less than the amount equal to 40% of
advertised value of the tender, or c)One similar work costing not less than the amount
equal to 60% of advertised value of the tender. Note :- The Tenderer(s) should submit
Allowed
1 self-attested copy of work completion certificate indicating that Contractor have No No
(Mandatory)
completed work similar to "CTR/TRR/TFR/TTR including Raising of track, screening,
distressing of track, pre & post works for track maintenance machine like tamping
machines / ballast screening / regulating machines & TTR by T-28". Completion
certificate issued by competent authority must mandatorily mention the Name of work,
name of agency, Contract agreement detail, date of completion, Completed Cost of
work, Nature of the firm (Partnership/Proprietorship) and details of its constituents, if
any, PAN/GSTIN etc.
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificate issued by any Govt. Organization, work
experience certificate issue by Public listed company having average annual turnover of
Rs. 500 crore and above in last 3 financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange, incorporated /registered
at least 5 years prior to the date of closing of tender, shall also be considered provided
Allowed
1.1 the work experience certificate has been issued by a person authorized by the Public No No
(Optional)
listed company to issue such certificates. In case tenderer submits work experience
certificate issued by public listed company, the tenderer shall also submit along with
work experience certificate, the relevant copy of work order, bill of quantities, bill wise
details of payment received duly certified by Chartered Accountant, TDS certificates for
all payments received and copy of final/last bill paid by company in support of above
work experience certificate.
1.2 Detail instructions as per clause 3.5 & 3.6 of Standard Tender Document-2022. No No Not Allowed

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


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

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please provide details of banks account no. of the firm for ECS payment
Allowed
1 required for necessary payments record as per Annexure-XII of Northern Yes No
(Mandatory)
Railway Standard Tender Document 2022.
Allowed
2 Please provide details of PAN no. (Self attested copy should be uploaded) Yes No
(Mandatory)
Please provide details of your GSTIN No. (Self attested copy should be Allowed
3 Yes No
uploaded). (Mandatory)
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
4 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49


MORADABAD DIVISION-ENGINEERING/NORTHERN RLY
TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

The tenderer shall submit along with the tender document, documents in
support of his/their claim to fulfill 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
1 by the tenderer or authorized representative of the tendering firm. Self No No Not Allowed
attestation shall include signature, stamp and date (on each page). Only those
documents which are declared explicitly by the tenderer as "documents
supporting the claim of qualifying the laid down eligibility criteria", will be
considered for evaluating his/their tender.
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,
2 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
verification or lack of such verification, by the railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the
railway there under.
In case of any wrong information submitted by tenderer, the contract shall be
terminated, Bid security, Performance Guarantee (PG) and Security Deposit
3 No No Not Allowed
(SD) of contract forfeited and agency barred for doing business on entire
Indian Railways for 5 (five) years.
Care in Submission of Tenders: Please refer to clause 3.0 of Northern Railway
4 No No Not Allowed
Standard Tender Document 2022.
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)/
4.1 respective state's State Goods and Services Tax Act (SGST) also, as notified No No Not Allowed
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.
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
4.2 No No Not Allowed
award of contract, without which no payment shall be released to the
Contractor. The Contractor shall be responsible for deposition of applicable
GST to the concerned authority.
In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST
4.3 No No Not Allowed
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
Mandatory updation of Labour data on Railway's shramikkalyan portal by
5 Contractor.For details refer clause 5.4 of Northern Railway Standard Tender No No Not Allowed
Document 2022
In addition to General condition of contract 2022 and Indian Railways Unified
6 standard specification Works Materials Volume I II 2010 (revised up to date), No No Not Allowed
special condition attached shall also apply.
The GST Act 2017 will be applicable as per extant policy as notified by
Central/State Govt. and as amended from time to time. All the
7 No No Not Allowed
bidders/tenderers should ensure that they are GST compliant and their quoted
rates are inclusive of taxes and GST.
The quantities given above are approximate and can be increased/decreased
8 No No Not Allowed
as per extant rules.
During execution of work ensure the quality of Material is to be used as per CE
9 Circular No. 630 circulated vide CE(P&D), L.No. 10-W/O/Policy/Building No No Not Allowed
dt.26/12/2016
No Post Tender correspondence for submission of additional documents shall
be entertained after opening of the Technical & Commercial offers. Even suo-
10 No No Not Allowed
moto post tender letters of the tenderers shall be treated as NULL & VOID.
(Authority HQ Letter No. 74-W/O/Pt.XXV/WA/Loose dated 07.04.15).
The contract will be governed by Indian Railways Standard General Conditions
11 of Contract updated with correction slips issued up to date of inviting tender or No No Not Allowed
as otherwise specified in the tender documents.

Pa g e 4 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49


MORADABAD DIVISION-ENGINEERING/NORTHERN RLY
TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

Old GCC has been changed and replaced with new General Conditions of
Contract-2022, which has been added in tender document. Please go through
12 this new General Condition of Contract-2022 before bidding. In case of any No No Not Allowed
discrepancy, contradiction with regard to GCC (except special condition of
contract) in that case GCC- 2022 will be applicable.
All Annexure should be uploaded in Standard format as prescribed in Standard
13 No No Not Allowed
Tendered Document-2022.
Performance Guarantee- The successful bidder shall submit PG as per
procedure mentioned in clause 5.1A of Northern Railway Standard Tender
14 No No Not Allowed
Document 2022. The successful bidder shall submit the Performance
Guarantee (PG) amounting to 5% of the value of contract.
Undertakings by Partnership Firm- In case the Letter of Acceptance (LOA) is
issued to a partnership firm, the undertakings as per clause 18.10 of Annexure
15 -VIII of Northern Railway Standard Tender Document 2022 shall be furnished No No Not Allowed
by all the partners through a notarized affidavit, before signing of contract
agreement.
Fraud & Corrupt Practice: Please refer to clause 3.10 of Northern Railway
16 No No Not Allowed
Standard Tender Document 2022.
Conditional offer and Alternative proposal by Tenderer: Tenderers shall submit
offers that fully comply with the requirements of the Tender documents
including the conditions of contract, design and specification requirements if
any. Conditional offer or alternative offers will not be considered in tender
evaluation and will be summarily rejected. The Tenderer shall have no claims
in this regard whatsoever. "Any unconditional rebate offered by the tenderer
should be mentioned on of 'Schedule of Quantities' specifically. To attract the
17 No No Not Allowed
rebate mentioned each page of schedule may refer the note for the conditional
rebate mentioned in the end. Any rebate mentioned at any other place in
tender document shall not be considered. The unconditional rebate mentioned
in "Scheduled of Quantities" shall be considered while evaluation of bid."
mentioned in the end. Any rebate mentioned at any other place in tender
document shall not be considered. The unconditional rebate mentioned in
"Scheduled of Quantities" shall be considered while evaluation of bid."
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-
XXIV of Standard Tender Document 2022. In addition to Annexure-XXIV, in
18 case of other than company/Proprietary firm, Annexure-XXIV(A) shall also be No No Not Allowed
submitted separately by the each member of a partnership firm/Joint venture
(JV)/ Hindu undivided family (HUF)/Limited Liability Partnership(LLP) etc. as
the case may be. Non submission of above certificate(s) by the bidder shall
result in summarily rejection of his/their bid.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Test of Responsiveness: Please refer clause 3.8 of Northern Railway Standard Allowed
1 Yes No
Tender Document 2022 and submit Tender form-1. (Mandatory)
(a)Please provide full details of constitution of the
firm/JV/Company/Society/Proprietor etc. as per clause 3.1 & 3.7 of Northern
Railway Standard Tender Documents 2022. (b)If it is NOT mentioned in the
submitted tender that tender is being submitted on behalf of/by a Sole
Proprietorship Firm/Joint Venture/Registered Company etc. then tender shall
be treated as having been submitted by the individual who has signed the
Allowed
2 tender. (c)After opening of the tender, any document pertaining to the Yes No
(Mandatory)
constitution of Sole Proprietorship Firm/Partnership Firm/Registered
Company/Registered Trust/ Registered Society/HUF 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.

Pa g e 5 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49


MORADABAD DIVISION-ENGINEERING/NORTHERN RLY
TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

The Tenderer(s) should submit Power of Attorney for Authorized Signatory as


per Tender form-3 of Northern Railway Standard Tender Document 2022.
Note: Power of Attorney is mandatory in case of partnership Allowed
3 Yes No
firm/JV/LLP/Company/ Registered Society & Registered Trust Society & in (Mandatory)
case of sole Proprietorship firm if it want to act through agent. (In other case it
is optional)
In case Bid Security is submitted as Bank Guarantee bond from a scheduled
commercial bank of India or as mentioned in tender documents. The Bank
Allowed
4 Guarantee bond shall be as per Annexure-VIIA and shall be valid for a period Yes No
(Optional)
of 90 days beyond the bid validity period. For details, refer clause 3.3 of
Standard Tendered Document-2022.
The Tenderer(s) should submit self-attested copy of certificate as per Tender Allowed
5 Yes No
form-2 of Northern Railway Standard Tender Document 2022. (Optional)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have read and make myself/ourselves fully conversant regarding all the
tender conditions, specification of the said work as per Standard Tender
1 No No Not Allowed
Document, specification/conditions of this tender and agree to abide by the
said conditions.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
2 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
The amount as stipulated in tender document is herewith forwarded as Bid
Security. Full value of the Bid Security shall may get forfeited without prejudice
to any other right or remedies in case my/our Tender is accepted as per
3 direction of Engineer and if : -I/We do not execute the contract documents as No No Not Allowed
stipulated in performance guarantee clause of GCC as detailed in general
instructions. -I/We do not commence the work within Fifteen days after receipt
of orders to that effect.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions Of Contract, with all correction slips up-to-date and to carry out the
work according to the Special Conditions of Contract and Specifications of
4 No No Not Allowed
materials and works as laid down by Railway in the annexed Special
Conditions/ Specifications, Schedule of Rates with all correction slips up to
date for the present contract.
I/We hereby Confirm that the rates, rebates and/or other financial terms, if
any, quoted by us in the relevant fields of the Financial Bid page will only be
the ruling terms for deciding the inter-se ranking, and any such condition
5 having financial repercussions, if quoted by us anywhere else including No No Not Allowed
attached documents shall not be considered for deciding inter-se ranking.
However, Railways shall have the right to incorporate any such condition
quoted by us, in the contract, at their discretion, if contract is placed on us.
I/We have submitted self-attested/digitally signed in the prescribed format for
6 verification/confirmation of the documents submitted for compliance of No No Not Allowed
eligibility/qualifying criteria.
I/ We have visited the works site and I / We am / are aware of the site
7 No No Not Allowed
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 Otherconditionpwaywork.pdf Other condition
2 SpecialConditionfortrack.pdf Special condition of track work
3 STD2022new.pdf Standard tender document
4 GCC-2022.pdf GCC 2022
5 GCCACS.pdf GCC Correction slip no 1
6 ACS-2toGCC-2022.pdf GCC Correction slip no 2

Pa g e 6 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49


MORADABAD DIVISION-ENGINEERING/NORTHERN RLY
TENDER DOCUMENT
Tender No: 81-DRM-MB-23-24 Closing Date/Time: 27/06/2023 16:00

AdvanceCorrectionSlipNo_3ACS-
7 GCC Correction slip no 3
3.pdf

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

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

Signed By: PIYUSH PATHAK

Designation : Sr.DEN-I

Pa g e 7 o f 7 Ru n Da te/Time: 0 1/0 6 /2 0 2 3 12 :0 3:49

You might also like