SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
CPM/GSU/SDAH acting for and on behalf of The President of India invites E-Tenders against Tender No DCPM-GS-ENG-SDAH-11-23-
24 Closing Date/Time 09/02/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.
1. NIT HEADER
Provision of 12m wide RDSO standard FOB at BARRACKPORE & BARASAT stations under
Name of Work
Amrit Bharat Station Scheme in SDAH Division of Eastern Railway.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 09/02/2024 15:00 Date Time Of Uploading Tender 17/01/2024 14:10
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 172154376.86 Tendering Section GSU/ENGG
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1010800.00 Validity of Offer ( Days) 90
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 26/01/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Station Development
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A-general items 72896509.95
Below/Par
Please see Item Breakup for details. 68556861.70 AT Par 68556861.70
1 Description:- Carriage of materials like lime, moorum, building rubbish,Centering and shuttering, Providing,
erecting, laying and fixing in position in 3.5mm to 4mm thick bamboo mat etc.
Lump Sum 4339648.25 AT Par 4339648.25
2
Description :- GST extra 6% over 12% included in SOR items under Schedule-A
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B-Non SOR Items 29498458.31
Below/Par
Please see Item Breakup for details. 29498458.31 AT Par 29498458.31
3
Description:- Non-Schedule Items
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B1-Steel girder items 67759408.60
Below/Par
Please see Item Breakup for details. 67759408.60 AT Par 67759408.60
4 Description:- Supplying, fabrication, assembling of all types of steel girders of specified spans with structural
steel,Metallizing of steel work etc
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B2-Unforeseen Items 2000000.00
Below/Par
Please see Item Breakup for details. 2000000.00 AT Par 2000000.00
5
Description:- Unforeseen Items required for successful completion of work
Pa g e 1 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
3. ITEM BREAKUP
Schedule Schedule A-general items
Carriage of materials like lime, moorum, building rubbish,Centering and shuttering, Providing, erecting, laying
Item- 1
and fixing in position in 3.5mm to 4mm thick bamboo mat etc.
S No. Item No Description of Item Unit Qty Rate Amount
1.0 CARRIAGE OF MATERIALS
By Mechanical Transport including loading,unloading
1.1
and stacking
1.1.1 Lime, moorum, building rubbish
1 1.1.1.3 3km cum 3150 181.85 572827.5
By Manual Labour including loading, unloading and
1.2
stacking for lead less than 0.50 KM
1.2.1 Lime, moorum, building rubbish
1.2.1.1 Cost of carriage including loading, unloading & stacking cum 3150 187.24 589806
2
for first 50 metres
1.2.1.2 Every additional lead of 50m or part thereof beyond1st cum- 28350 40.77 1155829.5
3
50 m upto 9 such additional lead lead
2.0 EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or 10
2.8 sqm on plan), including dressing of sides and ramming
of bottoms, lift upto 1.5 m, including getting out the
excavated soil and disposal of surplus excavated soil
as directed, within a lead of 50 m.
4 2.8.1 All kinds of soil. cum 3500 286.85 1003975
Excavating trenches of required width for pipes, cables,
etc including excavation for sockets, and dressing of
sides, ramming of bottoms, depth upto 1.5 m, including
getting out the excavated soil, and then returning the
2.10
soil as required, in layers not exceeding 20 cm in
depth, including consolidating each deposited layer by
ramming, watering, etc. and disposing of surplus
excavated soil as directed, within a lead of 50 m :
2.11 Extra for excavating trenches for pipes, cables etc. in Metre 2000 127 254000
all kinds of soil for depth exceeding 1.5 m, but not
5
exceeding 3 m. (Rate is over corresponding basic item
for depth upto 1.5 metre).
Open timbering over areas including strutting, shoring
2.22 etc. complete. (Measurements to be taken of the face
area timbered):
6 2.22.2 Depth exceeding 1.5 m but not exceeding 3 m Sqm 3000 50.8 152400
2.25 Filling available excavated earth (excluding rock) in cum 350 253.95 88882.5
trenches, plinth, sides of foundations etc. in layers not
7 exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.
Extra for every additional lift of 1.5 m or part thereof in
2.26
excavation / banking excavated or stacked materials.
8 2.26.1 All kinds of soil cum 1750 104.5 182875
2.27 Supplying and filling in plinth with sand under floors, cum 76 2161.2 164251.2
9 including watering, ramming, consolidating and
dressing complete.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
Pa g e 2 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
4.1.3 1:2:4 (1 cement : 2 coarse sand (zone-III) derived from cum 125 7365.15 920643.75
10 natural sources : 4 graded stone aggregate 20 mm
nominal size derived from natural sources)
4.1.5 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from cum 10 6833.4 68334
11 natural sources : 6 graded stone aggregate 20 mm
nominal size derived from natural sources)
5.0 REINFORCED CEMENT CONCRETE
5.1S CAST IN SITU
Providing and laying in position specified grade of
reinforced cement concrete, excluding the cost of
5.1
centering, shuttering, finishing and reinforcement - All
work up to plinth level :
5.1.2 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III) derived cum 100 8364.2 836420
12 from natural sources: 3 graded stone aggregate 20 mm
nominal size derived from natural sources)
5.9S FORM WORK
Centering and shuttering including strutting, propping
5.9
etc. and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 500 307.95 153975
13
concrete
5.9.3 Suspended floors, roofs, landings, balconies and Sqm 700 766.55 536585
14
access platform
15 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 250 804.25 201062.5
16 5.9.7 Stairs, (excluding landings) except spiral-staircases Sqm 300 657.75 197325
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
5.22 straightening, cutting, bending, placing in position and
binding all complete upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D Kg 118000 89.65 10578700
17
or more.
5.33S DESIGN MIX CONCRETE
Providing and laying in position ready mixed or site
batched design mix cement concrete for reinforced
cement concrete work; using coarse aggregate and
fine aggregate derived from natural sources, Portland
Pozzolana / Ordinary Portland /Portland Slag cement,
admixtures in recommended proportions as per IS:
9103 to accelerate / retard setting of concrete, to
improve durability and workability without impairing
strength; including pumping of concrete to site of
5.33 laying, curing, carriage for all leads; but excluding the
cost of centering, shuttering, finishing and
reinforcement as per direction of the engineer-in-
charge; for the following grades of concrete. Note:
Extra cement up to 10% of the minimum specified
cement content in design mix shall be payable
separately. In case the cement content in design mix is
more than 1.10 times of the specified minimum cement
content, the contractor shall have discretion to either
re-design the mix or bear the cost of extra cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cement content cum 320 8683.8 2778816
18
of 330 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.3 Concrete of M35 grade with minimum cement content cum 170 10589.35 1800189.5
19
of 370 kg /cum
6.0 MASONRY WORK
6.26S EXPOSED BRICK WALL
Pa g e 3 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
Brick work with non modular fly ash bricks conforming
to IS:12894, class designation 10 average compressive
6.34
strength in super structure above plinth level up to floor
V level in :
20 6.34.2 Cement mortar 1:6 (1 cement : 6 Coarse sand) cum 50 7676.3 383815
10.0 STEEL WORK
10.2 Structural steel work riveted, bolted or welded in built Kg 10000 111.95 1119500
up sections, trusses and framed work, including cutting,
21
hoisting, fixing in position and applying a priming coat
of approved steel primer all complete.
Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc., including
cutting, hoisting, fixing in position and applying a
10.16
priming coat of approved steel primer, including
welding and bolted with special shaped washers etc.
complete.
22 10.16.1 Hot finished welded type tubes Kg 95000 154.9 14715500
10.28 Providing and fixing stainless steel ( Grade 304) railing Kg 20000 612.25 12245000
made of Hollow tubes, channels, plates etc., including
welding, grinding, buffing, polishing and making
curvature (wherever required) and fitting the same with
necessary stainless steel nuts and bolts complete, i/c
fixing the railing with necessary accessories & stainless
23 steel dash fasteners , stainless steel bolts etc., of
required size, on the top of the floor or the side of waist
slab with suitable arrangement as per approval of
Engineer-in-charge, (for payment purpose only weight
of stainless steel members shall be considered
excluding fixing accessories such as nuts, bolts,
fasteners etc.).
11.0 FLOORING
11.16S TILE FLOORING
Chequered terrazo tiles 22 mm thick with graded
marble chips of size up to 6 mm in floors, jointed with
neat cement slurry mixed with pigment to match the
11.19
shade of the tiles, including rubbing and polishing
complete, on 20 mm thick bed of cement mortar 1:4 (1
cement :4 coarse sand) :
11.19.2 Medium shade pigment using 50% white cement, 50% Sqm 220 1312.1 288662
24
ordinary cement
11.41S VITRIFIED FLOOR TILES
Providing and laying Polished Granite stone flooring in
required design and patterns, in linear as well as
curvilinear portions of the building all complete as per
the architectural drawings with 18 mm thick stone slab
over 20 mm (average) thick base of cement mortar 1:4
11.56
(1 cement : 4 coarse sand) laid and jointed with cement
slurry and pointing with white cement slurry admixed
with pigment of matching shade including rubbing ,
curing and polishing etc. all complete as specified and
as directed by the Engineer-in-Charge.
11.56.1 Polished Granite stone slab colour of Black, Sqm 2300 3908.8 8990240
25
Cherry/Ruby Red or equivalent
12.0 ROOFING
Providing, fixing and embedding sand cast iron
accessories for rain water pipes in the masonry
12.40 surrounded with 12 mm thick cement mortar of the
same mix, as that of masonry (lead caulking will be
paid for separately):
Pa g e 4 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
Providing and fixing on wall face unplasticised Rigid
PVC rain water pipes conforming to IS : 13592 Type A,
12.41 including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes.
26 12.41.2 110 mm diameter Metre 40 319.75 12790
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid
12.42 PVC rain water pipes conforming to IS : 13592 Type A,
including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
12.42.1 Coupler
27 12.42.1.2 110 mm Each 12 119.95 1439.4
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
13.1 12 mm cement plaster of mix :
28 13.1.1 1:4 (1 cement: 4 fine sand) Sqm 1000 294.85 294850
13.44S EXTERIOR FINISHING
Finishing walls with Acrylic Smooth exterior paint of
13.46
required shade :
13.46.1 New work (Two or more coat applied @ 1.67 ltr/10 sqm Sqm 25 166.85 4171.25
29 over and including priming coat of exterior primer
applied @ 2.20 kg/10 sqm)
Painting with aluminium paint of approved brand and
13.63
manufacture to give an even shade .
30 13.63.1 Two or more coats on new work Sqm 1028 121.45 124850.6
15.0 DISMANTLING AND DEMOLISHING
Demolishing cement concrete manually/ by mechanical
15.2 means including disposal of material within 50 metres
lead as per direction of Engineer - in - charge.
15.2.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent cum 25 2007.1 50177.5
31
design mix)
15.3 Demolishing R.C.C. work manually/ by mechanical cum 25 2928.1 73202.5
means including stacking of steel bars and disposal of
32
unserviceable material within 50 metres lead as per
direction of Engineer - in- charge.
Demolishing brick work manually/ by mechanical
means including stacking of serviceable material and
15.7
disposal of unserviceable material within 50 metres
lead as per direction of Engineer-in-charge.
33 15.7.4 In cement mortar cum 50 1698.45 84922.5
16.0 ROAD WORK
16.49S MISCELLANEOUS
Pa g e 5 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
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 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,
16.60
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).
34 16.60.1 Overhead informatory road signage Sqm 30 5609.55 168286.5
26.0 NEW TECHNOLOGIES AND MATERIALS
26.6A Providing, erecting, laying and fixing in position in 3.5 to Sqm 1320 5188.65 6849018
4 mm thick bamboo mat corrugated sheet (BMCS) as
per IS: 15476-2004 in roofing with self drilling screws
35 along with EPDM washers complete or with galvanized
iron J or L hooks 8mm dia G.I. plain and bitumen
washers etc, all complete as per direction of Engineer-
in-Charge.
26.6B Providing and fixing in position ridges of 3.5 to 4 mm Metre 220 4152.45 913539
thick bamboo mat ridge cap (BMRC) as per IS: 15476-
2004 in roofing with self drilling screws along with
36
EPDM washers complete or with galvanized iron J or L
hooks 8mm dia G.I. plain and bitumen washers etc, all
complete as per direction of Engineer-in-Charge.
Total 68556861.70
Schedule Schedule B-Non SOR Items
Item- 3 Non-Schedule Items
S No. Item No Description of Item Unit Qty Rate Amount
1 1 Dismantling of damaged/collapsed, corroded, MT 85.00 20784.10 1766648.50
perforated members like main angles of tressle,
diagonal angles, bracing angles, Tees, flats, channels,
main girder angles, gussets, bottom main angles, etc.
at any location as directed by the Engineers or Site-in-
Charge under traffic & power block if required during
day/night time. The rate includes Contractor's own
labour, all tools & tackles, equipment, machinaries
required for the work like bolts & nuts, washer, gas (DA
& Oxygen), paint, electrodes, etc. including any type of
scaffolding expenses. The rate also includes stacking
of released materials and transport the same (which
qty. not to be further used) to Railway Store, where
required and as directed by Site-in-Charge, by
Contractor's own arrangement.
Pa g e 6 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
2 2 Supplying, testing, fitting, fixing and welding with stud Each 349.00 303.41 105890.09
guns, etc. of normal headed shear studs/shear
connectors 25mm dia. and 200mm length conforming
to IS:3935 as per specification of RDSO drawing No. B-
11751, B-11753, B-11753 along with ferrules on top
flange of girder for deckslab as per the
direction/approval of the Engineering-in-Charge. (In
case shear connectors of any other size is required,
then payment shall be made on the pro-rata basis in
proportion of the weight of the shear connectors.)
3 3 Dewatering by mechanical pumping of water (not run Hour 349.00 27.51 9600.99
by electricity) caused due to spring tidal of river
seepage, broken, water, mains or drains, etc. including
fuel and opertating staff.
4 4 Supplying & driving hard wood pile 5m to 7m long Metre 10278.00 317.49 3263162.22
without joint of 125mm average dia. for protection of
bank slope if required. The rate includes supplying and
erecting derric and monkies for driving pile in any type
of soil. The rate includes costs of all tools and plants
and material, labour, lead, lift and two coats of coal tar
paint complete in all respect.
5 5 Filling locally available earth in gunny bag to be Each 1233.00 12.62 15560.46
supplied by contractor. Filling, binding and stacking the
same for protection work as ordered by the Engineer-
in-Charge and removing and disposing off the same
when no longer will be required as directed. Rate
includes all leads, lifts, loading, unloading, etc.
complete in all respect (all Contractor's labour, handing
materials, transport, etc.)
6 6 Supplying, fitting and fixing Ridge panel TRMIDEX Sqm 12333.00 1377.51 16988830.83
profile or equivalent approved quality 750mm wide or of
any size as approved by Railway.
7 7 Hiring charge for one 5KVA D. G. Set including fuel, Hour 5139.00 707.40 3635328.60
lubricating oil, operation and maintenance with lighting
arrangements by 06nos. 500 watt halogen lamp with
fitting complete and 02nos. F.I. Fittings 50watt point
fixing comlete in all respect.
8 8 Supply and fixing of colour coated trapizoidal sheet of Sqm 1480.00 1475.48 2183710.40
TRMIDEX 1015 or any approved equivalent. The base
metal shall be 0.45mm thick high tensile steel with
minimum 550mpa yield strength, metalic hot dip coated
with aluminium-zinc alloy (55% aluminium, 45% zinc) as
per AS-1397-zincauma AZ 150 (minimmum 150 grams
per square meter total on both) with colour bond XRW
quality paint conforming to AS/NZS2728 class 3. The
paint shall have a total costing thickness of nominal 35
micron (nominal 20 micron exterior coat on top surface
and 05 micron reverse coat on back surface over 05
micron nominal primer coat) on both surface with
approved colour shed. The colour coated steel sheet
shall be fastened with nominal 40 micron or nominal 25
micron zinc-tin alloy coated hexagonal head self driling
screw conforming to AS-3566-2002 class 3
specification fasteners of approved make with EDPM
washer as per requirement considering profiles shape
and design load, complete in all respect.
9 9 Transportation of Railway materials like MT/Km 2467.00 64.80 159861.60
bridge/girder/slabs/bridge materials, C.C. Crib or any
other Railway materials, etc. within Eastern Railway.
10 10 Assistantance to Railway crane working during Hour 62.00 665.93 41287.66
day/night for removing of existing girder for placement
of bridge ,slab,over pier /abutment in traffic block by
employing atleast 16 labours for 8hours shift.Labour
should be present at the site till completion of the traffic
block.
Pa g e 7 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
11 11 Mobilisation of Railway crane 140 ton capacity for Hour 2.00 67848.53 135697.06
placing RCC precast segmental boxes in true positition
and alignment, etc.
12 12 Supplying, fitting and fixing transparent acrylic sheet, Sqm 250.00 2719.11 679777.50
4mm thick, fixed in aluminium/steel frame with
necessary screws, etc. all complete as per direction of
Engineer-in-Charge.
13 13 Supply of unskilled labour, etc. to work with Railway Day 730.00 702.88 513102.40
Officials during any period of the day as per instruction
of the Engineer-at-site. Irrespective of actual working
hours, the labour should be available up to a minimum
of 8 hours or part there of as per requirement in a day.
No extra payment will be made for idle hours if any.
Total 29498458.31
Schedule Schedule B1-Steel girder items
Supplying, fabrication, assembling of all types of steel girders of specified spans with structural steel,Metallizing
Item- 4
of steel work etc
S No. Item No Description of Item Unit Qty Rate Amount
1 1 Supplying, fabrication, assembling of all types of steel MT 380.00 151461.33 57555305.40
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 (requiring/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 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 / Metalizing; (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/workshop(to be released after submission of
Indemnity bond in prescribed format):40% (ii)
Fabrication of girders: 20%(iii) Erection/Launching: 20%
(iv) Completion in all respects: 20% [Ref. item
no.041010 of USSOR-2021 of South Central Railway]
Plate Girder/Semi Through Girder/Composite Girder
(Steel Work) [Ref. item no.041011 of USSOR-2021 of
South Central Railway] Note : (i)The contractor may
avail 40% payment of the accepted rates after bringing
the steel materials at fabrication site or workshop
against B. G. Bond of equivalent amount after
producing relevant papers of procurement challans etc.
to the satisfaction of Engineer In-charge, further 40% of
the accepted rates may be released after passing the
fabricated girder by RDSO/Inspecting agency and
bringing to site and remaining 20% payment will be
made after erecting of girder. Total amount of BG Bond
will be released after all above activities. (ii) A minimum
deduction of Rs.1800/- Per MT in rate will be made if
Grade-A steel is used instead of Grade-B steel as per
approval of the competent authority. In case accepted
rate is more than advertised rate the deduction will be
made on pro-rata basis but the minimum deduction of
Rs.1800/- Per MT will be made.
Pa g e 8 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
2 2 Supplying, fabrication, assembling of all types of steel MT 180.00 4082.94 734929.20
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 (requiring/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 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 / Metalizing; (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/workshop(to be released after submission of
indemnity bond in prescribed Format):40% (ii)
Fabrication of girders: 20%(iii) Erection/Launching: 20%
(iv) Completion in all respects: 20% [Ref. item
no.041010 of USSOR-2021 of South Central Railway]
Extra for using steel conforming to Grade Designation
E350 instead of Grade Designation E 250 of Quality
"B0" as per IS: 2062 [Ref. item no.041013 of USSOR-
2021 of South Central Railway] Note : (i)The contractor
may avail 40% payment of the accepted rates after
bringing the steel materials at fabrication site or
workshop against B. G. Bond of equivalent amount
after producing relevant papers of procurement
challans etc. to the satisfaction of Engineer In-charge,
further 40% of the accepted rates may be released
after passing the fabricated girder by RDSO/Inspecting
agency and bringing to site and remaining 20%
payment will be made after erecting of girder. Total
amount of BG Bond will be released after all above
activities. (ii) A minimum deduction of Rs.1800/- Per MT
in rate will be made if Grade-A steel is used instead of
Grade-B steel as per approval of the competent
authority. In case accepted rate is more than
advertised rate the deduction will be made on pro-rata
basis but the minimum deduction of Rs.1800/- Per MT
will be made.
3 3 Supplying and fixing HSFG bolts of any dia. and any Kg 3500.00 331.02 1158570.00
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. [Ref. item no.041020 of
USSOR-2021 of South Central Railway]
4 4 Metalizing of steel work of girders with sprayed Sqm 12400.00 670.21 8310604.00
aluminium after surface preparation by Sand/ grit
blasting, followed by one coat of etch primer (IS:5666)
and 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 micron sand DFT
of each coat of Aluminium paint shall be 12- 1 4
microns. [Ref. item no.041040 of USSOR-2021 of
South Central Railway] On new girder during fabrication
[Ref. item no.041041 of USSOR-2021 of South Central
Railway].
Total 67759408.60
Pa g e 9 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
Schedule Schedule B2-Unforeseen Items
Item- 5 Unforeseen Items required for successful completion of work
S No. Item No Description of Item Unit Qty Rate Amount
1 1 Unforeseen Items required for successful completion of Job 1.00 2000000.00 2000000.00
work
Total 2000000.00
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
Special Technical Criteria
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
SIMILAR NATURE OF WORK AGAINST THIS TENDER WILL BE AS - ANY CIVIL
Allowed
1 ENGINEERING WORK COMPRISING OF FABRICATION, ERECTION AND No No
(Mandatory)
LAUNCHING OF FOB OR STEEL GIRDER.
Standard Financial Criteria
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or V
whichever is less; where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
sheet. However, in case balance sheet of the previous 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. Please follow GCC-April-2022 for Allowed
1 No No
Annexure-VIB. The tenderers shall submit requisite information as per Annexure-VIB, (Mandatory)
along with copies of Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited Balance Sheet. [NOTE:
Failing of submission of Annexure-VIB, along with copies of Audited Balance Sheets
duly certified by the Chartered Accountant/ Certificate from Chartered Accountant duly
supported by Audited Balance Sheet shall be liable for rejection.] [NOTE: Client
certificate from other than Govt Organization should be duly supported by Form
16A/26AS generated] through TRACES of Income Tax Department of India.]
Standard Technical Criteria
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
The tenderer must have successfully completed or substantially completed any of the
following during last 07(seven) years, ending last day of month previous to the one in
which tender is invited:- Three similar works each costing not less than the amount equal
to 30% of advertised value of the tender OR Two similar works each costing not less
than the amount equal to 40% of advertised value of the tender OR- One similar work
each costing not less than the amount equal to 60% of advertised value of the tender.
(NOTE: 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
Allowed
1 financial year, listed on National Stock Exchange or Bombay Stock Exchange, No No
(Mandatory)
incorporated/registered at least 5 years prior to the date of opening of tender, shall also
be considered provided the work experience certificate has been issued by a person
authorized by the Public listed company to issue such certificates. In case tenderer
submits work experience certificate issued by public listed company, the tenderer shall
also submit along with work experience certificate, the relevant copy of work order, bill of
quantities, bill wise details of payment received duly certified by Chartered Accountant,
TDS certificates for all payments received and copy of final/last bill paid by company in
support of above work experience certificate.) For details of substantially completed
works IR-GCC-April-2022 or latest with all correction slips upto the date of closing of
tender will be followed.
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
Pa g e 10 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
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 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
General Instructions
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
Pa g e 11 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
All documents in support of fulfillment of eligibility criteria with respect to
completion of similar nature of work for Technical Eligibility Criteria and Total
contract value for Financial Eligibility Criteria should be submitted/ uploaded
online in the website with scanned copy at the time of tender bidding with
details showing in Annexure I, IV. No post tender communication, in any form
will be made or entertained, after opening of tenders, in this regard. Railways
1 No No Not Allowed
may however call for the originals of the credentials for verification or any
clarifications/confirmations on the contents of the documents submitted.
Eligibility of tenderers shall be decided solely of the basis of the documents
submitted along with the tender offers and any subsequent document
whatsoever submitted in this connection would not be given any cognizance
for finalization of the tender.
Payment through Letter of Credit is applicable for this tender as per Railway
2 Board's letter no 2017/ACII/9/10 Pt I dated 20.02.2018 & 2018/CE-I/CT/9 dt. No No Not Allowed
04.06.2018 (Annexure B & C attached).
INSTRUCTION TO BIDDERS: 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
3 shall not relieve the bidder of his obligations or liabilities hereunder nor will it No No Not Allowed
affect any rights of the railway there under. B] In case of any wrong
information submitted by tenderer, the contract shall be terminated, Earnest
Money Deposit [EMD], performance Guarantee [PG] and Security Deposit [SD]
of contract forfeited and agency barred for doing business on entire Indian
Railways for 5[five] years.
Shramik kalyan Contractor[s] are requested to get themselves registered on
4 Railways Shramik kalian portal at www.shramikkalyan.indianrailways.gov.in No No Not Allowed
after issuance of letter of acceptance.
5 GST has been considered during assessment of this instant tender. No No Not Allowed
Contractor(s)/ Bidders are requested to refer to Clause 46A of Indian Railways
Standard General Conditions of Contract'2022 with up to date correction slip
for Price Variation Clause (PVC) in works contract. Item no 46A.1 of GCC
6 2022: Price Variation Clause (PVC) shall be applicable only in tender having No No Not Allowed
advertised value above Rs. 2 Crores. [Authority: Executive Director/Civil
Engineering(G), Railway Board's letter No.2022/CE-I/CT/GCC-2022/Policy
dated 14.07.2022]
For further details related to 'Bid Security' Bidders are requested to please
7 No No Not Allowed
connect para no 23 of the tender documents.
Bidders are requested to refer to para no 9 of tender document [Para 41 & 42
8 of Part II Standard General Conditions of Contract for "Variations in extent of No No Not Allowed
Contract" of GCC 2022]
In case Agency desires submission of Bid Security in the form of Bank
9 Guarantee, then please refer to para no 23(3) of Instruction to Tenderers for No No Not Allowed
e-tenders, chapter I for further guidance. [Clause 5.0 of Part I of GCC 2022]
10 Bidders may also upload any relevant document as deemed fit. No No Not Allowed
A para 5(3) ii. Para I of GCC shall be as under : 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 closing the date
11 No No Not Allowed
for submission of bids. ( Advance correction slip no. 2 vide executive director,
Civil Engineering (G), Railway Board no. 2022/CE-I/CTGCC-2022/Policy
Dated. 13.12.2022)
The participating bidder must submit self certificate (Annexure-V & VA as
applicable) duly downloaded from the link given in submission of document
12 verification certificate or documents uploaded along with tender. ( Advance No No Not Allowed
correction slip no. 3 vide executive director, Civil Engineering (G), Railway
Board no. 2022/CE-I/CTGCC-2022/Policy Dated. 26.04.2023).
Special Conditions
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
Pa g e 12 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
To ensure quality of the work the contractor will set up an appropriate quality
1 assurance laboratory as per direction of Engineer In-charge with proper No No Not Allowed
equipment and operator. No extra payment will be made in this regard.
An appropriate site office for Railway officials who will supervise/inspect the
2 work in progress as and when necessary with adequate furniture and fixtures. No No Not Allowed
No extra payment will be made in this regard.
An advance configuration computer with internet facility along with printer and
3 an AUTOCAD operator will be provided by contractor till the completion of the No No Not Allowed
work. No extra payment will be made in this regard.
The agency has to provide one no. light road vehicle for inspecting official and
other officials/site engineer to attend the work site and back as and when
4 required to accelerate and smoothen the day to day progress of work during No No Not Allowed
the currency of contract. If agency fails to provide the vehicle a sum of Rupees
equivalent to market rate per month to be deducted from their bills.
Technical-Compliances
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
Item no 11 of GCC 2022: 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 Eastern 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. GCC April 2022 17 (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 documents duly self Allowed
1 No No
attested / digitally signed by which they/he are/is qualifying the Qualifying (Mandatory)
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.
Item no 12 of GCC 2022: Non-compliance with any of the conditions set forth
2 No No Not Allowed
therein above is liable to result in the tender being rejected.
Pa g e 13 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
Item no 14 of GCC 2022: 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: GCC April 2022 18 (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 para 17 of the Tender Form (Second Sheet). (e) Company
registered under Companies Act 2013: (i) The copies of MOA (Memorandum
of Association) / AOA (Articles of Association) of the company (ii) A copy of
Allowed
3 Certificate of Incorporation (iii) A copy of Authorization/Power of Attorney No No
(Mandatory)
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. [PLEASE READ PART B ALONGWITH]
Item no 14 of GCC 2022: [PART B] (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 document pertaining to the
constitution of Sole Proprietorship 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 Allowed
4 No No
of any document available in public domain (i.e., on internet etc.) or in (Mandatory)
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.
Pa g e 14 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
Item no 15 of GCC 2022: The tenderer whether sole proprietor / a company or
a partnership firm / joint venture (JV) / registered society / registered trust /
HUF / LLP etc if they want to act through agent or individual partner(s), should
submit along with the tender, a copy of power of attorney duly stamped and
authenticated by a Notary Public or by Magistrate in favour of the specific
person whether he/they be partner(s) of the firm or any other person,
specifically authorizing him/them to sign the tender, submit the tender and
further to deal with the Tender/ Contract up to the stage of signing the
agreement except in case where such specific person is authorized for above
purposes through a provision made in the partnership deed / Memorandum of
Understanding / Article of Association /Board resolution, failing which tender Allowed
5 No No
shall be summarily rejected. A separate power of attorney duly stamped and (Mandatory)
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.
Clause 6.1 Part I [ITT] of Indian Railways Standard General Conditions of
Contract, July 2022 shall be read as under: 6.1 The tenderer shall submit a
copy of certificate stating that all their statements/documents submitted along
with bid are true and factual. Standard format of certificate to be submitted by
Allowed
6 the bidder is enclosed as Annexure-V. Non submission of above certificate by No No
(Mandatory)
the bidder shall result in summarily rejection of his/their bid. It shall be
mandatorily incumbent upon the tenderer to identity, 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.
Custom
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
The following conditions communicated vide reference stated below are part
and parcel of the tender document- 1.Before releasing the work order after
finalisation of the tender, it will be ensured that contractors have Provident
Fund code no, if applicable. 2.Contractors shall ensure compliance of the EPF
and MP Act, 1952, by the sub-contractors, if any engaged by the contractor for
the said work. 3. The workers deployed by the contractors or subcontractors
should be enrolled as members of Provident Fund and should be given
Universal Account Number (Aadhar linked). 4.While clearing bills of such
Allowed
1 contractors, certificate will be obtained from the contractor that all the workers No No
(Optional)
employed directly or indirectly by him are registered under EPF and due
contribution have been credited into their account. 5.Copies of all documents
related to item no 1,2,3 above should be signed and submitted along with the
offer. 6.Copy of documents related to item no 4 above should be submitted
along with on account/final bills. Bills are liable to be withheld till submission of
the same. [Authority of 1,2,3,4 above: Letter no RO/JPG/PA/144 dt. 09.2.17
from Ministry of Labour, Govt of India, Regional Office, Bhavishya Nidhi
Bhavan, Din Bazar, Jalpaiguri-735101]
6. Documents attached with tender
S.No. Document Name Document Description
1 Annexure-V_VA1.pdf AnneX V and VA
IndianRailwaysStandardGeneralConditionsofContractApril-
2 Indian railway General conditions
2022AdvanceCorrectionSlipNo_3ACS-3.pdf
3 JointVentureMOU.pdf JV MOU Format
4 checklist.pdf check list
5 technicalcompliance.pdf TECHNICAL COMPLIANCE
6 SHRAMIKKALYAN.pdf shramikkalyan
Pa g e 15 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14
SEALDAH DIVISION-GATI SHAKTI/EASTERN RLY
TENDER DOCUMENT
Tender No: DCPM-GS-ENG-SDAH-11-23-24 Closing Date/Time: 09/02/2024 15:00
7 E-Tender-TD-Ch-IIIword-2022.pdf TENDER DOCUMENT
8 ANNEXURE-C-LOC2.pdf LOC C
9 GCCACS20221.pdf GCC ACS1
10 annxVIAbidsecurity.pdf VIA Bid security
GCC_April-2022_2022_CE-I_CT_GCC-
11 GCC 2022
2022_POLICY_27_04_22.pdf
12 GCCACS2022No_2.pdf GCC ACS2
13 Annexure-B-LOC.pdf LOC B
14 commlcompliance.pdf Commercial compliance
15 AnnxVIBcontractualdata.pdf VIB contractual turnover data
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.
Signed By: VIKASH KUMAR
Designation : Dy.CPMEng
Pa g e 16 o f 16 Ru n Da te/Time: 17/0 1/2 0 2 4 14:11:14