HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
DRM-ENGG acting for and on behalf of The President of India invites E-Tenders against Tender No 29UBL24-
25DT061124ITEM-02 Closing Date/Time 05/12/2024 11:00 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
Hubballi Division:-Prposed replacement of pipe bridge at Br.No 33A at Km.96/900-
Name of Work 97/000 and Bridge No:41 at Km.104/900-105/000 between Bagalkot (BGK)
Jadramakunti (JRJT) stations by cut and cover RH Girder method.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
05/12/2024 11:00 08/11/2024 18:39
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 15870408.73 Tendering Section SR.DEN/C/U
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 229400.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 21/11/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule A-Sch-A 5694261.20
Below/Par
Please see Item Breakup for details. 5694261.20 AT Par 5694261.20
1
Description:- Sch-A
S.No. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule B-Sch-B 335672.00
Below/Par
Please see Item Breakup for details. 335672.00 AT Par 335672.00
5
Description:- Sch-B
S.No. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule D-Sch-D 536772.36
Below/Par
Please see Item Breakup for details. 679458.68 (-) 21.00 536772.36
4
Description:- Sch-D
S.No. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule A1-Sch-A1 1654077.33
Below/Par
Please see Item Breakup for details. 1654077.33 AT Par 1654077.33
2
Description:- Sch-A1
S.No. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule A2-Sch--A2 7649625.84
Below/Par
Page 1 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
Please see Item Breakup for details. 7649625.84 AT Par 7649625.84
3
Description:- Sch-A2
3. ITEM BREAKUP
Schedule Schedule A-Sch-A
Item- 1 Sch-A
S No. Item Description of Item Unit Qty Rate Amount
No
Earthwork in cutting in formation, trolley
refuges, side drains, level crossing
approaches, platforms, catch water drains,
diversion of nallah & finishing to required
dimension and slopes to obtain a neat
appearance to standard profile inclusive of all
labour, materials, plant & machinery, leading
all cut spoils either to make spoil dumps or for
filling in embankment with leads within 2 km
on either side of edge of the cutting(s)
including all lifts, ascent, descent, loading,
unloading, bailing & pumping out water, if
required, clearance of site and all other works
incidental thereto for completing the work as
per RDSO Specification No. RDSO/2020/GE:
IRS-0004 with latest updated correction slips
and to the satisfaction of the Engineer-in-
Charge. Note: (i) All usable earth arising from
cut spoils shall be led into bank formation and
Unusable spoils shall be dumped / stacked
away from toe of embankment. (ii) All hard
rock /and boulders not fit for filling will be
stacked by the contractor and will be property
of the Railways. (iii)Cut trees shall be property
of Railways and to be deposited in the railway
godown unless specified otherwise in the
Conditions of Contract.
1 012011 In all conditions and classifications of soil cum 1776.00 101.03 179429.28
except rock
Earthwork in excavation by mechanical means
(Hydraulic Excavator)/Manual Means for
foundations and floors of the bridges, retaining
walls etc. including setting out, dressing of
sides, ramming of bottom, getting out the
excavated material, back filling in layers with
approved material and consolidation of the
layers by ramming and watering etc. including
all lift, disposal of surplus soil up to a lead of
300m, all types of shoring and strutting with
all labour and material complete as per
drawing and technical specification as directed
by Engineer in charge. Note: This item will be
used for excavation work in connection with
other miscellaneous works also like side
drains, foundation for OHE masts and other
miscellaneous structures in connection with
Gauge Conversion, Doubling, New lines.
2 022011 All kinds of soils cum 2505.00 189.31 474221.55
Providing and laying in position Plain cement
concrete of specified Nominal Mix for
miscellaneous works like side drains,
foundation for OHE masts and other
miscellaneous structures excluding the cost of
Cement, centering and shuttering - All work up
to plinth level :
3 022032 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 cum 38.00 2751.43 104554.34
graded stone aggregate 20 mm nominal size)
Page 2 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
Providing and laying in position machine
batched, machine mixed and machine
vibrated Cement Concrete of specified grade
as per approved Design Mix (mixed in Mobile
Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded
crushed stone aggregate and coarse sand of
approved quality for the following Reinforced
cement concrete structural elements up to
height of 9.0 m from foundation top level,
including finishing, using Plasticiser in
approved proportions (as per IS:9103), to
modify workability without impairing strength
and durability complete as per specifications
and direction of the Engineer in charge. Note:
1. Payment for cement, reinforcement and
shuttering shall be made extra under relevant
item. 2. Plasticiser shall invariably be used in
approved proportion to increase workability
with minimum possible quantity of cement for
all grade of Design Mix Concrete unless it is
specifically approved citing reasons for not
using plasticiser at the stage of Mix Design
and in that case deduction shall be made as
per relevant item.
4 022051 Abutment & Pier cum 223.00 2876.21 641394.83
5 022060 Providing and laying Plain Cement Concrete cum 79.00 2776.61 219352.19
1:3:6 with graded stone aggregate of 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.
6 024010 P r o v i d i n g and casting machine batched, cum 189.00 3081.65 582431.85
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, (Cast in-Situ/Pre-cast) in
bottom/top slab, side walls, toe wall and
sumps haunch filling head walls, thrust bed or
any other component using 20mm graded
crushed stone aggregate and coarse sand of
approved quality of RCC box of any size
including finishing, Plasticiser in approved
proportions (as per IS:9103), to modify
workability without impairing strength and
durability, complete as per drawings and
technical specifications as directed by
Engineer in charge. N o t e : 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 at the stage of Mix Design and
in that case deduction shall be made as per
relevant item.
Centering and shuttering including strutting,
propping etc. and removal of form for :
7 025031 All types of bridge sub-structures, e.g. pier, Sqm 933.00 658.02 613932.66
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
Page 3 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
Providing road crane of specified lifting
capacity with specified jib length revolving
type for material handling, assembly &
erection of girders/slab/RCC Box etc.
8 041209 300 MT capacity Day 4.00 344518.95 1378075.80
9 041210 Extra for increase in road crane capacity over Day 400.00 1290.27 516108.00
I t e m 041209 for every additional 1 MT
capacity or part there of
10 051030 Supplying of stone boulders weighing not less cum 155.00 940.57 145788.35
than 35 kg each at specified bridge locations.
11 051070 Providing and laying Pitching with Stone cum 38.00 2475.40 94065.20
Boulders, weighing not less than 35kg each
with voids filled with cement sand mortar 1:4
on slopes laid over prepared filter media
including boulder apron laid dry in front of toe
of embankment complete as per drawing and
Technical Specifications (filter media to be
paid separately under the relevant item). Rate
is excluding cost of cement which shall be paid
extra under relevant item.
12 051080 Providing and laying Filter Material as per cum 38.00 2808.60 106726.80
RDSO Specifications underneath pitching in
slopes complete as per drawing and Technical
Specification.
13 052010 Providing and laying flooring with rubble cum 57.00 2422.47 138080.79
stone, laid over 15cm thick CC 1:2:4 and the
voids filled with CC 1:2:4 complete with the
joints pointed with 1:2 Cement Sand mortar as
per drawing and Technical specifications.
Payment for cement to be done separately.
Voids in the rubble stone to be taken as 35%
of the gross volume of the stone layer. Note:
Base concrete shall be paid extra under
relevant item.
Grouting of masonry/concrete by injection
process duly Sealing of cracks, through nipples
complete as per Technical Specification and
procedure given in IRBM Para No 209 including
necessary admixture. Payment shall be as per
use of cement by weight in case of neat
cement/cement mortar grouting and weight of
Epoxy in case of Epoxy Grouting. (Cement will
be paid extra).
14 052073 Epoxy Grout Kg 80.00 1392.69 111415.20
15 052130 Providing weep holes by making suitable Metre 51.00 408.66 20841.66
opening or drilling in existing Brick Masonry /
Plain / Reinforced Concrete abutment, wing
wall/return wall with 110 mm dia UPVC pipe
(working pressure 4kg/sqcm) extending
through the full width of the structure
complete and repairing the same with cement
mortar 1:2 (1 cement : 2 coarse sand). Rate is
excluding the cost of cement which shall be
paid extra.
16 052240 Supplying, spreading and filling coarse sand cum 58.00 2446.18 141878.44
(no cohesive materials to be used) of
approved quality including watering and
ramming in foundation, behind the abutment,
wing wall, retaining wall in layers not
exceeding 150mm thick including its
compaction as per direction of Engineer-in-
charge. The rate includes all lead, lift, ascent,
descent, crossing of Railway line etc. complete
with contractor's labour, materials, tools and
plant.
Page 4 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
17 052250 Providing Boulder Backing behind wing wall, cum 155.00 350.82 54377.10
return wall, retaining wall with hand packed
boulders & cobbles with smaller size boulders
toward the back including all lead, lift, labour
& other incidental charges as complete work in
all respect. Payment for boulder/cobbles will
be done extra.
18 083030 Boxing and profiling of ballast as per TRM 60.00 23.83 1429.80
procedure prescribed in latest edition of
IRPWM including cess dressing on both sides of
track. The work will include removing excess
ballast from track and putting the same in crib
and shoulder by leading to a maximum of 50m
including crossing of track, deweeding on
ballast section etc and as directed by
Engineer-In charge.
Manufacturing, supply and stacking of
machine crushed Track Ballast conforming to
RDSO Specification (IRS-GE-1) with latest
correction slips at Railway depot or nominated
location. Note: Distance of nearest quarry
mentioned in each sub-item is only for the
purpose of selecting the items for preparation
of estimates/tender schedule, based on the
minimum distance between nearest quarry
and centre of supply points and will not affect
the selection of quarry during physical supply
in any way till prescribed specification is met
fully.
19 085015 When distance of nearest quarry is more than cum 144.00 1037.59 149412.96
40 km and up to 50 km
First or Second Through Packing of track of all
sleeper density including giving a general lift,
as desired to eliminate sag after Deep
Screening work, lifting of track, lowering of
track and major realignment of curves and
formation rehabilitation as per procedure
prescribed in latest edition of IRPWM. Note:
General lift is normally 25 mm and isolated lift
may be up to 50 mm.
20 131032 For PSC Sleeper Track with Sleeper Density of TRM 120.00 124.85 14982.00
1660
Third or subsequent Through Packing of track
for all sleeper density including picking of
slacks, as required after second through
packing, subsequent to Deep Screening work
as per procedure prescribed in latest edition of
IRPWM. This item can also be used after
lifting/regrading/realignment works also. Note:
General lift is normally 25 mm and isolated lift
may be up to 50 mm.
21 131042 For PSC Sleeper Track with Sleeper Density of TRM 60.00 96.04 5762.40
1660
Total 5694261.20
Schedule Schedule B-Sch-B
Item- 5 Sch-B
S No. Item Description of Item Unit Qty Rate Amount
No
Page 5 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
1 1 "Supplying , providing, laying & fixing 5mm Sqm 72.00 4061.00 292392.00
thick concrete canvas (flexible concrete
impregnated fabric that hardens when
hydrated to form a thin, durable water proof
and fire resistance concrete layer within 24
hours) in limited height subway and other
required work of Hubballi division, South
Western Railway. Note: 1) Contractor shall
submit all relevant test certificates of the
materials. 2) The adopted rates are deemed to
include to all taxes (Direct or indirect), royalty,
octoral etc. of Central Govt./State Govt. /Local
body etc. and all the incidental charges. 3)
Mass or unset concrete canvas should be
7Kg/M2. 4) The rate includees all the cost of
lead, lift, loading, unloading, all type of
transportation, ascent, descent, crossing of
railway track, road, nullah wherever required,
all contractor's labour, material to complete in
all respect. Refer : Approved vide #Note03 of
Eoffice File No.93433"
2 2 "Sealing t h e joints of Pre cast RCC box units Running 140.00 101.00 14140.00
after placing it in to the correct position, with Metre
cement mortar 1 : 2 Mix with Contractor's
Cement of Approved quality including labours
,tool & plants , loading , unloading ,lead & lift
etc complete as per the direction of the
Engineer - in - charge. Refer : Approved vide
#Note03 of Eoffice File No.93433"
3 3 "Preparation of Completion plan- Preparation Each 2.00 12950.00 25900.00
of completion plan and submission of the
same to Railways with bridges completion
certificate duly obtaining signature of
SSE/Works or SSE/P.Way and ADEN incharge of
the work. The drawing to be submitted in
original tracing paper or Tracing film with one
soft copy. Refer : Approved vide #Note03 of
Eoffice File No.93433"
Page 6 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
4 4 "Hydrological investigation for bridges using Each 2.00 1620.00 3240.00
DEM : for Minor Bridges A.Hydrological Bridge
investigation for Bridges using DEM:
Conducting hydrologocal investigation
including detailed caluclation for important
major/minor bridges using Digital Elevation
Model (Geological information system)Tasks: i.
Marking of all bridge locations on index plan of
the alignment. ii. Delineating the catchment
boundary of bridges from DEM and calculating
physiographic parameters of the catchment -
area, longest stream, slope iii. Calculating
design discharge (Q50) for all bridges based
on RBF 16 / RBF 22 reports for small
catchments and synthetic unit hydrograph
from flood estimation report for large
catchments (> 25 sq km). iv. Consultant will
verify if there are any dams / water storage
structures in the catchment and obtain
regulated flow discharge from concerned
authority for calculation of design discharge. v.
Checking of adequacy of proposed linear
waterway, vertical clearance, free board and
depth of foundation. Soil investigation report
for scour depth calculations will be provided to
the consultant. Deliverables i. 3 copies of
report with bridge wise hydrological
calculations should be submitted. Separate
booklets should be prepared for major and
minor bridges. ii. For each bridge, calculations
and catchment plan with longest stream
marked on Survey of India toposheet should
be submitted. For bridges with large
catchments, unit hydrograph and calculation
of equivalent slope should also be submitted.
iii. Catchment plan should be marked on 50
year 24 hr rainfall map to verify correctness of
rainfall data used and the same and the same
submitted in the booklet. iv. The following are
required to be submitted as softcopy -
calculation spreadsheets, Google Earth KML
files of catchment plans, longest stream,
alignment and bridge location.(A) For Minor
Bridge"
Total 335672.00
Schedule Schedule D-Sch-D
Item- 4 Sch-D
S No. Item Description of Item Unit Qty Rate Amount
No
15.0 DISMANTLING AND DEMOLISHING
Demolishing cement concrete manually/ by
mechanical means including disposal of
15.2
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 cum 110 2007.1 220781
1
equivalent design mix)
15.3 Demolishing R.C.C. work manually/ by cum 20 2928.1 58562
mechanical means including stacking of steel
2 bars and disposal of unserviceable material
within 50 metres lead as per direction of
Engineer - in- charge.
15.4 Demolishing R.B. work manually/ by cum 38 2619.45 99539.1
mechanical means including stacking of steel
3 bars and disposal of unserviceable material
within 50 metres lead as per direction of
Engineer-in- charge.
Page 7 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
15.5 Extra for cutting reinforcement bars manually/ Sqm 36 947.1 34095.6
by mechanical means in R.C.C. or R.B. work
4 (Payment shall be made on the cross sectional
area of R.C.C. or R.B. work) as per direction of
Engineer-in-charge.
Demolishing stone rubble masonry manually/
by mechanical means including stacking of
15.9 serviceable material and disposal of
unserviceable material within 50 metres lead
as per direction of Engineer-in-charge :
5 15.9.2 In cement mortar cum 104 2027.1 210818.4
15.25 Dismantling stone slab flooring laid in cement Sqm 42.5 219.75 9339.38
mortar including stacking of serviceable
6
material and disposal of unserviceable
material within 50 metres lead.
Dismantling steel cylinder R.C. pipes including
excavation and refilling trenches after taking
out the pipes, manually/ by mechanical means
15.46 breaking lead caulked joints, melting of lead
and making into blocks including stacking of
pipes & lead at site within 50 metres lead as
per direction of Engineer-in-charge :
7 15.46.2 Above 600 mm diameter Metre 32 1447.6 46323.2
Total 679458.68
Schedule Schedule A1-Sch-A1
Item- 2 Sch-A1
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using Cement at Worksite
1 025071 Ordinary Portland Cement 43 grade approved MT 227.51 7270.35 1654077.33
brands/makes
Total 1654077.33
Schedule Schedule A2-Sch--A2
Item- 3 Sch-A2
S No. Item Description of Item Unit Qty Rate Amount
No
Supply of steel reinforcement of approved
brands/makes for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete.
1 025082 Thermo-Mechanically Treated bars of grade Kg 75844.00 100.86 7649625.84
Fe-500D or more of approved brands/makes.
Total 7649625.84
4. ELIGIBILITY CONDITIONS
Standard Financial Criteria
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover
of V/N or 'V' whichever is less; where V= Advertised value of the tender
in crores of Rupees N= Number of years prescribed for completion of
work for which bids have been invited. The average annual contractual
turnover shall be calculated as an average of "total contractual payment"
in the previous three financial years, as per the audited balance sheet.
Allowed
1 However, in case balance sheet of the Previous year is yet to be No No
(Mandatory)
prepared/ audited, the audited balance sheet of the fourth previous year
shall be considered for calculating average annual contractual turnover.
The tenderers shall submit requisite information as per Annexure-VIB,
along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant / Certificate from Chartered Accountant duly
supported by Audited Balance Sheet.
Page 8 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
(a) Attested Certificates(s) issued by Executive or Nominated Authority of
the government Departments or Semi-Government/Public Sector
Undertakings for the value of the work done for them during the
qualifying period including current financial year certifying the bill Allowed
1.1 No No
amounts paid Agreement-wise and Date-wise or attested photo copy of (Mandatory)
such certificate. Such certificates will be accepted only from Govt. / Govt.
bodies / PSUs authorities. Certificates issued by Private Bodies will not be
considered.
NOTE: (i) Financial Year shall normally, be reckoned as 1st April to 31st
March of the Next Year. However, for Turnover Criteria, the Financial
Year as applicable to the Company /Tenderer is to be considered, if it
defers from the above. (ii) Current Financial year is reckoned as the
incomplete Financial year in which the date of tender submission falls.
1.2 No No Not Allowed
(iii) Chartered Accountant statements duly indicating yearly receipts will
not be considered until and unless backed by Audited Balance Sheets or
Provisional Balance sheet. (iv) (v) If the tender is not accompanied by the
certificate(s) in support of financial eligibility as above, the tender shall
be rejected. No post-tender correspondence will be entertained.
If JV firms are allowed to participate; Financial eligibility of the JV Firm
1.3 shall be adjudged based on satisfactory fulfillment of the Para No.17.15.2 No No Not Allowed
of J.V guide lines of IRSGCC April - 2022 [with up to date correction slip].
Standard Technical Criteria
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
(a) 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 Allowed
1 No No
value of the tender, or Two similar works each costing not less than the (Mandatory)
amount equal to 40% of advertised value of the tender, or One similar
work costing not less than the amount equal to 60% of advertised value
of the tender.
Tenderer shall carefully read clause No. 10 including clause no. 10.1 to Allowed
1.1 No No
10.5 of IRGCC April 2022. (Mandatory)
The total value of similar nature of work completed during the qualifying
period and not the payments received within qualifying period alone,
shall be considered. In case, final Bill of similar nature of work has not
been passed and final measurements have not been recorded, the paid
amount including statutory deductions will be considered. If final
measurements have been recorded and work has been completed with
1.2 No No Not Allowed
negative variation, then also the paid amount including statutory
deductions will be considered. However, if final measurements have
been recorded and work has been completed with positive variation but
variation has not been sanctioned, original agreement value or last
sanctioned agreement value whichever is lower shall be considered for
judging eligibility.
In case JV firms are allowed to participate, Technical Eligibility of the JV
Firm shall be adjudged based on satisfactory fulfillment of the Para
1.3 No No Not Allowed
No.17.15.1 of J.V. guide lines of IRSGCC April-2022 [read with up to date
correction slip].
The value of work completed will not include the cost of any materials
issued free of cost by the Railway/ Department concerned. Price
1.4 No No Not Allowed
Variation amount, if any; if indicated / incorporated in the experience
certificate will also be considered towards eligibility.
Work experience certificate from private individual shall not be
considered. However, in addition to work experience certificates issued
by any Govt. Organization, 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
1.5 No No Not Allowed
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 certificate
has been issued by a person authorized by the Public listed company to
issue such certificates.
Page 9 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
The work experience certificate shall be in the name and style of the
tenderer participating or as per provisions under Clause 17.15 of GCC
1.5.1 No No Not Allowed
April-2022 for JV Firm, if eligible to participate. [with up to date correction
slip].
The work experience certificate shall be issued by an officer not below
the rank of JA Grade or Bill passing Officer in Railways and Bill passing
Officer/Executive In-charge of work in other Govt. / Govt. bodies / PSUs.
The certificate should bear the signature and seal of the issuing officer,
name of the department etc. In case tenderer submits work experience
1.5.2 certificate issued by public listed company, the tenderer shall also submit No No Not Allowed
along with work experience certificate, the relevant copy of work order,
bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and
copy of final/last bill paid by company in support of above work
experience certificate.
Defination of Similar Work :- Any Bridge work involving RCC/PSC
1.6 No No Not Allowed
component.
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)
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
Commercial-Compliance
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
Page 10 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
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.
(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,
2 No No Not Allowed
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)
documents shall be submitted according to clause 14 of IRGCC
2022:
General Instructions
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
The General Conditions of Contract governing the performance
of the works covered by this tender are the Indian Railway
Standard General Conditions of Contract [IRSGCC] as amended
from time to time up to date. A soft copy of the Indian Railway
Standard General conditions of Contract is uploaded in the
attached documents to the tender for reference. Hard copy of
IRSGCC (with up-to-date correction slip) may be perused in the
1 No No Not Allowed
office of the Principal Chief Engineer Officer/ South Western
Railway / Hubballi - 580020. The tenderer/s is/are deemed to
have kept himself/themselves fully Informed of the provisions of
the IRS General conditions of Contract including all corrections
and Amendments issued up to date while submission of offer
and any claim that he/they is/are not aware of any amendment
or correction slip to the IRSGCC shall not be entertained.
STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings
for the works can be seen in the office of the General
Manager/Divisional Railway Manager. It should be noted that
these drawings are meant for general guidance only and
Railway may suitably modify them during the execution of work
according to the circumstances without making the Railways
liable for any claims on account of such changes. If there is any
variation between the description in the tender and the detailed
plans, the Engineer-in-Charge will operate the correct
description and his decision is final and binding on the tenderer/
2 No No Not Allowed
Contractor. The Tenderer/Contractor is required to inspect the
sites of works and acquaint himself with the site conditions,
availability of approaches for transporting of men and materials,
space and other factors relating to the works, availability of
labour, electricity and water, etc., before quoting his rates. The
extent of lead and lift involved in the execution of works and any
difficulties involved in the execution of work should also be
examined before formulating the rates for complete items of
works described in the schedule. The Tender submitted will be
deemed to have been made after such inspection.
Page 11 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
DRAWINGS FOR WORKS: The percentage rates for the schedule
items and itemized rates for the non-scheduled items quoted by
the tenderer as may be accepted by the railways will, hold good
irrespective of any changes, modifications, alterations,
additions, omissions in the locations of structures and detailed
drawings, specifications and/or the manner of executing the
work. It should be specifically noted that some of the detailed
drawings may not have been finalized by the Railway and will,
therefore, be supplied to the contractor as and when they are
3 No No Not Allowed
finalized on demand. No compensation whatsoever on this
account shall be payable by the Railway Administration. No
claim whatsoever will be entertained by the Railway on account
of any delay or hold up of the works arising out of delay in
approval of drawings, changes, modifications, alterations,
additions, omission and the site layout plans or detailed
drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other
factor on Railway Accounts.
Manual tenders, supporting documents etc., sent by
4 No No Not Allowed
Post/FAX/Courier or in Person SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only
4.1 and the bidders should ensure that the content of the No No Not Allowed
documents uploaded is distinctly legible /readable.
CORRIGENDUM NOTICE ON IREPS: Railway may modify the
tender document by issuing online corrigendum through
"www.ireps.gov.in" 15 days prior to the tender closing date. For
the purpose of CORRIGENDUM in the tender, NIT period is
5 splitted as under: (a) ADVERTISEMENT PERIOD: The time during No No Not Allowed
which all information pertaining to tender shall be available but
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15
days prior to closing of tender, during which tenderers can
submit their offer.
No Technical and Financial credentials are required for tenders
having value up to Rs 50 lakh. For tenders valuing more than Rs.
50.00 lakh: The offer of Tenderer(s) who do not enclose
Experience Certificate & Turnover Certificate with requisite
6 No No Not Allowed
details, and supporting documents along with their Tender to
establish their credentials shall be summarily rejected, even
though they are working contractors or contractors on approved
list.
The offer shall be evaluated only from the
6.1 No No Not Allowed
certificates/documents submitted along with the tender offer.
Any Certificate /Documents offered / submitted /received after
6.2 the tender opening shall not be given any credit and shall not be No No Not Allowed
considered.
Attestation of documents may be self attested or attested by a
6.3 No No Not Allowed
Gazetted Officer.
Railwayreservestherighttoverifythe authenticityofthe
6.4 No No Not Allowed
documents/information furnished.
Page 12 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
IRSGCC para 6.0 of part-I (a)(ii) Tenderers will examine the
various provisions of The Central Goods and ServicesTax 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 theaward of contract, without
which no payment shall be released to the Contractor. The
7 No No Not Allowed
Contractor shall be responsible for deposition of applicable GST
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.
Increase/decrease of TAXES: if rates of existing GST or cess on
GST for Works Contract is increased or any new tax /cess on
Works Contract is imposed by Statute after the date of opening
of tender but within the original date of completion/date of
completion extended under clause 17 & 17A and the Contractor
thereupon properly pays such taxes/cess, the Contractor shall be
7.1 No No Not Allowed
reimbursed the amount so paid. Further, if rates of existing GST
or cess on GST for Works Contract is decreased or any tax/cess
on Works Contract is decreased / removed by Statute after the
date of opening of tender, the reduction in tax amount shall be
recovered from Contractor's bills/Security Deposit or any other
dues of Contractor with the Government of India.
This tender complies with PUBLIC PROCUREMENT POLICY
ORDER-2017 dated 15.06.2017.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
8 definition and calculation of local content shall be in accordance No No Not Allowed
with the Make in India policy as incorporated in the tender
conditions. 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.
Fixed Deposit Receipts (FDRs) submitted after award of tender
9 towards Security Deposit/Performance Guarantee should be with No No Not Allowed
automatic renewal facility only.
CONSORTIUM AGREEMENTS AND MOUS SHALL NOT BE
10 No No Not Allowed
CONSIDERED FOR PARTICIPATING IN THIS TENDER.
Tenderer(s) shall note that conditional/alternate offer will not be
11 considered and will summarily be rejected, even though such No No Not Allowed
condition makes them as the lowest tenderer.
Shramik kalyan 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
12 have uploaded the correct details of contract labours engaged in No No Not Allowed
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.
Date of inviting tender shall be the date of publishing tender
notice on IREPS website if tender is published on website or the
13 No No Not Allowed
date of publication in newspaper in case tender is not published
on website.
Page 13 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
Special Conditions
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
Bidders should carefully read all the conditions and the Special
Conditions along with Special Conditions - General & Technical,
which are annexed to the tender document in the DOCUMENTS
attached to the tender. These special conditions form part of the
1 tender document and will supplement to the conditions of GCC No No Not Allowed
April - 2022 along with updated correction slips GCC April-2022.
Where the provisions of these special conditions are at variance
with GCC and other documents mentioned above, these Special
Conditions shall prevail.
MOBILISATION ADVANCE IS APPLICABLE FOR TENDERS OF VALUE
2 Rs. 25 CRORES OR ABOVE. as detailed in Special Conditions - No No Not Allowed
General attached to the tender in documents.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN Rs. 10
3 CRORES, JOINT VENTURE (JV) FIRMS ARE ALSO CONSIDERED No No Not Allowed
FOR ELIGIBILITY.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: The tender/technical bid will be evaluated based on bid
capacity formula detailed as Annexure-VI of IRSGCC April - 2022.
NOTE: i)The Tenderer(s) shall furnish the details of existing
commitments and balance amount of ongoing works with
tenderer as per the prescribed proforma of Railway for
4 statement of all works in progress and also the works which are No No Not Allowed
awarded to tenderer but yet not started up to the of inviting of
tender. In case of no works in hand, a 'NIL' statement should be
furnished. This statement should be submitted duly verified by
Chartered Accountant.(ii) 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.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 50
CRORES: Electronic Reverse Auction (e-RA) method will be
5 applicable as per guide lines issued by Railway Board vide Lr no. No No Not Allowed
2017/Trans/01/Policy/Pt-S Dt 28/3/2018. (Copy attached in the
list of documents)
Price Variation Clause (PVC) is applicable If the advertised
tender value above Rs.2 Crores. (As per letter No. 2022/CE-
I/GT/GCC-2022/Policy dated 14.07.2022) As detailed in - Para
46A of IRGCC April - 2022 attached to the tender in -
DOCUMENTS. This clause is not applicable for AT welding
portions supply contract. Base Month: The Base Month for 'Price
6 No No Not Allowed
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. [with up
to date correction slip/ Railway Board Letter]
Technical-Compliances
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
TENDER SHALL BE REJECTED if it is not accompanied by the
1 No No Not Allowed
following
Bid Security deposited through IREPS e-payment or as per
1.1 No No Not Allowed
provisions under Clause 5 (2) Part-I of GCC April 2022.
In case of Partnership firm: The tender form shall be submitted
1.1.1 No No Not Allowed
only in the name of partnership firm.
In case tenderer is JV Firm : The tender form shall be submitted
1.1.2 only in the name of the JV and not in the name of any No No Not Allowed
constituent member.
Page 14 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
Allowed
1.2 Technical Eligibility Criteria and Financial Eligibility Criteria No No
(Mandatory)
Uploading of Certificate in support of Technical Eligibility (No
Allowed
1.2.1 Technical credentials are required for tenders having advertised No No
(Mandatory)
value up to Rs 50 lakh).
Submission of Certificate(s) in support of Financial Eligibility (No
Allowed
1.2.2 Financial credentials are required for tenders having advertised No No
(Mandatory)
value up to Rs 50 lakh).
Public Procurement Policy: Uploading of certificate for
Procurement Order of value more than Rs. 10 crores, the
Allowed
1.3 certificate from Statutory auditor/cost auditor/practicing CA as No No
(Mandatory)
the case may be in accordance with Para-9(b) of Public
Procurement (Preference to Make in India) Order 2017.
IN CASE THE TENDER is Partnership firm/ JOINT Venture firm
Allowed
1.4 (JV)/ LLP A copy of certificate to be submitted/uploaded by No No
(Mandatory)
tenderer as per format given at annexure -v of IRGCC 2022.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: Bid capacity is applicable, the tenderers should submit
proforma attached in DOCUMENTS. In case, the tenderer/s failed Allowed
1.5 No No
to upload BID CAPACITY PROFORMA along with offer, their/his (Mandatory)
offer shall be considered as incomplete and will be rejected
summarily.
In case tenderer is other than sole proprietorship firm, following
1.6 No No Not Allowed
documents shall be uploaded by the tenderer:
In case the Tenderer is a Partnership Firm: [i] A notarized copy
of Partnership deed or a copy of the Partnership deed registered
with the Registrar. [ii] A notarized or registered Power of
Attorney (duly registered as per prevailing law) in favour of an
Allowed
1.6.1 individual to sign the tender documents and create liability No No
(Mandatory)
against the Firm. [iii] PAN / TAN number of Partnership firm (PAN
/ TAN number in the name of any of the constituent partners
shall not be considered). [iv] All other documents in terms of
Para 10 of the Tender Form (Second Sheet) above.
In case the Tenderer is a LLP Firm registered under LLP Act-2008
(i) A copy of LLP Agreement, (ii) A copy of Certificate of
Incorporation; and (iii) A copy of Power of Attorney/Authorization
issued by the LLP Firm in favour of the individual to sign the Allowed
1.6.2 No No
tender on behalf of the LLP Firm and create liability against the (Mandatory)
Firm. (iv) Copy of PAN number of the LLP Firm. [v] All other
documents in terms of Para 10 of the Tender Form (Second
Sheet) above.
In case the Tenderer is a Company registered under Companies
Act-2013: (i) The copies of MOA (Memorandum of Association) /
AOA (Articles of Association) of the company (ii) A copy of
Certificate of Incorporation (iii) A copy of Authorization/Power of
Attorney issued by the Company (backed by the resolution of Allowed
1.6.3 No No
Board of Directors) in favour of the individual to sign the tender (Mandatory)
on behalf of the company and create liability against the
company.(iv) copy of PAN number of the Company. and (v) All
other documents in terms Para 10 of the Tender Form (Second
Sheet) above.
In case the Tenderer is a Registered Society & Registered Trust:
(i) A copy of the 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 Allowed
1.6.4 No No
documents and create liability against the Society/Trust. And (iv) (Mandatory)
A copy of Rules and Regulations of the society (v) Copy of PAN
number of the Society/Trust. (vi) All other documents in terms
Para 10 of the Tender Form (Second Sheet) above.
Incase JV Firms are allowed to participate: Uploading of
Allowed
1.7 MEMORANDUM OF UNDERSTANDING as per the format given in No No
(Mandatory)
"Documents attached with tender" and also below documents.
Page 15 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
In case one or more members is/are Proprietary Firm or HUF, the
following documents shall be enclosed: (i) A copy of notarized
affidavit on Stamp Paper declaring that his/her Concern is a
Allowed
1.7.1 Proprietary Concern and he/she is sole proprietor of the Concern No No
(Mandatory)
OR he/she is in position of "KARTA" of Hindu Undivided Family
(HUF) and he/she has the authority, power and consent given by
other partners to act on behalf of HUF.
In case one or more of the members of the JV is/are partnership
firm(s), following documents shall be submitted: (i) A notarized
copy of the Partnership Deed or a copy of the partnership deed
registered with the Registrar. (ii)A copy of consent of all the
Allowed
1.7.2 partners or individual authorized by partnership firm, to enter No No
(Mandatory)
into the Joint Venture Agreement on a stamp paper. (iii) A
notarized or registered copy of Power of Attorney in favour of
the individual to sign the MOU/JV Agreement on behalf of the
partnership firm and create liability against the firm.
In case one or more members of the JV is/are companies, the
following documents shall be submitted: (i) A copy of resolutions
of the Directors of the Company, permitting the company to
enter into a JV agreement. (ii) The copies of MOA (Memorandum
of Association) / AOA (Articles of Association) of the company. Allowed
1.7.3 No No
(iii) A copy of Certificate of Incorporation. (iv) A copy of (Mandatory)
Authorization/copy of Power of Attorney issued by the Company
(backed by the resolution of Board of Directors) in favour of the
individual to sign the tender, sign MOU/JV Agreement on behalf
of the company and create liability against the company.
In case one or more members of the JV is/are LLP firm/s, the
following documents shall be submitted: (i) A copy of LLP
Agreement. (ii) A copy of Certificate of Incorporation of LLP. (iii)
A copy of resolution passed by partners of LLP firm, permitting
Allowed
1.7.4 the Firm to enter into a JV agreement. (iv) A copy of No No
(Mandatory)
Authorization /copy of Power of Attorney issued by the LLP firm
(backed by resolution passed by the Partners) in favour of the
individual, to sign the tender and/or sign the MOU/ JV agreement
on behalf of the LLP and create liability against the LLP.
In case one or more members of the JV is/are Society/s or
Trust/s, the following documents shall be submitted: (i) A copy of
Certificate of Registration. (ii) A copy of Memorandum of
Allowed
1.7.5 Association of Society/Trust Deed. (iii) A copy of Rules & No No
(Mandatory)
Regulations of the Society. (iv) A copy of Power of Attorney, in
favour of the individual to sign the tender documents and create
liability against the Society/Trust.
Uploading of Declaration regarding Employment of Retired
Allowed
2 Engineer/Retired Railway Officer as per clause no.16 of Part-I of No No
(Optional)
GCC April 2022. [in the format attached in - Documents]
Uploading of NEFT FORM - as per the format attached with the Allowed
3 No No
tender document. (Optional)
The list of personnel / organization on hand and proposed to be Allowed
4 No No
engaged for the tendered work. (Optional)
List of Plant & Machinery available on hand and proposed to be Allowed
5 No No
inducted and hired for the tendered work. (Optional)
Uploading of Statement Showing the particulars of Works on
Allowed
6 Hand & Works Completed as per the format attached to the No No
(Optional)
tender document.
In case of Tender schedule having item for SUPPLY OF BALLAST; Allowed
7 No No
Ballast test report as detailed in foot note of ballast item. (Mandatory)
If the Bid of a Tenderer is seriously unbalanced in relation to the
Engineer's estimate of the cost of work to be performed under
the contract, the Railways may require the tenderer to produce Allowed
8 No No
detailed price analysis for any or all items of the Tender (Mandatory)
Schedule, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.
Undertakings
S.No. Description Confirmation Remarks Documents
Required Allowed Uploading
Page 16 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
I/We certify that I/We have more than or equal to 50% of the
Local Content as per Public Procurement Policy (Make in India
1 No No Not Allowed
Policy) (If any bidders Local Content is less than 50%, Separate
certificate to be enclosed).
I/ We have visited the works site and I / We am / are aware of
2 No No Not Allowed
the site conditions.
(i)I/We have read the various conditions of the tender attached
hereto and hereby agree to abide by the said conditions. I/We
also agree to keep this tender open for acceptance for the
period mentioned in the tender document [NIT HEADER] from
the date fixed for opening the same and in default thereof, I/We
will be liable for forfeiture of my/our Bid Security submitted. (ii)
I/We offer to do the work at the percentage rates quoted by
me/us in the attached schedule and bind myself/ourselves to
complete the work within the period of completion given in this
tender document[NIT HEADER] from the date of issue of letter of
acceptance of this tender. I/We also hereby agree to abide by
the IRGCC and Special Conditions of contract and to carry out
3 the works according to the IRU Standard Specifications for No No Not Allowed
materials and works, 2010, laid down by South Western Railway
for the present contract. (iii) The full value of the Bid security
paid shall stand forfeited without prejudice to any other rights or
remedies of the railway if (a) I/We do not execute the contract
document within seven days after receipt of notice issued by the
Railway that such documents are ready: OR (b) I/We do not
commence the work within fifteen days after receipt of orders to
that effect. (iv) Until a formal agreement is prepared and
executed, acceptance of this tender shall constitute a binding
contract between us subject to modifications, as may be
mutually agreed to between us and indicated in the letter of
acceptance of my/our offer for this work.
I/We fail to submit the requisite Performance Guarantee [P.G] in
the prescribed format even after 60 (Sixty days) from the date
of issue of Letter of Acceptance, we are aware that the contract
4 No No Not Allowed
liable to be terminated duly forfeiting Bid Security and other
dues, if any payable against the contract. Also, I/We shall be
debarred from participating in the retender for this work
I/We understand that no post-tender correspondence will be
entertained; however, if any clarification is required by the
Railway, the same will be sought from the tenderer. Also, I/We
5 No No Not Allowed
are aware that any Certificate/ Documents offered after the
tender opening shall not be given any credit and shall not be
considered.
I/we do hereby solemnly affirm and state on behalf of the
6 No No Not Allowed
tenderer including its constituents as under:
(i) I/We the tenderer(s) am/are signing this document after
carefully reading the contents. (i) I/We declare and certify that
I/We have not made any misleading or false representation in
the documents, forms, statements attached in proof of the
qualification requirements. (iii) I/We also understand that my/our
6.1 offer will be evaluated based on the documents/credentials No No Not Allowed
uploaded along with the offer and the same shall be binding
upon me/us. (iv) I/We declare that the information and the
documents attached along with the tender by me/us are correct
and I/We are fully responsible for the correctness of the
information and the documents submitted by us.
I/We understand that, if any of the certificates regarding
eligibility criteria submitted by us are found to be forged / false /
incorrect will lead to banning of business with the tenderer/all
the partners in case of partnership firm/all the members of a JV
in case of a Joint Venture on entire Indian Railways for 5 years. i)
6.2 if it is found during the process of evaluation of tender, it shall No No Not Allowed
lead to forfeiture of the Bid Security, and my/our offer shall be
summarily rejected. ii) If it is found after the award of the
contract, it will lead to termination of contract along with
forfeiture of Bid Security/SD and PG besides any other action
provided in the contract.
Page 17 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
It is certified that I/We/ Proprietary of firm/On behalf of
Partnership firm/Company/JV/Registered Society/Register
Trust/HUF/LLP have not been blacklisted or debarred by
Railways or any other Ministry/Department/public sector
undertaking of the government of India/State Government from
participation in tenders/contract on the date of opening of bids,
EITHER in individual capacity or in any firm in which we are/were
7 No No Not Allowed
partners or as a member of JV firm in which I/We/ Proprietary of
firm/On behalf of Partnership firm/Company/JV/Registered
Society/Register Trust/HUF/LLP were/are members. I/We
understand if above declaration found to be false/incorrect at
any time during process of evaluation of bid or after the award
of contract, will lead to determination under Clause 62 of the
General Conditions of Contract.
/We indemnify and save harmless the Railway from and against
all actions, suit proceedings losses, costs, damages, charges,
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 the execution of
8 No No Not Allowed
the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the
actual loss or damage sustained, and whether or not any
damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with
a view to bring down the rates, the tenderer called for
negotiations should furnish the following form of declaration
before commencement of negotiations. I/We ------ -------------------
do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No.
opened on dt:.......... my original tender shall remain open for
acceptance on its original terms and condition. I also declare
that I am aware that during this negotiations, I cannot increase
9 No No Not Allowed
the originally quoted rates against any of the individual items
and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone
would be considered and for some items if I/we increase the
rates, the same would not be considered and in lieu my
originally quoted rates alone would be considered and my offer
would be evaluated accordingly. I/We are also aware that the
validity of such negotiated offer will be 30 days from the date of
negotiations or the validity of original offer, whichever is later.
I/We certify that I/We have more than or equal to 50% of the
Local Content as per Public Procurement Policy (Make in India
10 No No Not Allowed
Policy) (If any bidders Local Content is less than 50%, Separate
certificate to be enclosed).
6. Documents attached with tender
S.No. Document Name Document Description
1 TenderDocument6.0UpdatedwithCorrectionSlipsdated23.09.2023.pdf Tender Document
2 4.IRGCCApril2022.pdf GCC 2022
3 ACS-1dated14.07.2022.pdf ACS I
4 ACS-2dated13.12.2022.pdf ACS II
5 ACS-3dated26.04.2023.pdf ACS III
6 ACS-4dated07.08.2023.pdf ACS IV
7 ACS-5dated20.10.2023.pdf ACS V
8 ACS-6dated21.12.2023.pdf ACS VI
9 BGverificationletter.pdf BG Verification
10 JPOCirculardated22.05.2024.pdf JPO Circular
11 AnnexureVGCCcorrespondence.pdf Annexure V
12 NEFTFORM.pdf NEFT Form
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
Page 18 of 19 Run Date/Time: 08/11/2024 18:40:12
HUBLI DIVISION-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 29UBL24-25DT061124ITEM-02 Closing Date/Time: 05/12/2024 11:00
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: SWAPNIL CHAURASIA
Designation : Sr.DEN/Central/UBL
Page 19 of 19 Run Date/Time: 08/11/2024 18:40:12