0% found this document useful (0 votes)
35 views25 pages

viewNitPdf 4837770

The document outlines the tender details for the provision of safety fencing along railway tracks under Tender No eT-EAST-WAT-02-2025, with a closing date of 11/02/2025. The project includes the installation of Double W beam and knot fencing to prevent trespassing, with an estimated value of approximately 409.49 million INR and a completion period of 12 months. Bidders must submit their offers electronically, as manual submissions will be disregarded, and must meet specified financial and technical eligibility criteria.

Uploaded by

Hhh joy
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
35 views25 pages

viewNitPdf 4837770

The document outlines the tender details for the provision of safety fencing along railway tracks under Tender No eT-EAST-WAT-02-2025, with a closing date of 11/02/2025. The project includes the installation of Double W beam and knot fencing to prevent trespassing, with an estimated value of approximately 409.49 million INR and a completion period of 12 months. Bidders must submit their offers electronically, as manual submissions will be disregarded, and must meet specified financial and technical eligibility criteria.

Uploaded by

Hhh joy
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 25

WALTAIR DIVISION-ENGINEERING/ECOR

TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Sr.DEN/Co/WAT acting for and on behalf of The President of India invites E-Tenders against Tender No eT-EAST-WAT-02-
2025 Closing Date/Time 11/02/2025 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and
time only. Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Provision of safety fencing i.e Double W beam & knot fencing along the track for running
Name of Work of trains above 110 KMPH to arrest tress passing on Main line under the jurisdiction of
ADEN/VZM.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Date Time Of Uploading
Tender Closing Date Time 11/02/2025 15:00 17/01/2025 17:23
Tender
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 409492797.50 Tendering Section EAST
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 2197500.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 28/01/2025
Are JV allowed to bid Yes Number of JV Member Allowed 2
Are Consortium allowed Number of Consortium
No 0
to bid Member Allowed
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () A-Execution of all items of works related to Double W beam metal crash Above/
25540883.10
barrier covered by CPWD SOR 2021 as shown in Schedule-'A'. Below/Par
Please see Item Breakup for details. 26885140.10 (-) 5.00 25540883.10
1 Description:- Execution of all items of works related to Double W beam metal crash barrier covered by
CPWD SOR 2021 as shown in Schedule-'A'.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () B-Execution of all items of works covered by FR items related to Double Above/
211132296.00
W beam metal crash barrier as shown in Schedule-'B'. Below/Par
FR1 58000.00 Metre 3580.25 207654500.00 AT Par 207654500.00
Description:- Metal beam Crash Barrier -Double W Single side : - Providing and erecting "W" metal beam
02 Nos barrier comprising of 2 mm thick corrugated sheet metal beam rail on 1.50m high channel post
(150x75x4mm) above ground level and 1.20m below ground level, spaced at 2m centre to centre, all steel
parts, all fittings and fitments to be galvanized by hot dip process confirm to IS 4759, metal beam rail to be
fixed on the vertical post complete. Work will be carried out as per Railway approved drawing and as per
specification and special condition of contract attached here with. The post should be placed below G.L. by
1 Driven mechanism or auger mechanism as directed Engineer in-charge as per site conditions. The concrete
and shuttering as and when required will be paid under the relevant items. Note :- The item rate includes
with materials, labours, lead, lift, loading, unloading, Tools and plants, all taxes, site cleaning, bush cutting,
preparation of approach path, manual carting of materials due to unavoidable site requirement,etc with
contractors own materials and labours necessary for doing all the work involved in constructing the metal
beam railing barrier complete in place in all respects as per the Specifications. Work will be carried out as
per direction and instruction of Engineer in charge of work/ Engineer representative. (No any extra payment
shall be paid by Railway).
FR2 40600.00 Kg 85.66 3477796.00 AT Par 3477796.00
2 Description:- Extra for additional height of Galvanised channel post (150x75x4mm) and other Galvanised
Materials etc.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () C-Execution of all items of works covered by FR items related to knot Above/
172632696.00
fencing as shown in Schedule-'C'. Below/Par
FR1 66400.00 Metre 2599.89 172632696.00 AT Par 172632696.00

Page 1 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Description:- Supply, fitting & fixing of fencing made of Bekaert fixed Knot fence Bezinal 2000 along the
Railway track on RCC pre cast post of size 0.15 x 0.15 x 2.59 mtr (1.8 mtr above ground and 0.79 mtr below
the ground) placed at required distances including appropriate stays(243 pcs in 1000 mtr) embedded in
1 cement concrete of M-20 grade in excavation pit of size 0.46 x 0.46 x 0.76 mtr. The fixed knots fence
Bezinal 2000 (1.80 mtr height) to be provided along the track with nut & bolt as required (12mm dia of 300
mm length) , V/S clip (1800 pieces for 1000 mtr length) & finishing the RCC post with two coats of painting
over two coats of primer etc. complete as per direction of Engineer-in charge. (The rate is inclusive of
loading, unloading, placing, fixing in proper position inclusive of all labour, materials, tools & plants, over
head charges, water charges including all taxes applicable).

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () D-Execution of all items of works covered by FR items related to Drone Above/
186922.40
Survey as shown in Schedule-'D'. Below/Par
FR1 70.00 Kilometre 2670.32 186922.40 AT Par 186922.40
Description:- Orthophoto/aerial mapping by UAS drone for open line asset mapping of Railway land along
the alingnment of its running and nonrunning lines, as the case maybe, in the entire Division to extract
minute details of existing Railway infrastructure as given in the below note and submission of survey
1 outputs with resolution of 2cm and accuracy <=3m, in suitable medium (DVDs, USB flash drive, external
HDD) as prescribed by Railway Board's guide lines for aerial Videography and orthophoto/photogrammetry
survey of Indian railways network using UAS (Drone) vide letter No.2015/Track/24(1)/18/1 dt.09.10.2017
including all taxes, transportation arrangements, drone camera and necessary equipments, labour,
conveyance etc. and crossing the track wherever required as per scope, terms and conditions as directed by
Engineer-incharge.

3. ITEM BREAKUP

Schedule A-Execution of all items of works related to Double W beam metal crash barrier covered by
Schedule
CPWD SOR 2021 as shown in Schedule-'A'.
Execution of all items of works related to Double W beam metal crash barrier covered by CPWD SOR 2021
Item- 1
as shown in Schedule-'A'.
S No. Item Description of Item Unit Qty Rate Amount
No
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.
1 2.8.1 All kinds of soil. cum 2538 286.85 728025.3
2.31 Clearing jungle including uprooting of rank vegetation, Sqm 32625 14.5 473062.5
grass, brush wood, trees and saplings of girth up to 30
2 cm measured at a height of 1 m above ground level
and removal of rubbish up to a distance of 50 m
outside the periphery of the area cleared.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Centering and shuttering including strutting, propping
4.3
etc. and removal of form work for :
3 4.3.1 Foundations, footings, bases for columns Sqm 10875 307.95 3348956.25
4.14S MISCELLANEOUS

Page 2 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Providing and laying in position ready mixed or site


batched design mix cement concrete for plain 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
4.20 laying, curing, carriage for all leads; but excluding the
cost of centering, shuttering and finishing 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 110% of the
minimum specified cement content, the contractor
shall have discretion to either re-design the mix or bear
the cost of extra cement.
4.20.1 All works upto plinth level :
4.20.1.3 Concrete of M20 grade with minimum cement content cum 2538 8387.15 21286586.7
4
of 270 kg /cum
5.0 REINFORCED CEMENT CONCRETE
5.33S DESIGN MIX CONCRETE
5.35 Add for using extra cement in the items of design mix Quintal 1523 688.45 1048509.35
5
over and above the specified cement content therein.
Total 26885140.10

4. ELIGIBILITY CONDITIONS

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

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: The tenderer must have minimum average annual
contractual turnover of V/N or V whichever is less crores; 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 Allowed
1 No No
sheet. However, in case balance sheet of the previous year is yet to be (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.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria: The tenderer must have successfully 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
Allowed
1 than the amount equal to 30% of advertised value of the tender, or Two similar No No
(Mandatory)
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.
1.1 Defination of Similar Work :- Execution of any Civil Engineering Works. No No Not Allowed

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.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.

Page 3 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

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
3 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, 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
5
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 are
6
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 / Department
7 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 other action
8
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 Security/Security
9
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 registered with
10
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 below). Non
1 submission of the certificate, or submission of certificate either not properly filled in, or in a format other than the
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

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

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Whether cost of tender document deposited. No No Not Allowed
2 Whether cost of Bid Security deposited. No No Not Allowed
3 Whether the Certificate of familiarization submitted. No No Not Allowed
Whether Provisions contained in C1ause 14 , 15 & 16 of Part I of
4 Regulations for Tenders and Contracts of General conditions of No No Not Allowed
Contract - 2022 was complied.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are required to quote their Permanent Account Number in
1 Yes Yes Not Allowed
the tender document.
Please submit any other document like ballast test
Allowed
2 certificate/fabrication facilities, if applicable as desired in the Annexed Yes Yes
(Optional)
Document.
Please enter the percentage of local content in the material being
offered. Please enter 0 for fully imported items, and 100 for fully
Allowed
3 indigenous items. The definition and calculation of local content shall No Yes
(Optional)
be in accordance with the Make in India policy as incorporated in the
tender conditions.
The Tenderers have to fill in the details in TENDER FORM FIRST SHEET
attached in the Documents Column and upload the same.(Please Click Allowed
4 Yes Yes
on Tender Notice No. to go to Documents Column for "TENDER FORM (Mandatory)
FIRST SHEET").

Page 4 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

General Conditions of the Contract (GCC), 2022 is applicable to this Allowed


5 Yes Yes
contract. (Optional)
Clarification of Bids: To assist in the examination, evaluation &
comparison and prequalification of the Tender, the Railway may, at its
discretion, ask any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder that is not in response to a request by the
Railway shall not be entertained or considered. The Railway request for
6 No No Not Allowed
clarification and the response of the bidder in this regard shall be in
writing.However, if a Bidder does not provide clarification of its bid by
the date and time communicated in the Railway request for
clarification, the bid shall be evaluated as per the documents submitted
along with the bid.
Financial Eligibility Criteria: The tenderer must have minimum average
annual contractual turnover of V/N or V whichever is less crores; where
V= Advertised value of the tender in crores of Rupees N= Number of
years prescribed for completion of work for which bids have been
invited. The average annual contractual turnover shall be calculated as
an average of "total contractual payments" in the previous three
financial years, as per the audited balance sheet. However, in case
Allowed
7 balance sheet of the previous year is yet to be prepared/ audited, the No No
(Mandatory)
audited balance sheet of the fourth previous year shall be considered
for calculating average annual contractual turnover. The tenderers
shall submit requisite information as per 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. (Annexure VI B Form uploaded in the
Documents column.)
Clause No. 14 of Part-I of GCC-2022 : 14. Documents to be Submitted
Along with Tender (i) The tenderer shall clearly specify whether the
tender is submitted on his own (Proprietary Firm) or on behalf of a
Partnership Firm / Company / Joint Venture (JV) / Registered Society /
Registered Trust / Hindu Undivided Family (HUF) / Limited Liability Allowed
8 No No
Partnership (LLP) etc. The tenderer(s) shall enclose the attested copies (Mandatory)
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.
Clause 14(a) (i) of GCC-2022 : (a) Sole Proprietorship Firm: (i) All
documents in terms of Para 10 of the Tender Form (Second Sheet)
above. (NOTE : The participant tenderers have to comply with relevant Allowed
9 No No
clause applicable to them. The other clauses not applicable to the (Mandatory)
participating tenderers shall be mentioned as "CLAUSE NOT
APPLICABLE").
Clause 14 (b) of GCC-2022 : (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
Allowed
10 act on behalf of HUF. (ii) All other documents in terms of Para 10 of the No No
(Mandatory)
Tender Form (Second Sheet) above. (NOTE : The participant tenderers
have to comply with relevant clause applicable to them. The other
clauses not applicable to the participating tenderers shall be mentioned
as "CLAUSE NOT APPLICABLE").
Clause 14 (c) of GCC-2022 : Partnership Firm: (i) All documents as Allowed
11 No No
mentioned in para18 of the Tender Form (Second Sheet). (Mandatory)
Clause 14(d) of GCC-2022 : Joint Venture (JV): All documents as
mentioned in para 17 of the Tender Form (Second Sheet). (NOTE : The
Allowed
12 participant tenderers have to comply with relevant clause applicable to No No
(Mandatory)
them. The other clauses not applicable to the participating tenderers
shall be mentioned as "CLAUSE NOT APPLICABLE").
Clause 14(e) of GCC-2022 : (e) Company registered under Companies
Act2013: (i) The copies of MOA (Memorandum of Association) / AOA
(Articles of Association) of the company (ii) A copy of Certificate of
Incorporation (iii) A copy of Authorization/Power of Attorney issued by
the Company (backed by the resolution of Board of Directors) in favour Allowed
13 of the individual to sign the tender on behalf of the company and create No No (Mandatory)
liability against the company. (iv) All other documents in terms Para 10
of the Tender Form (Second Sheet) above. (NOTE : The participant
tenderers have to comply with relevant clause applicable to them. The
other clauses not applicable to the participating tenderers shall be
mentioned as "CLAUSE NOT APPLICABLE").

Page 5 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Clause 14(f) of GCC-2022 : (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 Allowed
14 No No
capacity or in any firm/LLP or JV in which they were / are (Mandatory)
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). (NOTE : The
participant tenderers have to comply with relevant clause applicable to
them. The other clauses not applicable to the participating tenderers
shall be mentioned as "CLAUSE NOT APPLICABLE").
Clause 14 of GCC-2022 : (g) Registered Society & Registered Trust: (i)
A copy of Certificate of Registration (ii) A copy of Memorandum of
Association of Society/Trust Deed (iii) A copy of Power of Attorney in
favour of the individual to sign the tender documents and create
liability against the Society/Trust. (iv) A copy of Rules & Regulations of
the Society (v) All other documents in terms of Para 10 of the Tender
Form (Second Sheet) above. (iii) If it is NOT mentioned in the submitted
tender that tender is being submitted on behalf of a Sole Proprietorship
firm / Partnership firm / Joint Venture / Registered Company etc., then
the tender shall be treated as having been submitted by the individual
who has signed the tender. (iv) After opening of the tender, any
document pertaining to the constitution of Sole Proprietorship Firm /
Partnership Firm / Registered Company/ Registered Trust / Registered
Allowed
15 Society / HUF/LLP etc. shall be neither asked nor considered, if No No
(Mandatory)
submitted. Further, no suo moto cognizance of any document available
in public domain (i.e., on internet etc.) or in Railway's record/office files
etc. will be taken for consideration of the tender, if no such mention is
available in tender offer submitted. (v) A tender from JV shall be
considered only where permissible as per the tender conditions. (vi)
The Railway will not be bound by any change of power of attorney or in
the composition of the firm made subsequent to the submission of
tender. Railway may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which will be
chargeable to the Contractor. (NOTE : The participant tenderers have to
comply with relevant clause applicable to them. The other clauses not
applicable to the participating tenderers shall be mentioned as
"CLAUSE NOT APPLICABLE").
Clause 15 of GCC-2022 : 15. The tenderer whether sole proprietor / a
company or a partnership firm / joint venture (JV) / registered society /
registered trust / HUF / LLP etc if they want to act through agent or
individual partner(s), should submit along with the tender, a copy of
power of attorney duly stamped and authenticated by a Notary Public
or by Magistrate in favour of the specific person whether he/they be
partner(s) of the firm or any other person, specifically authorizing
him/them to sign the tender, submit the tender and further to deal with
the Tender/ Contract up to the stage of signing the agreement except
in case where such specific person is authorized for above purposes
through a provision made in the partnership deed / Memorandum of
Understanding / Article of Association /Board resolution, failing which Allowed
16 No No
tender shall be summarily rejected. A separate power of attorney duly (Mandatory)
stamped and authenticated by a Notary Public or by Magistrate in
favour of the specific person whether he/they be partner(s) of the firm
or any other person, shall be submitted after award of work,
specifically authorizing him/them to deal with all other contractual
activities subsequent to signing of agreement, if required. Note: A
Power of Attorney executed and issued overseas, the document will
also have to be legalized by the Indian Embassy and notarized in the
jurisdiction where the Power of Attorney is being issued. However, the
Power of Attorney provided by Bidders from countries that have signed
the Hague Legislation Convention 1961 are not required to be legalized
by the Indian Embassy if it carries a conforming Appostille certificate.

Page 6 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Clause 16 of GCC-2022 : 16. Employment/Partnership etc. of Retired


Railway Employees: (a) Should a tenderer i) be a retired Engineer of the
gazetted rank or any other gazetted officer working before his
retirement, whether in the executive or administrative capacity or
whether holding a pensionable post or not, in the Engineering or any
other department of any of the railways owned and administered by
the President of India for the time being, OR ii) being partnership firm /
joint venture (JV) / registered society / registered trust etc have as one
of its partners/members a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the gazetted
rank or any other gazetted officer working before his retirement as one
of its directors A N D in case where such Engineer or officer had not
retired from government service at least 1 year prior to the date of
submission of the tender THEN the tenderer will give full information as
to the date of retirement of such Engineer or gazetted officer from the
said service and as to whether permission for taking such contract, or if
the Contractor be a partnership firm or an incorporated company, to
become a partner or director as the case may be, has been obtained by
the tenderer or the Engineer or officer, as the case may be from the
President of India or any officer, duly authorized by him in this behalf,
shall be clearly stated in writing at the time of submitting the tender. b)
Allowed
17 In case, upon successful award of contract, should a tenderer depute No No
(Mandatory)
for execution of the works under or to deal matters related with this
contract, any retired Engineer of gazette rank or retired gazetted
officer working before his retirement in the Engineering or any other
department of any of the railways owned and administered by the
President of India for the time being, and now in his employment, then
the tenderer will ensure that retired Engineer or retired gazetted officer
had retired from government service at least 1 year prior to the date of
his employment with tenderer and in case he had retired from service
within a year then he possesses the requisite permission from the
President of India or any officer, duly authorized by him in this behalf,
to get associated with the tenderer. c) Should a tenderer or Contractor
being an individual, have member(s) of his family or in the case of
partnership firm/ company / joint venture (JV) / registered society /
registered trust etc. one or more of his partner(s)/shareholder(s) or
member(s) of the family of partner(s)/shareholder(s) having share of
more than 1%in the tendering entity employed in gazetted capacity in
t h e Engineering or any other department of the railway, then the
tenderer at the time of submission of tender, will inform the authority
inviting tenders the details of such persons. Note: -If information as
required as per 16.a), b), c) above has not been furnished, contract is
liable to be dealt in accordance with provision of clause 62 of the
Standard General Condition of contract.

Page 7 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Clause 17 of GCC-2022 : 17. Participation of Joint Venture (JV) in Works


Tender: This para shall be applicable for works tenders wherein tender
documents provide for the same. 17.1 Separate identity/name shall be
given to the Joint Venture.17.2 Number of members in a JV shall not be
more than three, if the work involves only one department (say Civil or
S&T or Electrical or Mechanical) and shall not be more than five, if the
work involves more than one Department. One of the members of the
JV shall be its Lead Member who shall have a majority (at least 51%)
share of interest in the JV. The other members shall have a share of not
less than 20% each in case of JV with upto three members and not less
than 10% each in case of JV with more than three members. In case of
JV with foreign member(s), the Lead Member has to be an Indian
firm/company with a minimum share of 51%. 17.3 A member of JV shall
not be permitted to participate either in individual capacity or as a
member of another JV in the same tender. 17.4 The tender form shall
be purchased and submitted only in the name of the JV and not in the
name of any constituent member. The tender form can however be
submitted by JV or any of its constituent member or any person
authorized by JV through Power of Attorney to submit tender. 17.5 Bid
Security shall be submitted by JV or authorized person of JV either as :
(i) Cash through e-payment gateway or as mentioned in tender
document, or (ii) Bank Guarantee bond either in the name of JV, or in
the name of all members of JV as per MOU irrespective of their share in
Allowed
18 the JV if the JV has not been constituted legally till the date of No No
(Mandatory)
submission of tender. 17.6 A copy of Memorandum of Understanding
(MoU) duly executed by the JV members on a stamp paper, shall be
submitted by the JV alongwith the tender. The complete details of the
members of the JV, their share and responsibility in the JV etc.
particularly with reference to financial, technical and other obligations
shall be furnished in the MoU. 17.7 Once the tender is submitted, the
MoU shall not normally be modified / altered / terminated during the
validity of the tender. In case the tenderer fails to observe/comply with
this stipulation, the full Bid Security shall be liable to be forfeited. 17.8
Approval for change of constitution of JV shall be at the sole discretion
of the Railway. The constitution of the JV shall not normally be allowed
to be modified after submission of the bid by the JV, except when
modification becomes inevitable due to succession laws etc., provided
further that there is no change in qualification of minimum eligibility
criteria by JV after change of composition. However, the Lead Member
shall continue to be the Lead Member of the JV. Failure to observe this
requirement would render the offer invalid. 17.9 Similarly, after the
contract is awarded, the constitution of JV shall not be normally allowed
to be altered during the currency of contract except when modification
become inevitable due to succession laws etc. and minimum eligibility
criteria should not get vitiated. Failure to observe this stipulation shall
be deemed to be breach of contract with all consequential penal action
as per contract conditions.

Page 8 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to 17.9 of GCC-2022 : On award of contract to a JV, a


single Performance Guarantee shall be submitted by the JV as per
tender conditions. All the Guarantees like Performance Guarantee,
Bank Guarantee for Mobilization Advance, Machinery Advance etc.
shall be accepted only in the name of the JV and no splitting of
guarantees amongst the members of the JV shall be permitted.17.11
On issue of LOA (Letter of Acceptance), the JV entity to whom the work
has been awarded, with the same shareholding pattern as was
declared in the MOU/JV Agreement submitted alongwith the tender,
shall be got registered before the Registrar of the Companies under
'The Companies Act - 2013' (in case JV entity is to be registered as
Company) or before the Registrar/Sub-Registrar under the 'The Indian
Partnership Act, 1932' (in case JV entity is to be registered as
Partnership Firm) or under 'The LLP Act 2008' (in case JV entity is to be
registered as LLP). A separate PAN shall be obtained for this entity. The
documents pertaining to this entity including its PAN shall be furnished
to the Railways before signing the contract agreement for the work. In
case the tenderer fails to observe/comply with this stipulation within 60
days of issue of LOA, contract is liable to be terminated. In case
contract is terminated railway shall be entitled to forfeit the full amount
of the Bid Security and other dues payable to the Contractor under this
contract. The entity so registered, in the registered documents, shall
Allowed
19 have, inter-alia, following Clauses: 17.11.1 Joint and Several Liability - No No
(Mandatory)
Members of the entity to which the contract is awarded, shall be jointly
and severally liable to the Railway for execution of the project in
accordance with General and Special Conditions of Contract. The
members of the entity shall also be liable jointly and severally for the
loss, damages caused to the Railways during the course of execution of
the contract or due to non-execution of the contract or part thereof.
17.11.2 Duration of the Registered Entity - It shall be valid during the
entire currency of the contract including the period of extension, if any
and the maintenance period after the work is completed. 17.11.3
Governing Laws - The Registered Entity shall in all respect be governed
by and interpreted in accordance with Indian Laws. 17.12 Authorized
Member - Joint Venture members in the JV MoU shall authorize Lead
member on behalf of the Joint Venture to deal with the tender, sign the
agreement or enter into contract in respect of the said tender, to
receive payment, to witness joint measurement of work done, to sign
measurement books and similar such action in respect of the said
tender/contract. All notices/correspondences with respect to the
contract would be sent only to this authorized member of the JV. 17.13
No member of the Joint Venture shall have the right to assign or
transfer the interest right or liability in the contract without the written
consent of the other members and that of the Railway in respect of the
said tender/contract.

Page 9 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to Clause 17.13 of GCC-2022 : 17.14 Documents to be


enclosed by the JV alongwith the tender: 17.14.1 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 partners or individual authorized by partnership
firm, to enter 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.(iv) An undertaking by all
partners of the partnership firm 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
in which they were / are partners/members. Any Concealment / wrong
information in regard to above shall make the bid ineligible or the
contract shall be determined under Clause 62 of the Standard General
Conditions of Contract. 17.14.2 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 Concern
is a proprietary Concern and he is sole proprietor of the Concern OR he
who is signing the affidavit 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. 17.14.3 In Allowed
20 No No
case one or more members of the JV is/are companies, the following (Mandatory)
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 (iii) A copy of Certificate of Incorporation
(iv) A copy of 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 17.14.4 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 the Firm to enter into a JV agreement
(iv) A copy of 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. (v) 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. Any Concealment / wrong information in
regard to above shall make the contract liable for determination under
Clause 62 of the Standard General Conditions of Contract.

Page 10 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to Clause 17.14.4 of GCC-2022 : 17.14.5 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 Association of Society/Trust Deed.(iii) A
copy of Rules & 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. 17.14.6 All other documents
in terms of Para 10 of the Tender Form (Second Sheet) above. 17.15
Credentials & Qualifying Criteria: Technical, financial eligibility and Bid
capacity of the JV shall be adjudged based on satisfactory fulfillment of
the following criteria: 17.15.1 Technical Eligibility Criteria ('a' or 'b'
mentioned hereunder): (a) For Works without composite components
The technical eligibility for the work as per para 10.1 above, shall be
satisfied by either the 'JV in its own name & style' or 'Lead member of
the JV'. Each other (non-lead) member(s) of JV, who is/ are not
satisfying the technical eligibility for the work as per para 10.1 above,
shall have technical capacity of minimum 25% of the cost of work i.e.,
each non-lead member of JV member must have satisfactorily
completed or substantially completed during the last 07 (seven) years,
ending last day of month previous to the one in which tender is invited,
one similar single work for a minimum of 25% of advertised value of
Allowed
21 the tender. (b) For works with composite components The technical No No
(Mandatory)
eligibility for major component of work as per para 10.1 above, shall be
satisfied by either the 'JV in its own name & style' or 'Lead member of
the JV' and technical eligibility for other component(s) of work as per
para 10.1 above, shall be satisfied by either the 'JV in its own name &
style' or 'any member of the JV'. Each other (non-lead)member(s) of JV,
who is/ are not satisfying the technical eligibility for any component of
the work as per para 10.1 above, shall have technical capacity of
minimum 25% of the cost of any component of work mentioned in
technical eligibility criteria. i.e., each other (nonlead) member of must
have satisfactorily completed or substantially completed during the
last 07 (seven) years, ending last day of month previous to the one in
which tender is invited, one similar single work for a minimum of 25%
of cost of any component of work mentioned in technical eligibility
criteria. Note for Para 17.15.1: a) The Major component of the work for
this purpose shall be the component of work having highest value. In
cases where value of two or more component of work is same, any one
work can be classified as Major component of work. b) Value of a
completed work done by a Member in an earlier JV shall be reckoned
only to the extent of the concerned member's share in that JV for the
purpose of satisfying his/her compliance to the above mentioned
technical eligibility criteria in the tender under consideration.
In continuation to 17.15.1 of GCC-2022 : 17.15.2 Financial Eligibility
Criteria The JV shall satisfy the requirement of "Financial Eligibility"
mentioned at para 10.2 above. The "financial capacity" of the lead
member of JV shall not be less than 51% of the financial eligibility
criteria mentioned at para 10.2 above. The arithmetic sum of individual
"financial capacity" of all the members shall be taken as JV's "financial
capacity" to satisfy this requirement. Note: Contractual payment
Allowed
22 received by a Member in an earlier JV shall be reckoned only to the No No
(Mandatory)
extent of the concerned member's share in that JV for the purpose of
satisfying compliance of the above mentioned financial eligibility
criteria in the tender under consideration. 17.15.3 Bid Capacity The JV
shall satisfy the requirement of "Bid Capacity" requirement mentioned
at para 10.3 above. The arithmetic sum of individual "Bid capacity" of
all the members shall be taken as JV's "Bid capacity" to satisfy this
requirement.
Clause 18.10 of GCC-2022 : 18.10 The tenderer shall clearly specify
that the tender is submitted on behalf of a partnership firm. The
following documents shall be submitted by the partnership firm, with
the tender: (i) A notarized copy of the Partnership Deed or a copy of
the Partnership deed registered with the Registrar. GCC April 2022 27
(ii) A notarized or registered copy of Power of Attorney in favour of the
individual to tender for the work, sign the agreement etc. and create
liability against the firm. (iii) An undertaking by all partners of the
Allowed
23 partnership firm that they are not blacklisted or debarred by Railways No No
(Mandatory)
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 in which they were /
are partners/members. Any Concealment / wrong information in regard
to above shall make the bid ineligible or the contract shall be
determined under Clause 62 of the Standard General Conditions of
Contract. (iv) All other documents in terms of Para 10 of the Tender
Form (Second Sheet) above.

Page 11 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

46A. Price Variation Clause (PVC): 46A.1 Applicability: Price Variation


Clause (PVC) shall be applicable only in tender having advertised value
above Rs. 2 Crores. Provided further that, in a contract where PVC is
applicable, following shall be outside the purview of price adjustments
(i.e. shall be excluded from the gross value of the work for the purpose
24 of price variation) : a) Materials supplied by Railway to the Contractors, No No Not Allowed
either free or at fixed rate; b) Any extra item(s) included in subsequent
variation falling outside the purview of the Bill(s) of Quantities of
tender, under clause 39. (1)(b) of these Standard General Conditions,
unless applicability of PVC and 'Base Month' has been specially agreed,
while fixing the rates of such extra item(s).
CLAUSE 6.1 of GCC 2022: The tenderers 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 the bidder is enclosed as Annexure-V.In addition to
Annexure-V, in case of other than company/Proprietary firm, Annexure-
V(A) shall also be submitted by each member of a Partnership firm/
Allowed
25 Joint Venture (JV) / Hindu Undivided Family (HUF)/ Limited Liability Yes Yes
(Mandatory)
Partnership (LLP) etc. as the case may be. Non submission of above
certificate by the bidder shall result in summarily rejection of his/their
bid. It shall be mandatorily incumbent upon the tenderer to identify,
state and submit the supporting documents duly self attested/digitally
signed by which they/he is qualifying the Qualifying Criteria mentioned
in the Tender Document.
CLAUSE 5 of GCC 2022: Bid Security: (1)(a)The tenderer shall be
required to submit the Bid Security with the tender for the due
performance with the stipulation to keep the offer open till such date as
specified in the tender, under the conditions of tender. The Bid Security
shall be as under: For works estimated to cost up to 1 crore - Bid
Security is 2% of the estimated cost of the work For works estimated to
cost more than 1 crore - Bid Security is 2 lakh plus ½% (half percent) of
the excess of the estimated cost of work beyond 1 crore subject to a
maximum of 1 crore. Note: (i)The Bid Security shall be rounded off to
the nearest 100. This Bid Security shall be applicable for all modes of
tendering. (ii)Any firm recognized by Department of Industrial Policy
and Promotion (DIPP) as 'Startups' shall be exempted from payment of
Bid Security detailed above. (iii)Labour Cooperative Societies shall
submit only 50% of above Bid Security detailed above. (b)It shall be
understood that the tender documents have been issued to the
tenderer and the tenderer is permitted to tender in consideration of
stipulation on his part, that after submitting his tender he will not resile
from his offer or modify the terms and conditions thereof in a manner
not acceptable to the Engineer. Should the tenderer fail to observe or
comply with the said stipulation, the aforesaid amount shall be liable to
be forfeited to the Railway. (c) If his tender is accepted, this Bid
Security mentioned in sub para (a) above will be retained as part
security for the due and faithful fulfillment of the contract in terms of
Clause 16 of the Standard General Conditions of Contract. The Bid
Security of other Tenderers shall, save as herein before provided, be Allowed
26 Yes Yes
returned to them, but the Railway shall not be responsible for any loss (Mandatory)
or depreciation that may happen thereto while in their possession, nor
be liable to pay interest thereon. (2)The Bid Security shall be deposited
either in cash through e-payment gateway or submitted as Bank
Guarantee bond from a scheduled commercial bank of India or as
mentioned in tender documents. The Bank Guarantee bond shall be as
per Annexure-VIA and shall be valid for a period of 90days beyond the
bid validity period. (3)In case, submission of Bid Security in the form of
Bank Guarantee, following shall be ensured: i.A scanned copy of the
Bank Guarantee shall be uploaded on e-Procurement Portal (IREPS)
while applying to the tender. ii. The original Bank Guarantee should be
delivered in person to the official nominated as indicated in the tender
document within 5 working days of deadline of submission of bids.iii.
Non submission of scanned copy of Bank Guarantee with the bid on e-
tendering portal (IREPS) and/or non submission of original Bank
Guarantee within the specified period shall lead to summary rejection
of bid. iv. The Tender Security shall remain valid for a period of 90 days
beyond the validity period for the Tender. v. The details of the BG,
physically submitted should match with the details available in the
scanned copy and the data entered during bid submission time, failing
which the bid will be rejected.vi. The Bank Guarantee shall be placed in
an envelope, which shall be sealed. The envelope shall clearly bear the
identification "Bid for the *** Project" and shall clearly indicate the
name and address of the Bidder. In addition, the Bid Due Date should
be indicated on the right hand top corner of the envelope.

Page 12 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to BID SECURITY 3 of (i to vi) in General Instructions :


vii. The envelope shall be addressed to the officer and address as
mentioned in the tender document. viii. If the envelope is not sealed Allowed
27 Yes Yes
and marked as instructed above, the Railway assumes no responsibility (Mandatory)
for the misplacement or premature opening of the contents of the Bid
submitted and consequent losses, if any, suffered by the Bidder.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
It shall not be obligatory on the said authority to accept the lowest
1 tender and no tenderer/tenderers shall demand any explanation for the No No Not Allowed
cause of rejection of his/their tender.
If the tenderers deliberately gives/give wrong information in his/their
tender or creates/create circumstances for the acceptance of his/their
2 No No Not Allowed
tender, the Railway reserves the right to reject such tender at any
stage.
No manual tenders sent by Post/FAX/Courier or in person shall be
3 No No Not Allowed
accepted.
Special Conditions of Contract for taking into account Imposition of
New Taxes/ Revision of Existing Taxes : Clause 6 of GCC 2022: (a)(ii)
Tenderers will examine the various provisions of The Central Goods
and Services Tax Act, 2017(CGST)/ Integrated Goods and Services Tax
Act, 2017(IGST)/ Union Territory Goods and Services Tax Act,
2017(UTGST)/ respective state's State Goods and Services Tax Act
(SGST) also, as notified by Central/State Govt.& as amended from time
to time and applicable taxes before bidding. Tenderers will ensure that
full benefit of Input Tax Credit (ITC) likely to be availed by them is duly
4 considered while quoting rates. (a)(iii) The successful tenderer who is No No Not Allowed
liable to be registered under CGST/IGST/UTGST/SGST Act shall submit
GSTIN along with other details required under CGST/IGST/UTGST/SGST
Act to railway immediately after the award of contract, without which
no payment shall be released to the Contractor. The 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.
The Tenderer shall have to comply with the provisions contained in
5 Clause 14, 15 & 16 of Part I of Regulations for Tenders and Contracts of No No Not Allowed
General Conditions of Contract - 2022.
The Tenderers have to fill in the details in TENDER FORM FIRST SHEET
attached in the Documents Column and upload the same.(Please Click
6 No No Not Allowed
on Tender Notice No. to go to Documents Column for "TENDER FORM
FIRST SHEET").
Joint Ventures/MOUs. "Joint Ventures Firms" shall now be applicable to
the works tenders of value more than ' 10 Crore (Rupees ten crore
7 No No Not Allowed
only), as per Rly Board letter No.2002/CE-I/CT/37 JV Pt.VIII,
dtd.14.12.2012
No Technical and Financial credentials are required for tenders having
8 No No Not Allowed
advertised value upto Rs.50 Lakhs.
Provision of efficient and competent staff at work sites by contractor &
Deployment of qualified Engineers at work site by Contractors :
9 No No Not Allowed
Railway Board's letter No.2012/CE-I/CT/O/20, DT.10.05.2013 is
applicable to this contract.
Standard Schedule of Rates (SSOR) shall mean the schedule of Rates
adopted by the Railway, which includes1. "Unified Standard Schedule
of Rates of the Railway (USSOR)" i.e. the Standard Schedule of Rates of
the Railway issued under the authority of the Chief Engineer from time
to time, updated with correction slips issued up to date of inviting
tender or as otherwise specified in the tender documents. 2. "Delhi
10 No No Not Allowed
Schedule Of Rates (DSR)" i.e. the Standard Schedule of Rates published
by Director General/ Central Public Works Department, Government of
India, New Delhi, as adopted and modified by the Railway under the
authority of the Chief Engineer from time to time, updated with
correction slips issued up to date of inviting tender or as otherwise
specified in the tender documents.
"Contractor's authorized Engineer" shall mean a graduate engineer or
equivalent, having more than 3 years experience in the relevant field of
11 No No Not Allowed
construction work involved in the contract, duly approved by the
Engineer.

Page 13 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Date of inviting tender shall be the date of publishing tender notice on


12 IREPS website if tender is published on website or the date of No No Not Allowed
publication in newspaper in case tender is not published on website.
Bid Security: (1)(a)The tenderer shall be required to submit the Bid
Security with the tender for the due performance with the stipulation to
keep the offer open till such date as specified in the tender, under the
conditions of tender. The Bid Security shall be as under:For works
estimated to cost up to 1 crore - Bid Security is 2% of the estimated
cost of the work For works estimated to cost more than 1 crore - Bid
Security is 2 lakh plus ½% (half percent) of the excess of the estimated
cost of work beyond 1 crore subject to a maximum of 1 crore.Note:
(i)The Bid Security shall be rounded off to the nearest 100. This Bid
Security shall be applicable for all modes of tendering. (ii)Any firm
recognized by Department of Industrial Policy and Promotion (DIPP) as
'Startups' shall be exempted from payment of Bid Security detailed
above. (iii)Labour Cooperative Societies shall submit only 50% of above
Bid Security detailed above. (b)It shall be understood that the tender
documents have been issued to the tenderer and the tenderer is
permitted to tender in consideration of stipulation on his part, that after
submitting his tender he will not resile from his offer or modify the
terms and conditions thereof in a manner not acceptable to the
Engineer. Should the tenderer fail to observe or comply with the said
stipulation, the aforesaid amount shall be liable to be forfeited to the
Railway. (c) If his tender is accepted, this Bid Security mentioned in sub
para (a) above will be retained as part security for the due and faithful
fulfillment of the contract in terms of Clause 16 of the Standard
General Conditions of Contract. The Bid Security of other Tenderers
shall, save as herein before provided, be returned to them, but the
13 No No Not Allowed
Railway shall not be responsible for any loss or depreciation that may
happen thereto while in their possession, nor be liable to pay interest
thereon. (2)The Bid Security shall be deposited either in cash through
e-payment gateway or submitted as Bank Guarantee bond from a
scheduled commercial bank of India or as mentioned in tender
documents. The Bank Guarantee bond shall be as per AnnexureVIA and
shall be valid for a period of 90days beyond the bid validity period.
(3)In case, submission of Bid Security in the form of Bank Guarantee,
following shall be ensured: i.A scanned copy of the Bank Guarantee
shall be uploaded on e-Procurement Portal (IREPS) while applying to
the tender. ii. The original Bank Guarantee should be delivered in
person to the official nominated as indicated in the tender document
within 5 working days of deadline of submission of bids.iii. Non
submission of scanned copy of Bank Guarantee with the bid on e-
tendering portal (IREPS) and/or non submission of original Bank
Guarantee within the specified period shall lead to summary rejection
of bid. iv. The Tender Security shall remain valid for a period of 90 days
beyond the validity period for the Tender.v.The details of the BG,
physically submitted should match with the details available in the
scanned copy and the data entered during bid submission time, failing
which the bid will be rejected.vi. The Bank Guarantee shall be placed in
an envelope, which shall be sealed. The envelope shall clearly bear the
identification "Bid for the ***** Project" and shall clearly indicate the
name and address of the Bidder. In addition, the Bid Due Date should
be indicated on the right hand top corner of the envelope
In continuation to BID SECURITY 3 of (i to vi) in General Instructions :
vii. The envelope shall be addressed to the officer and address as
mentioned in the tender document. viii. If the envelope is not sealed
14 No No Not Allowed
and marked as instructed above, the Railway assumes no responsibility
for the misplacement or premature opening of the contents of the Bid
submitted and consequent losses, if any, suffered by the Bidder.
Right of Railway to Deal with Tenders: The Railway reserves the right of
not to invite tenders for any of Railway work or works or to invite open
or limited tenders and when tenders are called to accept a tender in
whole or in part or reject any tender or all tenders without assigning
15 No No Not Allowed
reasons for any such action. In case if tender is accepted in part by
Railway administration, Letter of Acceptance shall be issued as counter
offer to the Tenderer, which shall be subject to acceptance by the
Tenderer.

Page 14 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

Clarification of Bids: To assist in the examination, evaluation &


comparison and prequalification of the Tender, the Railway may, at its
discretion, ask any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder that is not in response to a request by the
Railway shall not be entertained or considered. The Railway request for
16 No No Not Allowed
clarification and the response of the bidder in this regard shall be in
writing.However, if a Bidder does not provide clarification of its bid by
the date and time communicated in the Railway request for
clarification, the bid shall be evaluated as per the documents submitted
along with the bid.
If any partner(s) of a partnership firm expires after the submission of
its tender or after the acceptance of its tender, the Railway shall deem
such tender as cancelled/contract as terminated under clause 61 of the
Standard General Conditions of Contract, unless the firm retains its
17 No No Not Allowed
character as per partnership agreement. If a sole proprietor expires
after the submission of tender or after the acceptance of tender, the
Railway shall deem such tender as cancelled / contract as terminated
under clause 61 of the Standard General Conditions of Contract.
[Explanation for Para 10 of the Tender Form (Second Sheet) including
Para 10.1 to 10.5 - Eligibility Criteria: 1. Substantially Completed Work
means an ongoing work in which payment equal to or more than 90%
of the present contract value (excluding the payment made for
adjustment of Price variation (PVC), if any) has been made to the
contractor in that ongoing contract and no proceedings of termination
of contract on Contractor's default has been initiated. The credential
certificate in this regard should have been issued not prior to 60 days
of date of invitation of present tender. 2. In case a work is started prior
to 07 (seven) years, ending last day of month previous to the one in
which tender is invited, but completed in last 07 (seven) years, ending
last day of month previous to the one in which tender is invited, the
completed work shall be considered for fulfillment of credentials. 3. If a
work is physically completed and completion certificate to this extent
is issued by the concerned organization but final bill is pending, such
work shall be considered for fulfillment of credentials 4. In case of
completed work, the value of final bill (gross amount) including the PVC
amount (if paid) shall be considered as the completion cost of work. In
case final bill is pending, only the total gross amount already paid
including the PVC amount (if paid) shall be considered as the
completion cost of work. In case of substantially completed work, the
total gross amount already paid including the PVC amount (if paid), as
mentioned in the certificate, shall be considered as the cost of
18 No No Not Allowed
substantially completed work. 5. If a bidder has successfully completed
a work as subcontractor and the work experience certificate has been
issued for such work to the subcontractor by a Govt. Organization or
public listed company as defined in Note for Item 10.1 Para 10 of the
Tender Form (Second Sheet), the same shall be considered for the
purpose of fulfillment of credentials. 6. In case a work is considered
similar in nature for fulfillment of technical credentials, the overall cost
including the PVC amount (if paid) of that completed work or
substantially completed work, shall be considered and no separate
evaluation for each component of that work shall be made to decide
eligibility. 7. In case of newly formed partnership firm, the credentials
of individual partners from previous propriety firm(s) or dissolved
previous partnership firm(s) or split previous partnership firm(s), shall
be considered only to the extent of their share in previous entity on the
date of dissolution / split and their share in newly formed partnership
firm. For example, a partner A had 30% share in previous entity and
his share in present partnership firm is 20%. In the present tender
under consideration, the credentials of partner A will be considered to
the extent of 0.3*0.2*value of the work done in the previous entity. For
this purpose, the tenderer shall submit along with his bid all the
relevant documents which include copy of previous partnership
deed(s), dissolution deed(s) and proof of surrender of PAN No.(s) in
case of dissolution of partnership firm(s) etc.

Page 15 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to 7 of [Explanation for Para 10 of the Tender Form


(Second Sheet) including Para 10.1 to 10.5 - Eligibility Criteria of
General Instructions: In case of existing partnership firm, if any one or
more partners quit the partnership firm, the credentials of remaining
partnership firm shall be re-worked out i.e., the quitting partner(s) shall
take away his credentials to the extent of his share on the date of
quitting the partnership firm(e.g. in a partnership firm of partners A, B
& C having share 30%, 30% & 40% respectively and credentials of Rs
10 crore; in case partner C quits the firm, the credentials of this
partnership firm shall remain as Rs 6 crore). For this purpose, the
tenderer shall submit along with his bid all the relevant documents
which include copy of previous partnership deed(s), dissolution deed(s)
and proof of surrender of PAN No.(s) in case of dissolution of
partnership firm(s) etc. 9. In case of existing partnership firm if any
new partner(s) joins the firm without any modification in the name and
PAN/TAN no. of the firm, the credentials of partnership firm shall get
enhanced to the extent of credentials of newly added partner(s) on the
same principles as mentioned in item 6 above. For this purpose, the
tenderer shall submit along with his bid all the relevant documents
which include copy of previous partnership deeds, dissolution/splitting
deeds and proof of surrender of PAN No.(s) in case of dissolution of
partnership firm etc. 10. Any partner in a partnership firm cannot use
19 No No Not Allowed
or claim his credentials in any other firm without leaving the
partnership firm i.e., In a partnership firm of A&B partners, A or B
partner cannot use credentials of partnership firm of A&B partners in
any other partnership firm or propriety firm without leaving partnership
firm of A&B partners. 11. In case a partner in a partnership firm is
replaced due to succession as per succession law, the proportion of
credentials of the previous partner will be passed on to the successor.
12. If the percentage share among partners of a partnership firm is
changed, but the partners remain the same, the credentials of the firm
before such modification in the share will continue to be considered for
the firm as it is without any change in their value. Further, in case a
partner of partnership firm retires without taking away any credentials
from the firm, the credentials of partnership firm shall remain the same
as it is without any change in their value. 13. In a partnership firm "AB"
of A&B partners, in case A also works as propriety firm "P" or partner in
some other partnership firm "AX", credentials of A in propriety firm "P"
or in other partnership firm "AX" earned after the date of becoming a
partner of the firm AB shall not be added in partnership firm AB. 14. In
case a tenderer is LLP, the credentials of tenderer shall be worked out
on above lines similar to a partnership firm. 15. In case company A is
merged with company B, then company B would get the credentials of
company A also.]

Page 16 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

18. Participation of Partnership Firms in works tenders: 18.1 The


Partnership Firms participating in the tender should be legally valid
under the provisions of the Indian Partnership Act. 18.2 The partnership
firm should have been in existence or should have been formed prior to
submission of tender. Partnership firm should have either been
registered with the Registrar or the partnership deed should have been
notarized as per the Indian Partnership Act, prior to submission of
tender. 18.3 Separate identity / name should be given to the
partnership firm. The partnership firm should have PAN / TAN number
in its own name and PAN / TAN number in the name of any of the
constituent partners shall not be considered. The valid constituents of
the firm shall be called partners. 18.4 Once the tender has been
submitted, the constitution of the firm shall not normally be allowed to
be modified / altered / terminated during the validity of the tender as
well as the currency of the contract except when modification becomes
inevitable due to succession laws etc., in which case prior permission
should be taken from Railway and in any case the minimum eligibility
criteria should not get vitiated. The re-constitution of firm in such cases
should be followed by a notary certified Supplementary Deed. The
approval for change of constitution of the firm, in any case, shall be at
the sole discretion of the Railways and the tenderer shall have no
claims what-so-ever. Any change in the constitution of Partnership firm
after submission of tender shall be with the consent of all partners and
with the signatures of all partners as that in the Partnership Deed.
20 No No Not Allowed
Failure to observe this requirement shall render the offer invalid and
full Bid Security shall be forfeited. If any Partner/s withdraws from the
firm after submission of the tender and before the award of the
contract, the offer shall be rejected and Bid Security of the tenderer
will be forfeited. If any new partner joins the firm after submission of
tender but prior to award of contract, his / her credentials shall not
qualify for consideration towards eligibility criteria either individually or
in proportion to his share in the previous firm. In case the tenderer fails
to inform Railway beforehand about any such changes / modification in
the constitution which is inevitable due to succession laws etc. and the
contract is awarded to such firm, then it will be considered a breach of
the contract conditions liable for determination of the contract under
Clause 62 of the Standard General Conditions of Contract. 18.5 A
partner of the firm shall not be permitted to participate either in his
individual capacity or as a partner of any other firm in the same tender.
18.6 The tender form shall be submitted only in the name of
partnership firm. The Bid Security shall be submitted by partnership
firm. The Bid Security submitted in the name of any individual partner
or in the name of authorized partner (s) shall not be considered. 18.7
On issue of Letter of Acceptance (LOA) to the partnership firm, all the
guarantees like Performance Guarantee, Guarantee for various
Advances to the Contractor shall be submitted only in the name of the
partnership firm and no splitting of guarantees among the partners
shall be acceptable.
In continuation to Clause 18.7 of GCC-2022 : 18.8 On issue of Letter of
Acceptance (LOA), contract agreement with partnership firm shall be
executed in the name of the firm only and not in the name of any
individual partner. 18.9 In case the Letter of Acceptance (LOA) is issued
to a partnership firm, the following undertakings shall be furnished by
all the partners through a notarized affidavit, before signing of contract
agreement. (a) Joint and several liabilities: The partners of the firm to
which the Letter of Acceptance (LOA) is issued, shall be jointly and
severally liable to the Railway for execution of the contract in
accordance with General and Special Conditions of the Contract. The
partners shall also be liable jointly and severally for the loss, damages
caused to the Railway during the course of execution of the contract or
due to nonexecution of the contract or part thereof. (b) Duration of the
21 No No Not Allowed
partnership deed and partnership firm agreement: The partnership
deed/partnership firm agreement shall normally not be
modified/altered/ terminated during the currency of contract and the
maintenance period after the work is completed as contemplated in the
conditions of the contract. Any change carried out by partners in the
constitution of the firm without permission of Railway, shall constitute a
breach of the contract, liable for determination of the contract under
Clause 62 of the Standard General Conditions of Contract. (c)
Governing laws: The partnership firm agreement shall in all respect be
governed by and interpreted in accordance with the Indian laws. (d) No
partner of the firm shall have the right to assign or transfer the interest
right or liability in the contract without the written consent of the other
partner/s and that of the Railway.

Page 17 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

16.(1) Security Deposit: The Security Deposit shall be 5% of the


contract value. The Bid Security submitted by the Contractor with his
tender will be retained/encashed by the Railways as part of security for
the due and faithful fulfillment of the contract by the Contractor.
Provided further that, if Contractor submits the Cash or Term Deposit
Receipt issued from a Scheduled commercial bank of India or
irrevocable Bank Guarantee Bond from a Scheduled commercial bank
of India, either towards the Full Security Depositor the Part Security
Deposit equal to or more than Bid Security, the Railway shall return the
Bid Security, to the Contractor. Balance of Security Deposit may be
deposited by the Contractor in cash or Term Deposit Receipt issued
from Scheduled commercial bank of India or irrevocable Bank
Guarantee bond issued from Scheduled commercial bank of India, or
may be recovered at the rate of 6% of the bill amount till the full
Security Deposit is recovered. Provided also that in case of defaulting
Contractor, the Railway may retain any amount due for payment to the
Contractor on the pending "on account bills" so that the amounts so
22 retained (including amount guaranteed through Performance No No Not Allowed
Guarantee) may not exceed 10% of the total value of the contract. The
Irrevocable Bank Guarantee submitted towards Security deposit shall
be initially valid up to the stipulated date of Maintenance period plus 60
days and shall be extended from time to time, depending upon
extension of contract granted in terms of Clause 17A and 17B of the
Standard General Conditions of Contract. Note: Security Deposit
deposited in cash by the Contractor or recovered from the running bills
of a Contractor or submitted by contractor as Term Deposit Receipt(s)
can be refunded/returned to the contractor, in lieu of irrevocable Bank
Guarantee bond issued from scheduled commercial bank of India, to be
submitted by him, for an amount equal to or more than the already
available Security Deposit, provided however that, in a contract of
value less than Rs. 50 Crore, such refund/ return of the already
available Security Deposit is permitted up to two times and in a
contract of value equal to or more than Rs. 50 Crore, such refund /
return of the already available Security Deposit is permitted up to three
times.
16.(2) (i) Refund of Security Deposit: Security Deposit mentioned in sub
clause (1) above shall be returned to the Contractor along with or after,
the following: (a) Final Payment of the Contract as per clause 51.(1)
23 and (b) Execution of Final Supplementary Agreement or Certification No No Not Allowed
by Engineer that Railway has No Claim on Contractor and (c)
Maintenance Certificate issued, on expiry of the maintenance period as
per clause 50.(1), in case applicable.
16. (2) (ii) Forfeiture of Security Deposit: Whenever the contract is
rescinded as a whole under clause 62 (1) of these conditions, the
Security Deposit already with railways under the contract shall be
24 No No Not Allowed
forfeited. However, in case the contract is rescinded in part or parts
under clause 62 (1) of these conditions, the Security Deposit shall not
be forfeited.
16.(3) No interest shall be payable upon the Bid Security and Security
Deposit or amounts payable to the Contractor under the Contract, but
25 No No Not Allowed
Government Securities deposited in terms of Sub-Clause 16.(4)(b) of
this clause will be payable with interest accrued thereon.

Page 18 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

16.(4) Performance Guarantee The procedure for obtaining


Performance Guarantee is outlined below: (a) The successful bidder
shall have to submit a Performance Guarantee (PG) within 21 (Twenty
one) days from the date of issue of Letter of Acceptance (LOA).
Extension of time for submission of PG beyond 21 (Twenty one) days
and upto 60 days from the date of issue of LOA may be given by the
Authority who is competent to sign the contract agreement. However,
a penal interest of 12% per annum shall be charged for the delay
beyond 21(Twenty one) days, i.e. from 22ndday after the date of issue
of LOA. Further, if the 60thday happens to be a declared holiday in the
concerned office of the Railway, submission of PG can be accepted on
the next working day. In all other cases, if the Contractor fails to submit
the requisite PG even after 60 days from the date of issue of LOA, the
contract is liable to be terminated. In case contract is terminated
railway shall be entitled to forfeit Bid Security and other dues payable
to the contractor against that particular contract, subject to maximum
of PG amount. In case a tenderer has not submitted Bid Security on the
strength of their registration as a Startup recognized by Department of
Industrial Policy and Promotion (DIPP) under Ministry of Commerce and
Industry, DIPP shall be informed to this effect. The failed Contractor
shall be debarred from participating in re-tender for that work. (b) The
successful bidder shall submit the Performance Guarantee (PG) in any
26 of the following forms, amounting to 5% of the original contract value:- No No Not Allowed
(i) A deposit of Cash; (ii) Irrevocable Bank Guarantee;16.(4)
Performance Guarantee The procedure for obtaining Performance
Guarantee is outlined below: (a) The successful bidder shall have to
submit a Performance Guarantee (PG) within 21 (Twenty one) days
from the date of issue of Letter of Acceptance (LOA). Extension of time
for submission of PG beyond 21 (Twenty one) days and upto 60 days
from the date of issue of LOA may be given by the Authority who is
competent to sign the contract agreement. However, a penal interest
of 12% per annum shall be charged for the delay beyond 21(Twenty
one) days, i.e. from 22ndday after the date of issue of LOA. Further, if
the 60thday happens to be a declared holiday in the concerned office
of the Railway, submission of PG can be accepted on the next working
day. In all other cases, if the Contractor fails to submit the requisite PG
even after 60 days from the date of issue of LOA, the contract is liable
to be terminated. In case contract is terminated railway shall be
entitled to forfeit Bid Security and other dues payable to the contractor
against that particular contract, subject to maximum of PG amount. In
case a tenderer has not submitted Bid Security on the strength of their
registration as a Startup recognized by Department of Industrial Policy
and Promotion (DIPP) under Ministry of Commerce and Industry, DIPP
shall be informed to this effect. The failed Contractor shall be debarred
from participating in re-tender for that work.

Page 19 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to Clause 16.4(a) of GCC-2022 :(iii) Government


Securities including State Loan Bonds at 5% below the market value;
(iv) Pay Orders and Demand Drafts tendered by any Scheduled
Commercial Bank of India; (v) Guarantee Bonds executed or Deposits
Receipts tendered by any Scheduled Commercial Bank of India; (vi)
Deposit in the Post Office Saving Bank; (vii) Deposit in the National
Savings Certificates; (viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits; (x) National Defence Bonds and (xi)
Unit Trust Certificates at 5% below market value or at the face value
whichever is less. Also, FDR in favour of FA&CAO (free from any
encumbrance) may be accepted. (c) The Performance Guarantee shall
be submitted by the successful bidder after the Letter of Acceptance
(LOA) has been issued, but before signing of the contract agreement.
This P.G. shall be initially valid upto the stipulated date of completion
plus 60 days beyond that. In case, the time for completion of work gets
extended, the Contractor shall get the validity of P.G. extended to
cover such extended time for completion of work plus 60 days. (d) The
value of PG to be submitted by the Contractor is based on original
contract value and shall not change due to subsequent variation(s) in
the original contract value. (e) The Performance Guarantee (PG) shall
be released after physical completion of the work based on 'Completion
Certificate' issued by the competent authority stating that the
Contractor has completed the work in all respects satisfactorily. (f)
27 No No Not Allowed
Whenever the contract is rescinded, the Performance Guarantee
already submitted for the contract shall be encashed. (g) The Engineer
shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract
(not withstanding and/or without prejudice to any other provisions in
the contract agreement) in the event of: (i) Failure by the Contractor to
extend the validity of the Performance Guarantee as described herein
above, in which event the Engineer may claim the full amount of the
Performance Guarantee. (ii) Failure by the Contractor to pay President
of India any amount due, either as agreed by the Contractor or
determined under any of the Clauses/Conditions of the Agreement,
within 30 days of the service of notice to this effect by Engineer. (iii)
The Contract being determined or rescinded under clause 62 of these
conditions. (iii) Government Securities including State Loan Bonds at
5% below the market value; (iv) Pay Orders and Demand Drafts
tendered by any Scheduled Commercial Bank of India; (v) Guarantee
Bonds executed or Deposits Receipts tendered by any Scheduled
Commercial Bank of India; (vi) Deposit in the Post Office Saving Bank;
(vii) Deposit in the National Savings Certificates; (viii) Twelve years
National Defence Certificates; (ix) Ten years Defence Deposits; (x)
National Defence Bonds and (xi) Unit Trust Certificates at 5% below
market value or at the face value whichever is less. Also, FDR in favour
of FA&CAO (free from any encumbrance) may be accepted.

Page 20 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

In continuation to Clause 16.4 (b) of GCC-2022 : (iii) Government


Securities including State Loan Bonds at 5% below the market value;
(iv) Pay Orders and Demand Drafts tendered by any Scheduled
Commercial Bank of India; (v) Guarantee Bonds executed or Deposits
Receipts tendered by any Scheduled Commercial Bank of India; (vi)
Deposit in the Post Office Saving Bank; (vii) Deposit in the National
Savings Certificates; (viii) Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits; (x) National Defence Bonds and (xi)
Unit Trust Certificates at 5% below market value or at the face value
whichever is less. Also, FDR in favour of FA&CAO (free from any
encumbrance) may be accepted. (c) The Performance Guarantee shall
be submitted by the successful bidder after the Letter of Acceptance
(LOA) has been issued, but before signing of the contract agreement.
This P.G. shall be initially valid upto the stipulated date of completion
plus 60 days beyond that. In case, the time for completion of work gets
extended, the Contractor shall get the validity of P.G. extended to
cover such extended time for completion of work plus 60 days. (d) The
value of PG to be submitted by the Contractor is based on original
28 contract value and shall not change due to subsequent variation(s) in No No Not Allowed
the original contract value. (e) The Performance Guarantee (PG) shall
be released after physical completion of the work based on 'Completion
Certificate' issued by the competent authority stating that the
Contractor has completed the work in all respects satisfactorily. (f)
Whenever the contract is rescinded, the Performance Guarantee
already submitted for the contract shall be encashed. (g) The Engineer
shall not make a claim under the Performance Guarantee except for
amounts to which the President of India is entitled under the contract
(not withstanding and/or without prejudice to any other provisions in
the contract agreement) in the event of: (i) Failure by the Contractor to
extend the validity of the Performance Guarantee as described herein
above, in which event the Engineer may claim the full amount of the
Performance Guarantee. (ii) Failure by the Contractor to pay President
of India any amount due, either as agreed by the Contractor or
determined under any of the Clauses/Conditions of the Agreement,
within 30 days of the service of notice to this effect by Engineer. (iii)
The Contract being determined or rescinded under clause 62 of these
conditions.
46A. Price Variation Clause (PVC): 46A.1 Applicability: Price Variation
Clause (PVC) shall be applicable only in tender having advertised value
above Rs. 2 Crores. Provided further that, in a contract where PVC is
applicable, following shall be outside the purview of price adjustments
(i.e. shall be excluded from the gross value of the work for the purpose
29 of price variation) : a) Materials supplied by Railway to the Contractors, No No Not Allowed
either free or at fixed rate; b) Any extra item(s) included in subsequent
variation falling outside the purview of the Bill(s) of Quantities of
tender, under clause 39. (1)(b) of these Standard General Conditions,
unless applicability of PVC and 'Base Month' has been specially agreed,
while fixing the rates of such extra item(s).
59.(9) Restrictions on the Employment of Retired Engineers of Railway
Services Within One Year of their Retirement: The Contractor shall not,
if he is a retired Government Engineer of Gazetted rank, himself
engage in or employ or associate a retired Government Engineer of
Gazetted rank, who has not completed one year from the date of
30 retirement, in connection with this contract in any manner whatsoever No No Not Allowed
without obtaining prior permission of the President and if the
Contractor is found to have contravened this provision it will constitute
a breach of contract and administration will be entitled to terminate
the contract and forfeit his Performance Guarantee as well as Security
Deposit.

Page 21 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

The tenderer should submit 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.In
addition to Annexure-V, in case of other than company/Proprietary
firm, Annexure-V(A) shall also be submitted by each member of a
Partnership firm/ Joint Venture (JV) / Hindu Undivided Family (HUF)/
Limited Liability Partnership (LLP) etc. as the case may be. Non
submission of 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 attested / digitally signed by which they/he are/is
qualifying the Qualifying Criteria mentioned in the Tender Document.
(v) The Railway reserves the right to verify all statements, information
and documents submitted by the bidder in his tender offer, and the
31 No No Not Allowed
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.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The quantities specified in the tender schedule are only approximate
1 No No Not Allowed
and liable to vary.
(i) Contractor is to abide by the provisions of various labour laws in
terms of above clause 54, 55, 55-A and 55-B of Indian Railways
Standard General Conditions of Contract. In order to ensure the same,
an application has been developed and hosted on website
'www.shramikkalyan.indianrailways.gov.in'. Contractor shall register
his firm/company etc. and upload requisite details of labour and their
payment in this portal. These details shall be available in public
domain. The Registration/ updation of Portal shall be done as under: (a)
Contractor shall apply for onetime registration of his company/firm etc.
in the Shramikkalyan portal with requisite details subsequent to issue
of Letter of Acceptance. Engineer shall approve the contractor's
registration in the portal within 7 days of receipt of such request. (b)
Contractor once approved by any Engineer, can create password with
login ID (PAN No.) for subsequent use of portal for all Letter of
Acceptances (LoAs) issued in his favour. (c) The contractor once
registered on the portal, shall provide details of his Letter of
2 Acceptances (LoAs) / Contract Agreements on shramikkalyan portal No No Not Allowed
within 15 days of issue of any LoA for approval of concerned Engineer.
Engineer shall update (if required) and approve the details of LoA filled
by contractor within 7 days of receipt of such request. (d) After
approval of LoA by Engineer, contractor shall fill the salient details of
contract labours engaged in the contract and ensure updating of each
wage payment to them on shramikkalyan portal on monthly basis. (e)
It shall be mandatory upon the contractor to ensure correct and
prompt uploading of all salient details of engaged contractual labour &
payments made thereof after each wage period. (ii) While processing
payment of any 'On Account Bill' or 'Final Bill' or release of 'Advances'
or 'Performance Guarantee / Security deposit', contractor shall submit
a certificate to the Engineer or Engineer's representatives that "I have
uploaded the correct details of contract labours engaged in connection
with this contract and payments made to them during the wage period
in Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till ____Month, ____Year."

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 22 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

No Technical and Financial credentials are required for tenders having Allowed
1 Yes Yes (Mandatory)
advertised value upto Rs.50 Lakhs.
Clause 10.1 of GCC-2022 Part-I :Technical Eligibility Criteria: (a) The
tenderer must have successfully completed or substantially completed
any one of the following categories of work(s) during last 07 (seven)
years, ending last day of month previous to the one in which tender is
invited: (i) Three similar works each costing not less than the amount
equal to 30% of advertised value of the tender, or (ii) Two similar works
each costing not less than the amount equal to 40% of advertised value
of the tender, or (iii) One similar work costing not less than the amount
equal to 60% of advertised value of the tender. (b) (1) In case of
tenders for composite works (e.g. works involving more than one
distinct component, such as Civil Engineering works, S&T works,
Electrical works, OHE works etc. and in the case of major bridges -
substructure, superstructure etc.), tenderer must have successfully
completed or substantially completed any one of the following
categories of work(s) during last 07 (seven) years, ending last day of
month previous to the one in which tender is invited: (i) Three similar
works each costing not less than the amount equal to 30% of
advertised value of each component of tender, or (ii) Two similar works
each costing not less than the amount equal to 40% of advertised value
of each component of tender, or (iii) One similar work each costing not
less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of
minimum required values shall also be considered for fulfillment of
technical eligibility criteria for different components. (b)(2)In such
Allowed
2 cases, what constitutes a component in a composite work shall be No No
(Mandatory)
clearly pre-defined with estimated tender cost of it, as part of the
tender documents without any ambiguity. (b) (3) To evaluate the
technical eligibility of tenderer, only components of work as stipulated
i n tender documents for evaluation of technical eligibility, shall be
considered. The scope of work covered in other remaining components
shall be either executed by tenderer himself if he has work experience
as mentioned in clause 7 of the Standard General Conditions of
Contractor through subcontractor fulfilling the requirements as per
clause 7 of the Standard General Conditions of Contract or jointly i.e.,
partly himself and remaining through subcontractor, with prior
approval of Chief Engineer in writing. However, if required in tender
documents by way of Special Conditions, a formal agreement duly
notarised, legally enforceable in the court of law, shall be executed by
the main contractor with the subcontractor for the component(s) of
work proposed to be executed by the subcontractor(s), and shall be
submitted along with the offer for considering subletting of that scope
of work towards fulfilment of technical eligibility. Such subcontractor
must fulfill technical eligibility criteria as follows: The subcontractor
shall have successfully completed at least one work similar to work
proposed for subcontract, costing not less than 35% value of work to
be subletted, in last 5 years, ending last day of month previous to the
one in which tender is invited through a works contract. Note: for
subletting of work costing up to Rs 50 lakh, no previous work
experience of subcontractor shall be asked for by the Railway.
In continuation to 10.1(b) (3) : In case after award of contract or during
execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling
the requirements as per clause 7 of the Standard General Conditions of
Contract, with prior approval of Chief Engineer in writing. Note for Item
10.1: Work experience certificate from private individual shall not be
considered. However, in addition to work experience certificates issued
by any Govt. Organisation, work experience certificate issued by Public
listed company having average annual turnover of Rs 500 crore and
above in last 3 financial years excluding the current financial year,
Allowed
3 l i s t e d on National Stock Exchange or Bombay Stock Exchange, Yes Yes
(Mandatory)
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. In case tenderer submits work
experience certificate issued by public listed company, the tenderer
shall also submit along with work experience certificate, the relevant
copy of work order, bill of quantities, bill wise details of payment
received duly certified by Chartered Accountant, TDS certificates for all
payments received and copy of final/last bill paid by company in
support of above work experience certificate.

Page 23 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

The tenderer should submit 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.In
addition to Annexure-V, in case of other than company/Proprietary
firm, Annexure-V(A) shall also be submitted by each member of a
Partnership firm/ Joint Venture (JV) / Hindu Undivided Family (HUF)/
Limited Liability Partnership (LLP) etc. as the case may be. Non
submission of 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 attested / digitally signed by which they/he are/is
qualifying the Qualifying Criteria mentioned in the Tender Document.
(v) The Railway reserves the right to verify all statements, information
and documents submitted by the bidder in his tender offer, and the Allowed
4 No No
bidder shall, when so required by the Railway, make available all such (Mandatory)
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.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 GCCCS1-8.pdf GCC Correction slip 1to8
2 TenderFormFirstSheet.pdf Tender Form First Sheet
3 Specialconditionforfixedknotfencing.pdf Specialconditionforfixedknotfencing
4 GCC-2022.pdf GCC 2022
5 ANNUALCONTRACTUALTURNOVERDATA.pdf ANNEXURE VI B
Deployment of qualified engineers
6 Boardletter-GraduateEngineer-DiplomaEngineer.pdf
at work site
7 BIDSECURITYBGBOND_1.pdf ANNEXURE VI A
8 EFTFORM.pdf EFT FORM
9 InstructionstotheTenderer_2.pdf Instructions to tenderers
10 Anx-I-GuaranteeBond_1.pdf GUARANTEE BOND
11 SpecialConditionCementandSteel.pdf Cement and Steel Conditions
12 SpecialConditionsforCivilWorks.pdf Special conditions for civil works
13 FixedKnotfencingDrg.pdf fixed Knot fencing Drg
14 Cessratesnew.pdf Rly Brd cess rates
15 ContractMBRBLetter.pdf Contractor E MB
16 Annexure-VAnnexure-VA.pdf Annexure V Annexure V A
17 CrashBeamdrg.pdf Crash Beam Drawing
18 SafetyfencingCTEECoR.pdf CTE Letter
19 JPOforundertakingdiggingworknearsignallingcables2.pdf S and T JPO
20 GMAllZonalRailwaysSafetyfencingalongthetrackDated09062023.pdf Railway Brd Lr
21 Specialcondition-Fencingwork-ML.pdf special condition Main line

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

Page 24 of 25 Run Date/Time: 17/01/2025 17:24:32


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-EAST-WAT-02-2025 Closing Date/Time: 11/02/2025 15:00

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: M. V. RAMANA

Designation : Sr.DENEAST/WAT

Page 25 of 25 Run Date/Time: 17/01/2025 17:24:32

You might also like