0% found this document useful (0 votes)
44 views10 pages

CAO/CON/South ECR-CAO-C-S-ETEN-55-23-24: Page 1 of 10 Run Date/Time: 07/12/2023 12:52:28

The document outlines the details for Tender No ECR-CAO-C-S-ETEN-55-23-24, which involves rockfall protection, slope stabilization, and associated works for vulnerable locations on the Barkakana-Ranchi railway section. Bidders must submit their electronic bids by 29/12/2023, and manual offers will not be accepted. The total advertised value of the tender is approximately ₹314.63 million, with a completion period of 9 months and an earnest money requirement of ₹1,723,100.
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)
44 views10 pages

CAO/CON/South ECR-CAO-C-S-ETEN-55-23-24: Page 1 of 10 Run Date/Time: 07/12/2023 12:52:28

The document outlines the details for Tender No ECR-CAO-C-S-ETEN-55-23-24, which involves rockfall protection, slope stabilization, and associated works for vulnerable locations on the Barkakana-Ranchi railway section. Bidders must submit their electronic bids by 29/12/2023, and manual offers will not be accepted. The total advertised value of the tender is approximately ₹314.63 million, with a completion period of 9 months and an earnest money requirement of ₹1,723,100.
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/ 10

CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY

TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

CAO/CON/South acting for and on behalf of The President of India invites E-Tenders against Tender No ECR-CAO-C-S-ETEN-55-23-24
Closing Date/Time 29/12/2023 15:30 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

Rockfall protection, slope stabilization and other associated works for vulnerable locations in
cutting between km 143.144 to 152.520 (Except km 148.100 to 148.800) in the section
Name of Work
between Sidhwar (KM 143.144) - Sanki (KM 169.854) in B.G.Rail line of Barkakana-Ranchi
section under Dy.CE/C/Barkakana.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 29/12/2023 15:30 Date Time Of Uploading Tender 07/12/2023 12:51
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 314626855.50 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1723100.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 15/12/2023 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A1- (Rock bolting & Shortcreting) 52499755.00
Below/Par
1 8500.00 Each 2666.08 22661680.00 AT Par 22661680.00
Description:- Supply, drilling, installation and grouting of SN type rock bolts of the specified length Fy>= 200 KN
1 (slope, tunnel support & face bolts) as per approved drawings & specification or as directed by Engineer. The rate
shall include costs of all materials, labour,equipments complete job. Note:- Design and drawing dor installation of
SN Type Rock Bolt should be approved by ant IIT prior to start of work. For Length 3 M
2 500.00 Each 5156.95 2578475.00 AT Par 2578475.00
Description:- Supply, drilling, installation and grouting of SN type rock bolts of the specified length Fy>= 200 KN
1 (slope, tunnel support & face bolts) as per approved drawings & specification or as directed by Engineer. The rate
shall include costs of all materials, labour,equipments complete job. Note:- Design and drawing dor installation of
SN Type Rock Bolt should be approved by ant IIT prior to start of work. For Length 6 M
3 40000.00 Sqm 681.49 27259600.00 AT Par 27259600.00
Description:- Shortcreting with designed mix cement concete M-25 as per specification & drawings or as directed
1
by Engineer-in-charge including all materials except cement (i.e. excluding cement), labour equipments etc.
required for complete job. For 50mm thick shortcrete

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A2-(Debris Barrier) 7331073.75
Below/Par
Running
1 15.00 488738.25 7331073.75 AT Par 7331073.75
Metre
1 Description:- Providing and fixing Debris flow Barriers of pressure 176kpa,6m high,25m long ,comprising of ring
Nets and Double twisted hexagonal mesh including all accessories like U clamps,thimbles ,anchorages etc
complete and as per yechnical specification and as directed by Enginneer -In charge.

Pa g e 1 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B1-(Earthwork, Formation Rehabilitation ) 11431321.00
Below/Par
Please see Item Breakup for details. 11431321.00 AT Par 11431321.00
01
Description:- Earthwork, Formation Rehabilitation

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B2-Bridge work-Substructure , Suprstructure, Misc. ) 228165706.00
Below/Par
Please see Item Breakup for details. 228165706.00 AT Par 228165706.00
01
Description:- Bridge work-Substructure , Suprstructure, Misc

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule C1-(Supply of Cement) 9451277.00
Below/Par
Please see Item Breakup for details. 9451277.00 AT Par 9451277.00
01
Description:- Supply of Cement

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule D3-( MORTAR, MASONRY WORK, STONE WORK) 5747722.75
Below/Par
Please see Item Breakup for details. 7464575.00 (-) 23.00 5747722.75
01
Description:- MORTAR, MASONRY WORK, STONE WORK

3. ITEM BREAKUP

Schedule Schedule B1-(Earthwork, Formation Rehabilitation )


Item- 01 Earthwork, Formation Rehabilitation
S No. Item Description of Item Unit Qty Rate Amount
No
Earthwork in cutting in formation, trolley refuges, side
drains, level crossing approaches, platforms, catch water
drains, diversion of nallah & finishing to required
dimension and slopes to obtain a neat appearance to
standard profile inclusive of all labour, materials, plant &
machinery, leading all cut spoils either to make spoil
dumps or for filling in embankment with leads within 2 km
on either side of edge of the cutting(s) including all lifts,
ascent, descent, loading, unloading, bailing & pumping
out water, if required, clearance of site and all other works
incidental thereto for completing the work as per RDSO
Specification No. RDSO/2020/GE: IRS-0004 with latest
updated correction slips and to the satisfaction of the
Engineer-in-Charge. Note: (i) All usable earth arising from
cut spoils shall be led into bank formation and Unusable
spoils shall be dumped / stacked away from toe of
embankment. (ii) All hard rock /and boulders not fit for
filling will be stacked by the contractor and will be property
of the Railways. (iii)Cut trees shall be property of Railways
and to be deposited in the railway godown unless
specified otherwise in the Conditions of Contract.
1 012011 In all conditions and classifications of soil except rock cum 10000.00 112.56 1125600.00
2 012012 Soft rock not requiring blasting cum 15000.00 250.12 3751800.00
3 012013 In hard rock requiring blasting cum 5000.00 358.18 1790900.00

Pa g e 2 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

4 012014 In hard rock with hammer / chisel / pavement breaker etc. cum 5000.00 862.24 4311200.00
where blasting is not permitted due to special
circumstances and if specifically ordered in writing
including drilling and all incidental works thereto.
Turfing / planting, including all lead & lift and watering as
required until properly rooted with. Note: Initially payment
of only 40% will be made. Balance 60% will be paid after 3
months of maintenance period, only if the turfing is
properly rooted on entire turfed area.
5 013022 100 5000.00 8082.82 404141.00
Turfing with planted doob grass.
Sqm
6 013070 Driving rails 90R/52 Kg section below average ground Metre 500.00 95.36 47680.00
level within the slope/toe of embankment including
making of nose with contractor's own arrangement
complete in all respect Note: Payment will be made as per
actual driven length of rail which will be supplied free by
Railways at the site of work.
Total 11431321.00
Schedule Schedule B2-Bridge work-Substructure , Suprstructure, Misc. )
Item- 01 Bridge work-Substructure , Suprstructure, Misc
S No. Item Description of Item Unit Qty Rate Amount
No
Providing and laying in position Plain cement concrete of
specified Nominal Mix for miscellaneous works like side
drains, foundation for OHE masts and other
miscellaneous structures excluding the cost of Cement,
centering and shuttering - All work up to plinth level :
1 022032 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded cum 800.00 4663.17 3730536.00
stone aggregate 20 mm nominal size)
Centering and shuttering including strutting, propping etc.
and removal of form for :
2 025031 All types of bridge sub-structures, e.g. pier, abutment, Sqm 3000.00 649.96 1949880.00
wing wall, retaining wall, RCC box type foundations,
Abutment cap, Pier Cap, Inspection Platform & Pedestal
over Pier cap, Fender wall, Diaphragm wall etc. up to 5m
above ground level

Pa g e 3 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

3 052270 Supplying & fixing Galvanised Steel Wire Rope net, made Sqm 140000.00 1573.31 220263400.00
of 9mm dia. steel wire rope having aperture size of 45cm
x 60cm with 6m long hangs for top anchoring and 5m
wide along with chain-link mesh-netting of 80mm x 80mm
mesh size made from 2.4mm dia galvanised wire, joining
of chain-link mesh & steel wire rope net and joining of
adjacent nets with galvanised spiral lock springs of steel
wire dia 2.2mm; inner dia. of springs 18mm; total length
50mm ± 0.5mm; pitch 4mm & open end length 60mm
including cutting of tree/shrub etc. in rope-netting location
and also, excavation / filling-back of trenches in all types
of soil after anchoring rope net with RCC pre-cast beam
of size 15cm x 15cm x 2m of M-15 concrete & 30cm thick
M-10 PCC. This work also includes supply of 200mm x
200mm x 6mm epoxy coated washer plates with 12.5mm
/ 18mm dia. hole at centre and supplying & fixing of
anchor bolts/fasteners of 10mm dia. including drilling of
holes up to a depth of 110mm in rock; cleaning of holes;
fixing of fasteners with nut & epoxy coated washer plates;
applying torque 65 to 70 N/mm for fixing of rope net for
intermediate anchoring on the surface of cutting, bottom
anchoring up to 1m depth by using 16mm dia. HYSD steel
bolts, threaded up to 200mm on top and fixing epoxy
coated washer plate, fabrication & fixing of U-pin on top of
cutting for top anchoring and joining of adjacent nets with
spiral spring and fixing at the ratio of 1 no. per 0.6m in
longitudinal direction of net portion and additional locks
for lacing chain link netting with rope net with contractor's
materials, machinery, tools & plants, cement, steel,
labour, lead, lift, transportation, ascent, descent, taxes,
royalty etc. complete as per directions of engineer-in-
charge. Note: Concrete will be paid separately under
relevant item.
4 052280 Supplying & placing of Mechanically Woven Double cum 500.00 4443.78 2221890.00
Twisted Hexagonal Shaped Wire Mesh Gabion Boxes of
required sizes, Mesh Type 10cm x 12cm, Zn and PVC
coated Mesh Wire dia. 2.7/3.7mm (ID/OD), edges of
meshes mechanically edged / selvedged with heavy
coating of galvanization as per EN 10223-3/ASTM A 975
with partitions at every 1m interval and properly packed
with approx. 150mm size boulders including
transportation and placing at indicated places as per
direction of engineer-in-charge including contractor's
tools, plants, labour, royalty charges etc. complete in all
respect and stitching with lacing wire of dia. 2.2/3.2mm
(ID/OD) @ 5% by weight of Gabion boxes, carrying the
material by head load from nearest approach with all
safety precautions and all leads and lifts.
Total 228165706.00
Schedule Schedule C1-(Supply of Cement)
Item- 01 Supply of Cement
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using Cement at Worksite
1 025073 Pozzolana Portland Cement approved brands/makes MT 1010.00 9357.70 9451277.00
Total 9451277.00
Schedule Schedule D3-( MORTAR, MASONRY WORK, STONE WORK)
Item- 01 MORTAR, MASONRY WORK, STONE WORK
S No. Item Description of Item Unit Qty Rate Amount
No
7.0 STONE WORK
7.1S RANDOM RUBBLE MASONRY

Pa g e 4 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

Random rubble masonry with hard stone in foundation


and plinth including levelling up with cement concrete
7.1
1:6:12 (1 cement : 6 coarse sand : 12 graded stone
aggregate 20 mm nominal size) upto plinth level with :
1 7.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 500 6653.45 3326725
Random rubble masonry with hard stone in
superstructure above plinth level and upto floor five level,
including leveling up with cement concrete 1:6:12 (1
7.2
cement : 6 coarse sand : 12 graded stone aggregate 20
mm nominal size) at window sills, ceiling level and the
like.
2 7.2.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 500 8275.7 4137850
Total 7464575.00

4. ELIGIBILITY CONDITIONS

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

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or 'V'
whichever is less; where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
Allowed
1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No
(Mandatory)
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-C, 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
Definition of Similar Work: - Any slope protection work by wire netting and rock bolting.
Allowed
1 They should also have executed the "work of debris flow barrier for protection" in the No No
(Mandatory)
same or another completed work."
Technical Eligibility Criteria: 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)
Allowed
1.1 Three similar works each costing not less than the amount equal to 30% of advertised No No
(Mandatory)
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 Allowed
1.2 No No
amount equal to 30% of advertised value of each component of tender, or (ii)Two similar (Mandatory)
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 fulfilment of
technical eligibility criteria for different components.
(b) (2) In such cases, what constitutes a component in a composite work shall be clearly
Allowed
1.3 pre-defined with estimated tender cost of it, as part of the tender documents without any No No
(Mandatory)
ambiguity.

Pa g e 5 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

(b) (3) To evaluate the technical eligibility of tenderer, only components of work as
stipulated in tender documents for evaluation of technical eligibility, shall be considered.
The scope of work covered in other remaining components shall be either executed by
Allowed
1.4 tenderer himself if he has work experience as mentioned in clause 7 of the Standard No No
(Mandatory)
General Conditions of Contract or 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.
Tender not accompanied by documentary evidence in support of eligibility criteria for
similar nature of work will be summarily rejected. (For complete details of the technical Allowed
1.5 No No
eligibility criteria for similar nature of the work, please refer clause 2.0, chapter-3 of the (Mandatory)
tender document).
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work
experience certificate issued by Public listed company having average annual turnover
of Rs 500 crore and above in last 3 financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange, incorporated/registered
at least 5 years prior to the date of closing of tender, shall also be considered provided
Allowed
1.6 the work experience certificate has been issued by a person authorized by the Public No No
(Mandatory)
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.
Regarding technical and financial eligibility criteria, scanned copies of supportive
Allowed
1.7 documents/certificates from competent officials are to be submitted along with their No No
(Mandatory)
offer.
Scanned copies of documents in support of formation/registration of the
company/firm/legal authorization of the person to deal with the Allowed
1.8 No No
tender/notarized/registered copies of the documents wherever required as per tender (Mandatory)
conditions are to be submitted along with offer.
Bid Capacity: ( Applicable ) For works costing more than 20 cr. or as prescribed by
Railways through instruction/NIT issued for the work, the tenderers who meet the
minimum eligibility criteria will be qualified only if their available bid capacity is equal to Allowed
1.9 No No
or more than the total bid value of the present tender. Bid Capacity: The tender/technical (Mandatory)
bid will be evaluated based on bid capacity formula detailed as Annexure-VI of GCC April
2022.
If a bidder has successfully completed a work as sub-contractor and the work
experience certificate has been issued for such work to subcontractor by a Govt. Allowed
1.10 No No
Organization or public Listed company as defined in note for item 10.1 Part -I of GCC, (Optional)
the same shall be considered for the purpose of fulfillment of credentials.

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.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.

Pa g e 6 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

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

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

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

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Whether the prescribed cost of tender document & 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
1 No No Not Allowed
in tender documents. The Bank Guarantee bond shall be as per Annexure-VIA
of GCC April 2022 and shall be valid for a period of 90days beyond the bid
validity period.
1.1 Uploading of Certificate in support of Technical criteria. No No Not Allowed
Submission of Certificate in support of Financial criteria including audited
1.2 No No Not Allowed
balance sheet duly certified by CA.
Submission of Ballast test certificate in case of tender schedule having item for
1.3 No No Not Allowed
Supply of Ballast.
Whether History sheet of tenderers filled in as per Annexure A of Annexed
1.4 No No Not Allowed
document.
The prospective tenderers/bidders must have a "Class III Digital Signature"
with Company name from any certifying agency (CA) authorized by controller
1.5 of certifying Authorities (CCA). They also have to submit online request for No No Not Allowed
registration sufficiently in advance to get themselves registered on IREPS
(works) in order to participate in e-tendering in works contracts.
Bid Capacity as per annexure N duly verified by Chartered Accountant :
1.6 No No Not Allowed
Applicable

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Site visit certificate issued from Dy/CE/C/Construction office barkakana to be Allowed
1 Yes No
submitted along with other relevant bid documents at the time of bidding. (Mandatory)
Material Test Certificate (MTC) issued from any NABL approved lab for item
Allowed
2 related to item no.03 of schedule B-2 to be submitted along with other relevant Yes No
(Mandatory)
bid documents at the time of bidding.
Please submit your bank details i.e. Name of Bank along with Bank Branch
Code, Accounts Number as appearing in the cheque book, IFSC Code and Allowed
3 Yes No
PAN Number, duly certified by the authorised official of the bank, to facilitate (Optional)
payment through ECS/NEFT/RTGS.

Pa g e 7 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

[A] In case of Partnership Firm, the following documents shall be enclosed. [i]
Notary certified/registered copy of the Partnership deed. [ii] Power of Attorney
[duly registered as per prevailing law] in favour of one of the partners of the
Partnership Firm [if such power is already not assigned in partnership deed] to
sign the tender/agreement on behalf of the Partnership Firm and create
liability against the firm. [B] In case Private Limited / Limited Company, the
following documents shall be enclosed: [i] Notary certified copy of resolution of
the Directors of the Company permitting the company to participate in the
tender, authorizing MD or one of the Directors or Managers of the Company to
sign the tender/agreement, such other documents require to be signed on
Allowed
3.1 behalf of the company and enter into liability against the company and/or do Yes No
(Mandatory)
any other act on behalf of the company.[ii] Copy of Memorandum & Articles of
Association of the Company. [iii] Power of Attorney [duly registered/notarized
as per prevailing law] authorising the person to do/act mentioned in Para [i]
above, [if such authority is not already delegated in the resolution of directors].
[C] In case of JV Firms : Clause No 65 of IRSGCC-2022 with upto date
correction slip shall be applicable in all respects for participation of Joint
Venture [JV] firms in works tenders. JV firm should submit Memorandum of
Understanding [MOU] as per the format attached as annexure to the tender
document. Submission of all other documents should also be as per Cl. No.
65.15 of IRSGCC-2022.
Scanned copy [in PDF format] of the details regarding the Association of
Allowed
3.2 Railway Officer/s with the tender [for details please refer Annexure-H of Ch.9 Yes No
(Optional)
of Tender document].
Scanned copy [in PDF format] of the details of the works awarded to the firm,
Allowed
3.3 during the last three years and current financial year [for details please refer Yes No
(Optional)
Annexure-F of Ch.9 of Tender document].
Scanned copy [in PDF format] of the details of the List of the Arbitration &
Allowed
3.4 Court cases during the last 3 years [for details please refer Annexure-J and I Yes No
(Optional)
of Ch.9 of Tender document].
Scanned copy [in PDF format] of the details of agency and own equipments
Allowed
3.5 proposed to be included [for details please refer Annexure-D of Ch.9 of Yes No
(Optional)
Tender document]
Scanned copy [in PDF format] of the details of technical personals of the
Allowed
3.6 Agency, available in hand [for details please refer Annexure-E of Ch.9 of Yes No
(Optional)
Tender document].
Scanned copy of (in PDF Format) of HISTORY SHEET OF THE TENDERER. Allowed
3.7 Yes No
[for details please refer Annexure-A Ch.9 of tender document]. (Optional)
Scanned copy of the NEFT in PDF format. All Payments to the agency
[including the refund of the Earnest Money [EMD of the unsuccessful bidder] Allowed
3.8 Yes No
will be remitted through NEFT. The Tenderer is required to declare Bank (Mandatory)
details and A/C No. etc. in NEFT form.
Scanned copy [in PDF format] of the complete address of the firm in PDF
Allowed
3.9 format to which the all correspondences shall be made by the railway [for Yes No
(Optional)
details please refer Annexure-A of Ch.9 of Tender document].
Scanned copy [in PDF format] of details of the works on hand by the Allowed
3.10 Yes No
tenderer(s) [for details please refer Annexure-G of Ch.9 of Tender document]. (Optional)
Scanned copy [in PDF format] of broad plan of execution of this work within
Allowed
3.11 the stipulated completion period [for details please refer Annexure-K of Ch.9 of Yes No
(Optional)
Tender document].
Scanned copy [in PDF format] of other credentials/facilities available with
Allowed
3.12 firm/contractor/tenderer [for details please refer Annexure-L of Ch.9 of Tender Yes No
(Optional)
document].
Scan COPY OF THE PROGRAMME IN THE FORM OF BAR CHART FOR
COMPLETION OF WORK, MACHINERY DEPLOYMENT FOR ACHIEVING HE Allowed
3.13 Yes No
PROGRAMMED PROGRESS MUST BE UPLOADED ALONG WITH THE (Optional)
TENDER.
We have read the tender Notice [NIT] detail, Tender document along with all
Allowed
3.14 the conditions attached/referred to, in this tender document, and agree to Yes No
(Mandatory)
abide by the said conditions.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
4 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

Pa g e 8 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

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.
2 I/we have visited work site and I/We am/are aware of the site condition. No No Not Allowed
I/we have read the various conditions attached /referred to in this tender
2.1 No No Not Allowed
document and agree to abide by the said conditions.
I/we also hereby agree to abide by the Indian Railway Standard General
Conditions of Contract-2022 with all Correction Slips up to date of closing of
tender and to carry out the work according to the Special Conditions of
2.2 No No Not Allowed
Contract and Specification of Materials and work as laid down by Railway in
the Annexed Special Conditions/Specifications, Schedule of Rates with all
correction slips upto date closing of tender for the present contract.
I/we hereby confirm that the rates, rebates and/or other financial terms, if any,
quoted by us in the relevant fields of the financial bid page will only be the
2.3 ruling terms for deciding the inter-se-ranking and any such conditions having No No Not Allowed
financial repercussions, if quoted by us anywhere else including attached
document that not be considered for deciding enter-se-ranking.
I/we agree to keep our offer open for acceptance for a period of 60/90 days
2.4 from the date of closing of tender and in default thereof, I/we will liable for No No Not Allowed
forfeiture of my/our Bid security.
The amount as stipulated in tender document is herewith forwarded as Bid
2.5 No No Not Allowed
security shall stand forfeited without prejudice if :-
I/we resile from my/our offer or modify the terms & conditions thereof in a
2.6 manner not acceptable to the Railway's during a period of 90 days from the No No Not Allowed
date of closing of tenders.
I/we do not submit a Performance Guarantee in any of the prescribed form
2.7 No No Not Allowed
within 60 days from the date of issue of Letter of Acceptance.
I/we do not execute the contract within 7 (Seven) days after receipt of notice
2.8 No No Not Allowed
by Railway that such documents are ready.
I/we do not commence the work within 15 (Fifteen) days after receipt of Letter
2.9 No No Not Allowed
of Acceptance to that effect.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject of modifications, as may
2.10 No No Not Allowed
be mutually agreed to between us and indicated in the Letter of Acceptance of
my/our offer to this work.
I/we offer to do the work for East Central Railway at the rates quoted in the
attached schedule and hereby bind myself/ourselves to complete the work in
2.11 No No Not Allowed
all respect within the period of completion stipulated in the tender document
from the date of issue of letter of acceptance of the tender.
I/we hereby confirm that I/we have satisfied myself/ourselves by actual
inspection of site and locality of the work that all conditions liable to be
encountered during execution of the work are taken into account and that the
2.12 No No Not Allowed
rates entered in the tender are adequate and all inclusive in accordance to the
provision in the clause-37 Pt.II of the Indian Railway Standard General
Condition of Contract-2022 with corrections up to the date of closing of tender.
It is certified that I am the authorised person to represent the firm and I am
2.13 No No Not Allowed
authorised to sign the tender and all the documents on behalf of the firm.
It is certified that all the statement and document submitted with the offer are
2.14 No No Not Allowed
true and correct.
It is certified that we are aware of the fact that this tender offer is made in the
2.15 full understanding that our offer will be subjected to verification of all the No No Not Allowed
information submitted with this tender.
We are aware of the fact that the Railway reserved the rights to amend the
2.16 scope and value of the contract and to reject [or accept] this offer without No No Not Allowed
assigning any financial liability.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 9 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-55-23-24 Closing Date/Time: 29/12/2023 15:30

:- The tenderer shall submit a affidavit 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 affidavit to be submitted by the bidder
is enclosed as annexure-M & M(I). Non submission of an affidavit by the
bidder shall result in summary rejection of his/their bid. And it shall be Allowed
1 No No
mandatorily incumbent upon the tenderer to identify state and submit the (Mandatory)
supporting documents duly self attested by which they/he is qualifying the
Qualifying Criteria mentioned in the Tender Document. It will not be obligatory
on the part of Tender Committee to scrutinize beyond the submitted document
of tenderer as far as his qualification for the tender concerned.

6. Documents attached with tender

S.No. Document Name Document Description


1 ANNEXURE-M.pdf ANNEXURE M
2022_12_13RBCE_CE-I-
2 GCC 2022 2nd correction slip
CTIndianRailwaysStandardGeneralConditionsofContractApril2022ACSNo_2.pdf
2023_04_26RBCE_CE-I-
3 CTIndianRailwaysStandardGeneralConditionsofContractApril- GCC 2022 3rd correction slip
2022AdvanceCorrectionSlipNo_3ACS-311.pdf
4 TFfirstsheet.pdf Tender form first sheet
correctionslipforBidsecurityinGCCApril-
5 correction slip ason 20102023
2022AdvanceCorrectionSlipNo_5ason20.10.23.pdf
6 TD55-23-24rockfallBRKA.pdf Tender document
7 ANNEXUREA.pdf ANNEXURE A
8 ANNEXUREB.pdf ANNEXURE B
9 ANNEXUREC.pdf ANNEXURE C
10 ANNEXURED.pdf ANNEXURE D
11 ANNEXUREE.pdf ANNEXURE E
12 ANNEXUREF.pdf ANNEXURE F
13 ANNEXUREG.pdf ANNEXURE G
14 ANNEXUREH.pdf ANNEXURE H
15 ANNEXUREI.pdf ANNEXURE I
16 ANNEXUREJ.pdf ANNEXURE J
17 ANNEXUREK_1.pdf ANNEXURE K
18 ANNEXUREL_1.pdf ANNEXURE L
19 ANNEXUREMI.pdf ANNEXURE MI
20 GCC_April-2022_2022_CE-I_CT_GCC-2022_POLICY_27_04_22.pdf General Conditions of Contract
21 GCC20221stcorrectionslip14.07.2022.pdf GCC 2022 1st correction slip
22 AnnexureN.pdf ANNEXURE N

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

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

Signed By: ASIT KUMAR

Designation : Dy.CE/CON/SOUTH/MHX

Pa g e 10 o f 10 Ru n Da te/Time: 0 7/12 /2 0 2 3 12 :5 2 :2 8

You might also like