0% found this document useful (0 votes)
13 views

viewNitPdf_4810932

The document is a tender invitation for civil works related to the construction of a new coach care complex at Khatipura, with a closing date of 28/02/2025. It outlines the project scope, bidding details, and requirements, including an advertised value of approximately 485.81 million INR and an earnest money deposit of 2.58 million INR. Bidders are required to submit electronic bids only, and the contract is categorized under general works with a completion period of 6 months.

Uploaded by

Prateek
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)
13 views

viewNitPdf_4810932

The document is a tender invitation for civil works related to the construction of a new coach care complex at Khatipura, with a closing date of 28/02/2025. It outlines the project scope, bidding details, and requirements, including an advertised value of approximately 485.81 million INR and an earnest money deposit of 2.58 million INR. Bidders are required to submit electronic bids only, and the contract is categorized under general works with a completion period of 6 months.

Uploaded by

Prateek
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/ 19

DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY

TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

DY.CE/C-III/JP acting for and on behalf of The President of India invites E-Tenders against Tender No NWR-SC-Civil-
13641937 Closing Date/Time 28/02/2025 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

Balance Works (Civil) involving construction of PEB Shed, watering facility, Drains,
Name of Work CC roads, flooring, boundary wall/retaining wall & other miscellaneous works in
connection with developing new coach care complex at Khatipura (Phase-II)."
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Date Time Of Uploading
28/02/2025 15:00 01/02/2025 15:30
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 485811004.94 Tendering Section DYCECIIIJP
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 2579100.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 14/02/2025
Number of JV Member
Are JV allowed to bid Yes 3
Allowed
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-DSR 2021 121307716.65
Please see Item Breakup for details. 195657607.50 (-) 38.00 121307716.65
1
Description:- CPWD

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () B-USSOR-2021 1870034.39
Please see Item Breakup for details. 2240098.70 (-) 16.52 1870034.39
1
Description:- USSOR-2021

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () C-NON SCHEDULE ITEMS 362633253.90
NS1 11800.00 Metre 315.77 3726086.00 AT Par 3726086.00
1 Description:- Supply & application of Poly sulphide, preparation of groove of 5mm to 10mm wide
and 25mm depth in both horizontal and vertical lines spaced @ 6m C/C and 4m C/C in VD floor.
NS2 71000.00 Kg 42.05 2985550.00 AT Par 2985550.00
2
Description:- Supply and application of chapdur in V.D. Flooring, complete in all respect.
NS3 940.00 TRM 12252.90 11517726.00 AT Par 11517726.00
Description:- Supplying, fabrication, laying fitting & fixing of embeded track (of single rail/SWR type)
which includes supply, fabrication cutting & drilling holes and laying of base plate as per aproved
3 drawing supplying, fixing of holding down bolt at correct location and alignment at spacing of 750mm
(max.) c/c with washers etc. as required, supplying and fixing of guard angles of size 75x75x8
collecting and leading of rails from stock yard pairing , butting of rails, inserting of rails by cutting end
and drilling two holes at each end,
NS4 12500.00 Sqm 3019.69 37746125.00 AT Par 37746125.00

Page 1 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

Description:- Providing & fixing of composite insulated panels manufactured in a continuous process
plant with high speed oscillation sprayed foam in roof and wall with all necessary flashing, trims, ridge
capping, accessories & fasteners to ensure and air tight, insulated building which is not only
functionally compliant but also aesthetically pleasing with contemporary international look. The
specification is as follows:- Composite insulated panels having on top side trapezoidal profile 28-35
mm deep and 200- 300mm pitch with 950-1050 mm effective cover width. The profile having 2-3
secondary ribs in pan and an anticlimactically flute at side overlap shall be made of 0.50 mm TCT pre-
painted high tensile gallvalume/zincalume steel grade AZ 150/G-300 having hot dipped metallic Zn- Al
alloy coating (150gms/Sqm, Zinc 45% Al 55%) as per IS 15961-2012 having 300MPs yield strength
with Super Durable Polyster XRW coating or equivalent as per IS 15961-2012 category 3 t o t a l
4 coating thickness o f 35 microns comprising of 20 microns exterior coat of SMP or superpolyster XRW
on top surface & 5 micron polyster reverse on back surface over 5 micron primer coat on both
surfaces and bottom liner tray made of 0.50mm TCT pre-painted high tensile gallvalume/Zicalume
steel gade AZ 150/G-300 of similar specification as for the top sheet in approved colour including side
and end taps. The panels shall have 30mm thick (Min) insulation core of rigid polyurethane foam 40
Kg/m3 density to the requirement of IS 12436-68. T he panels shall be produced in a continuous
process line with high pressur oscillation spray foamed insulation core. The panels of customised
length shall have a return leg tongue to ensure snug and air tight joinery at bottom. The overlap side
shall have an isolation tap to prevent thermal bridge. Roof and wall apnels shall be fixed using
stainless steel hex head self drilling fasteners as per AS 3566 class 3 or equivalent on crest of panels
for connection with purlins and stiching fastener @ 300 mm c/c on all side and end laps etc.
Measurement shall be based on per unit of finished laid surface area. Sealant and gaskets wherever
necessary to be provided to ensure contemporary aesthetic look of international standard. Roofs of
buildings, Canopy and side cladding, gable end cladding etc all complete:
NS5 295000.00 Kg 220.62 65082900.00 AT Par 65082900.00
5
Description:- Supplying and fixing Pre Galvanized mild steel Diamond grip strut step sheet
NS6 900.00 MT 198454.41 178608969.00 AT Par 178608969.00
Description:- Designing, providing, fabricating, painting, transporting, erecting and securing in
position structural steel work including Holding Down MS Bolts for preengineered building and
workshops complete as per specifications, approved shop drawings and / or instructions. Work under
this item would generally cover all structural steel work in the Buildings/Workshops, including all but
not being limited to, columns, stanchions, beams, rafters, purlins, canopy, steel work for cladding &
louvers above 3.60m high from floor level, gantry girders, bracings, catwalk, ladders & stairs inside &
6 outside, provision for fixing Electrical, Mechanical and S & T equipments. All structural steel shall be
supplied painted as per specification of the painting as per Clause ------ of Specifications for PEB in
Chapter ------ Work includes all intermediate stages of activities not defined herein, but otherwise
implied for completion of work under this item. Cost include but not be limited to, all materials
including wastage, all consumables, fasteners of all types for both temporary and permanent stages
of work, all temporary stays, labour, temporary works including staging, scaffolding, tools, plant and
costs of all incidentals and necessary testing of material, workmanship etc. including cost of painting
as per specificationS.(Detailed description of this item is in special conditions attached with tender
document)
NS7 3050.00 Sqm 2650.71 8084665.50 AT Par 8084665.50
Description:- Designing, supplying, erecting and fixing in position 3 mm thick polycarbonate sheets
of approved make texture and colour for roof lighting. Sheets to be profiled to match metal sheets
7 described in other item should include cost of laying sheet in curvature wherever required. cost to
include jointing, sealing with Butyl adhesive to make it complete water tight and takes as per
manufacturers specifications and cover all cost of labour, tools, plants, temporary works etc all
complete. Roofs of buildings and side cladding, gable end claddingetc all complete
NS8 1450.00 Sqm 3726.75 5403787.50 AT Par 5403787.50
Description:- Designing, providing, fabricating, painting, transporting securing i n position louvers
8 with wide narrow slats as per drawings and instructions, complete with metal frame work in 3 mm
thick steel sheet. Cost includes necessary fillers, seals flashing, rubber strip nosing to slats complete
in all respects. Payment shall bebased on area measured with in frame work of louvers units.
NS9 7800.00 Sqm 1178.45 9191910.00 AT Par 9191910.00
Description:- Providing & fixing permanently colour coated trapezoidal profiled sheet of depth 28- 35
mm deep and 200- 300mm pitch distance with precisely engineered "rib & Flute" design with 950-
1050 mm effective cover width matching to pofile of PUF panels. Profiled sheets shall be minimum
9 0.50 mm TCT/0.45mm BMT high tensile zinc aluminium alloy coated gallvalume /zincalume steel sheet
(550 MPa yield strength) having a coating of mass of 150 GSM Zn-Al alloy coating as per IS 15961-
2012 finished with 20 micron approved colour coating of Super Durable Polyster XRW coating or
equivalent paint, coat on exposed surface over a primer coat of 5 micron and back coat of 5 micron
on reverse side over a 5 microns primer coat. Roofing and Partition wall claddings etc allcomplete
NS10 10.00 MT 167076.62 1670766.20 AT Par 1670766.20

10 Description:- Supplying, erecting & fixing of Gantry rails of section CR 100/CR 80/ CR 60 as per
requirement conforming to IS: 3443-1980 including supplying and fixing all fixtures viz. rail clips, nut
bolts, washers etc. complete in all respect.
NS11 21500.00 Sqm 1440.00 30960000.00 AT Par 30960000.00
11
Page 2 of 19 Run Date/Time: 01/02/2025 15:31:15
DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

11 Description:- Providing and applying seamless joint less epoxy flooring system of over the prepared
floor surface 3mm thick
Please see Item Breakup for details. 6814995.10 AT Par 6814995.10
12
Description:- Piping and allied works
NS13 20.00 Numbers 21388.68 427773.60 AT Par 427773.60
13 Description:- Providing Bellows expansion joints,vibration-shock-noise control system with Flanges
head fixed necessary nut and bolts in pipe line - 150mm dia
NS14 250.00 Numbers 427.45 106862.50 AT Par 106862.50
Description:- Providing and Fixing pre painted MS holder bat clamps of approved design to G.I. pipes
14 comprising two numbers M.S. flat brackets made of 40mm x 5mm of specified shape, projecting from
main water supply line of 150mm dia to hold & provide rigidity to S shape pipe line of 50 mm dia of
quick watering system with necessary M.S. nuts, bolts & washers installed between running tracks
including all material & labour complete in all respect as per direction of engineering incharge.
NS15 750.00 Numbers 406.85 305137.50 AT Par 305137.50
Description:- Providing and Fixing Industrial Quality Nylon Braided Hose pipe of 50 mm outer
15 Dia(upto lenght 3.30mtr. )fixed to S shape distribution GI pipe line with necessary Galvanized clamps
bolts etc. installed between running tracks including all material & labour complete in all respect as
per direction of engineering incharge.

3. ITEM BREAKUP

Schedule Schedule A-DSR 2021


Item- 1 CPWD
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
over areas (exceeding 30 cm in depth, 1.5 m
2.6 in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth
lead upto 50 m and lift upto 1.5 m, as
directed by Engineer-in-charge.
1 2.6.1 All kinds of soil cum 2000 205.45 410900
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 sqm on plan),
2.8 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.
2 2.8.1 All kinds of soil. cum 2200 286.85 631070
2.25 Filling available excavated earth (excluding cum 100 253.95 25395
rock) in trenches, plinth, sides of foundations
etc. in layers not exceeding 20cm in depth,
3
consolidating each deposited layer by
ramming and watering, lead up to 50 m and
lift upto 1.5 m.
Extra for every additional lift of 1.5 m or part
2.26 thereof in excavation / banking excavated or
stacked materials.
4 2.26.1 All kinds of soil cum 3500 104.5 365750
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement
concrete of specified grade excluding the
4.1
cost of centering and shuttering - All work up
to plinth level :
4.1.5 1:3:6 (1 Cement : 3 coarse sand (zone-III) cum 3700 6833.4 25283580
derived from natural sources : 6 graded
5
stone aggregate 20 mm nominal size derived
from natural sources)

Page 3 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

Centering and shuttering including strutting,


4.3
propping etc. and removal of form work for :
6 4.3.1 Foundations, footings, bases for columns Sqm 1500 307.95 461925
4.3.2 Retaining walls, return walls, walls (any Sqm 1000 669.55 669550
thickness) including attached pilasters,
7
buttresses, plinth and string courses fillets,
kerbs and steps etc.
Providing and fixing up to floor five level
precast cement concrete solid block,
including hoisting and setting in position with
4.7
cement mortar 1:3 (1 cement : 3 coarse
sand), cost of required centering, shuttering
complete :
4.7.1 1:1.5:3 (1 Cement: 1.5 coarse sand(zone-III) cum 500 15762.45 7881225
derived from natural sources : 3 graded
8
stone aggregate 20 mm nominal size derived
from natural sources).
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting,
5.9
propping etc. and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. Sqm 100 307.95 30795
9
for mass concrete
5.9.2 Walls (any thickness) including attached Sqm 100 669.55 66955
10 pilasters, butteresses, plinth and string
courses etc.
5.9.5 Lintels, beams, plinth beams, girders, Sqm 100 608.35 60835
11
bressumers and cantilevers
5.9.6 Columns, Pillars, Piers, Abutments, Posts and Sqm 100 804.25 80425
12
Struts
5.9.7 Stairs, (excluding landings) except spiral- Sqm 100 657.75 65775
13
staircases
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
5.22
position and binding all complete upto plinth
level.
5.22.6 Thermo-Mechanically Treated bars of grade Kg 327000 89.65 29315550
14
Fe-500D or more.
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
5.22A
position and binding all complete above
plinth level.
5.22A.6 Thermo-Mechanically Treated bars of grade Kg 57000 89.65 5110050
15
Fe-500D or more.
5.33S DESIGN MIX CONCRETE

Page 4 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

Providing and laying in position ready mixed


or site batched design mix cement concrete
for reinforced cement concrete work; using
coarse aggregate and fine aggregate derived
from natural sources, Portland Pozzolana /
Ordinary Portland /Portland Slag cement,
admixtures in recommended proportions as
per IS: 9103 to accelerate / retard setting of
concrete, to improve durability and
w o r k a b i l i t y without impairing strength;
including pumping of concrete to site of
laying, curing, carriage for all leads; but
5.33
excluding the cost of centering, shuttering,
finishing and reinforcement as per direction
of the engineer-in-charge; for the following
grades of concrete. Note: Extra cement up to
10% of the minimum specified cement
content in design mix shall be payable
separately. In case the cement content in
design mix is more than 1.10 times of the
specified minimum cement content, the
contractor shall have discretion to either re-
design the mix or bear the cost of extra
cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cum 150 8683.8 1302570
16
cement content of 330 kg /cum
5.33.1.2 Concrete of M30 grade with minimum cum 3950 8825.35 34860132.5
17
cement content of 350 kg /cum
5.33.1.3 Concrete of M35 grade with minimum cum 1350 8966.95 12105382.5
18
cement content of 370 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.3 Concrete of M35 grade with minimum cum 750 10589.35 7942012.5
19
cement content of 370 kg /cum
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S.
6.1 (non modular) bricks of class designation 7.5
in foundation and plinth in:
6.1.2 Cement mortar 1:6 (1 cement : 6 coarse cum 350 6658.25 2330387.5
20
sand)
Brick work with common burnt clay F.P.S.
(non modular) bricks of class designation 7.5
6.4
in superstructure above plinth level up to
floor V level in all shapes and sizes in :
6.4.2 Cement mortar 1:6 (1 cement : 6 coarse cum 550 8288.35 4558592.5
21
sand)
7.0 STONE WORK
7.1S RANDOM RUBBLE MASONRY
Random rubble masonry with hard stone in
foundation and plinth including levelling up
7.1 with cement concrete 1:6:12 (1 cement : 6
coarse sand : 12 graded stone aggregate 20
mm nominal size) upto plinth level with :
7.1.1 Cement mortar 1:6 (1 cement : 6 coarse cum 450 6653.45 2994052.5
22
sand)
9.0 WOOD AND P.V.C. WORK
9.40S MISCELLANEOUS-WOOD WORK
Providing and fixing M.S. grills of required
pattern in frames of windows etc. with M.S.
9.48 flats, square or round bars etc. including
priming coat with approved steel primer all
complete.
23 9.48.1 Fixed to steel windows by welding Kg 200 181 36200
9.48.2 Fixed to openings /wooden frames with rawl Kg 900 197.7 177930
24
plugs screws etc.

Page 5 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

10.0 STEEL WORK


10.2 Structural steel work riveted, bolted or Kg 15000 111.95 1679250
welded in built up sections, trusses and
25 framed work, including cutting, hoisting,
fixing in position and applying a priming coat
of approved steel primer all complete.
11.0 FLOORING
11.26S KOTA STONE FLOORING
11.27 Kota stone slabs 20 mm thick in risers of Sqm 200 2038.55 407710
steps, skirting, dado and pillars laid on 12
mm (average) thick cement mortar 1:3 (1
26 cement: 3 coarse sand) and jointed with grey
cement slurry mixed with pigment to match
the shade of the slabs, including rubbing and
polishing complete.
11.37S CERAMIC GLAZED TILES
11.37 Providing and laying Ceramic glazed floor Sqm 50 935.6 46780
tiles of size 300x300 mm (thickness to be
specified by the manufacturer) of 1st quality
conforming to IS : 15622 of approved make
in colours such as White, Ivory, Grey, Fume
27 Red Brown, laid on 20 mm thick cement
mortar 1:4 (1 Cement : 4 Coarse sand),
Jointing with grey cement slurry @ 3.3
kg/sqm including pointing the joints with
white cement and matching pigment etc.,
complete.
11.41S VITRIFIED FLOOR TILES
Providing and laying vitrified floor tiles in
different sizes (thickness to be specified by
the manufacturer) with water absorption less
than 0.08% and conforming to IS: 15622, of
approved make, in all colours and shades,
11.41
laid on 20mm thick cement mortar 1:4 (1
cement : 4 coarse sand), jointing with grey
cement slurry @ 3.3 kg/ sqm including
grouting the joints with white cement and
matching pigments etc., complete.
28 11.41.2 Size of Tile 600x600 mm Sqm 100 1416.65 141665
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
13.1 12 mm cement plaster of mix :
29 13.1.2 1:6 (1 cement: 6 fine sand) Sqm 2600 282 733200
15 mm cement plaster on the rough side of
13.2
single or half brick wall of mix :
30 13.2.2 1:6 (1 cement: 6 fine sand) Sqm 1300 324.3 421590
13.4S CEMENT PLASTER (IN COARSE SAND)
13.6 20 mm cement plaster of mix :
31 13.6.2 1:6 (1 cement: 6 coarse sand) Sqm 2000 401.35 802700
13.25 Extra for plastering:
13.26 Providing and applying plaster of paris putty Sqm 800 214.3 171440
of 2 mm thickness over plastered surface to
32
prepare the surface even and smooth
complete.
Distempering with oil bound washable
13.41 distemper of approved brand and
manufacture to give an even shade :
13.41.1 New work (two or more coats) over and Sqm 800 162.55 130040
33 including water thinnable priming coat with
cement primer
Painting with synthetic enamel paint of
13.61 approved brand and manufacture to give an
even shade :
34 13.61.1 Two or more coats on new work Sqm 500 131.45 65725

Page 6 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

16.0 ROAD WORK


16.42S CONCRETE PAVEMENTS
Providing and laying design mix cement
concrete of M-30 grade, in roads/ taxi tracks/
runways, using cement content as per design
mix, using coarse sand and graded stone
aggregate of 40 mm nominal size in
appropriate proportions as per approved &
specified design criteria, providing dowel
bars with sleeve/ tie bars wherever required,
laying at site, spreading and compacting
mechanically by using needle and surface
vibrators, levelling to required slope/ camber,
16.43
finishing with required texture, including
steel form work with sturdy M.S. channel
sections, curing, making provision for
contraction/ expansion, construction &
longitudinal joints (10 mm wide x 50 mm
deep) by groove cutting machine, providing
and filling joints with approved joint filler and
sealants, complete all as per direction of
Engineer-in-charge (Item of joint fillers,
sealants, dowel bars with sleeve/ tie bars to
be paid separately).
16.43.1 Cement concrete prepared with batch mixing cum 3500 9492.9 33225150
35
machine
16.49S MISCELLANEOUS
16.53 Providing and fixing concertina coil fencing Metre 3000 303.65 910950
with punched tape concertina coil 600 mm
dia 10 metre openable length ( total length
90 m), having 50 nos rounds per 6 metre
length, upto 3 m height of wall with existing
angle iron 'Y' shaped placed 2.4m or 3.00 m
apart and with 9 horizontal R.B.T. reinforced
barbed wire, stud tied with G.I. staples and
36 G.I. clips to retain horizontal, including
necessary bolts or G.I. barbed wire tied to
angle iron, all complete as per direction of
Engineer-in-charge, with reinforced barbed
tape(R.B.T.) / Spring core (2.5mm thick) wire
of high tensile strength of 165 kg/ sq.mm
with tape (0.52 mm thick) and weight 43.478
gm/ metre (cost of M.S. angle, C.C. blocks
shall be paid separately)
16.79 Providing, laying, spreading and compacting cum 6000 2803.65 16821900
graded stone aggregate (size range 53 mm
to 0.075 mm ) to wet mix macadam (WMM)
specification including premixing the
material with water at OMC in for all leads &
lifts, laying in uniform layers with mechanical
37
paverfinisher in sub- base / base course on
well prepared surface and compacting with
vibratory roller of 8 to 10 tonne capacity to
achievethe desired density, complete as per
specifications and directions of Engineer-in-
Charge.
18.0 WATER SUPPLY
18.4S PP-R PIPES
Providing and fixing 3 layer PP-R (Poly
propylene Random copolymer) pipes
confirming to IS:15801 UV stabilized & anti -
microbial fusion welded, having thermal
stability for hot & cold water supply,
18.6
including all PP - R plain & brass threaded
polypropylene random fittings, including
trenching, refilling & testing of joints
complete as per direction of Engineer-in-
Charge. -External work
38 18.6.1 PN - 16 Pipe, 20mm OD (SDR-7.4) Metre 300 213.9 64170

Page 7 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

39 18.6.2 PN - 16 Pipe, 25 mm OD (SDR-7.4) Metre 100 268.2 26820


40 18.6.5 PN - 10 Pipe, 50 mm OD (SDR-11) Metre 100 568.6 56860
41 18.6.7 PN - 10 Pipe, 75 mm OD (SDR-11) Metre 250 879.45 219862.5
42 18.6.9 PN - 10 Pipe, 110 mm OD (SDR-11) Metre 400 1689.5 675800
18.7S C.P.V.C. PIPES
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply,
including all CPVC plain & brass threaded
fittings, i/c fixing the pipe with clamps at
1.00 m spacing. This includes jointing of
18.8
pipes & fittings with one step CPVC solvent
cement and the cost of cutting chases and
making good the same including testing of
joints complete as per direction of Engineer
in Charge, Concealed work, including cutting
chases and making good the wall etc.
43 18.8.1 15 mm nominal dia Pipes Metre 100 441.15 44115
44 18.8.3 25 mm nominal dia Pipes Metre 100 626.05 62605
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal
stability for hot & cold water supply including
all CPVC plain & brass threaded fittings This
18.9 includes jointing of pipes & fittings with one
step CPVC solvent cement, trenching,
refilling & testing of joints complete as per
direction of Engineer in Charge.-External
work
45 18.9.6 50 mm nominal dia Pipes Metre 100 811.85 81185
46 18.9.9 100 mm nominal dia Pipes Metre 100 2811.75 281175
23.0 RAIN WATER HARVESTING & TUBEWELLS
Boring/drilling bore well of required dia for
casing/ strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including
collecting samples from different strata,
preparing and submitting strata chart/ bore
23.2 log, including hire & running charges of all
equipments, tools, plants & machineries
required for the job, all complete as per
direction of Engineer -in-charge, beyond 90
metre & upto 150 metre depth below ground
level.
23.9 Providing and fixing factory made precast Each 1500 1213.25 1819875
RCC perforated drain covers, having concrete
of strength not less than M-25, of size 1000 x
450x50 mm, reinforced with 8 mm dia four
nos longitudinal & 9 nos cross sectional
47
T.M.T. hoop bars, including providing 50 mm
dia perforations @ 100 to 125 mm c/c,
including providing edge binding with M.S.
flats of size 50 mm x 1.6 mm complete, all
as per direction of Engineer-in-charge.
Total 195657607.50
Schedule Schedule B-USSOR-2021
Item- 1 USSOR-2021
S No. Item Description of Item Unit Qty Rate Amount
No

Page 8 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

Earthwork in excavation by mechanical


means (Hydraulic Excavator)/Manual Means
for foundations and floors of the bridges,
retaining walls etc. including setting out,
dressing of sides, ramming of bottom,
getting out the excavated material, back
filling in layers with approved material and
consolidation of the layers by ramming and
watering etc. including all lift, disposal of
surplus soil up to a lead of 300m, all types of
shoring and strutting with all labour and
material complete as per drawing and
technical specification as directed by
Engineer in charge. Note: This item will be
used for excavation work in connection with
other miscellaneous works also like side
drains, foundation for OHE masts and other
miscellaneous structures in connection with
Gauge Conversion, Doubling, New lines.
1 022011 All kinds of soils cum 900.00 210.90 189810.00
2 022060 Providing and laying Plain Cement Concrete cum 250.00 2988.17 747042.50
1:3:6 with graded stone aggregate of 40mm
nominal size, in foundation and floors,
retaining walls of bridges including
mechanical mixing, vibrating, pumping and
bailing out water where ever required with
all materials and labour complete but
excluding the cost of cement and shuttering
as per drawings and technical specifications
as directed by Engineer.
Supply and using Cement at Worksite
3 025073 Pozzolana Portland Cement approved MT 55.00 7294.44 401194.20
brands/makes
Providing & laying non pressure NP-4 Class
RCC pipe with collars, jointing with 1:2
cement and ordinary sand mortar including
testing of joints, but excluding earthwork
with all labour and material as a complete
job. Cement for mortar will be paid
separately.(Pipes of 600mm dia and above
will be laid using crane/hydra).
4 052231 300mm dia. Metre 600.00 1503.42 902052.00
Total 2240098.70
Schedule Schedule C-NON SCHEDULE ITEMS
Item- 12 Piping and allied works
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Fabrication items like spool/Tee/distance Kg 1000.00 225.56 225560.00
pieces etc as per site conditions
2 2 Supply & fixing of G.I. 150 mm & fabrication Metre 1600.00 2368.32 3789312.00
of pipes. The pipes should b e fi x e d with
bellow expansion joints to compensate for
shrinkage & Expansion d u e t o weather
conditions.
3 3 Supply o f M S coupling s i z e 2 5 m m with Numbers 1000.00 56.39 56390.00
threading connect the GI nipple 25mm
4 4 Making hole in GI Hydrant pipe line every Numbers 1000.00 95.85 95850.00
three meter and Numbers 800.00 fixing the
MS coupling 1" dia with welding.
5 5 Supply of MS Bends 90 degree/MS TEE Numbers 250.00 902.21 225552.50
200mm/300mm
6 6 Providing of D.I. MS flanged 200mm/300mm Numbers 250.00 733.05 183262.50
B class
7 7 Supply of 50mm Air valves along wih the Numbers 5.00 5816.12 29080.60
fittings

Page 9 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

8 8 Supply of G.I.M.S. Plate 300X150X8 mm over Set 250.00 507.49 126872.50


the existing Rail/ I beam channel along with
the clamp 2 Nos and nuts duly making holes
on both the end.
9 9 Supply and bending work to required shape Numbers 1000.00 951.73 951730.00
M.S.G.I. pipe of 25mm dia B class of 3mtrs
length () supply and fixing of mounting plate
+cIamp & patti for item no 8.
10 10 Supply and fixing of galvanized M.S. steel Numbers 1000.00 174.48 174480.00
nipple o f 25mm Numbers 800.00 dia 50mm
long "B" class both ends threading.
11 11 Supply and fixing of galvanized M.S. steel Numbers 1000.00 174.48 174480.00
nipple o f 25mm jet nipple length 100mm.
Long "B" class end threading and one end jet
threading.
12 12 Supply of SS304 PTEF seat 25mm dia Ball Numbers 500.00 1564.85 782425.00
valve KOR valve India(P) ltd, or TBS
Engineers (P) Ltd or similar make with IS
9001-2000 certificate or ISI standard single
PC designing Ball valve SS 304600
Total 6814995.10

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

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
"Financial Eligibility Criteria: The tenderer must have minimum average
annual contractual turnover of V/N or ""V"" whichever is less 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
1 No No
balance sheet of the previous year is yet to be prepared/ audited, the (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-VIII, along with copies of
Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited
Balance Sheet. "

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 10 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

"(a)The tenderer must have successfully completed/substentially


completed any of the following 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 each costing not less than the amount equal to 60%
of advertised value of the tender. (b) (i) In case of 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/substantially completed any of the
following during last 07 (seven) years, ending last day of month previous
to the one in which tender is invited: Three similar works each costing
not less than the amount equal to 30% of advertised value of each
Allowed
1 component of tender, or Two similar works , each costing not less than No No
(Mandatory)
the amount equal to 40% of advertised value of each component of
tender, ora One similar work, each costing not less than the amount
equal to 60% of advertised value of each component of tender. Note:
Separate completed works of minimum required values for each
component can also be considered for fulfillment of technical eligibility
criteria. (b) (ii) In such cases, what constitutes a component in a
composite work shall be clearly pre-defined with estimated tender cost of
it, as part of the tender documents without any ambiguity. Any work or
set of works shall be considered to be a separate component, only when
cost of the component is more than Rs. 2 crore each. The tenderer shall
submit the completion certificate as per proforma given in annexure-IV-A
or IV-B or IV-C as applicable or in the format containing all information as
required as per the Annex. IV-A or IV-B or IV-C. Note :- Criteria for the
completed work/Substantially completed has been given in the General
instructions in the tender document. "
" Similar Nature of Work -Any civil engineering/composite work involving
1.1 No No Not Allowed
construction of building, fabrication and erection of structural steel/PEB"

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no
3 deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage
i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms,
4
statements and attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along
5
with the offer and same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we
6
are fully responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry /
7 Department of Govt. of India from participation in tender on the date of submission of bids, either in individual
capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time
during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any
8
other action provided in the contract including banning of business for a period of upto two year. Further, I/we
and all my/our constituents understand that my/our offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any
time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid
9
Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the
contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land
border with India and certify that I am/We are not from such a country or, if from such a country, have been
10
registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard
and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed)

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

Page 11 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

(LLP) etc.

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

5. COMPLIANCE

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

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Mandatory in case Bid security amount is prescribed in STD Para
5.1.2 - The Bid Security shall be deposited in cash through e-
payment gateway or submitted as Bank Guarantee bond from a
Allowed
1 scheduled commercial bank of India or as mentioned in tender No No
(Mandatory)
documents. The Bank Guarantee bond shall be as per Annexure-
XXXII and shall be valid for a period of 90days beyond the bid
validity period.
In case the tenderer is (i)Any firm recognized by Department of
Industrial Policy and Promotion (DIPP) as 'Startups' - shall be
Allowed
2 exempted from payment of Bid security deposit and shall submit Yes Yes
(Optional)
certified copy of the registration/ Valid document issued by DIPP
(mandatory if applicable)
In case the tenderer is (iii) Labour Cooperative Societies - shall
deposit only 50% of the Earnest Money Deposit and shall submit Allowed
3 Yes Yes
certified copy of the registration/ Valid document issued by the (Optional)
relevant Ministry/ Labour commission (mandatory if applicable).
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
4 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The Minimum Increment as mentioed in the Clause no. 26.1 (b),
Annexure C, Para 2 of the "GENERAL INSTRUCTIONS" of Tender
1 Document will be as per railway board guidelines or as approved No No Not Allowed
by Tender accepting authority . (Applicable to the works and
service tenders of value more than Rs.50 crore.)
I/We have read the various conditions to tender attached here to
and agree to abide by the said conditions. I/We also agree to
keep this tender open for acceptance for a period as mentioned
in NIT header from the date fixed for opening the same and in
default thereof, I/We will be liable for forfeiture of my/our "Bid
2 No No Not Allowed
security". I/We offer to do the work for North Western Railway,
at the rates quoted in the attached schedule and hereby bind
myself/ourselves to complete the work in all respects within time
period as mentioned in the NIT Header from the date of issue of
letter of acceptance of the tender.
I/We also hereby agree to abide by the General Conditions of
Contract-2022 corrected up- to- date and to carry out the work
according to the Special Conditions of Contract and Indian
Railways Unified Standard Specifications (Materials and Works)
3 No No Not Allowed
2021 as corrected up-to-date, Unified Standard Schedule of
Rates of North-Western Railway - 2021 as corrected up-to-date &
C P W D DSR-2021 and Specification 2019 (for the present
contract)

Technical-Compliances

Page 12 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer shall submit the Firms's detail as per Annexure I. Allowed
1 Yes Yes
(Mandatory for all firms) (Mandatory)
The tenderer shall submit the copy of certificate as per proforma Allowed
2 Yes Yes
given in Annexure II. & IIA(Mandatory for all firms) (Mandatory)
The tenderer should submit the List of similar nature of works
physically completed/substantially completed in all respects
during last 7 years , ending last day of month previous to one in
which tender is invited,(i) directly awarded by Govt./Semi
Govt./Public sector undertaking / Autonomous bodies /Municipal
bodies/ Railways Siding owners (ii) 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,
Allowed
3 incorporated/registered at least 5 years prior to the date of Yes Yes
(Optional)
closing of tender/ as per proforma given in Annexure-III. In case
of JV firm, these details are also required for all the members of
the JV firm. In case, the Secondary Component(s) has/ have
been defined, the details of successfully completed works of
similar nature (that defined for the Secondary Component),
executed by tenderer himself / the subcontractor (fully by any
one or jointly i.e. partly by tenderer and remaining through
subcontractor) during last five years, shall also be submitted (for
five years )
In case of composite work, having distinct components and
having separate schedule for each component having value
Allowed
4 more than 2 crores, tenderer should submit a details of work of Yes Yes
(Mandatory)
similar nature successfully completed/substantially completed
during last 7 years ,
The tenderer shall submit the Attested copy of Completion
Certificate/ substentially completed of works mentioned in
Standard Technical Criteria under eligibility criteria above from
the Organizations with whom they worked as per proforma given
in Annexure-IV-A or IV-B (If the work is substantially completed)
or IV- C (if the work is awarded by Public listed Company) as
Allowed
5 applicable. (Mandatory for all firms). In case of JV firm, these Yes Yes
(Mandatory)
details are also required for all the members of the JV firm. In
case, the Secondary Component(s) has/ have been defined, the
Attested copy of Completion Certificate of works executed by
tenderer himself / the subcontractor (fully by any one or jointly
i.e. partly by tenderer and remaining through subcontractor)
during last five years, shall also be submitted.
Details of Average Annual turnover of the public listed company
(company should be 500 Cr and above) issued by Chartered
Accountant. These details need to be submitted as per the Allowed
6 Yes Yes
proforma of Annexure VIII ( Mandatory in case of completion (Optional)
certificate issued by public listed company as per annexure IV-
C)
The copy of the documents regarding listing in the National
stock exchange or Bombay stock exchange with details of status
Allowed
7 of listing as on date of opening of tender, duly self-attested. Yes Yes
(Optional)
(Mandatory in case of completion certificate issued by public
listed company as per annexure IV-C)
The copy of the document of incorporation/ registration of the
Public listed company (should be at least 5 years prior to date of
Allowed
8 closing of tender), duly self-attested. ( Mandatory in case of Yes Yes
(Optional)
completion certificate issued by public listed company as per
annexure IV- C)
The copy of document regarding Person Authorized by the Public
listed Company to issue such certificate, duly self-attested. ( Allowed
9 Yes Yes
Mandatory in case of completion certificate issued by public (Optional)
listed company as per annexure IV- C)

Page 13 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

Tenderer shall also submit 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
Allowed
10 received a copy of final/last bill paid by the public listed Yes Yes
(Optional)
company in support of above work experience certificate duly
self-attested.(Mandatory in case of completion certificate issued
by public listed company as per annexure IV- C)
The tenderer shall submit the self attested copy of the
Allowed
11 PERMANENT ACCOUNT NO. issued by the Income Tax Yes Yes
(Optional)
Department.
The tenderer shall submit the test report of the stone ballast
conforming to railways specifications as mentioned in the
general instructions of tender document. (This condition is
Allowed
12 mandatory and will be applicable only for the tenders of supply Yes Yes
(Optional)
of ballast as specified "as required" in tender document.In case
of non-compliance of this condition by the tenderer in ballast
tenders only, the offer of the same will be summarily rejected.)
The average annual contractual turnover shall be calculated as
an average of "total contractual payments" in the previous three
financial years, as per the audited balance sheet. However, in
case balance sheet of the previous year is yet to be prepared/
audited, the audited balance sheet of the fourth previous year Allowed
13 Yes Yes
shall be considered for calculating average annual contractual (Mandatory)
turnover. The tenderers shall submit requisite information as per
Annexure-VIII, along with copies of Audited Balance Sheets duly
certified by the Chartered Accountant/ Certificate from
Chartered Accountant duly supported by Audited Balance Sheet.
A statement showing construction works executed and payment
received in any one of the previous three financial years or the
current financial year (up to date of inviting tender) taking into
account the completed as well as work in progress as per
Allowed
14 Annexure-XIX on the letter head of Chartered Accountant, to Yes Yes
(Optional)
evaluate bid capacity of the tenderer (Mandatory for tender
value more than Rs. 20 Crores). In case of JV firm details of
construction works executed by each member of JV is required
to be submitted
The tenderer should submit the List of works on hand, existing
commitments and balance amount of ongoing works as per
Allowed
15 proforma given in 'Annexure-V to evaluate bid capacity of the Yes Yes
(Optional)
tenderer, duly verified by the Chartered accountant (Mandatory
for tender value more than Rs. 20 crores)
The tenderer should submit the List of plants & Machinery
available on hand (own) and proposed to be inducted/ Hired Allowed
16 Yes Yes
(own and hired to be given separately) for the subject work in (Optional)
Annexure-VI.
The tenderer should submit the List of Personnel, Organization
Allowed
17 available on hand and proposed to be engaged for the subject Yes Yes
(Optional)
work in Annexure -VII.
The tenderer in the capacity of Sole Proprieter tenderer shall
submit the affidavit duly executed on stamp paper and notarized Allowed
18 Yes Yes
as per Annexure IX. (Mandatory for Sole Proprietership Firm/ (Optional)
forJV firm having Sole Proprieter firm as a member)
The tenderer shall submit the Power of Attorney duly registered
with registrar or notarized as per proforma given in Annexure
XIV to be submitted by sole proprietor firm duly registrar with
Allowed
19 the registrar or notarized. (Mandatory for Sole Proprietership Yes Yes
(Optional)
Firm , if tender documents are uploaded by any individual
,authorized by him) (Not required if tender documents are
uploaded by proprietor himself).
The tenderer in the capacity of HUF shall submit the affidavit
Allowed
20 duly executed on stamp paper and notarized as per Annexure Yes Yes
(Optional)
XXVI. (Mandatory for HUF firm/ for JV having HUF as a member) )
The tenderer in the capacity of HUF shall submit the Power of
Attorney, duly executed on stamp paper and duly registered
with registrar/ notarized as per Annexure XXVII. (Mandatory for Allowed
21 Yes Yes
HUF firm)( Required , if tender documents are uploaded by any (Optional)
individual ,authorized by him) (Not required if tender documents
are uploaded by Karta himself).

Page 14 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

The tenderer as partnership firm shall submit copy of


partnership deed (duly registered with registrar or Notarized
Allowed
22 prior to the date of tender opening as per Indian partnership Yes Yes
(Optional)
Act) (Mandatory for Partnership Firm /JV Firm having partnership
firm as a member)
The tenderer as partner ship firm shall submit the Power of
Attorney (duly registered with registrar or notarized) as per
proforma given in Annexure-XIII to be submitted by Partnership Allowed
23 Yes Yes
firm. (Mandatory for Partnership Firm) (Required even if one or (Optional)
more partners are authorized in Partnership deed to sign and
upload the offer on behalf of the firm.)
The tenderer in the capacity of Company shall submit the Copy
of Memorandum of Association / Articles of Association of Allowed
24 Yes Yes
Company. (Mandatory for Company Firm / JV Firm having having (Optional)
Company as a member)
The tenderer in the capacity of Company shall submit the copy
of resolution passed by Board of Directors authorizing its Allowed
25 Yes Yes
Director/Employee to deal with tender on behalf of company. (Optional)
(Mandatory for Company Firm)
The tenderer in the capacity of company shall submit the Copy of
Certificate of Incorporation of the Company. (Mandatory for Allowed
26 Yes Yes
Company Firm/JV Firm having having Limited Company as a (Optional)
member)
The tenderer in the capacity of company shall submit the Power
of Attorney/ Authorization (duly registered with registrar or
notarized) including ratification clause duly signed by person
Allowed
27 authorized by the company as per proforma given in Annexure- Yes Yes
(Optional)
XV. (Mandatory for Company Firm)( Required even if tender
documents are submitted by the authorized/ power of attorney
holder himself as per resolution passed by Board of Directors)
The tenderer in the capacity of Limited liabilities Partnership firm
Allowed
28 (LLP firm) shall submit the copy of LLP Agreement (Mandatory for Yes Yes
(Optional)
LLP firm /JV Firm having LLP Firm as a member)
The tenderer in the capacity of Limited liabilities Partnership firm
Allowed
29 (LLP firm) shall submit the copy of Certificate of Incorporation Yes Yes
(Optional)
(Mandatory for LLP firm /JV Firm having LLP Firm as a member)
The tenderer in the capacity of Limited liabilities Partnership firm
(LLP firm) shall submit the copy of Resolution of Partners of LLP
firm (executed on the Letter Head of LLP firm) in favour of the Allowed
30 Yes Yes
individual to sign he tender on behalf of the LLP firm and deal (Optional)
with tender on dehalf of the firm as per proforma given in
Annexure-XX.(Mandatory for LLP firm).
The tenderer in the capacity of Registered Society/ Registered
Trust shall submit the copy of the certificate of registration Allowed
31 Yes Yes
(Mandatory for Registered Society/ Registered Trust and JV firm (Optional)
having Registered Society/ Registered Trust as a member)
The tenderer in the capacity of Registered Society/ Registered
Trust shall submit the copy of the Deed of Formation (Mandatory Allowed
32 Yes Yes
f o r Registered Society/ Registered Trust and JV firm having (Optional)
Registered Society/ Registered Trust as a member)
A copy of power of attorney in favour of the individual to sign the
Allowed
33 tender document and create liabilities against society/trust Yes Yes
(Optional)
(Annexxure XXI)
The tenderer in the capacity of JV firm shall submit the
Allowed
34 Memorandum of Understanding of JV duly notarized as per Yes Yes
(Optional)
proforma given in Annexure-X.(Mandatory for Joint Venture Firm)
The private/ limited company, sole propriter firm or
HUF/Society/Trust partcipating as a member of JV shall submit
the Power of Attorney duly registered with registrar or notarized
as per proforma given in Annexure-XII (Mandatory), (For private/
limited company as member of JV- the annexure XII is required Allowed
35 Yes Yes
evenif MOU/JV agreement is signed by the authorized/ Power of (Optional)
attorny holder himself as per the Copy of Resolution) (For sole
propriter firm/HUF as member of JV- Not required if MOU/JV
agreement is signed by the proprieter of the sole propriter firm/
karta of HUF himself)

Page 15 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

The tenderer in the capacity of JV firm shall submit the Letter of


consent duly executed on stamp paper as per proforma given in
Allowed
36 Annexure-XI to be submitted by a partnership firm participating Yes Yes
(Optional)
as a Member of JV firm. (Mandatory for Joint Venture Firm if one
of the member is Partnership firm)
The tenderer inthe capacity of JV firm shall submit the Power of
Attorney duly registered with registrar or notarized in favour of
the individual to sign the MOU/JV agreement on behalf of the
partnership firm and create libility against the firm as per Allowed
37 Yes Yes
proforma given in Annexure-XVIII.(Mandatory for Joint Venture (Optional)
Firm if one of the member is Partnership firm) (Required evenif
MOU/JV agreement is signed by one or more partners authorised
in the partnership deed, letter of consent )
The tenderer in the capacity of Limited liabilities Partnership firm
(LLP firm) shall submit submit the Power of Attorney duly
registered with registrar or notarized, issued by LLP firm as per
Allowed
38 proforma given in Annexure-XX. (Mandatory for LLP firm/ for JV Yes Yes
(Optional)
having LLP as member) ( Required even if tender documents are
submitted by the authorized/ power of attorney holder himself
as per resolution passed by Parters of the LLP)
The tenderer in the capacity of JV firm shall submit the Copy of
Resolution of the Partners of LLP firm, permitting the LLP firm to
enter into a JV agreement, authorizing one of the partner of LLP
firm to sign MOU/JV Agreement and such other documents Allowed
39 Yes Yes
required to be signed on behalf of the LLP firm and to create (Optional)
libilities against the LLP firm and / or to do any other act on
behalf of the LLP firm as per proforma given in Annexure-XXIII
(Mandatory for JV firm if one of the member is LLP firm).
The tenderer inthe capacity of JV firm shall submit the Power of
Attorney duly registered with registrar or notarized (Backed by
Resolution of the Partners of LLP firm) in favour of individual to
Allowed
40 sign the tender, to sign MOU/JV Agreement on behalf of the LLP Yes Yes
(Optional)
firm and create liability against the LLP firm as per proforma
given in Annexure-XXIV. (Mandatory for JV firm if one of the
member is LLP firm).
The tendere in the capacity of JV firm shall submit the copy of
resolution passed by Board of Directors of the Company,
permitting the company to enter into a JV agreement,
authorizing MD or one of the Directors of Mangers of the
Allowed
41 Company to sign JV Agreement, such other documents required Yes Yes
(Optional)
to be signed on behalf of the Company and enter into liability
against the company and/or do any other act on behalf of the
company to be submitted as per Annexure-XVII. ( Mandatory for
JV firm if one of the member is Limited Company)
The tenderers shall submit the information and particulars
regarding retired Railway Engineer(s)/Officer(s) of the Gazetted
Allowed
42 rank and regarding Relative(s) employed in Gazetted capacity Yes Yes
(Mandatory)
on North Western Railway as per proforma given in Annexure
XXII (Mandatory)
The tenderer in the capacity of newly formed Partnership Firm/
LLP Firm, shall submit Declaration as per ANNEXURE XXVIII
(Mandatory if tenderer is Newly Formed Partnership Firm/ LLP
Firm. The following relevant documents are Annexed with bid -
(mandatory as applicable) (1) Details of previous Propriety firm /
Partnership Firm/ LLP firm as per annexure I (2) A copy of
previous partnership Firm (Notarized or duly registered with the
Registrar) (3) Affidavit as per proforma given of Annexure -IX for
previous Propriety firm (duly executed on stamp paper and Allowed
43 Yes Yes
notarized). (4) Copy of previous LLP agreement and certificate of (Optional)
incorporation. (5) Dissolution deed/ splitting deed of the
previous partnership deed or LLP agreement (in case of
dissolution of previous partnership firm/ LLP firm) (6) Proof of
surrender of previous PAN no (in case of dissolution of previous
partnership firm, LLP firm or propriety firm) (7) Documents for
the technical, financial criteria, bid capacity as claimed w.r.t.
such partner(s) joining the new/ existing partnership firm, as per
para 16.1 (c ), (d), (f),(g ), (k) of Bid document.

Page 16 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

The tenderer in the capacity of existing/ New Company, shall


submit Declaration regarding constitution of the existing/ New
Company as per Annexyre XXX (Mandatory if tenderer is merged
Company). The following relevant documents are Annexed with
bid - (mandatory as applicable) (1) Details of company getting
merged as per annexure I (2) Copy of Memorandum of
Association/ Articles of Association of the Company getting Allowed
44 Yes Yes
merged (3) Copy of certificate of incorporation of previous (Optional)
company getting Merged. (4) Resolution by the Board of
Directors for the Merger of the company(s) with the tenderer (5)
Proof of surrender of previous PAN no (6) Documents for the
technical, financial criteria, bid capacity as claimed w.r.t. such
Company(s) joining the new/ existing Company, as per para 16.1
(c ), (d), (f), (g ), (k) of Bid document
The tenderer in the capacity of existing Partnership Firm/ LLP
Firm, shall submit Declaration as per Annexure XXXIX
(Mandatory if tenderer is existing Partnership Firm/ LLP Firm.
The following relevant documents are Annexed with bid -
(mandatory as applicable) (1) Details of previous Propriety firm /
Partnership Firm/ LLP firm as per annexure I. (2) A copy of
previous partnership Firm (Notarized or duly registered with the
Registrar) (3) Affidavit as per proforma given of Annexure -IX for
previous Propriety firm (duly executed on stamp paper and Allowed
45 Yes Yes
notarized). (4) Copy of previous LLP agreement and certificate of (Optional)
incorporation. (5) Dissolution deed/ splitting deed of the
previous partnership deed or LLP agreement (in case of
dissolution of previous partnership firm/ LLP firm) (6) Proof of
surrender of previous PAN no (in case of dissolution of previous
partnership firm, LLP firm or propriety firm) (7) Documents for
the technical, financial criteria, bid capacity as claimed w.r.t.
such partner(s) joining the new/ existing partnership firm, as per
para16.1 (c ), (d), (f),(g ), (k) of Bid document
Tenderer shall submit a formal agreement duly notarized, legally
enforceable in the court of law, executed by tenderer with the
subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along Allowed
46 No No
with the offer as per performa given in Annexure XXXI. (Optional)
(Mandatory in case of secondary components are defined in the
tender with special condition 'for submission along with the
Offer)
The initial e-Reverse Auction ( e-RA) period as mentioed in the
Clause no. 26.1 (b), Annexure C, Para 2 of the "GENERAL
INSTRUCTIONS" of Tender Document will be as per railway
47 No No Not Allowed
board guidelines or as approved by Tender accepting authority .
(Applicable to the works and service tenders of value more than
Rs. 50 crore.)
The auto extension period as mentioed in the Clause no.
26..1(b), Annexure C, Para 2 of the "GENERAL INSTRUCTIONS" of
48 Tender Document will be as per railway board guidelines or as No No Not Allowed
approved by Tender accepting authority .(Applicable to the
works and service tenders of value more than Rs. 50 crore.)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
An amount towards Bid Security As mentioned in the relevant
Para of NIT header has been submitted online through net
banking or payment gateway or Bank gurantee. The full value of
the Bid security shall stand forfeited without prejudice to any
1 other right or remedies in case my/our tender is accepted and No No Not Allowed
if:- (a) I/We do not execute the contract documents within seven
days after receipt of notice issued by the Railway that such
documents are ready; and (b) I/We do not commence the work
within fifteen days after receipt of orders to that effect.
Until a formal agreement is prepared and executed, acceptance
of this tender shall constitute a binding contract between us
2 subject to modifications, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my/our offer for
this work.

Page 17 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

The tenderer shall submit the original copies of the documents


as per Annexure II, IIA, IX, X, XI, XII, XIII, XIV, XV, XVII, XVIII, XX,
XXI, XXII, XXIII, XXIV ,XXV, XXVI, XXVII, XXVIII, XXXIX, and XXXII
or other document as applicable for Sole Proprietor/
HUF/Partnership firm/LLP firm/ Registered Society / Registered
Trust /Limited Company/JV Firms as and when required by the
3 Railway for the verification. If the required documents are not No No Not Allowed
submitted by the tenderer or there any discrepancy is found
between the scanned uploaded documents by the tenderer and
original documents then the offer of the concerned tenderer will
be summary rejected and the action will be taken as per the
various provisions of certificate to be submitted by the tenderer
as per Annexure-II, IIA
The tenderer shall comply with the provisions of the Contract
Labour (Regulation and Abolition) Act 1970 and the Contract
Labour (Regulation and Abolition) Central Rules 1971 as modifed
4 No No Not Allowed
from time to time, wherever applicable and shall also indemnify
the Railway from and against any claims under the aforesaid Act
and Rules.
The tenderer shall comply with the provisions of the Payment of
Wages Act 1936, Minimum Wages Act 1948, The Workmen
Compensation Act 1923, and the rules made there under in
respect of any employees employed directly or through petty
5 No No Not Allowed
contractors or sub-contractors engaged by them, as modifed
from time to time, wherever applicable and shall also indemnify
the Railway from and against any claims under the aforesaid Act
and Rules.
The tenderer shall comply with the provisions of the Employees
provident fund and Miscellaneous Provision Act 1952 and the
6 rules made there under as modifed from time to time, wherever No No Not Allowed
applicable and shall also indemnify the Railway from and against
any claims under the aforesaid Act and Rules.
The tenderer shall comply with the provisions of the Employees
State Insurance Act 1948 and Employees Pension Scheme 1995
7 and the rules made there under as modifed from time to time, No No Not Allowed
wherever applicable and shall also indemnify the Railway from
and against any claims under the aforesaid Act and Rules.
The successful tenderer after award of the contract shall
register himself on website
8 www.shramikkalyan.indianrailways.gov.in and will comply the No No Not Allowed
provisions of the Para 39 of the Special Conditions (General) of
Standard Tender Document.
I/We have read the various conditions of clause no. 26 of
General Instructions of Tender Document and Special Condition
9 No No Not Allowed
of NIT regarding Electronic Reverse Auction and agree to abide
by the said conditions.
Certify that neither I /We (name of the sole Proprietor firm/
Partnership Firm/Limited Company/ LLP/Registered Society/Trust
/ JV firm) nor any of the partner or partnership firm/ LLP /Member
of Registered Society/ Trust / Constituent of JV firm including
partner of partnership firm in JV has/ have been black listed or
10 No No Not Allowed
debarred by Railway or any other Ministry /Department/ Public
Sector Undertaking of the Government of India/ any State from
participation in tenders/contract on the date of opening of bids
either in our individual capacity or in any firm in which we are
partners.

6. Documents attached with tender

S.No. Document Name Document Description


GCC_April-2022_2022_CE-
1 I_CT_GCC- GCC2022
2022_POLICY_27_04_221.pdf
2 SafetyCircular_11zon.pdf safety circular
3 ACS1to8GCC2022-Copy1.pdf GCC correction Slip 1 to 8
4 STDT937_1.pdf STD T 937
5 SplconditionsT937_compressed.pdf Special conditions

Page 18 of 19 Run Date/Time: 01/02/2025 15:31:15


DYCE-C-III-JP-ENGINEERING/NORTH WESTERN RLY
TENDER DOCUMENT
Tender No: NWR-SC-Civil-13641937 Closing Date/Time: 28/02/2025 15:00

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

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

Signed By: ABHINAV SINGH

Designation : Dy.CE/C-III/JP

Page 19 of 19 Run Date/Time: 01/02/2025 15:31:15

You might also like