Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                
Download as pdf or txt
Download as pdf or txt
You are on page 1of 15

SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

Chief Administrative Officer / CON acting for and on behalf of The President of India invites E-Tenders against Tender No 29-CAO-C-
SC-2022 Closing Date/Time 02/05/2022 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.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

SCR Construction Organization- Proposed doubling of track between Guntur and Guntakal
Name of Work stations- Nallapadu-Donakonda section- Construction of Cover over platforms and Foot over
bridges at Cheekateegalapalem, Vinukonda, Savalyapuram and Narasaraopet stations.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 02/05/2022 15:00 Date Time Of Uploading Tender 08/04/2022 12:23
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 66234193.68 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 481200.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 0.00 Period of Completion 11 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 18/04/2022 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule A-CPWD DSR 2019 items 65914193.68
Below/Par
2.6.1 2800.00 cum 181.85 509180.00 (-) 20.00 407344.00
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual
1 means over areas (exceeding 30 cm in depth, 1.5 m 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. // All kinds of
soil
2.7.1 400.00 cum 352.45 140980.00 (-) 20.00 112784.00
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual
2
means over areas (exceeding 30 cm in depth, 1.5 m 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. // Ordinary rock
2.10.1.2 90.00 Metre 364.20 32778.00 (-) 20.00 26222.40
Description:- EARTH WORK // Excavating trenches of required width for pipes, cables, etc including excavation
3 for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including getting out the excavated soil,
and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each
deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50
m : // All kinds of soil // Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia
2.25 600.00 cum 219.65 131790.00 (-) 20.00 105432.00

4 Description:- EARTH WORK // Filling available excavated earth (excluding rock) in trenches, plinth, sides of
foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and
watering, lead up to 50 m and lift upto 1.5 m.
4.1.6 100.00 cum 6126.25 612625.00 (-) 20.00 490100.00
Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in position
5
cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : //
1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 graded stone aggregate 40 mm nominal size)
4.1.3 620.00 cum 6788.60 4208932.00 (-) 20.00 3367145.60
Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in position
6
cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : //
1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 20 mm nominal size)
4.2.3 220.00 cum 8554.50 1881990.00 (-) 20.00 1505592.00

Pa g e 1 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying cement
7 concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers,
abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks,
plain window sills, fillets, sunken floor etc., up to floor five level, excluding the cost of centering, shuttering and
finishing: // 1:2:4 (1 Cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 20 mm nominal size)
4.3.1 310.00 Sqm 284.85 88303.50 (-) 20.00 70642.80
8 Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Centering and shuttering including
strutting, propping etc. and removal of form work for : // Foundations, footings, bases for columns
4.3.2 810.00 Sqm 609.30 493533.00 (-) 20.00 394826.40

9 Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Centering and shuttering including
strutting, propping etc. and removal of form work for : // Retaining walls, return walls, walls (any thickness)
including attached pilasters, buttresses, plinth and string courses fillets, kerbs and steps etc.
4.3.3 80.00 Sqm 733.70 58696.00 (-) 20.00 46956.80
10 Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Centering and shuttering including
strutting, propping etc. and removal of form work for : // Columns, piers, abutments, pillars, posts and struts
4.1.5 50.00 cum 6259.10 312955.00 (-) 20.00 250364.00

11 Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in position
cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : //
1:3:6 (1 Cement : 3 coarse sand (zone-III) : 6 graded stone aggregate 20 mm nominal size)
5.9.1 230.00 Sqm 284.85 65515.50 (-) 20.00 52412.40
12 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including
strutting, propping etc. and removal of form for // Foundations, footings, bases of columns, etc. for mass concrete
5.9.3 32.00 Sqm 693.05 22177.60 (-) 20.00 17742.08

13 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including
strutting, propping etc. and removal of form for // Suspended floors, roofs, landings, balconies and access
platform
5.9.5 55.00 Sqm 552.05 30362.75 (-) 20.00 24290.20

14 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including
strutting, propping etc. and removal of form for // Lintels, beams, plinth beams, girders, bressumers and
cantilevers
5.9.6 800.00 Sqm 733.70 586960.00 (-) 20.00 469568.00
15 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering including
strutting, propping etc. and removal of form for // Columns, Pillars, Piers, Abutments, Posts and Struts
5.9.16.2 100.00 Sqm 737.30 73730.00 (-) 20.00 58984.00
16 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Edges of slabs and breaks in floors and
walls // Above 20 cm wide
5.9.18 175.00 Sqm 773.70 135397.50 (-) 20.00 108318.00
17 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Small surfaces such as cantilever ends,
brackets and ends of steps, caps and bases to pilasters and columns and the like
5.18.1 15.00 Sqm 1474.05 22110.75 (-) 20.00 17688.60
Description:- REINFORCED CEMENT CONCRETE // PRE-CAST RCC // Providing precast cement concrete Jali
18 1:2:4 (1 cement : 2 coarse sand(zone-III) : 4 graded stone aggregate 6mm nominal size ), reinforced with 1.6 mm
dia mild steel wire, including centering and shuttering, roughening cleaning, fixing and finishing in cement mortar
1:3 (1 cement: 3 fine sand) etc. complete, excluding plastering of the jambs, sills and soffits. // 50 mm thick
5.22.6 36000.00 Kg 83.50 3006000.00 (-) 20.00 2404800.00

19 Description:- REINFORCED CEMENT CONCRETE // STEEL REINFORCEMENT // Steel reinforcement for


R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level.
// Thermo-Mechanically Treated bars of grade Fe-500D or more.
5.22A.6 22000.00 Kg 83.50 1837000.00 (-) 20.00 1469600.00

20 Description:- REINFORCED CEMENT CONCRETE // STEEL REINFORCEMENT // Steel reinforcement for


R.C.C. work including straightening, cutting, bending, placing in position and binding all complete above plinth
level. // Thermo-Mechanically Treated bars of grade Fe-500D or more.
5.31 100.00 cum 794.65 79465.00 (-) 20.00 63572.00

21 Description:- REINFORCED CEMENT CONCRETE // Providing and fixing sheet covering over expansion joints
with iron screws as per design. // Extra for laying reinforced cement concrete in or under water and/ or liquid mud,
including cost of pumping or bailing out water and removing slush etc., complete.
5.33.1 350.00 cum 7997.30 2799055.00 (-) 20.00 2239244.00

Pa g e 2 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

Description:- REINFORCED CEMENT CONCRETE // DESIGN MIX CONCRETE // Providing and laying in position
22 machine batched and machine mixed design mix M-25 grade cement concrete for reinforced cement concrete
work, using cement content as per approved design mix, including pumping of concrete to site of laying but
excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended
proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength
and durability as per direction of Engineer-in-charge. // All works upto plinth level
5.33.2 205.00 cum 9400.85 1927174.25 (-) 20.00 1541739.40
Description:- REINFORCED CEMENT CONCRETE // DESIGN MIX CONCRETE // Providing and laying in position
machine batched and machine mixed design mix M-25 grade cement concrete for reinforced cement concrete
23 work, using cement content as per approved design mix, including pumping of concrete to site of laying but
excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended
proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength
and durability as per direction of Engineer-in-charge. // All works above plinth level upto floor V level
5.35 390.00 Quintal 673.30 262587.00 (-) 20.00 210069.60
24 Description:- REINFORCED CEMENT CONCRETE // DESIGN MIX CONCRETE // Add for using extra cement in
the items of design mix over and above the specified cement content therein.
6.1.2 110.00 cum 6157.45 677319.50 (-) 20.00 541855.60
25 Description:- MASONRY WORK // Brick work with common burnt clay F.P.S. (non modular) bricks of class
designation 7.5 in foundation and plinth in: // Cement mortar 1:6 (1 cement : 6 coarse sand)
6.12.2 120.00 Sqm 773.75 92850.00 (-) 20.00 74280.00
Description:- MASONRY WORK // HALF BRICK MASONRY // Half brick masonry with common burnt clay F.P.S.
26
(non modular) bricks of class designation 7.5 in foundations and plinth in : // cement mortar 1:4 (1 cement : 4
coarse sand)
8.31 480.00 Sqm 1030.30 494544.00 (-) 20.00 395635.20
Description:- CLADDING WORK // STONE WORK DRY CLADDING // Providing and fixing Ist quality ceramic
glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer), of approved make, in all
27 colours, shades except burgundy, bottle green, black of any size as approved by Engineer-in-Charge, in skirting,
risers of steps and dados, over 12 mm thick bed of cement mortar 1:3 (1 cement : 3 coarse sand) and jointing
with grey cement slurry @ 3.3kg per sqm, including pointing in white cement mixed with pigment of matching
shade complete.
10.1 93500.00 Kg 86.05 8045675.00 (-) 20.00 6436540.00
28 Description:- STEEL WORK // Structural steel work in single section, fixed with or without connecting plate,
including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all complete.
10.2 375000.00 Kg 101.75 38156250.00 (-) 20.00 30525000.00

29 Description:- STEEL WORK // Structural steel work riveted, bolted or welded in built up sections, trusses and
framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all
complete.
10.16.1 24000.00 Kg 143.45 3442800.00 (-) 20.00 2754240.00

30 Description:- STEEL WORK // Steel work in built up tubular (round, square or rectangular hollow tubes etc.)
trusses etc., including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer,
including welding and bolted with special shaped washers etc. complete. // Hot finished welded type tubes
10.19 5000.00 Kg 83.85 419250.00 (-) 20.00 335400.00
31 Description:- STEEL WORK // Providing and fixing mild steel round holding down bolts with nuts and washer
plates complete.
10.25.1 22000.00 Kg 93.65 2060300.00 (-) 20.00 1648240.00

32 Description:- STEEL WORK // Steel work welded in built up sections/ framed work, including cutting, hoisting,
fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. // In
stringers, treads, landings etc. of stair cases, including use of chequered plate wherever required, all complete
11.20.2 1100.00 Sqm 1104.25 1214675.00 (-) 20.00 971740.00
Description:- FLOORING // TILE FLOORING // Chequerred precast cement concrete tiles 22 mm thick in
33 footpath & courtyard, jointed with neat cement slurry mixed with pigment to match the shade of tiles, including
rubbing and cleaning etc. complete, on 20 mm thick bed of cement mortar 1:4 (1 cement: 4 coarse sand). //
Medium shade pigment using 50% white cement 50% Grey cement
12.41.2 150.00 Metre 305.05 45757.50 (-) 20.00 36606.00
Description:- ROOFING // Providing, fixing and embedding sand cast iron accessories for rain water pipes in the
34 masonry surrounded with 12 mm thick cement mortar of the same mix, as that of masonry (lead caulking will be
paid for separately): // Providing and fixing on wall face unplasticised Rigid PVC rain water pipes conforming to IS :
13592 Type A, including jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion,
(i) Single socketed pipes. // 110 mm diameter
12.50 5000.00 Sqm 627.55 3137750.00 (-) 20.00 2510200.00

Pa g e 3 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Providing and fixing precoated galvanised
iron profile sheets (size, shape and pitch of corrugation as approved by Engineer-in-charge) 0.50 mm (+ 0.05 %)
35 total coated thickness with zinc coating 120 grams per sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns
epoxy primer on both side of the sheet and polyester top coat 15-18 microns. Sheet should have protective guard
film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto
12 metre or as desired by Engineer-in-charge. The sheet shall be fixed using self drilling /self tapping screws of
size (5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces, excluding
the cost of purlins, rafters and trusses and including cutting to size and shape wherever required.
12.51.1 350.00 Metre 416.30 145705.00 (-) 20.00 116564.00
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring
36 conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Providing and fixing precoated galvanised
steel sheet roofing accessories 0.50 mm (+0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per
IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18
microns using self drilling/ self tapping screws complete : // Ridges plain (500 - 600mm)
12.51.5 500.00 Sqm 408.95 204475.00 (-) 20.00 163580.00
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring
37 conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Providing and fixing precoated galvanised
steel sheet roofing accessories 0.50 mm (+0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per
IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18
microns using self drilling/ self tapping screws complete : // Crimp curve
12.51.6 210.00 Metre 1041.75 218767.50 (-) 20.00 175014.00
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring
38 conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Providing and fixing precoated galvanised
steel sheet roofing accessories 0.50 mm (+0.05 %) total coated thickness, Zinc coating 120 grams per sqm as per
IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and polyester top coat 15-18
microns using self drilling/ self tapping screws complete : // Gutter (600 mm over all girth)
13.4.1 440.00 Sqm 276.15 121506.00 (-) 20.00 97204.80
39 Description:- FINISHING // CEMENT PLASTER (IN COARSE SAND) // 12 mm cement plaster of mix : // 1:4 (1
cement: 4 coarse sand)
13.8.1 310.00 Sqm 384.35 119148.50 (-) 20.00 95318.80

40 Description:- FINISHING // CEMENT PLASTER WITH A FLOATING COAT OF NEAT CEMENT // 15 mm cement
plaster on rough side of single or half brick wall finished with a floating coat of neat cement of mix : // 1:3 (1
cement: 3 fine sand)
13.44.1 620.00 Sqm 91.25 56575.00 (-) 20.00 45260.00
41 Description:- FINISHING // EXTERIOR FINISHING // Finishing walls with water proofing cement paint of required
shade : // New work (Two or more coats applied @ 3.84 kg/10 sqm)
13.48A.1 70.00 Sqm 146.20 10234.00 (-) 20.00 8187.20
Description:- FINISHING // EXTERIOR FINISHING // Finishing walls with 100% Premium acrylic emulsion paint
42 having VOC less than 50 gm/litre and UV resistance as per IS 15489:2004, Alkali & fungal resistance, dirt
resistance exterior paint of required shade (Company Depot Tinted) with silicon additives. // New work (Two or
more coats applied @ 1.43 litre/ 10 sqm. Over and including priming coat of exterior primer applied @ 0.90 litre/10
sqm.
13.63.1 10000.00 Sqm 112.25 1122500.00 (-) 20.00 898000.00
43 Description:- FINISHING // Painting with aluminium paint of approved brand and manufacture to give an even
shade . // Two or more coats on new work
15.2.1 20.00 cum 1737.45 34749.00 (-) 20.00 27799.20

44 Description:- DISMANTLING AND DEMOLISHING // Demolishing cement concrete manually/ by mechanical


means including disposal of material within 50 metres lead as per direction of Engineer - in - charge. // Nominal
concrete 1:3:6 or richer mix (i/c equivalent design mix)
15.3 55.00 cum 2534.70 139408.50 (-) 20.00 111526.80
Description:- DISMANTLING AND DEMOLISHING // Demolishing R.C.C. work manually/ by mechanical means
45
including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of
Engineer - in- charge.
15.7.4 30.00 cum 1469.90 44097.00 (-) 20.00 35277.60

46

Pa g e 4 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

46
Description:- DISMANTLING AND DEMOLISHING // Demolishing brick work manually/ by mechanical means
including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per
direction of Engineer-in-charge. // In cement mortar
15.19 60000.00 Kg 2.75 165000.00 (-) 20.00 132000.00
47 Description:- DISMANTLING AND DEMOLISHING // Dismantling steel work manually/ by mechanical means in
built up sections without dismembering and stacking within 50 metres lead as per direction of Engineer-in-charge.
kg per
15.20 240000.00 metre 0.60 144000.00 (-) 20.00 115200.00
48 span
Description:- DISMANTLING AND DEMOLISHING // Extra for dismantling trusses, rafters, purlins etc. of steel
work for every additional span of one metre or part thereof beyond 10 metres
kg per
15.21 30000.00 metre 0.60 18000.00 (-) 20.00 14400.00
49 height
Description:- DISMANTLING AND DEMOLISHING // Extra for dismantling trusses, rafters, purlins etc. of steel
work for every additional height of one metre or part thereof beyond 5 metres.
15.28.1 260.00 Sqm 121.90 31694.00 (-) 20.00 25355.20
50 Description:- DISMANTLING AND DEMOLISHING // Dismantling roofing including ridges, hips, valleys and
gutters etc., and stacking the material within 50 metres lead of: // G.S. Sheet
15.60 75.00 cum 138.85 10413.75 (-) 20.00 8331.00
Description:- DISMANTLING AND DEMOLISHING // Disposal of building rubbish / malba / similar unserviceable,
51 dismantled or waste materials by mechanical means, including loading, transporting, unloading to approved
municipal dumping ground or as approved by Engineer-in-charge, beyond 50 m initial lead, for all leads including
all lifts involved.
Lump Sum 2700000.00 (-) 20.00 2160000.00
52 Description :- Lumpsum provision for those unforeseen items under chapter 2,4,5,6,8,10,11,12,13&15 of DSR
2019 which are not covered above.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B-LUMP SUM 320000.00
Below/Par
Lump Sum 400000.00 (-) 20.00 320000.00
1 Description :- Lumpsum provision for those unforeseen items which are not covered in chapters under the
above schedule.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have received contractual payments in the previous three financial
years and the current financial year upto the date of inviting of tender, at least 150% of
the advertised value of the tender. The tenderers shall submit Certificates to this effect
which may be an attested Certificate from the concerned department/client or Audited Allowed
1 No No
Balance Sheet duly certified by the Chartered Accountant/Certificate from Chartered (Mandatory)
Accountant duly supported by Audited Balance Sheet. Note: Client certificate from other
than Govt Organisation should be duly supported by Form 16A/26AS generated through
TRACES of Income Tax Department of India.
NOTE: If the tender is not accompanied by the certificate(s) in support of financial
1.1 eligibility as above, the tender shall be rejected. No post-tender correspondence will be No No Not Allowed
entertained.

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 5 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(a)The tenderer must have successfully completed any of the following during last 07
(seven) years, ending last day of month previous to the one in which tender is
invited[Even though the work might have commenced before the qualifying period]:
Allowed
1 Three similar works each costing not less than the amount equal to 30% of advertised No No
(Mandatory)
value of the tender, or Two similar works each costing not less than the amount equal to
40% of advertised value of the tender, or One similar work each costing not less than
the amount equal to 60% of advertised value of the tender.
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 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
Allowed
1.1 each costing not less than the amount equal to 30% of advertised value of each No No
(Mandatory)
component of tender, or Two similar works each costing not less than the amount equal
to 40% of advertised value of each component of tender, or 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 shall also be considered for fulfillment of technical eligibility criteria.
The total value of similar nature of work completed during the qualifying period and not
the payments received within qualifying period alone, shall be considered. In case, final
Bill of similar nature of work has not been passed and final measurements have not been
recorded, the paid amount including statutory deductions will be considered. If final
1.2 measurements have been recorded and work has been completed with negative No No Not Allowed
variation, then also the paid amount including statutory deductions will be considered.
However, if final measurements have been recorded and work has been completed with
positive variation but variation has not been sanctioned, original agreement value or last
sanctioned agreement value whichever is lower shall be considered for judging eligibility.
The value of work completed will not include the cost of any materials issued free of
1.3 cost by the Railway/ Department concerned. Price Variation amount, if any; if indicated / No No Not Allowed
incorporated in the experience certificate will also be considered towards eligibility.
The works executed by tenderer for any Govt. / Govt. bodies / PSUs and public listed
1.4 company (as detailed in Note for Para No.10.1 of part-I of IRSGCC 2020) shall only be No No Not Allowed
considered for fulfilling of Technical Eligibility Criteria.
The work experience certificate shall be in the name and style of the tenderer
participating or as per provisions under Clause 17.15 of Part-I of IRSGCC 2020 for JV
Firm, if eligible to participate. However, in case the tenderer is submitting the certificate
1.4.1 No No Not Allowed
issued to a JV firm of which the tenderer is a member, the credentials proportionate to
his share in the JV will be considered. The tenderer shall submit an attested copy of
relevant JV Agreement along with the Tender.
The work experience certificate shall be issued by an officer not below the rank of JA
Grade or Bill passing Officer in Railways and Bill passing Officer/Executive In-charge of
1.4.2 No No Not Allowed
work in other Govt. / Govt. bodies / PSUs. The certificate should bear the signature and
seal of the issuing officer, name of the department etc.
Note for Para No.10.1 of Part-I of IRSGCC; 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 atleast 5 years prior to the date of opening of
Allowed
1.4.3 tender, shall also be considered provided the work experience certificate has been No No
(Mandatory)
issued by a person authorized by the Public listed company to issue such certificates. In
case tenderer submits work experience certificate issued by public listed company, the
tenderer shall also submit along with work experience certificate, the relevant copy of
work order, bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and copy of final/last
bill paid by company in support of above work experience certificate.
Defination of Similar Work :- Any Structural steel work involving fabrication / erection /
1.5 No No Not Allowed
launching of steel works.

Pa g e 6 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 TENDER SHALL BE REJECTED if it is not accompanied by the following. No No Not Allowed
Uploading of Certificate in support of Technical Eligibility (As detailed in
1.1 No No Not Allowed
Standard Technical Criteria).
Submission of Certificate(s) in support of Financial Eligibility (As detailed in
1.2 No No Not Allowed
Standard financial criteria).
In case tenderer is other than sole proprietorship firm, following documents
1.3 No No Not Allowed
shall be uploaded by the tenderer:
In case the Tenderer is a Partnership Firm: [i] Partnership deed [ii]Power of
Attorney (duly registered as per prevailing law) in favour of an individual to
sign the tender documents and create liability against the Firm. [iii] PAN / TAN
1.3.1 No No Not Allowed
number of Partnership firm (PAN / TAN number in the name of any of the
constituent partners shall not be considered)(iv)All other documents as
mentioned under clause no.18 part I of IRSGCC 2020
In case the Tenderer is a LLP Firm registered under LLP Act-2008:(i) A copy
of LLP Agreement, (ii) A copy of Certificate of Incorporation; and (iii) A copy of
Power of Attorney/Authorisation issued by the LLP Firm in favour of the
individual to sign the tender on behalf of the LLP Firm and create liability
against the LLP. (iv) An undertaking that the LLP is not blacklisted or debarred
by Railways or any other Ministry/Department of Govt. of India from
1.3.2 No No Not Allowed
participation in tender on the date of opening of bids, either in individual
capacity or as member of JV in which the LLP was / is a member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
(iv) All other documents interms of explanatory notes in clause 10 part I of
IRSGCC 2020.
In case the Tenderer is a Company registered under Companies Act-2013:(i)
The copies of MOA (Memorandum of Association) and AOA (Articles of
Association) of the company; ii) A copy of Certificate of Incorporation and (iii) A
copy of Authorization/Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender on behalf of the company and create liability against the company (iv)
An under taking that the Company is not blacklisted or debarred by Railways
1.3.3 No No Not Allowed
or any other Ministry/Department of Govt. of India from participation in tender
on the date of opening of bids, either in individual capacity or as a member of
the partnership firm or JV in which the Company was/ is a partner/member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under clause 62 of General Conditions of contract.(v)
All other documents in terms of explanatory notes in clause 10 of part I of
IRSGCC 2020.
In case the Tenderer is a Registered Society & Registered Trust: (i) A copy of
the Certificate of Registration, (ii) A copy of Deed of Formation; and (iii) A copy
1.3.4 of Power of Attorney in favour of the individual to sign the tender documents No No Not Allowed
and create liability against the Society/Trust. (iv) All other documents in terms
of explanatory notes in clause 10 part I of IRSGCC 2020.
IN CASE THE TENDER VALUE MORE THAN RS. 50 LAKHS; The tenderers
shall submit a copy of certificate stating that all their statements/ documents
submitted along with bid are true and factual as per standard format as per
1.4 No No Not Allowed
Annexure V part I of IRSGCC 2020.Non submission of this certificate by the
bidder shall result in summarily rejection of his/ their bid. It is a mandatory
document.
In case of Sole Proprietorship Firm the documents to be attached with the
tender are: (i) An undertaking that he is not blacklisted or debarred by
Railways or any other Ministry/Department of Govt of India from participation
in tender on the date of opening of bids , either in individual capacity or a
1.5 member of the partnership firm, or JV in which he was /is a partner/member, No No Not Allowed
concealment /wrong information in regard to above shall make the contract
vale liable for determination under Clause 62 of the General Conditions of
Contract. (ii) All other documents in terms of explanatory notes in clause 10
part I of IRSGCC 2020.

Pa g e 7 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

In case of tenderer is bidding on behalf of HUF the documents to be attached


with the tender are : (i) A copy of notarized affidavit on Stamp Paper declaring
that he who is submitting the tender on behalf of HUF is in the position of
'Karta' of Hindu Undivided Fami9ly (HUF) and he has the authority, power and
consent given by other members to act on behalf of HUF. (ii)An undertaking
that the HUF is not blacklisted or debarred by Railways or any other
1.6 No No Not Allowed
Ministry/Department of Govt. of India from participation in tender on the date
of opening of bids, either in individual capacity or as member of JV in which
the HUF was / is a member. Concealment/wrong information in regard to
above shall make the contract liable for determination under Clause 62 of the
General Conditions of Contract.(iv) All other documents interms of explanatory
notes in clause 10 part I of IRSGCC 2020
Uploading of Declaration regarding Employment of Retired Engineer/Retired
Railway Officer as per clause no.16 of Part-I of IRSGCC 2020. [in the format
attached in - Documents]. Note: Information as required as per clause 16 (a),
2 No No Not Allowed
(b) and (c) of part I of IRSGCC 2020, contract is liable to be dealt in
accordance with provision of clause 62 of Standard General Conditions of
contract
Uploading of NEFT FORM - as per the format attached with the tender
3 No No Not Allowed
document.
The list of personnel / organization on hand and proposed to be engaged for
4 No No Not Allowed
the tendered work.
List of Plant & Machinery available on hand and proposed to be inducted and
5 No No Not Allowed
hired for the tendered work.
Uploading of Statement Showing the particulars of Works on Hand & Works
6 No No Not Allowed
Completed as per the format attached to the tender document.
Uploading of certificate by local suppliers in regard to meeting the Minimum
Local Content requirement to avail benefits under Public Procurement Policy
Order-2017 (A) for procurement order of value less than Rs. 10 crores: self-
certificate in accordance with Para-9(a) of Public Procurement(Preference to
7 No No Not Allowed
Make in India) Order 2017. (B) For Procurement Order of value more than Rs.
10 crores, the certificate from Statutory auditor/cost auditor/practicing CA as
the case may be in accordance with Para-9(b) of Public Procurement
(Preference to Make in India) Order 2017.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
Uploading of other relevant documents connected to the tender; such as
Declaration regarding employment of Retired Engineer/ Retired Railway
Allowed
2 officer, NEFT Form, List of Personnel/Organization, List of Plant/machinery, No No
(Optional)
Particulars of works on hand and completed (As per the formats attached in
the list of Documents)etc.
3 Following documents shall be enclosed No No Not Allowed
In case of Sole Proprietorship Firm the documents to be attached with the
tender are: (1) An undertaking that he is not blacklisted or debarred by
Railways or any other Ministry/Department of Govt of India from participation
in tender on the date of opening of bids , either in individual capacity or a
Allowed
3.1 member of the partnership firm, or JV in which he was /is a partner/member. No No
(Mandatory)
concealment /wrong information in regard to above shall make the contract
vale liable for determination under Clause 62 of the General Conditions of
Contract. (ii) All other documents in terms of explanatory notes in clause 10
part I of IRSGCC 2020

Pa g e 8 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

In case of tenderer is bidding on behalf of HUF the documents to be attached


with the tender are : (i) A copy of notarized affidavit on Stamp Paper declaring
that he who is submitting the tender on behalf of HUF is in the position of
'Karta' of Hindu Undivided Fami9ly (HUF) and he has the authority, power and
consent given by other members to act on behalf of HUF. (ii)An undertaking
that the HUF is not blacklisted or debarred by Railways or any other Allowed
3.2 No No
Ministry/Department of Govt. of India from participation in tender on the date (Mandatory)
of opening of bids, either in individual capacity or as member of JV in which
the HUF was / is a member. Concealment/wrong information in regard to
above shall make the contract liable for determination under Clause 62 of the
General Conditions of Contract.(iv) All other documents in terms of
explanatory notes in clause 10 part I of IRSGCC 2020
In case the Tenderer is a Partnership Firm: [i] Partnership deed [ii]Power of
Attorney (duly registered as per prevailing law) in favour of an individual to
sign the tender documents and create liability against the Firm. [iii] PAN / TAN Allowed
3.3 No No
number of Partnership firm (PAN / TAN number in the name of any of the (Mandatory)
constituent partners shall not be considered)(iv)All other documents as
mentioned under clause no.18 part I of IRSGCC 2020
In case the Tenderer is a LLP Firm registered under LLP Act-2008:(i) A copy
of LLP Agreement, (ii) A copy of Certificate of Incorporation; and (iii) A copy of
Power of Attorney/Authorisation issued by the LLP Firm in favour of the
individual to sign the tender on behalf of the LLP Firm and create liability
against the LLP. (iv) An undertaking that the LLP is not blacklisted or debarred
by Railways or any other Ministry/Department of Govt. of India from Allowed
3.4 No No
participation in tender on the date of opening of bids, either in individual (Mandatory)
capacity or as member of JV in which the LLP was / is a member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
(iv) All other documents interms of explanatory notes in clause 10 part I of
IRSGCC 2020.
In case the Tenderer is a Company registered under Companies Act-2013:(i)
The copies of MOA (Memorandum of Association) and AOA (Articles of
Association) of the company; ii) A copy of Certificate of Incorporation and (iii) A
copy of Authorization/Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender on behalf of the company and create liability against the company (iv)
An under taking that the Company is not blacklisted or debarred by Railways Allowed
3.5 No No
or any other Ministry/Department of Govt. of India from participation in tender (Mandatory)
on the date of opening of bids, either in individual capacity or as a member of
the partnership firm or JV in which the Company was/ is a partner/member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under clause 62 of General Conditions of contract.(v)
All other documents in terms of explanatory notes in clause 10 of part I of
IRSGCC 2020.
In case the Tenderer is a Registered Society & Registered Trust: (i) A copy of
the Certificate of Registration, (ii) A copy of Deed of Formation; and (iii) A copy
Allowed
3.6 of Power of Attorney in favour of the individual to sign the tender documents No No
(Mandatory)
and create liability against the Society/Trust. (iv) All other documents in terms
of explanatory notes in clause 10 part I of IRSGCC 2020
Uploading of other relevant documents connected to the tender; such as
Declaration regarding employment of Retired Engineer/ Retired Railway
Allowed
4 officer, NEFT Form, List of Personnel/Organization, List of Plant/ machinery, No No
(Optional)
(As per the formats attached in the list of Documents whatever attached and
remaining in their own format to be submitted)etc

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 9 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

The General Conditions of Contract governing the performance of the works


covered by this tender are the Indian Railway Standard General Conditions of
Contract [IRSGCC] as amended from time to time up to date. A soft copy of
the Indian Railway Standard General conditions of Contract is uploaded in the
attached documents to the tender for reference. Hard copy of IRSGCC (with
up-to-date correction slip) may be perused in the office of the Chief
1 No No Not Allowed
Administrative Officer/ Construction/ South Central Railway / Secunderabad -
500071. The tenderer/s is/are deemed to have kept himself/themselves fully
Informed of the provisions of the IRS General conditions of Contract including
all corrections and Amendments issued up to date while submission of offer
and any claim that he/they is/are not aware of any amendment or correction
slip to the IRSGCC shall not be entertained.
STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the
works can be seen in the office of the Chief Administrative Officer,
Construction, S.C.Railway, Secunderabad - 500071 or in the office of the
concerned field Deputy Chief Engineer / Construction / S.C.Railway . It should
be noted that these drawings are meant for general guidance only and
Railway may suitably modify them during the execution of work according to
the circumstances without making the Railways liable for any claims on
account of such changes. If there is any variation between the description in
the tender and the detailed plans, the Engineer-in-Charge will operate the
2 correct description and his decision is final and binding on the tenderer/ No No Not Allowed
Contractor. The Tenderer/Contractor is required to inspect the sites of works
and acquaint himself with the site conditions, availability of approaches for
transporting of men and materials, space and other factors relating to the
works, availability of labour, electricity and water, etc., before quoting his rates.
The extent of lead and lift involved in the execution of works and any
difficulties involved in the execution of work should also be examined before
formulating the rates for complete items of works described in the schedule.
The Tender submitted will be deemed to have been made after such
inspection.
DRAWINGS FOR WORKS: The percentage rates for the schedule items and
itemized rates for the non-scheduled items quoted by the tenderer as may be
accepted by the railways will, hold good irrespective of any changes,
modifications, alterations, additions, omissions in the locations of structures
and detailed drawings, specifications and/or the manner of executing the work.
It should be specifically noted that some of the detailed drawings may not have
been finalised by the Railway and will, therefore, be supplied to the contractor
3 as and when they are finalised on demand. No compensation whatsoever on No No Not Allowed
this account shall be payable by the Railway Administration. No claim
whatsoever will be entertained by the Railway on account of any delay or hold
up of the works arising out of delay in approval of drawings, changes,
modifications, alterations, additions, omission and the site layout plans or
detailed drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
Manual tenders, supporting documents etc., sent by Post/FAX/Courier or in
4 No No Not Allowed
Person SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only and the
4.1 bidders should ensure that the content of the documents uploaded is distinctly No No Not Allowed
legible/readable.
CORRIGENDUM NOTICE ON IREPS: [I]Railway may modify the tender
document by issuing online corrigendum through "www.ireps.gov.in" 15 days
prior to the tender closing date. For the purpose of CORRIGENDUM in the
5 tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD: The No No Not Allowed
time during which all information pertaining to tender shall be available but
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer.
If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer's
estimate of the cost of work to be performed under the contract, the Railways
6 may require the tenderer to produce detailed price analysis for any or all items No No Not Allowed
of the Tender Schedule, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.

Pa g e 10 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

Applicable for the tenders with eligibility criteria: The offer of Tenderer(s) who
do not enclose Work Experience Certificate & Financial eligibility Certificate
7 with requisite details, and supporting documents along with their Tender to No No Not Allowed
establish their credentials shall be summarily rejected, even though they are
working contractors or contractors on approved list.
The offer shall be evaluated only from the certificates/documents submitted
7.1 No No Not Allowed
along with the tender offer.
Any Certificate /Documents offered / submitted / received after the tender
7.2 No No Not Allowed
opening shall not be given any credit and shall not be considered.
Attestation of documents may be self attested or attested by a Gazetted
7.3 No No Not Allowed
Officer.
Railway reserves the right to verify the authenticity of the
7.4 No No Not Allowed
documents/information furnished.
TAXES: if rates of existing GST or cess on GST for Works Contract is
increased or any new tax /cess on Works Contract is imposed by Statute after
the date of opening of tender but within the original date of completion/date of
completion extended under clause 17 & 17A of Part-II of IRSGCC-2020 and
the Contractor thereupon properly pays such taxes/cess, the Contractor shall
8 No No Not Allowed
be reimbursed the amount so paid. Further, if rates of existing GST or cess on
GST for Works Contract is decreased or any tax/cess on Works Contract is
decreased / removed by Statute after the date of opening of tender, the
reduction in tax amount shall be recovered from Contractor's bills/Security
Deposit or any other dues of Contractor with the Government of India.
This tender complies with PUBLIC PROCUREMENT POLICY ORDER-2017
dated 15.06.2017. Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100 for fully
9 No No Not Allowed
indigenous items. The definition and calculation of local content shall be in
accordance with the Make in India policy as incorporated in the tender
conditions.
The amount of Earnest Money Deposit (E.M.D.) to be paid as stipulated in NIT
HEADER should be paid online only through the NET BANKING or PAYMENT
GATEWAY FACILITY provided in the IREPS web portal. Any other mode of
10 payment is not acceptable and any deviation from these instructions will No No Not Allowed
render the offer invalid. Fixed Deposit Receipts(FDRs) submitted after award
of tender towards Security Deposit/Performance Guarantee should be with
automatic renewal facility only.
Non-Submission of copy of certificate stating that all their
statements/documents submitted along with true and factual as per standard
11 No No Not Allowed
format for tenders valuing more than Rs. 50 lakhs will lead to summarily
rejection of offer.
CONSORTIUM AGREEMENTS, JVs AND MOUs SHALL NOT BE
12 No No Not Allowed
CONSIDERED FOR PARTICIPATING IN THIS TENDER.
Tenderer(s) shall note that conditional/alternate offer will not be considered
13 and will summarily be rejected, even though such condition makes them as the No No Not Allowed
lowest tenderer.
After opening of tender, any document pertaining to the constitution of the sole
proprietorship Firm/Partnership Firm/ Registered Company/ Registered Trust/
Registered Society/ HUF etc. shall be neither asked nor considered, if
14 submitted. Further, no suo moto cognizance of any document available in No No Not Allowed
public domain (i.e, on internet etc) or in Railway's record/office files etc. will be
taken for consideration of the tender, if no such mention is available in the
tender offer submitted{Asper clause no. 14(iv) Part I of IRSGCC 2020}
As per clause no.5 part I of IRSGCC 2020 the details of exemptions/discount
15 No No Not Allowed
of Earnest Money payment is as follows:
i) Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
15.1 No No Not Allowed
as 'Startups' shall be exempted from payment of earnest money deposit
ii) 100% Govt owned PSUs shall be exempt from payment of earnest money
15.2 No No Not Allowed
deposit
iii) Labour Cooperative Societies shall deposit only 50% of earnest deposit as
15.3 No No Not Allowed
mentioned in the tender

Special Conditions

Pa g e 11 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Bidders should carefully read all the conditions and the Special Conditions
alongwith Special Conditions - General & Technical, which are annexed to the
tender document in the DOCUMENTS attached to the tender. These special
1 conditions form part of the tender document and will supplement to the No No Not Allowed
conditions of IRSGCC-2020 along with updated correction slips. Where the
provisions of these special conditions are at variance with IRSGCC and other
documents mentioned above, these Special Conditions shall prevail.
Price Variation Clause (PVC)(46A.1 of IRSGCC-2020) is applicable only for
2 Tender value (NIT value) Rs.5.0 crs and more irrespective of the contract No No Not Allowed
completion period.
In this tender for calculation of Price Variation, the percentages of labour
2.1 component, material component, fuel component etc is considered under the No No Not Allowed
type of Engineering Contract of "Other Works"
3 Issue/consideration of experience certificate of sub-contract No No Not Allowed
Issue of sub-contract completion certificate: The work experience certificate
3.1 can be issued to the sub contractor on successful completion of the portion of No No Not Allowed
the work only after completion of work by the main contractor.
Consideration of the sub contract work experience certificate :The work
experience certificate issued to the sub-contractor by competent authority and
submitted in response to tender invitation can be considered towards
3.2 No No Not Allowed
evaluation of eligibility criteria if the entire work awarded to the main contractor
is completed in the qualifying period as mentioned in Technical Eligibility
criteria.
Rates of Earth work items: As per IRU standard specifications for formation
works, Bridge works and P.Way works IRUSSOR 2019 & CPWD specifications
2019 for DSR 2018/19, the specification of GE:G-0014 has been superseded
4 by RDSOs latest specification GE:IRS-0004. Accordingly, wherever GE:G-0014 No No Not Allowed
is mentioned in item description, the same should be read as GE:IRS-0004
and work shall be executed as per GE:IRS-0004 specifications and no
additional payment will be made in this regard.
This work involves measurement of works by contractor (cost of tender is
more than Rs. 5 crs). Contractor has to make his own arrangements for
5 No No Not Allowed
recording measurements from time to time. No additional payments will be in
this regard.

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.

Pa g e 12 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

[1]I/We have read the various conditions of the tender attached hereto and
hereby agree to abide by the said conditions. I/We also agree to keep this
tender open for acceptance for the period mentioned in the tender document
[NIT HEADER] from the date fixed for opening the same and in default thereof,
I/We will be liable for forfeiture of my/our Earnest Money Deposit submitted. [2]
I/We offer to do the work at the percentage rates quoted by me/us in the
attached schedule and bind myself/ourselves to complete the work within the
period of completion given in this tender document[NIT HEADER] from the
date of issue of letter of acceptance of this tender. I/We also hereby agree to
abide by the IRS GCC and Special Conditions of contract and to carry out the
works according to the IRU Standard Specifications for formation works,
Bridge works and P.Way Works 2019 laid down by Indian Railway, CPWD
2 Specifications 2018 for Horticulture, Land scaping and CPWD Specifications No No Not Allowed
2019 Volume 1 and Volume 2 laid down by Central Public Works Department,
New Delhi for the present contract. [3]. The full value of the earnest money
paid shall stand forfeited without prejudice to any other rights or remedies of
the railway if [a]I/We do not submit the Performance Guarantee within the time
specified in the Tender document; [b] I/We do not execute the contract
document within seven days after receipt of notice issued by the Railway that
such documents are ready: and [c] I/We do not commence the work within
fifteen days after receipt of orders to that effect. [4]. Until a formal agreement
is prepared and executed, acceptance of this tender shall constitute a binding
contract between us subject to modifications, as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this
work.
I/We fail to submit the requisite Performance Guarantee [P.G] in the
prescribed format even after 60 (Sixty days) from the date of issue of Letter of
Acceptance, we are aware that the contract shall be terminated duly forfeiting
3 EMD and other dues, if any payable against the contract. Also, I/We shall be No No Not Allowed
debarred from participating in the retender for this work. In addition necessary
action will be taken as per Railway Board letter no.2020/CE-
I/CT/3E/GCC/Policy dated 30.12.20 issued in this regard.
I/We understand that no post-tender correspondence will be entertained,
however, if any clarification is required by the Railway, the same will be sought
4 from the tenderer. Also, I/We are aware that any Certificate/ Documents No No Not Allowed
offered after the tender opening shall not be given any credit and shall not be
considered.
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
5 No No Not Allowed
constituents as under:
[i] I/We the tenderer(s) am/are signing this document after carefully reading
the contents. [ii]I/We the tenderer(s) also accept all the conditions of the
tender and have signed all the pages in confirmation thereof.[iii]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 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
5.1 master copy available with the railway Administration shall be final and binding No No Not Allowed
upon me/us. [iv] I/We declare and certify that I/We have not made any
misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. [v] I/We also understand
that my/our offer will be evaluated based on the documents/credentials
uploaded along with the offer and the same shall be binding upon me/us. [vi]
I/We declare that the information and the documents attached alongwith the
tender by me/us are correct and I/We are fully responsible for the correctness
of the information and the documents submitted by us.
I/We understand that, if any of the certificates regarding eligibility criteria
submitted by us are found to be forged / false / incorrect will lead to banning of
business with the tenderer/all the partners in case of partnership firm/all the
members of a JV in case of a Joint Venture on entire Indian Railways for 5
5.2 years. i) if it is found during the process of evaluation of tender, it shall lead to No No Not Allowed
forfeiture of the EMD, and my/our offer shall be summarily rejected. ii) If it is
found after the award of the contract, it will lead to termination of contract
along with forfeiture of EMD/SD and PG besides any other action provided in
the contract.

Pa g e 13 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

It is certified that I/We have not been blacklisted or debarred by railways or


any other ministry/department/public sector undertaking of the government of
India/State Government from participation in tenders/contract on the date of
opening of bids, EITHER in their individual capacity or in any firm in which we
6 No No Not Allowed
are/were partners or as a member of JV firm in which I/We were/are members.
I/We understand if above declaration found to be false/incorrect at any time
during process of evaluation of bid or after the award of contract, will lead to
determination under Clause 62 of the General Conditions of Contract.
I/We indemnify and save harmless the Railway from and against all actions,
suit proceedings losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the Railways by
reason of any act or omission of the Contractor, his agents or employees, in
7 No No Not Allowed
the execution of the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to
bring down the rates, the tenderer called for negotiations should furnish the
following form of declaration before commencement of negotiations. I/We ------
------------------- do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No. opened on
dt:.......... my original tender shall remain open for acceptance on its original
terms and condition. I also declare that I am aware that during this
8 negotiations, I cannot increase the originally quoted rates against any of the No No Not Allowed
individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not
be considered and in lieu my originally quoted rates alone would be
considered and my offer would be evaluated accordingly. I/We are also aware
that the validity of such negotiated offer will be 30 days from the date of
negotiations or the validity of original offer, whichever is later.

6. Documents attached with tender

S.No. Document Name Document Description


SPECIALCONDITIONS-
1 technical
TECHNICALFORBUILDINGSPFFOBsCOPsWORKSHOPS07.04.2022.pdf
2 APSPECIALCONDITIONSGENERALWITHIRGCC202010.03.20221.pdf general
DETAILS OF
PERSONNEL,
3 DETAILSOFPERSONNEL,PLANTANDMACHINERYWORKSONHANDFORMATS.pdf
MACHINERY WORKS
ON HAND FORMAT
Spl conditions
Mesasurement of works
4 SpecialConditions-Measurementofworksbycontractor28.08.21-Ver-1.pdf
by Conbtractor 28 08 21
ver 1
RETIRED RAILWAY
OFFICIALS
5 EMPLOYMNTOFRETIREDRAILWAYOFFICERSCERTIFICATEFORMAT.pdf
EMPLOYMENT
FORMAT
6 NEFTFORM.pdf NEFT FORM
PUBLIC
PROCUREMENT
7 PublicProcurementPolicy-2017.pdf 9PREFERENCE TO
MAKE IN INDIA0
ORDER - 2017
8 AFFIDAVITformat.pdf AFFIDAVIT
Format for Bank
9 FormatforBankGuarantee11.10.2019ver-2.pdf Guarantee 11.10.2019
ver-2

Pa g e 14 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 29-CAO-C-SC-2022 Closing Date/Time: 02/05/2022 15:00

IRGCC2020 with
10 IRGCC2020withcorrectionslips.pdf
Correction slips
11 MilestoneCOPFOB.pdf Mile stone COP FOB

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: VANKANA KANAKA SAILESH

Designation : Dy.CEC-G1-SC

Pa g e 15 o f 15 Ru n Da te/Time: 0 8 /0 4/2 0 2 2 12 :2 4:2 5

You might also like