You are on page 1of 15

DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY

TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

Deputy Chief Engineer Construction I Ernakulam acting for and on behalf of The President of India invites E-Tenders against Tender
No 03-DCE-CN-ERS-OT-2019 Closing Date/Time 21/10/2019 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

Ernakulam - Kottayam section: proposed construction of Road Over Bridge in lieu of


L.C.No.30 at km.52/600-700 as 1 x 25.00m span composite girder super structure between
Name of Work
Ettumanur and Kottayam station (Karithas)and epoxy phenolic IPN coating for bridge no.
353, 332, 290,286 & ROB in lieu of LC No.30
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 21/10/2019 15:00 Date Time Of Uploading Tender 25/09/2019 14:50
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 36222658.15 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 331100.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 10000.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 07/10/2019 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-items of works that are covered by SRUSSOR 2011 9383539.15
Below/Par
Please see Item Breakup for details. 5976776.53 57.00 9383539.15
1
Item Description:- items of works that are covered by SRUSSOR 2011

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B-Items of works that are not covered by SRUSSOR 2011 12093850.00
Below/Par
Please see Item Breakup for details. 12093850.00 AT Par 12093850.00
1
Item Description:- Items or works that are not covered by SRUSSOR 2011

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule C-Items of works that are not covered by SRUSSOR 2011 3893250.00
Below/Par
Please see Item Breakup for details. 3893250.00 AT Par 3893250.00
1
Item Description:- items of works that are not covered by SRUSSOR2011

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule D-Items of work that are covered by SRUSSOR 2011 2828206.50
Below/Par
Please see Item Breakup for details. 1923950.00 47.00 2828206.50
1
Item Description:- Items of works hat are covered by SRUSSOR 2011

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule E-Items of works that are covered by SRUSSOR 2011 8023812.50
Below/Par
Please see Item Breakup for details. 6631250.00 21.00 8023812.50
1
Item Description:- Items of works that are covered by SRUSSOR 2011

Pa g e 1 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

3. ITEM BREAKUP

Schedule Schedule A-items of works that are covered by SRUSSOR 2011


Item- 1 items of works that are covered by SRUSSOR 2011
S No. Item Description of Item Unit Qty Rate Amount
No
Earth work in excavation as per approved drawings and
dumping at embankment site or spoil heap, within
railway land, including 50m lead and 1.5m lift, the lead to
be measured from the centre of gravity of excavation to
centre of gravity of spoil heap: the lift to be measured
from natural ground level and paid for in layers of 1.5m
each, including incidental work, as per specifications-in
1 011011 All kinds of soils cum 200.00 103.32 20664.00
2 012010 Extra over item 011010 for excavation in foundations for cum 200.00 10.30 2060.00
buildings and bridges to cover dressing to neat
dimension and plumbing sides etc. Note : Dressing
under this item is payable for the total quantity of
excavation in foundation and not partly
Providing and laying in position cement concrete of
specified proportion excluding cost of cement, centering
and shuttering - All works upto Plinth level :
3 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate cum 0.50 3021.12 1510.56
20mm nominal size)
Providing and laying in position cement concrete of M 20
grade, excluding the cost of cement and of centering and
shuttering, as per direction of the Engineer in charge :
4 031052 All works above plinth level in retaining walls, walls (of cum 25.00 3212.24 80306.00
any thickness) including attached pilasters, columns,
pillars, posts, struts, buttresses, anchor blocks, parapets,
copings, bed blocks, string or lacing courses, window
sills, fillets, kerbs, steps etc.
Providing, hoisting and fixing in position upto floor two
level M20 Grade precast RCC work including setting in
cement mortar 1:3 (1 cement : 3 coarse sand) and
finishing smooth with 6mm thick cement plaster 1:3 (1
cement : 3 fine sand) on exposed surfaces complete
including cost of centering, shuttering, finishing,
Admixtures in recommended proportion (as per IS:9103)
to accelerate, retard setting of concrete, improve
workability without impairing strength and durability,
excluding cost of cement and steel reinforcement, as per
approved plan & direction of Engineer incharge.
5 043015 In slabs for drain covers, manhole covers, flue tops etc. cum 8.00 3944.35 31554.80
Random rubble masonry with hard stone in foundation
and plinth including levelling up with concrete as per
specifications, upto plinth level with :
6 061013 Cement mortar 1:6 (1cement: 6coarse sand) cum 15.00 2810.01 42150.15
7 061020 Extra for random rubble masonry with hard stone in cum 10.00 466.80 4668.00
superstructure above plinth level up to floor two level,
including levelling up with concrete as per specifications,
at window sills, ceiling level and the like
Pointing on stone work with cement mortar 1:3
(1cement: 3fine sand)
8 114041 Flush/ Ruled pointing Sqm 40.00 86.26 3450.40
9 191120 Conducting standard penetration test as per IS 2131 at Each 1.00 580.75 580.75
approximate1.5 m intervals in bore holes, as directed by
the Engineer in charge

Pa g e 2 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

10 192030 Providing and laying Plain Cement Concrete 1:3:6 with cum 18.00 2551.69 45930.42
graded stone aggregate of 40 mm 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
11 192040 Providing and laying in position machine mixed, machine cum 170.00 2765.30 470101.00
vibrated and machine batched Design Mix Cement
Concrete M35 grade (Cast - in Situ) using 20 mm graded
crushed stone aggregate and coarse sand of approved
quality in RCC raft foundation & Pile cap including
finishing, Using Admixtures in recommended proportions
( as per IS 9103), if approved in Mix design to accelerate
or retard setting of concrete and/or improve workability
without impairing strength and durability complete as per
specifications and direction of the Engineer in charge.
Payment for cement, reinforcement and shuttering shall
be paid extra
Providing and laying in position machine mixed, machine
vibrated and machine batched Design Mix Cement
Concrete M35 grade (Cast - in Situ) using 20 mm graded
crushed stone aggregate and coarse sand of approved
quality for the following Reinforced cement concrete
structural elements up to height of 10 M from foundation
top level, including finishing, Using Admixtures in
recommended proportions ( as per IS 9103), if approved
in Mix design to accelerate or retard setting of concrete
and/or improve workability without impairing strength and
durability complete as per specifications and direction of
the Engineer in charge. Payment for cement,
reinforcement and shuttering shall be paid extra
12 192061 Abutment & Pier cum 45.00 2903.57 130660.65
13 192063 Abutment cap, Pier Cap, Inspection Platform & Pedestal cum 98.00 3180.10 311649.80
over Pier cap, Fender wall, Diaphragm wall, etc.
14 192064 Approach slab at formation level, Dirt wall/ ballast wall at cum 40.00 3318.36 132734.40
formation level
Providing, Driving and installing Bored cast in situ
Reinforced Cement Concrete piles of specified diameter
and length below pile cap in M- 35 grade Design Mix
Cement Concrete , using 20 mm graded crushed stone
aggregate and coarse sand of approved quality, to carry
a safe working load not less than specified, excluding the
cost of casing pipe but including the cost of shoe and
length of pile to be embedded in pile cap etc complete,
concreting by machine batching, machine mixing,
scaffolding, using Admixture in recommended
proportion( as per IS 9103), if approved in design Mix,
placing with tremie pipe, chipping off of pile top to
remove laitance concrete above cut off level etc,
pumping and bailing out water, with all labour material
complete including crossing of tracks if required, as per
approved drawing, specification and direction of the
Engineer in charge. Length of the pile for payment shall
be measured Up to the bottom of pile cap excluding the
mud mat. Payment for cement, casing pipe &
reinforcement shall be paid extra
15 192073 1000mm diameter Metre 396.00 7799.27 3088510.92

Pa g e 3 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

16 192080 Providing, fabricating and installing of casing pipe for MT 18.00 51276.02 922968.36
bored piles for all diameters with specified thickness of
steel plate including all labour, materials, pumping and
bailing out water where ever required, complete as per
technical specifications as directed by Engineer in
charge. This will include the weight of plate only and no
cognizance will be given for the fittings i.e. rivets and
welding etc.
Extra for chieselling in addition to boring of piles if
chieselling is resorted to in hard rock or big stone
boulders larger than 30 cm depth by any means i.e. by
chiesel or manual chiesel and hammer method
17 192092 1000mm Diameter Metre 12.00 1230.74 14768.88
Centring and shuttering including strutting, propping etc.
and removal of form for :
18 195031 RCC raft foundation & Pile cap Sqm 50.00 144.80 7240.00
19 195032 Abutment, pier, wing walls and return walls Sqm 120.00 247.20 29664.00
20 195033 Abutment cap, Pier Cap, Inspection Platform & Pedestal Sqm 72.00 244.27 17587.44
over Pier cap, Fender wall, Diaphragm wall, etc.
21 195034 Approach slab at formation level, Dirt wall/ ballast wall at Sqm 350.00 144.80 50680.00
formation level
Supplying, fitting and fixing in position true to line and
level POT-PTFE bearing consisting of a metal piston
supported by a disc or un reinforced elastomer confined
within a metal cylinder, sealing rings, dust seals, PTFE
surface sliding against stainless steel mating surface,
complete assembly to be of cast steel / fabricated
structural steel, metal and elastomer elements complete
as per IS 2062, IS:1030, AISI:304, AISI:316, IS:6911,
BS:3784, IS:3400, IS:226, BS-5400, Bridge code and as
per drawing and approved Technical Specifications. The
design of the bearings shall be submitted by the
manufacturers/contractor and got approved from
Railway before fixing. Test report of the bearings should
be got approved before the materials are lifted from the
manufacturer premises. Payment is based on 250 MT
capacity of Bearing
22 211141 MT 1200.00 472.78 567336.00
POT-PTFE Bearing Bearing
Capacity
Total 5976776.53
Schedule Schedule B-Items of works that are not covered by SRUSSOR 2011
Item- 1 Items or works that are not covered by SRUSSOR 2011
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 4 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

1 1 Removing the existing lifting barriers, along with Each 1.00 25000.00 25000.00
components like Boom, pedestals, Meeting post
,winches, Winch platforms with shelter, Height gauges,
Inter locking rods, wires, Turn out wheels, 'A' base, and
other components connected with functioning of lifting
barriers etc. without any damage including demolishing
the concrete base of existing structures and dismantling
the Gate lodge, existing BG check rails and fastenings
from the level crossing including duly opening the black
topped /metalled/ pre cast RCC slab pavings etc, during
the absence of train service including deep screening of
ballast, dumping the ballast including rear packing of
track, restore the track to normal standard condition and
clearing the debris away from the site, loading and
leading the released materials by the contractors vehicle
,unloading and stacking the same nearest store depot in
a neat and countable manner with all lead and lift etc.
complete and as directed.( All labor ,tools and plants,
vehicles etc. by the contractor.)
2 2 Vertical load testing of single pile in accordance with IS Each 1.00 218000.00 218000.00
:2911(part IV ) -- 1985 including construction of test pile
cap and dismantling the same after test as per
specifications. (Necessary test result duly signed by
Engineer-in charge and Contractor in Six copies to be
submitted for arranging payment.)(All labour and
materials by contractor).
3 3 Supply, Fabrication, metalizing, connections, erection, MT 85.00 124500.00 10582500.00
launching and painting of steel girder for COMPOSITE
structures over spans including track spans as per
approved drawing for ROB (For detailed description refer
Annexure F)
4 4 Providing reinforced cement concrete for deck slab over cum 80.00 11000.00 880000.00
the running lines, OHE area etc. duly taking necessary
precautions including earthlings and providing FRP
sheets etc. with 20mm graded granite stone aggregate
in cast in situ slab using M40 or specified grade of
concrete including fixing and removal of formwork,
shuttering , supports etc., and vibrating, curing with all
lead and lifts etc., complete. ( All labour, Tools & Plants,
Materials except cement and reinforcement steel etc., by
the contractor.) The cost of cement used as per Mix
design and cost of steel used as per structural design
are will be paid separately under relevant Annexure.
5 5 Providing rail barricading about 1.20m high (above GL) Each 20.00 450.00 9000.00
with rail posts at 2.00m interval driven into ground up to
0.60m including excavation/filling foundation trenches,
painting the rails with 2 nos of 30cm band of red paint
one at mid-height and other at top and white enamel
paint in remaining portion above ground level,
maintaining the same during the entire completion period
and releasing, transporting to the nearest construction
stores depot with contractor's labour tools, material, all
leads and lifts and as directed by Engineer in charge.
(Only rails of available section/length will be supplied free
at the nearest stores depot)
6 6 Removing of the cables of any size and nature viz. Metre 300.00 150.00 45000.00
Signal/Telecom/ Electrical (HT or LT) existing below
Ground Level including casing of trough without causing
any damage to the cable including excavating the earth
upto the cable, refilling the earth after the removal of
cable and placing the cable on the ground with all leads
and lifts etc. complete and as directed. (All labour,
materials, consumables, tools and plants, machinery by
Contractor).

Pa g e 5 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

7 7 Relaying of the cables of any size and nature viz. Metre 300.00 150.00 45000.00
Signal/Telecom/ Electrical (HT or LT) existing below
Ground Level including casting of trough without causing
any damage to the cable including excavating the earth
up to the cable, refilling the earth after the removal of
cable and placing the cable on the ground with all leads
and lifts etc. complete and as directed.(All labour,
materials, consumables, tools and plants, machinery by
Contractor)
8 8 Supplying and fixing PVC spouts 100mm dia. of Each 44.00 700.00 30800.00
approved quality and to the required length as specified
by the Engineer - in - charge duly fixing at the time of
casting at the required intervals with necessary C.I.
gratings etc., complete and as directed.(All labour and
materials by the contractor.)
9 9 Supplying, providing, and fixing in position strip seal type Metre 25.00 9000.00 225000.00
expansion joint capable of movement of +/- 40mm
complete as per drawing No.1-494, EJ-NT (Rev- 01),
technical specifications approved and as directed by the
Engineer - in - charge.
10 10 Providing Guard Rails over PSC sleepers using Per 30.00 785.00 23550.00
52Kg/90R rails under the bridge portion including cutting Track
and bending rails, drilling holes for joints wherever Metre
necessary over PSC sleepers to suit 18mmdia. tight grip
bolts, fixing rails, fishing joints, squaring and adjusting
spacing of sleepers as required providing nose blocks
duly cutting wooden sleepers supplied by Railways and
fixing it with bolts including supply of16mm dia tight grip
bolts, leading and stacking the released/ balance
materials at nearest construction stores Depot with all
leads and lifts etc. complete and as directed.(Payment
will be made for finished track length of guard rails)
11 11 Preparation of completion plans for the ROB in AutoCAD Each 1.00 10000.00 10000.00
duly making corrections in the existing drawings based
on the completion of bridge work over the already
prepared drawings, supplying a draft print out of the
completed drawings for scrutiny and taking the final print
out on good quality tracing film, supplying the same with
3 copies of Ammonia prints etc. complete with
contractor's own men, materials, tools and plants, survey
equipments, vehicles, machinery, fuel, consumables,
technical supervisors, computer etc. complete and as
directed.
Total 12093850.00
Schedule Schedule C-Items of works that are not covered by SRUSSOR 2011
Item- 1 items of works that are not covered by SRUSSOR2011
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Surface preparation and protective coating with epoxy Sqm 7250.00 537.00 3893250.00
Phenolic IP Net (Inter-Penetrating Polymer network)
paints as per the specifications from CBRI, Roorkee
including priming coat intermediate coat & polyurethane
top coat on exposed surface and with contractors labour,
materials, equipments etc complete and as directed by
the engineer in charge. The sample will be got tested at
Tenderer/Contractor's cost from reputed laboratories of
CSIR/RDSO. Material properties, execution method,
testing details and quality certification to be done as per
BS-88R.
Total 3893250.00
Schedule Schedule D-Items of work that are covered by SRUSSOR 2011
Item- 1 Items of works hat are covered by SRUSSOR 2011

Pa g e 6 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

S No. Item Description of Item Unit Qty Rate Amount


No
Supply and using cement at worksite :
1 033062 OPC 53 grade Tonne 350.00 5497.00 1923950.00
Total 1923950.00
Schedule Schedule E-Items of works that are covered by SRUSSOR 2011
Item- 1 Items of works that are covered by SRUSSOR 2011
S No. Item Description of Item Unit Qty Rate Amount
No
Supplying Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete.
1 045014 High yield strength deformed bars Kg 125000.00 53.05 6631250.00
Total 6631250.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Total contract amount received during the last three financial years and in the current
financial year. Should be a minimum of 150% of advertised tender value of work. The
tenderer has to produce attested certificate from the employer/client showing the
Allowed
1 contractual amount received AND/OR attested copy of the audited Financial Statements No No
(Mandatory)
which includes, Trading, Profit and Loss Account OR Balance Sheet along with the
certificate from the Chartered Accountant for the contractual amount received etc, with
the offer. (CERTIFICATE FOR CONTRACT AMOUNT RECEIVED)

Submission of Affidavit

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit notarized affidavit on a non-judicial stamp paper in the prescribed format
(please download format from the link given below) for verification / confirmation of the
documents submitted for compliance of eligibility/qualifying criteria. Non submission of Allowed
1 No No
properly filled affidavit in the prescribed format shall lead to summary rejection of your (Mandatory)
offer.
Click here to download the format for Affidavit

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Three similar works costing not less than the amount equal to 40% of advertised value
of each component of tender, or Two similar works costing not less than the amount
Allowed
1 equal to 50% of advertised value of each component of tender, or One similar work No No
(Mandatory)
costing not less than the amount equal to 80% of advertised value of each component of
tender.
Defination of Similar Work :- Any major bridge work including ROB/RUB of required value
1.1 No No Not Allowed
involving pile foundation and PSC slab/PSC girder/Composite girder.

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Annexure I Offer Submission Sheet. No No Not Allowed
Annexure II Experience Certificate duly attested as per the proforma or
2 proforma filled up and signed by the tenderer based on the details furnished in No No Not Allowed
the certificate.

Pa g e 7 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

Certificate for the contract amount received duly attested from the
employer/client showing the contractual amount received OR attested copy of
3 the audited Financial Statements which includes, Trading, Profit and Loss No No Not Allowed
Account OR Balance Sheet along with the certificate from the Chartered
Accountant for the contractual amount received.
Annexure III Constitution of the Firm with required document copies i.e., Joint
4 No No Not Allowed
Venture/Partnership Deed(s), Incorporation of Company etc.,
5 Annexure IV Statement of works on hand No No Not Allowed
6 Annexure V List of Engineers/Personnel No No Not Allowed
Annexure VI Details of Machinery (minimum as specified in relevant technical
7 No No Not Allowed
conditions).
8 Annexure VII Form for reporting of Employment of Railway Officers. No No Not Allowed
9 Annexure VIII Form for Agreement for works contracts No No Not Allowed
10 Annexure IX Details of Bank Particulars No No Not Allowed
11 Annexure X Proforma for No Middlemen No No Not Allowed
12 Annexure XI Form for Acceptance of Tender No No Not Allowed
13 Ballast Test Certificate (if applicable). No No Not Allowed

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.
Allowed
2 Annexure IX Details of Bank Particulars. Yes Yes
(Mandatory)
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
3 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.
Allowed
4 Annexure IX Details of Bank Particulars. Yes Yes
(Mandatory)

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Payment towards the EMD (Earnest Money Deposit) as indicated in the NIT
1 header should be paid only through the E-Payment facility (i.e.) Net banking or No No Not Allowed
Payment Gateway provided in the IREPS web portal.
If the date of opening of tender is declared a holiday at a later date, the
2 No No Not Allowed
tenders will be opened on the next working day.
3 Cost of Tender form amount once paid is non-refundable. No No Not Allowed
Failure to furnish the EMD exclusively for each work will result in offer
4 No No Not Allowed
becoming invalid.
Only one representative/tenderer is permitted to attend the tender opening,
5 irrespective of number of tender documents submitted on a particular day of No No Not Allowed
opening.
Tenderers/Representatives are requested to attend the tender opening in time
6 No No Not Allowed
and also to keep their cell phones switched off while attending.
Tenderer/representatives are not permitted to enter the premises after the
prescribed time for opening of tenders (i.e. after 15.30 hrs). The tenderer who
7 No No Not Allowed
have participated in the tender can view the rates of all the tenderers after
opening of tenders.
All documents in support of fulfillment of eligibility criteria should be uploaded
along with the tender. Tenders without documentary evidence in support of
8 eligibility criteria will be summarily rejected. No post tender communication, in No No Not Allowed
any form will be made or entertained, after opening of tenders. The tenderer
shall have no claims in this regard.

Pa g e 8 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

E-Tender Shall be rejected if it is not accompanied by [1] Cost of Tender


9 No No Not Allowed
Document [2] EMD.
Unreleased EMD, if any, held with the Railway Administration, shall not be
10 No No Not Allowed
adjusted towards the EMD to be remitted.
If the Tenderer deliberately gives wrong information in his/their tender or
creates/create circumstances for the acceptance of his/their tender, the
11 Railway reserves the right to reject such tender at any stage. The entire EMD No No Not Allowed
with Railway will be forfeited. In addition, action will be taken to suspend the
business with the tenderer for a period of one year.
Tenderers must upload details of all works on hand with them in Railways,
12 other public sector undertakings and private sector undertakings in the No No Not Allowed
proforma (ANNEXURE-IV) while submitting their offers.
All terms and conditions in the tender documents are binding on the tenderers.
13 Manual tenders sent by Post/FAX/Courier or in Person SHALL NOT BE No No Not Allowed
ACCEPTED.
Railway reserves the right to accept or reject any or all the tenders and to
award the work in whole or in part without assigning the reason for any such
action. The General Conditions of Contract governing the performance of the
works covered by this tender are the Indian Railway Standard General
Conditions of Contract as amended from time to time up to date. A soft of copy
of the Indian Railway Standard General Conditions of Contract is uploaded in
14 the annexed documents to the tender. Hard copy may be perused in the office No No Not Allowed
of the Deputy Chief Engineer/Construction/ Southern Railway/Ernakulam Jn-
682016.In submitting his tender it would be deemed that the tenderer has kept
himself fully informed of the provision of the IRS General Conditions of
Contract including all corrections and Amendments issued up to date and
claim that he is not aware of any amendment or correction slip to the IRS GCC
shall not be entertained.
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
Tenderer should refer for Special Conditons General & Technical, which are
attached to the tender document in Documents attached to the tender. These
15 special conditions form part of the tender document and will supplement to the No No Not Allowed
conditions of tender already submitted by the tenderer, IRSGCC-2014along
with updated correction slips, IRUSSR-2010. Where are provisions of these
special conditions are at variance with IRSGCC and other documents
mentioned above, these Special Conditions shall prevail.
Railway reserves the right to accept or reject any or all the tenders and to
award the work in whole or in part without assigning the reason for any such
action. The General Conditions of Contract governing the performance of the
works covered by this tender are the Indian Railway Standard General
Conditions of Contract as amended from time to time up to date. A soft of copy
of the Indian Railway Standard General Conditions of Contract is uploaded in
16 the annexed documents to the tender. Hard copy may be perused in the office No No Not Allowed
of the Deputy Chief Engineer /Construction/ Southern Railway/ Ernakulam Jn-
682016. In submitting his tender it would be deemed that the tenderer has
kept himself fully informed of the provision of the IRS General Conditions of
Contract including all corrections and Amendments issued up to date and
claim that he is not aware of any amendment or correction slip to the IRS GCC
shall not be entertained.
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
Tenderer should refer for Special Conditons General & Technical, which are
attached to the tender document in Documents attached to the tender. These
17 special conditions form part of the tender document and will supplement to the No No Not Allowed
conditions of tender already submitted by the tenderer, IRSGCC-2014along
with updated correction slips, IRUSSR-2010. Where are provisions of these
special conditions are at variance with IRSGCC and other documents
mentioned above, these Special Conditions shall prevail.
Payment towards the EMD (Earnest Money Deposit) as indicated in the NIT
18 header should be paid only through the E-Payment facility (i.e.) Net banking or No No Not Allowed
Payment Gateway provided in the IREPS web portal.
Tenderers shall hold the offer open for acceptance for a minimum period of 45
19 No No Not Allowed
days from the date of opening of the tender.

Pa g e 9 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

If the date of opening of tender is declared a holiday at a later date, the


20 No No Not Allowed
tenders will be opened on the next working day.
21 Cost of Tender form amount once paid is non-refundable. No No Not Allowed
Failure to furnish the EMD exclusively for each work will result in offer
22 No No Not Allowed
becoming invalid.
Only one representative/tenderer is permitted to attend the tender opening,
23 irrespective of number of tender documents submitted on a particular day of No No Not Allowed
opening.
Tenderers/Representatives are requested to attend the tender opening in time
24 No No Not Allowed
and also to keep their cell phones switched off while attending.
Tenderer/representatives are not permitted to enter the premises after the
prescribed time for opening of tenders (i.e. after 15.30 hrs). The tenderer who
25 No No Not Allowed
have participated in the tender can view the rates of all the tenderers after
opening of tenders.
All documents in support of fulfillment of eligibility criteria should be uploaded
along with the tender. Tenders without documentary evidence in support of
26 eligibility criteria will be summarily rejected. No post tender communication, in No No Not Allowed
any form will be made or entertained, after opening of tenders. The tenderer
shall have no claims in this regard.
E-Tender Shall be rejected if it is not accompanied by [1] Cost of Tender
27 No No Not Allowed
Document [2] EMD.
Unreleased EMD, if any, held with the Railway Administration, shall not be
28 No No Not Allowed
adjusted towards the EMD to be remitted.
If the Tenderer deliberately gives wrong information in his/their tender or
creates/create circumstances for the acceptance of his/their tender, the
29 Railway reserves the right to reject such tender at any stage. The entire EMD No No Not Allowed
with Railway will be forfeited. In addition, action will be taken to suspend the
business with the tenderer for a period of one year.
Tenderers must upload details of all works on hand with them in Railways,
30 other public sector undertakings and private sector undertakings in the No No Not Allowed
proforma (ANNEXURE-IV) while submitting their offers.
All terms and conditions in the tender documents are binding on the tenderers.
31 Manual tenders sent by Post/FAX/Courier or in Person SHALL NOT BE No No Not Allowed
ACCEPTED.
Railway reserves the right to accept or reject any or all the tenders and to
award the work in whole or in part without assigning the reason for any such
action. The General Conditions of Contract governing the performance of the
works covered by this tender are the Indian Railway Standard General
Conditions of Contract as amended from time to time up to date. A soft of copy
of the Indian Railway Standard General Conditions of Contract is uploaded in
32 the annexed documents to the tender. Hard copy may be perused in the office No No Not Allowed
of the Deputy Chief Engineer/Construction/ Southern Railway/Ernakulam Jn-
682016.In submitting his tender it would be deemed that the tenderer has kept
himself fully informed of the provision of the IRS General Conditions of
Contract including all corrections and Amendments issued up to date and
claim that he is not aware of any amendment or correction slip to the IRS GCC
shall not be entertained.
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
Tenderer should refer for Special Conditons General & Technical, which are
attached to the tender document in Documents attached to the tender. These
33 special conditions form part of the tender document and will supplement to the No No Not Allowed
conditions of tender already submitted by the tenderer, IRSGCC-2014along
with updated correction slips, IRUSSR-2010. Where are provisions of these
special conditions are at variance with IRSGCC and other documents
mentioned above, these Special Conditions shall prevail.

Pa g e 10 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

Railway reserves the right to accept or reject any or all the tenders and to
award the work in whole or in part without assigning the reason for any such
action. The General Conditions of Contract governing the performance of the
works covered by this tender are the Indian Railway Standard General
Conditions of Contract as amended from time to time up to date. A soft of copy
of the Indian Railway Standard General Conditions of Contract is uploaded in
34 the annexed documents to the tender. Hard copy may be perused in the office No No Not Allowed
of the Deputy Chief Engineer /Construction/ Southern Railway/ Ernakulam Jn-
682016. In submitting his tender it would be deemed that the tenderer has
kept himself fully informed of the provision of the IRS General Conditions of
Contract including all corrections and Amendments issued up to date and
claim that he is not aware of any amendment or correction slip to the IRS GCC
shall not be entertained.
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
Tenderer should refer for Special Conditons General & Technical, which are
attached to the tender document in Documents attached to the tender. These
35 special conditions form part of the tender document and will supplement to the No No Not Allowed
conditions of tender already submitted by the tenderer, IRSGCC-2014along
with updated correction slips, IRUSSR-2010. Where are provisions of these
special conditions are at variance with IRSGCC and other documents
mentioned above, these Special Conditions shall prevail.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Ballast Test Certificate (if applicable). No No
(Optional)
Annexure-II Experience Certificate duly attested as per the proforma or
Allowed
2 proforma filled up and signed by the tenderer based on the details furnished in No Yes
(Optional)
the certificate.
Allowed
3 Annexure IV Statement of works on hand. Yes Yes
(Mandatory)
Allowed
4 Annexure V List of Engineers/Personnel No Yes
(Mandatory)
Annexure VI Details of Machinery (minimum as specified in relevant technical Allowed
5 Yes Yes
conditions). (Mandatory)
Allowed
6 Annexure VII Form for reporting of Employment of Railway Officers. Yes Yes
(Optional)
Allowed
7 Annexure X Proforma for No Middlemen Yes Yes
(Mandatory)
Allowed
8 Ballast Test Certificate (if applicable). No No
(Optional)
Annexure-II Experience Certificate duly attested as per the proforma or
Allowed
9 proforma filled up and signed by the tenderer based on the details furnished in No Yes
(Optional)
the certificate.
Allowed
10 Annexure IV Statement of works on hand. Yes Yes
(Mandatory)
Allowed
11 Annexure V List of Engineers/Personnel No Yes
(Mandatory)
Annexure VI Details of Machinery (minimum as specified in relevant technical Allowed
12 Yes Yes
conditions). (Mandatory)
Allowed
13 Annexure VII Form for reporting of Employment of Railway Officers. Yes Yes
(Optional)
Allowed
14 Annexure X Proforma for No Middlemen Yes Yes
(Mandatory)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 11 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I/We have read the conditions of tender attached hereto and agree to abide by
such conditions. I/We have perused the contract documents (i.e. General
Conditions of Contract, Special Conditions and Indian Railways Unified
Standard Specifications (2010), Southern Railway Specifications for Materials
& Works (1969) and all other specifications and the Unified Standard Schedule
of Rates of the Southern Railway, 2011, and various schedules (Annexures),
2 and all other documents attached to this tender) and that I/We am/are fully No No Not Allowed
aware that I/We will have to perform the contract if my/our tender is accepted
subject to general conditions of contract aforesaid and also subject to the
Contract Documents complete aforesaid. I/We offer to do the work at the rates
shown in the Annexure annexed and hereby bind myself/ourselves to
complete the work in the stipulated period as mentioned in the contract
documents attached from the date of issue of letter of acceptance.
I/We agree that until a formal agreement is prepared and executed,
acceptance of this tender shall constitute a binding contract between us
3 No No Not Allowed
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.
EMD in the form of Online payment shall stand deposited in case my/our
tender is accepted and forfeited without prejudice to any other right or
remedies available to the Railway if: a] I/We do not execute the Contract
Documents within 7 [seven days] of receipt of information from Railway that
such documents are ready; b] I/We do not furnish the necessary bank
4 No No Not Allowed
guarantee for the Performance Guarantee required for the work within 30 days
of receipt of the Letter of Acceptance for the work, and c] I/We do not
commence the work within 15 (fifteen) days after receipt of Letter of
Acceptance for the work duly furnishing a programme for executing the work
to the Railway for their approval.
Payment towards the EMD (Earnest Money Deposit) as indicated in the NIT
5 header should be paid only through the E-Payment facility (i.e.) Net banking or No No Not Allowed
Payment Gateway provided in the IREPS web portal.
I/We also hereby agree to abide by the General and Special Conditions of
Contract and to carryout the works according to the specification of materials
and works laid down by Southern Railway in the Tender Documents. I/We also
undertake to carry out the work in accordance with the said Specifications and
Conditions of Contract, and to find and provide such of the materials (other
6 than those to be supplied by the Railway) for, and to do all such things which No No Not Allowed
in the opinion of the Engineer may be necessary for, or incidental to the
construction, completion and maintenance thereof and to complete the whole
of the said works in the tender documents in all respects, and hand them over
to you or your representatives within the period specified; and to maintain the
same for the period and in the manner provided in the Conditions of Contract.
DECLARATION: I/We have examined and have no reservations to the Tender
7 No No Not Allowed
documents, including Addenda/Corrigenda issued by the Railway;
DECLARATION: I/We declare that offer to execute all the Works in conformity
8 No No Not Allowed
with the Tender Documents;
DECLARATION: I/We commit to submit Security Deposit and Performance
9 Guarantee in accordance with the tender Documents, if my/our tender is No No Not Allowed
accepted;
DECLARATION: I/We commit to deploy minimum key personnel and
10 equipments consistent with the stipulation in the relevant special conditions of No No Not Allowed
the Tender Document, if my/our tender is accepted;
DECLARATION: I/We commit to submit a detailed programme in conformity
with the milestones and completion period prescribed in the Tender
Dcouments and mile stone statements for all major activities and get these
11 approved from the engineer prior to commencing work on such activities, and No No Not Allowed
also understand that the work shall be executed as per the approved
programme and the milestone statements without any deviations if my/our
tender is accepted;
DECLARATION: I/We commit to establish Testing Laboratory at the site of
12 work with minimum Testing equipments indicated in the relevant specifications, No No Not Allowed
if my/our tender is accepted; and further declare that

Pa g e 12 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

DECLARATION: I/We declare that I/We am/are not banned from doing
13 No No Not Allowed
business with Railways;
DECLARATION: I/We declare that I/We do not have any partners who are
14 No No Not Allowed
individuals or partners of firms banned from doing business with Railways;
DECLARATION: I/We declare that I/We are not sister concerns/allied partners
15 who were individuals or firms or partners of firms banned from doing business No No Not Allowed
with Railways
DECLARATION: I/We declare that I/we further understand and agree that if
I/We were found during consideration of the tender to be a firm/individual or
16 sister/allied concern or any individual or firms or partner of firms banned by the No No Not Allowed
Ministry of Railways from doing business with Railways and ban is still in force,
Earnest money deposit remitted by me/us will be forfeited in full;
DECLARATION: I/We declare that if I/We were found during the course of
execution of work to be an individual or firm or partner or firms or sister/allied
17 concern of any individuals or firms banned by the Ministry of Railway from No No Not Allowed
doing business with Railways and the ban is still in force, my/our security
deposit and Performance Guarantee will be forfeited in full;
DECLARATION: I/We declare that if I/We are found to be individual or firm or
partner of firm or sister/allied concern of any individuals or firms banned by the
18 Ministry of railway from doing business with Railways during the consideration No No Not Allowed
of tender or during the execution of work, I/We are liable to be banned from
doing business for further periods to be specified by Railways;
DECLARATION: I/We declare that for satisfying the eligibility conditions
mentioned in the Tender Documents, I/We have uploaded copies of
documents along with the tender in support of my/our claim of satisfying
eligibility conditions. I/We understand that I/We have to produce the original
documents if so demanded by the Railways. I/We understand that if any of the
19 No No Not Allowed
documents were found to be bogus at any stage, my/our earnest money
deposit (before finalisation of tender) and/or security deposit and Performance
Guarantee (after awarding work) will be forfeited in full and I/We are liable to
be banned from doing business with Railways for any period to be specified by
the Railways and also liable for legal proceedings against me/us.
DECLARATION: I/We declare further that I/We have submitted full details of
work on hand and progress thereon and I/We understand that if the
information furnished by me/us were found to be false, my/our tender is liable
20 to be rejected and Earnest money deposit in full is liable to be forfeited. If it is No No Not Allowed
found to be false at any stage, I/We are liable to be banned from doing
business with Railways for any period to be specified by Railways and also
liable for legal proceedings against me/us.
DECLARATION: Further I/We understand, agree and declare that you
(Railway) are not bound to accept the lowest evaluated bid or any other bid
21 No No Not Allowed
that you may receive and I/We have no claim/demand whatsoever in this
regard.
DECLARATION: I hereby declare and commit that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any
other items of work related to the award and performance of this contract. I
22 No No Not Allowed
further declare and commit that no agency commission or any payment which
may be construed as an agency commission has been, or will be, paid and
that the tender price will not include any such amount.
I/ We have visited the works site and I / We am / are aware of the site
23 No No Not Allowed
conditions.
I/We have read the conditions of tender attached hereto and agree to abide by
such conditions. I/We have perused the contract documents (i.e. General
Conditions of Contract, Special Conditions and Indian Railways Unified
Standard Specifications (2010), Southern Railway Specifications for Materials
& Works (1969) and all other specifications and the Unified Standard Schedule
of Rates of the Southern Railway, 2011, and various schedules (Annexures),
24 and all other documents attached to this tender) and that I/We am/are fully No No Not Allowed
aware that I/We will have to perform the contract if my/our tender is accepted
subject to general conditions of contract aforesaid and also subject to the
Contract Documents complete aforesaid. I/We offer to do the work at the rates
shown in the Annexure annexed and hereby bind myself/ourselves to
complete the work in the stipulated period as mentioned in the contract
documents attached from the date of issue of letter of acceptance.

Pa g e 13 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

I/We also agree to keep this tender open for acceptance for a period of 45
25 days from the date fixed for opening the same and in default thereof I/We will No No Not Allowed
be liable for forfeiture of my/our Earnest Money.
I/We agree that until a formal agreement is prepared and executed,
acceptance of this tender shall constitute a binding contract between us
26 No No Not Allowed
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.
EMD in the form of Online payment shall stand deposited in case my/our
tender is accepted and forfeited without prejudice to any other right or
remedies available to the Railway if: a] I/We do not execute the Contract
Documents within 7 [seven days] of receipt of information from Railway that
such documents are ready; b] I/We do not furnish the necessary bank
27 No No Not Allowed
guarantee for the Performance Guarantee required for the work within 30 days
of receipt of the Letter of Acceptance for the work, and c] I/We do not
commence the work within 15 (fifteen) days after receipt of Letter of
Acceptance for the work duly furnishing a programme for executing the work
to the Railway for their approval.
Payment towards the EMD (Earnest Money Deposit) as indicated in the NIT
28 header should be paid only through the E-Payment facility (i.e.) Net banking or No No Not Allowed
Payment Gateway provided in the IREPS web portal.
I/We also hereby agree to abide by the General and Special Conditions of
Contract and to carryout the works according to the specification of materials
and works laid down by Southern Railway in the Tender Documents. I/We also
undertake to carry out the work in accordance with the said Specifications and
Conditions of Contract, and to find and provide such of the materials (other
29 than those to be supplied by the Railway) for, and to do all such things which No No Not Allowed
in the opinion of the Engineer may be necessary for, or incidental to the
construction, completion and maintenance thereof and to complete the whole
of the said works in the tender documents in all respects, and hand them over
to you or your representatives within the period specified; and to maintain the
same for the period and in the manner provided in the Conditions of Contract.
DECLARATION: I/We have examined and have no reservations to the Tender
30 No No Not Allowed
documents, including Addenda/Corrigenda issued by the Railway;
DECLARATION: I/We declare that offer to execute all the Works in conformity
31 No No Not Allowed
with the Tender Documents;
DECLARATION: I/We commit to submit Security Deposit and Performance
32 Guarantee in accordance with the tender Documents, if my/our tender is No No Not Allowed
accepted;
DECLARATION: I/We commit to deploy minimum key personnel and
33 equipments consistent with the stipulation in the relevant special conditions of No No Not Allowed
the Tender Document, if my/our tender is accepted;
DECLARATION: I/We commit to submit a detailed programme in conformity
with the milestones and completion period prescribed in the Tender
Dcouments and mile stone statements for all major activities and get these
34 approved from the engineer prior to commencing work on such activities, and No No Not Allowed
also understand that the work shall be executed as per the approved
programme and the milestone statements without any deviations if my/our
tender is accepted;
DECLARATION: I/We commit to establish Testing Laboratory at the site of
35 work with minimum Testing equipments indicated in the relevant specifications, No No Not Allowed
if my/our tender is accepted; and further declare that
DECLARATION: I/We declare that I/We am/are not banned from doing
36 No No Not Allowed
business with Railways;
DECLARATION: I/We declare that I/We do not have any partners who are
37 No No Not Allowed
individuals or partners of firms banned from doing business with Railways;
DECLARATION: I/We declare that I/We are not sister concerns/allied partners
38 who were individuals or firms or partners of firms banned from doing business No No Not Allowed
with Railways
DECLARATION: I/We declare that I/we further understand and agree that if
I/We were found during consideration of the tender to be a firm/individual or
39 sister/allied concern or any individual or firms or partner of firms banned by the No No Not Allowed
Ministry of Railways from doing business with Railways and ban is still in force,
Earnest money deposit remitted by me/us will be forfeited in full;

Pa g e 14 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4
DYCE-CN-I-ERS-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 03-DCE-CN-ERS-OT-2019 Closing Date/Time: 21/10/2019 15:00

DECLARATION: I/We declare that if I/We were found during the course of
execution of work to be an individual or firm or partner or firms or sister/allied
40 concern of any individuals or firms banned by the Ministry of Railway from No No Not Allowed
doing business with Railways and the ban is still in force, my/our security
deposit and Performance Guarantee will be forfeited in full;
DECLARATION: I/We declare that if I/We are found to be individual or firm or
partner of firm or sister/allied concern of any individuals or firms banned by the
41 Ministry of railway from doing business with Railways during the consideration No No Not Allowed
of tender or during the execution of work, I/We are liable to be banned from
doing business for further periods to be specified by Railways;
DECLARATION: I/We declare that for satisfying the eligibility conditions
mentioned in the Tender Documents, I/We have uploaded copies of
documents along with the tender in support of my/our claim of satisfying
eligibility conditions. I/We understand that I/We have to produce the original
documents if so demanded by the Railways. I/We understand that if any of the
42 No No Not Allowed
documents were found to be bogus at any stage, my/our earnest money
deposit (before finalisation of tender) and/or security deposit and Performance
Guarantee (after awarding work) will be forfeited in full and I/We are liable to
be banned from doing business with Railways for any period to be specified by
the Railways and also liable for legal proceedings against me/us.
DECLARATION: I/We declare further that I/We have submitted full details of
work on hand and progress thereon and I/We understand that if the
information furnished by me/us were found to be false, my/our tender is liable
43 to be rejected and Earnest money deposit in full is liable to be forfeited. If it is No No Not Allowed
found to be false at any stage, I/We are liable to be banned from doing
business with Railways for any period to be specified by Railways and also
liable for legal proceedings against me/us.
DECLARATION: Further I/We understand, agree and declare that you
(Railway) are not bound to accept the lowest evaluated bid or any other bid
44 No No Not Allowed
that you may receive and I/We have no claim/demand whatsoever in this
regard.
DECLARATION: I hereby declare and commit that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any
other items of work related to the award and performance of this contract. I
45 No No Not Allowed
further declare and commit that no agency commission or any payment which
may be construed as an agency commission has been, or will be, paid and
that the tender price will not include any such amount.

6. Documents attached with tender

S.No. Document Name Document Description


1 PartAtoC16022019.pdf TENDER DOCUMENTS
2 IRGCCNovember2018_R.pdf GENERAL CONDITIONS OF CONTRACT
SpecialconditioncocontractTechnical-
3 SPECIAL TECHNICAL CONDITIONS
1-31.07.17Full.pdf
4 LC30-SCOPEOFWORK.pdf SCOPE OF WORK

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.

Signed By: JOSE AUGUSTINE

Designation : AXEN/I/KTYM

Pa g e 15 o f 15 Ru n Da te/Time: 2 5 /0 9 /2 0 19 14:5 0 :5 4

You might also like