You are on page 1of 9

CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY

TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

Sr.DEN/CO-ORD./MAS acting for and on behalf of The President of India invites E-Tenders against Tender No MAS12OF21197E
Closing Date/Time 18/10/2021 11:00 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

ADEN/TVT sub division - Repairs and Brightening up of staff quarters, station and service
Name of Work
buildings in SSE/W/TVT Section
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 18/10/2021 11:00 Date Time Of Uploading Tender 14/09/2021 15:40
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 6447167.47 Tendering Section BUILDINGS
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money /Bid Security
0.00 Validity of Offer ( Days) 45
(Rs.)
Obtain Bid Security Declaration in lieu of Bid Security Yes
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 04/10/2021 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A-List of items of work that are covered under Southern Railway Unified
3964857.07
Standard Schedule of Rates 2011 - for Chennai Division.
Above/
Please see Item Breakup for details. 3794121.60 4.50 3964857.07
01 Below/Par
Description:- Repairs and brightening of Staff Quarters, station and service buildings

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule B-List of items of work that are not covered under Southern Railway Unified
2451840.00
Standard Schedule of Rates 2011 - for Chennai Division
Above/
01 48000.00 Sqm 51.08 2451840.00 AT Par 2451840.00
Below/Par
Description:- Providing and applying two coats of Exterior paint of 100% Acrylic premium exterior emulsion in
required shades and pattern of M/s Asian paints Apex ultimate or approved equivalent over one coat of primer
with 'EXTERIOR PRIMER' of M/s Asian paint Exterior wall primer or approved equivalent including preparation of
1 surfaces by scrapping with wire or coir brush upto virgin of original surface, applying one coat of Bio wash
chemical of approved brand and cleaning the surface with water, applying the exterior quality readymade putty or
made at site with white cement on entire surface to fill the undulation and applying the sand paper thereafter
including removal of debris to out side the Railway premises with all lead and lift, scaffolding arrangements etc.,
complete and as directed by the Engineer-in-charge. (All labour and materials to be supplied by tenderer/
contractor only) NOTE: The mixing preparation and application of paint shall be done as per manufacturer's
specification and in roller finish.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A1-List of items of work that are covered under Southern Railway Unified
30470.40
Standard Schedule of Rates 2011 - for Chennai Division.
Above/
033061 4.80 Tonne 5290.00 25392.00 20.00 30470.40
1 Below/Par
Description:- Supply and using cement at worksite : OPC 43 grade

Pa g e 1 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

3. ITEM BREAKUP

Schedule A-List of items of work that are covered under Southern Railway Unified Standard Schedule of Rates
Schedule
2011 - for Chennai Division.
Item- 01 Repairs and brightening of Staff Quarters, station and service buildings
S No. Item Description of Item Unit Qty Rate Amount
No
Providing and laying cement concrete, up to plinth in retaining
walls, walls (any thickness) including attached plasters,
columns, pillars, posts, struts, buttresses, string or lacing
courses, parapets, coping, bed blocks, anchor blocks, plain
window sills, fillets etc, excluding the cost of cement and of
shuttering, centering.
1 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm cum 5.00 1866.25 9331.25
nominal size)
Brick work with non-modular (FPS) bricks of class designation
7.5 in foundation and plinth in :
2 051018 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 5.00 4030.31 20151.55
Add or deduct from rates of brickwork when the bricks
specified or permitted to be used by Engineer are of Class
designation other than 7.5
3 057104 Deduct for Class designation 3.5 cum 5.00 -356.30 -1781.50
12 mm cement plaster of mix -
4 111012 1:6 (1cement: 6fine sand) Sqm 250.00 70.54 17635.00
15 mm cement plaster on the rough side of single or half
brick wall of mix -
5 111022 1:6 (1cement: 6 fine sand) Sqm 250.00 81.16 20290.00
20 mm cement plaster of mix -
6 111032 1:6 (1cement: 6fine sand) Sqm 250.00 95.31 23827.50
7 112040 Providing and applying plaster of Paris putty of 2mm average Sqm 250.00 95.04 23760.00
thickness over plastered surface to prepare the surface even
and smooth complete
White washing with whiting to give an even shade
8 117061 Old work (two or more coats) Sqm 2500.00 7.10 17750.00
Oil bound distemper after removing old white/ colour wash by
scrapping and sand papering etc., preparing the surface
smooth including necessary repairs to scratches with putty
etc complete
9 117081 Two or more coat, to give an even shade Sqm 30000.00 55.89 1676700.00
Plastic emulsion paint after removing white/colour wash by
scrapping and sand papering etc., preparing the surface
smooth including necessary repairs to scratches with putty
etc complete
10 117091 Two or more coat, to give an even shade Sqm 3000.00 81.60 244800.00
11 121180 Painting one coat with white or green ready mixed paint of Sqm 5000.00 30.64 153200.00
approved quality on steel or wood work
12 121250 Each of 50000.00 1.57 78500.00
Lettering with 'Synthetic Enamel" paint (two coats) of
1 cm
approved brand and manufacture
height
13 121280 Each of 2500.00 1.02 2550.00
Painting border lines upto 150 mm width with two coats of
1 cm
synthetic enamel paint
height
Painting, Two coat, any shade as directed of approved make
and brand a) Trusses exceeding 9m clear span, b) Staging
with O.H. tank where staging is more than 2.5m in height, c)
Flood light towers, d) Chimneys and similar structures
14 123041 With Red Oxide metal primer as per IS:123 Sqm 2700.00 39.18 105786.00
15 123042 With Zinc Chromate primer as per IS:104 Sqm 2700.00 37.03 99981.00
16 123043 With Synthetic Enamel paint Sqm 1000.00 51.10 51100.00

Pa g e 2 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

17 123044 With Aluminium paint as per IS:2339 Sqm 11000.00 41.94 461340.00
18 154010 Providing and fixing 110mm dia PVC soil, waste and vent Metre 50.00 203.23 10161.50
pipes including jointing and cost of spun yarn and sand etc.
complete
19 154030 Providing and fixing 110 mm x 110 mm x 110mm dia PVC Each 10.00 119.01 1190.10
plain branch (single equal junction)of the required degree
including jointing and cost of spun yarn and sand etc.,
complete
20 154100 Providing and fixing 110 mm PVC Plain bend of the required Each 10.00 81.70 817.00
degree with access door inclusive of 3mm thick bitumastic felt
washer, bolts and nuts, complete, including jointing and cost
of spun yarn and sand etc. complete
21 154130 Providing and fixing 110 mm PVC collar (loose socket) Each 10.00 63.19 631.90
including jointing and cost of spun yarn and sand etc.
complete
Demolishing plain cement concrete including disposal of
material within 50m lead
22 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate cum 5.00 526.10 2630.50
Demolishing brick work including stacking of serviceable
material and disposal of unserviceable material within 50m
lead
23 182013 In cement mortar cum 5.00 444.52 2222.60
24 182070 Dismantling old plaster or skirting raking out joints and Sqm 750.00 11.66 8745.00
cleaning the surface for plaster/pointing including disposal of
rubbish within 50m lead
Dismantling G.I. /PVC pipes (external work) including
excavation and refilling trenches after taking out the pipes,
including stacking of pipes within 50m lead
25 188022 Above 40mm dia Metre 50.00 38.07 1903.50
26 238050 Providing and applying 2.5mm thick road marking strips Sqm 855.00 889.94 760898.70
(retro-reflective) of specified shade/ colour using hot
thermoplastic material by fully/ semi automatic thermoplastic
paint applicator machine fitted with profile shoe, glass beads
dispenser, propane tank heater and profile shoe heater,
driven by experienced operator on road surface including
cost of material, labour, T&P, cleaning the road surface of all
dirt, seals, oil, grease and foreign material etc. complete as
per direction of Engineer-in-charge and in accordance with
applicable specifications
Total 3794121.60

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Any Civil Engineering Work except track works/Transportation Work No No
(Mandatory)

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

As a proof of sufficient financial capacity, 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 and/or Audited Balance Sheet duly certified by
the Chartered AccountantCertificate from Chartered Accountant duly supported by
Audited Balance Sheet.Note: Client certificate from other than Govt Organization should
be duly supported by Form 16A/26AS generated through TRACES of Income Tax
Allowed
1 Department of India. Certificate from private individuals for which such works are No No
(Mandatory)
executed/ being executed shall not be accepted. The tenderer shall upload scanned
copies of mandatory credentials such as experience, turn over Certificates and any other
documents, as applicable failing which offer will be summarily rejected The tenderer shall
submit along with the tender document, documents in support of his/their claim to fulfill
the eligibility criteria as mentioned in the tender document. Each page of the copy of
documents/certificates in support of credentials, submitted by the tenderer, shall be self-
attested/digitally signed by the tenderer or authorized representative of the tendering
firm. Self-attestation shall include signature, stamp and date (on each page).

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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

Pa g e 4 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

As a proof of technical experience/competence, 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: 1.Three similar works costing not less than
the amount equal to 30% of advertised value of the tender, or 2.Two similar works
costing not less than the amount equal to 40% of advertised value of the tender, or
3.One similar work costing not less than the amount equal to 60% of advertised value of
the tender. (b) In case of composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works
etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must
have successfully completed any of the following during last 07 (seven) years, ending
last day of month previous to the one in which tender is invited: 1.Three similar works
costing not less than the amount equal to 30% of advertised value of each component of
tender, or 2.Two similar works costing not less than the amount equal to 40% of
advertised value of each component of tender, or 3.One similar work costing not less
than the amount equal to 60% of advertised value of each component of tender. Note:
Separate completed works of minimum required values for each component can also be
considered for fulfillment of technical eligibility criteria. (b) In such cases, what
constitutes a component in a composite work shall be clearly pre-defined with estimated
tender cost of it, as part of the tender documents without any ambiguity. The tenderer
Allowed
1 shall upload scanned copies of mandatory standard technical credentials as applicable No No
(Mandatory)
failing which offer will be summarily rejected. 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
tender, shall also be considered provided the work experience certificate has been
issued by a person authorized by the Public listed company to issue such certificates. In
case tenderer submits work experience certificate issued by public listed company, the
tenderer shall also submit along with work experience certificate, the relevant copy of
work order, bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and copy of final/last
bill paid by company in support of above work experience certificate. For detailed
conditions ref relevant document uploaded.Non-compliance with any of the conditions
set forth therein above is liable to result in the tender being rejected. Bid Capacity: The
tender/technical bid will be evaluated based on bid capacity formula detailed as
Annexure and applicable for works costing more than 20 cr. Joint Venture: (Applicable
for tenders of value more than Rs. 10 Crores).Ref document ELIGIBILITY CRITERIA
AND CREDENTIALS FOR JV

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
A copy of document to be uploaded containing the following details: Name of
Allowed
1 the tenderer/ contractor, Validity of DSC, Complete address with pin code, Yes No
(Optional)
Contact No.
Allowed
2 Scanned copy of PAN card has to be enclosed Yes No
(Mandatory)
Allowed
3 Scanned copy of GSTIN card has to be enclosed Yes No
(Mandatory)
A copy of NEFT form duly filled in the details as necessary to be uploaded.
Allowed
4 (The tenderer/ contractor not having NEFT form may down load the empty Yes No
(Mandatory)
NEFT form available in documents site)
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
5 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

Pa g e 5 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

Earnest Money : - The earnest money deposited by tenderer and found to be


the successful tenderer, will be retained, as part of security deposit. All the
tenderers/ Contractors have to deposit full earnest money stipulated for the
tender, only through online payment modes as permitted in IREPS application
like multiple banks net banking, debit / credit cards etc., available on IREPS
portal.Note: The tenderers shall mandatorily submit Bid Security Declaration
available in the IREPS module, if Earnest Money Deposit is not asked against
Allowed
6 that tender. This will be followed for all works & service tenders published on Yes No
(Optional)
or after 18:00 hrs of 16.01.2021 and shall be valid for all the tenders issued till
31.12.2021(including 31.12.2021). The tenderer shall upload scanned copies
of mandatory credentials such as experience, turn over certificates and any
other documents as applicable. All documents related to Partnership
deed/Joint venture/ Consortium/ MOU, duly signed by the notary public, should
be uploaded at the time of submission of bid failing which offer will be
summarily rejected.
e Tender form to be filled and submitted by the tenderer/contractor - Uploaded Allowed
7 Yes No
in documents (Mandatory)
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Allowed
8 Venture (JV) / Registered Society / Registered Trust / HUF etc. The No No
(Mandatory)
tenderer(s) shall enclose the attested copies of the constitution of their
concern

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The Contractor shall employ one no. of qualified Diploma Civil Engineer at
1 No No Not Allowed
Work Sites

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In the e-tendering process, it is mandatory that every tenderer/contractor/firm
registered with WWW.IREPS.GOV.IN to submit your bank details i.e.Name of Allowed
1 Yes No
the Bank along with Bank Branch Code, Account Number, IFSC Code, and (Mandatory)
PAN Number
Allowed
2 Self attested Statement of works on hand Annexure I. No No
(Mandatory)
Self attested List of plant and Machinery available on hand and proposed to be Allowed
3 No No
inducted and hired for the subject work-Annexure II. (Mandatory)
Self attested List of personnel/ organization on hand and proposed to be Allowed
4 No No
engaged for the subject work-Annexure III. (Mandatory)
Self attessted List of Works completed during last 07 (seven) years, ending
last day of month previous to the one in which tender is invited giving
Description of Work, Organization for whom executed, approximate value of Allowed
5 Yes No
contract at time of award, Date of award and Date of Completion. Date of (Mandatory)
actual Start, Actual Completion and Final value of Contract shall also be given-
Annexure IV.
The tenderer shall clearly specify that the tender is submitted on behalf of a
partnership firm. The following documents shall be submitted by the
partnership firm, with the tender(a)A notarized copy of partnership deed. (b)A
notarized or registered copy of Power of Attorney in favour of the individual to
tender for the work, sign the agreement etc. and create liability against the
firm. (c)An undertaking by all partners of the partnership firm that they are not
Allowed
6 blacklisted or debarred by Railways or any other Ministry / Department of the Yes Yes
(Optional)
Govt. of India from participation in tenders / contracts as on the date of
opening of bids, either in their individual capacity or in any firm in which they
were / are partners. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the General
Conditions of Contract. (d)All other documents in terms of explanatory notes in
clause 10 of GCC 2020 (Mandatory if applicable)
A copy of Legally validated Power of Attorney for the above as applicable . Allowed
7 Yes Yes
(Mandatory if applicable) (Optional)

Pa g e 6 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

Constitution of the Firm with required document copies .(Mandatory if Allowed


8 Yes Yes
applicable) (Model uploaded in document Compliance for JV) (Optional)
An undertaking by all partners of the partnership firm that they are not
blacklisted or debarred by Railways or any other Ministry / Department of the
Govt. of India / any State Govt. from participation in tenders / contracts as on
Allowed
9 the date of opening of bids, either in their individual capacity or in any firm in Yes Yes
(Optional)
which they were / are partners. Concealment / wrong information in regard to
above shall make the contract liable for determination under Clause 62 of the
General Conditions of Contract.(Mandatory if applicable)
Following documents shall be submitted by the tenderer: a) Sole
Proprietorship Firm: 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 as a
Allowed
10 member of the partnership firm or JV in which he was / is a partner/member. Yes Yes
(Optional)
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
ii) All other documents in terms of explanatory notes in clause 10 of GCC
2020. (Mandatory if applicable)
Following documents shall be submitted by the tenderer:b) HUF: (i)A copy of
notarized affidavit on Stamp Paper declaring that he who is submitting the
tender on behalf of HUF is in the position of 'Karta' of Hindu Undivided Family
(HUF) and he has the authority, power and consent given by other members
to act on behalf of HUF. (ii)An undertaking that the HUF is not blacklisted or
debarred by Railways or any other Ministry / Department of Govt. of India from Allowed
11 Yes Yes
participation in tender on the date of opening of bids, either in individual (Optional)
capacity or as a member of the partnership firm or JV in which HUF was / is a
partner/member. Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of the General
Conditions of Contract. (iii)All other documents in terms of explanatory notes in
clause 10 of GCC 2020 (Mandatory if applicable)
Following documents shall be submitted by the tenderer: Company registered
under Companies Act 2013: (i)The copies of MOA (Memorandum of
Association) / AOA (Articles of Association) of the company (ii)A copy of
Certificate of Incorporation (iii)A copy of Authorization/Power of Attorney
issued by the Company (backed by the resolution of Board of Directors) in
favour of the individual to sign the tender on behalf of the company and create
liability against the company. (iv)An undertaking that the Company is not Allowed
12 Yes Yes
blacklisted or debarred by Railways or any other Ministry / Department of (Optional)
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 the General Conditions of Contract. (v)All other documents in terms of
explanatory notes in clause 10 of GCC 2020. (Mandatory if applicable)
Following documents shall be submitted by the tenderer:LLP (Limited Liability
Partnership): If the tender is submitted on behalf of a LLP registered under
LLP Act-2008, the tenderer shall submit along with the tender: (i)A copy of LLP
Agreement (ii)A copy of Certificate of Incorporation (iii)A copy of Power of
Attorney/Authorization issued by the LLP in favour of the individual to sign the
tender on behalf of the LLP and create liability against the LLP. (iv)An
Allowed
13 undertaking that the LLP is not blacklisted or debarred by Railways or any No No
(Optional)
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 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. (v)All other documents in terms of
explanatory notes in clause 10 of GCC 2020 (Mandatory if applicable)
Following documents shall be submitted by the tenderer: Registered Society &
Registered Trust: The tenderer shall submit: (i)A copy of the Certificate of
Registration (ii)A copy of Deed of Formation (iii)A copy of Power of Attorney in Allowed
14 Yes Yes
favour of the individual to sign the tender documents and create liability (Optional)
against the Society/Trust. (iv)All other documents in terms of explanatory
notes in clause 10 of GCC 2020 (Mandatory if applicable)

Undertakings

Pa g e 7 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

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.
1.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. 2.I/We also hereby agree to abide by
the Indian Railways Standard General Conditions Of Contract, with all
correction slips up-to-date and to carry out the work according to the Special
Conditions of Contract and Specifications of materials and works as laid down
by Railway in the annexed Special Conditions/Specifications, Schedule of
Rates with all correction slips up to date for the present contract. 3.I/We have
read the various conditions to tender attached hereto and agree to abide by
the said conditions. 4.I/We also agree to keep this tender open for acceptance
for a period of 45 days (in case of two packet system of tendering 60 days)
from the date of opening of the tender 5.I/We offer to do the work for
DRM/W/O/MAS, at the rates quoted in the attached schedule and hereby bind
myself/ourselves to complete the work in all respects within the period of
completion stipulated in the tender document, from the date of issue of letter
2 No No Not Allowed
of acceptance of the tender. The amount as stipulated in the tender document
is herewith forwarded as Earnest Money. Full value of the earnest Money shall
stand forfeited without prejudice to any other right or remedies in case my/our
Tender is accepted and if : (a)I/We do not execute the contract documents as
stipulated in performance guarantee clause of GCC as detailed in general
instructions. (b)I/We do not commence the work within fifteen days after
receipt of orders to that effect. 6.I/We hereby Confirm that the rates, rebates
and/or other financial terms, if any, quoted by us in the relevant fields of the
Financial Bid page will only be the ruling terms for deciding the inter-se
ranking, and any such condition having financial repercussions, if quoted by us
anywhere else including attached documents shall not be considered for
deciding inter-se ranking. 7.However, Railways shall have the right to
incorporate any such condition quoted by us, in the contract, at their
discretion, if contract is placed on us. 8.I/We have read the various conditions
attached/ referred to in this tender document, and agree to abide by the said
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 NEFTForm.pdf NEFT Form
2 ProcedureforLCModeofPayment.pdf Procedure for Letter of credit mode of payment
3 Generalinstructions2021.pdf General instructions 2021
4 PARTICIPATIONOFPARTNERSHIPFIRMS2020.pdf PARTICIPATION OF PARTNERSHIP FIRMS 2020
MODIFIED SPECIAL CONDITIONS OF
5 MODIFIEDSPECIALCONDITIONSOFCONTRACT2021.pdf
CONTRACT 2021
6 GCCJuly2020.pdf GCC July 2020
7 PGandAddlPGRBletter20.11.2020.pdf PG and Addl PG RB letter 20.11.2020
8 MovementofvehiclesnearRailwayTrack.pdf Movement of vehicles near Railway Track
9 eTenderform2020.pdf e Tender form 2020
10 ComplianceforJV2020.pdf Compliance for JV2020
11 Complaiance2020.pdf Complaiance 2020
12 SPECIFICATIONFORBUILDINGANDBRIDGES.pdf Specification for Building and bridges
13 StdTechCrieteria2020.pdf Std Tech Crieteria 2020
14 StdFinancialCrieteria2020.pdf Std Financial Crieteria 2020
15 SimilarNatureofWork-2021.pdf Similar nature of work 2021

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.

Pa g e 8 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4


CHENNAI DIVISION-ENGINEERING/SOUTHERN RLY
TENDER DOCUMENT
Tender No: MAS12OF21197E Closing Date/Time: 18/10/2021 11:00

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

Signed By: B NS CHALAM

Designation : Sr.DENCo-ord.MAS

Pa g e 9 o f 9 Ru n Da te/Time: 14/0 9 /2 0 2 1 15 :40 :2 4

You might also like