You are on page 1of 15

DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY

TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

Dy.CE/C-I/JHS acting for and on behalf of The President of India invites E-Tenders against Tender No DyCE-C-1-JHS-2023-06 Closing
Date/Time 12/05/2023 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers
are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Extension of existing Minor bridges to accommodate doubling track by pre-cast RCC Boxes,
Name of Work launching by crane and cutting of existing wing walls by stone cutter machine in Harpalpur-
Mahoba section under Jhansi-Khairar doubling project.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 12/05/2023 15:00 Date Time Of Uploading Tender 14/04/2023 18:15
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 196924976.50 Tendering Section RATE
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1134600.00 Validity of Offer ( Days) 60
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 28/04/2023 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A-USSOR-2021 186896822.39
Below/Par
011032 46000.00 cum 318.74 14662040.00 AT Par 14662040.00
Description:- Earthwork in filling in embankment, guide bunds, around buried type abutments, bridge gaps,
trolley refuges, platforms etc. with contractor's own earth conforming to Soil Quality Class SQ1/SQ2/SQ3, after
preparation of foundations as applicable, benching in existing banks wherever required, spreading in layers with
motor grader, bringing the moisture content to OMC, mechanical compaction to specified density and dressing of
1 bank to final profile as per RDSO Specifications: RDSO/2020/GE: IRS-0004 with latest correction slips. Note: 1)
Foundation preparation, Benching including additional earthwork on account of this, wherever required, shall be
paid extra under relevant schedule item for benching. 2) Payment for Earthwork under this item shall be made
based on the cross section measurements calculated (i) with original ground profile of existing bank based on
initial ground levels before doing benching and (ii) final profile of the bank worked out with final levels as per
prevailing guidelines. Using Soil Class SQ2
012040 7000.00 cum 984.01 6888070.00 AT Par 6888070.00
Description:- Manufacturing of blanketing material by wet mixing of naturally available suitable soil including
additional blending with naturally available or manufactured material as required to achieve specified gradation, in
2 designed proportion in Pug mill or wet mix plant to have uniform gradation including all incidental transportation,
laying over finished formation in uniform layer(s) with motor grader, compaction with suitable vibratory roller to
specified density and finishing to correct profile, complete as per RDSO Specification No. RDSO/2020/GE: IRS-
0004 with latest correction slips.
022011 8000.00 cum 196.66 1573280.00 AT Par 1573280.00
Description:- Earthwork in excavation by mechanical means (Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including setting out, dressing of sides, ramming of bottom, getting
out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming
3 and watering etc. including all lift, disposal of surplus soil up to a lead of 300m, all types of shoring and strutting
with all labour and material complete as per drawing and technical specification as directed by Engineer in charge.
Note: This item will be used for excavation work in connection with other miscellaneous works also like side drains,
foundation for OHE masts and other miscellaneous structures in connection with Gauge Conversion, Doubling,
New lines. All kinds of soils
022012 500.00 cum 405.35 202675.00 AT Par 202675.00

Pa g e 1 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

Description:- Earthwork in excavation by mechanical means (Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including setting out, dressing of sides, ramming of bottom, getting
4 out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming
and watering etc. including all lift, disposal of surplus soil up to a lead of 300m, all types of shoring and strutting
with all labour and material complete as per drawing and technical specification as directed by Engineer in charge.
Note: This item will be used for excavation work in connection with other miscellaneous works also like side drains,
foundation for OHE masts and other miscellaneous structures in connection with Gauge Conversion, Doubling,
New lines. Soft rock (not requiring blasting)
022014 500.00 cum 1114.41 557205.00 AT Par 557205.00
Description:- Earthwork in excavation by mechanical means (Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including setting out, dressing of sides, ramming of bottom, getting
out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming
5 and watering etc. including all lift, disposal of surplus soil up to a lead of 300m, all types of shoring and strutting
with all labour and material complete as per drawing and technical specification as directed by Engineer in charge.
Note: This item will be used for excavation work in connection with other miscellaneous works also like side drains,
foundation for OHE masts and other miscellaneous structures in connection with Gauge Conversion, Doubling,
New lines. Hard rock (blasting prohibited )
022031 700.00 cum 3434.82 2404374.00 AT Par 2404374.00
Description:- Providing and laying in position Plain cement concrete of specified Nominal Mix for miscellaneous
6 works like side drains, foundation for OHE masts and other miscellaneous structures excluding the cost of
Cement, centering and shuttering - All work up to plinth level : 1:1½:3 (1 Cement: 1½ coarse sand (zone-III) : 3
graded stone aggregate 20 mm nominal size)
022040 2100.00 cum 3645.58 7655718.00 AT Par 7655718.00
Description:- Providing and laying in position machine batched, machine mixed and machine vibrated Cement
Concrete of specified grade as per approved Design Mix (mixed in Mobile Concrete Batching/Mixing Plant at site
or RMC from approved plants) using 20mm graded crushed stone aggregate and coarse sand of approved quality
7 in RCC raft foundation & Pile cap including finishing, using Plasticiser in approved proportions (as per IS:9103), to
modify workability without impairing strength and durability complete as per specifications and direction of the
Engineer in charge. Note: 1. Payment for cement, reinforcement and shuttering shall be made extra under
relevant item. 2. Plasticiser shall invariably be used in approved proportion to increase workability with minimum
possible quantity of cement for all grade of Design Mix Concrete unless it is specifically approved citing reasons
for not using plasticiser at the stage of Mix Design and in that case deduction shall be made as per relevant item.
022052 2100.00 cum 3725.25 7823025.00 AT Par 7823025.00
Description:- Providing and laying in position machine batched, machine mixed and machine vibrated Cement
Concrete of specified grade as per approved Design Mix (mixed in Mobile Concrete Batching/Mixing Plant at site
or RMC from approved plants) using 20mm graded crushed stone aggregate and coarse sand of approved quality
for the following Reinforced cement concrete structural elements up to height of 9.0 m from foundation top level,
8 including finishing, using Plasticiser in approved proportions (as per IS:9103), to modify workability without
impairing strength and durability complete as per specifications and direction of the Engineer in charge. Note: 1.
Payment for cement, reinforcement and shuttering shall be made extra under relevant item. 2. Plasticiser shall
invariably be used in approved proportion to increase workability with minimum possible quantity of cement for all
grade of Design Mix Concrete unless it is specifically approved citing reasons for not using plasticiser at the stage
of Mix Design and in that case deduction shall be made as per relevant item. Wing wall and Return wall
022070 700.00 Metre 246.87 172809.00 AT Par 172809.00

9 Description:- Providing and fixing Weep Holes in Abutments, Wing walls and Return walls etc., of new bridges
with 110mm dia UPVC pipe Type A ISI marked with all contractor's men, material, transportation, all taxes as per
specifications and as directed by Engineer-in-Charge.
024010 3175.00 cum 4010.14 12732194.50 AT Par 12732194.50
Description:- Providing and casting machine batched, machine mixed and machine vibrated Cement Concrete of
specified grade as per approved Design Mix, mixed in Mobile Concrete Batching/Mixing Plant at site or RMC from
approved plants, (Cast in-Situ/Pre-cast) in bottom/top slab, side walls, toe wall and sumps haunch filling head
walls, thrust bed or any other component using 20mm graded crushed stone aggregate and coarse sand of
10 approved quality of RCC box of any size including finishing, Plasticiser in approved proportions (as per IS:9103),
to modify workability without impairing strength and durability, complete as per drawings and technical
specifications as directed by Engineer in charge. Note: 1. Payment for cement, reinforcement and shuttering shall
be made extra under relevant item. 2. Plasticiser shall invariably be used in approved proportion to increase
workability with minimum possible quantity of cement for all grade of Design Mix Concrete unless it is specifically
approved citing reasons at the stage of Mix Design and in that case deduction shall be made as per relevant item.
024020 700.00 cum 3645.58 2551906.00 AT Par 2551906.00

11
Pa g e 2 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33
DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

11
Description:- Providing and laying in position machine batched, machine mixed and machine vibrated Design Mix
Cement Concrete, mixed in Mobile Concrete Batching/Mixing Plant at site or RMC from approved plants, of
specified grade (cast in-situ) using 20mm graded crushed stone aggregate and coarse sand of approved quality in
Drop and curtain wall and alike structures below bed level, complete in all respect as per drawings and technical
specifications to the satisfaction of Engineer-in-Charge. Note: Payment for cement, reinforcement and shuttering
shall be made extra.
025020 3500.00 Sqm 185.09 647815.00 AT Par 647815.00

12 Description:- Providing and applying two coats of coal tar or bitumen confirming to IS:3117- latest version on the
top and sides of RCC box/slabs @ 1.70 kg/sqm after cleaning the surface with all labour and materials complete
job as directed by the Engineer.
025031 23000.00 Sqm 661.48 15214040.00 AT Par 15214040.00

13 Description:- Centering and shuttering including strutting, propping etc. and removal of form for : All types of
bridge sub-structures, e.g. pier, abutment, wing wall, retaining wall, RCC box type foundations, Abutment cap, Pier
Cap, Inspection Platform & Pedestal over Pier cap, Fender wall, Diaphragm wall etc. up to 5m above ground level
025032 2000.00 Sqm 860.71 1721420.00 AT Par 1721420.00
14 Description:- Centering and shuttering including strutting, propping etc. and removal of form for : All types of
bridge super-structures, e.g. slabs, I-girders, T-girders, Box girders etc. up to 5m above ground level.
025033 1001.00 Sqm 106.15 106256.15 AT Par 106256.15

15 Description:- Centering and shuttering including strutting, propping etc. and removal of form for : Extra for
additional height over item no. 025031 & 025032 wherever required with adequate bracing, propping etc. over
initial height of 5 metres for every additional height of 1 metre or part thereof.
025071 3637.00 MT 8153.06 29652679.22 AT Par 29652679.22
16
Description:- Supply and using Cement at Worksite Ordinary Portland Cement 43 grade approved brands/makes
025082 647960.00 Kg 80.14 51927514.40 AT Par 51927514.40

17 Description:- Supply of steel reinforcement of approved brands/makes for R.C.C. work including straightening,
cutting, bending, placing in position and binding all complete. Thermo-Mechanically Treated bars of grade Fe-
500D or more of approved brands/makes.
041205 22.00 Day 50713.19 1115690.18 AT Par 1115690.18
18 Description:- Providing road crane of specified lifting capacity with specified jib length revolving type for material
handling, assembly & erection of girders/slab/RCC Box etc. 100 MT capacity
041207 14.00 Day 267992.70 3751897.80 AT Par 3751897.80
19 Description:- Providing road crane of specified lifting capacity with specified jib length revolving type for material
handling, assembly & erection of girders/slab/RCC Box etc. 200 MT capacity
041209 5.00 Day 388272.84 1941364.20 AT Par 1941364.20
20 Description:- Providing road crane of specified lifting capacity with specified jib length revolving type for material
handling, assembly & erection of girders/slab/RCC Box etc. 300 MT capacity
051030 1000.00 cum 1153.97 1153970.00 AT Par 1153970.00
21
Description:- Supplying of stone boulders weighing not less than 35 kg each at specified bridge locations.
051060 200.00 cum 1815.76 363152.00 AT Par 363152.00

22 Description:- Providing and laying Pitching with Stone Boulders, weighing not less than 35kg each with voids filled
with spalls on slopes, laid over prepared filter media including boulder apron laid dry in front of toe of embankment
complete as per drawing and Technical Specifications (filter media to be paid separately under the relevant item).
052020 1200.00 cum 2300.80 2760960.00 AT Par 2760960.00
Description:- Providing and laying 300mm thick (average) Dry Stone flooring with boulders of not less than 35kg
23 each in weight, hand packed with surface levelled off to the correct section with hammer dressing as necessary on
the ground including filling the gaps with quarry spalls and ordinary sand complete including cost of supply of all
materials, labour, lead, lift, tools, plants, crossing of tracks and the like as per drawing and technical specification
as directed by Engineer in charge.
052040 500.00 cum 2470.29 1235145.00 AT Par 1235145.00
Description:- Supply and laying of coarse sand including consolidation with all labour, lead, lift, tools, plants,
24
crossing of tracks as per drawing and technical specification as directed by the Engineer in charge in case loose
slush is encountered at site of foundation before casting the foundation or laying the filtering media.
052150 6000.00 cum 2939.09 17634540.00 AT Par 17634540.00

25 Description:- Providing and laying of filter media consisting of granular materials of GW, GP, SW groups as per
IS:1498 (latest) in required profile behind boulder filling of abutments, wing walls / return walls etc. above bed level
with all labour and material complete job as per drawing and technical specification of RDSO Guidelines.
052200 82.00 Each 269.73 22117.86 AT Par 22117.86

26
Pa g e 3 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33
DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

26
Description:- Painting the HFL mark and Danger level mark, year of HFL on bridge abutments and piers with
ready mixed paint as per standard in two coats over one coat of primer with all materials, labour, tools, scaffolding,
all lead and lift etc. including writing complete.
052210 82.00 Each 804.44 65964.08 AT Par 65964.08
Description:- Providing cast in situ bridge number plaques as per Railway drawing in cement concrete 1:2:4 mix
27 using 20mm hard stone aggregate embedded in 30mm notch in Bridge parapet coping duly engraving the letter
and figures and an arrow indicating the direction of flow and finishing the top exposed surface with cement mortar
1:3, painting letters and figures with two coats of black enamel paint on two coats of white background with all
labour, tools, cement, paint etc. with all leads and lifts.
052250 1000.00 cum 359.00 359000.00 AT Par 359000.00

28 Description:- Providing Boulder Backing behind wing wall, return wall, retaining wall with hand packed boulders &
cobbles with smaller size boulders toward the back including all lead, lift, labour & other incidental charges as
complete work in all respect. Payment for boulder/cobbles will be done extra.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B-DSOR-2019 598795.00
Below/Par
15.9.1 300.00 cum 826.45 247935.00 AT Par 247935.00
Description:- DISMANTLING AND DEMOLISHING // Demolishing stone rubble masonry manually/ by
29
mechanical means including stacking of serviceable material and disposal of unserviceable material within 50
metres lead as per direction of Engineer-in-charge : // In lime mortar
15.9.2 200.00 cum 1754.30 350860.00 AT Par 350860.00

30 Description:- DISMANTLING AND DEMOLISHING // Demolishing stone rubble masonry 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

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule C-NS Items 9429359.11
Below/Par
NS1 1998.00 Metre 189.20 378021.60 AT Par 378021.60
Description:- "Providing and removing after completion of work barricading with the help of portable fencing
1 along the running track where the work is to be done in close vicinity of the track. Fencing shall consist of self
supporting 1:2:4 RCC post of size 100 x100mm, 1.80m long in provided with hooks etc. and embedded in ground
& placed at c/c distance of 3.0 M along the track.Barbed wire fencing in 3 row & cross row. Note : Released
material will be the property of the contractor after the completion of work. "
NS2 16400.00 Sqm 459.20 7530880.00 AT Par 7530880.00
Description:- Cutting of stone masonry wing walls / return walls of existing Minor bridges for extension of it to
accomodate doubling track, by stone cutter machine of suitable capacity and size. This includes all spare parts of
2 cutting machine, diesel, lubricants, electricity, transportation of machine to site and back, repair to breakdown of
above machine etc., all. Removal of muck/ earth after cutting, water supply and also removal of earth already
deposited over and around the foundation of wing wall and return wall is not included in this. Measurement of
work done will be cut surface area.
NS3 1507.00 Metre 1008.93 1520457.51 AT Par 1520457.51
Description:- Boring, providing and installing bored cast-in-situ reinforced cement concrete 300 mm dia. Pile of
3 all length M 35 grade to carry a safe working load not less than specified including cost of boring with bentonite
solution and temporary casing of appropriate length for setting out and removal of same and pile to be embedded
in the pile cap etc. all including removal of excavated earth with all lifts and leads. Length of pile for payment shall
be measured upto bottom of pile cap. Payment for steel reinforcement & cement will be made separately.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

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

Standard Financial Criteria

Pa g e 4 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or 'V'
whichever is less; where V= Advertised value of the tender in croresof Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
Allowed
1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No
(Mandatory)
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB attached with tender document, along with copies of
Audited Balance Sheets duly certified by the Chartered accountant / Certificate from
Chartered Accountant duly supported by Audited Balance Sheet.
The tenderer shall submit Annual Contractual Turnover Data for the Previous 3/4 Years
1.1 (Contractual Payment only) as per Annexure-VI-B of GCC April'2022, otherwise the offer No No Not Allowed
will be summarily rejected.
The average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years. However, in case balance
1.2 sheet of the previous year is yet to be prepared/ audited, the audited balance sheet of No No Not Allowed
the fourth previous year shall be considered for calculating average annual contractual
turnover

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
a) The tenderer must have successfully completed or substantially completed any one
of the following categories of work(s) during last 07 (seven) years, ending last day of
month previous to the one in which tender is invited:: Three similar works each costing
Allowed
1 not less than the amount equal to 30% of advertised value of the tender, or Two similar No No
(Mandatory)
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
b) (1) In case of tenders for composite works (e.g. works involving more than one
distinct component, such as Civil Engineering works, S&T works, Electrical works, OHE
works etc. and in the case of major bridges - substructure, superstructure etc.), tenderer
must have successfully completed or substantially completed any one of the following
categories of work(s) during last 07 (seven) years, ending last day of month previous to
the one in which tender is invited: (i) Three similar works each costing not less than the
1.1 No No Not Allowed
amount equal to 30% of advertised value of each component of tender, or (ii) Two
similar works each costing not less than the amount equal to 40% of advertised value of
each component of tender, or (iii) One similar work each costing not less than the
amount equal to 60% of advertised value of each component of tender. Note for b(1):
Separate completed works of minimum required values shall also be considered for
fulfillment of technical eligibility criteria for different components.
b)(2)In such cases, what constitutes a component in a composite work shall be clearly
1.1.1 pre-defined with estimated tender cost of it, as part of the tender documents without any No No Not Allowed
ambiguity.

Pa g e 5 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

b) (3) To evaluate the technical eligibility of tenderer, only components of work as


stipulated in tender documents for evaluation of technical eligibility, shall be considered.
The scope of work covered in other remaining components shall be either executed by
tenderer himself if he has work experience as mentioned in clause 7 of the Standard
General Conditions of Contract or through subcontractor fulfilling the requirements as per
clause 7 of the Standard General Conditions of Contract or jointly i.e., partly himself and
remaining through subcontractor, with prior approval of Chief Engineer in writing.
However, if required in tender documents by way of Special Conditions, a formal
agreement duly notarised, legally enforceable in the court of law, shall be executed by
the main contractor with the subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along with the offer for
1.1.2 No No Not Allowed
considering subletting of that scope of work towards fulfilment of technical eligibility.
Such subcontractor must fulfill technical eligibility criteria as follows: The subcontractor
shall have successfully completed at least one work similar to work proposed for
subcontract, costing not less than 35% value of work to be subletted, in last 5 years,
ending last day of month previous to the one in which tender is invited through a works
contract. Note: for subletting of work costing up to Rs 50 lakh, no previous work
experience of subcontractor shall be asked for by the Railway. In case after award of
contract or during execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the requirements
as per clause 7 of the Standard General Conditions of Contract, with prior approval of
Chief Engineer in writing.
Note for technical eligibility criteria: Work experience certificate from private individual
shall not be considered. However, in addition to work experience certificates issued by
any Govt. Organisation, work experience certificate issued by Public listed company
having average annual turnover of Rs 500 crore and above in last 3 financial years
excluding the current financial year, listed on National Stock Exchange or Bombay
Stock Exchange, incorporated/registered at least 5 years prior to the date of closing of
1.2 tender, shall also be considered provided the work experience certificate has been No No Not Allowed
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.
Credentials if submitted in foreign currency shall be converted into Indian currency i.e.,
Indian Rupee as under: The conversion rate of US Dollars into Rupees shall be the daily
representative exchange rates published by the Reserve Bank of India or entity
authorized by RBI to do so for the relevant date or immediately previous date for which
rates have been published. Where, relevant date shall be as on the last day of month
1.3 previous to the one in which tender is invited. In case of any other currency, the same No No Not Allowed
shall first be converted to US Dollars as on the last day of month previous to the one in
which tender is invited, and the amount so derived in US Dollars shall be converted into
Rupees at the aforesaid rate. The conversion rate of such currencies shall be the daily
representative exchange rates published by the International Monetary Fund for the
relevant date or immediately previous date for which rates have been published.
1.4 Explanation for Eligibility Criteria: No No Not Allowed
Substantially Completed Work means an ongoing work in which payment equal to or
more than 90% of the present contract value (excluding the payment made for
adjustment of Price variation (PVC), if any) has been made to the contractor in that
1.4.1 No No Not Allowed
ongoing contract and no proceedings of termination of contract on Contractor's default
has been initiated. The credential certificate in this regard should have been issued not
prior to 60 days of date of invitation of present tender
n case a work is started prior to 07 (seven) years, ending last day of month previous to
the one in which tender is invited, but completed in last 07 (seven) years, ending last
1.4.2 No No Not Allowed
day of month previous to the one in which tender is invited, the completed work shall be
considered for fulfillment of credentials.
If a work is physically completed and completion certificate to this extent is issued by
1.4.3 the concerned organization but final bill is pending, such work shall be considered for No No Not Allowed
fulfillment of credentials
In case of completed work, the value of final bill (gross amount) including the PVC
amount (if paid) shall be considered as the completion cost of work. In case final bill is
pending, only the total gross amount already paid including the PVC amount (if paid)
1.4.4 shall be considered as the completion cost of work. In case of substantially completed No No Not Allowed
work, the total gross amount already paid including the PVC amount (if paid), as
mentioned in the certificate, shall be considered as the cost of substantially completed
work.

Pa g e 6 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

if a bidder has successfully completed a work as subcontractor and the work experience
certificate has been issued for such work to the subcontractor by a Govt. Organization
1.4.5 or public listed company as defined in Note for Item 10.1 Para 10 of the Tender Form No No Not Allowed
(Second Sheet), the same shall be considered for the purpose of fulfillment of
credentials.
In case a work is considered similar in nature for fulfillment of technical credentials, the
overall cost including the PVC amount (if paid) of that completed work or substantially
1.4.6 No No Not Allowed
completed work, shall be considered and no separate evaluation for each component of
that work shall be made to decide eligibility
In case of existing partnership firm, if any one or more partners quit the partnership firm,
the credentials of remaining partnership firm shall be re-worked out i.e., the quitting
partner(s) shall take away his credentials to the extent of his share on the date of
quitting the partnership firm (e.g. in a partnership firm of partners A, B & C having share
1.4.7 30%, 30% & 40% respectively and credentials of Rs 10 crore; in case partner C quits No No Not Allowed
the firm, the credentials of this partnership firm shall remain as Rs 6 crore). For this
purpose, the tenderer shall submit along with his bid all the relevant documents which
include copy of previous partnership deed(s), dissolution deed(s) and proof of surrender
of PAN No.(s) in case of dissolution of partnership firm(s) etc.
In case of existing partnership firm if any new partner(s) joins the firm without any
modification in the name and PAN/TAN no. of the firm, the credentials of partnership
firm shall get enhanced to the extent of credentials of newly added partner(s) on the
1.4.8 same principles as mentioned in item 6 above. For this purpose, the tenderer shall No No Not Allowed
submit along with his bid all the relevant documents which include copy of previous
partnership deeds, dissolution/splitting deeds and proof of surrender of PAN No.(s) in
case of dissolution of partnership firm etc
In case of existing partnership firm if any new partner(s) joins the firm without any
modification in the name and PAN/TAN no. of the firm, the credentials of partnership
firm shall get enhanced to the extent of credentials of newly added partner(s) on the
1.4.9 same principles as mentioned in item 6 above. For this purpose, the tenderer shall No No Not Allowed
submit along with his bid all the relevant documents which include copy of previous
partnership deeds, dissolution/splitting deeds and proof of surrender of PAN No.(s) in
case of dissolution of partnership firm etc.
Any partner in a partnership firm cannot use or claim his credentials in any other firm
without leaving the partnership firm i.e., In a partnership firm of A&B partners, A or B
1.4.10 No No Not Allowed
partner cannot use credentials of partnership firm of A&B partners in any other
partnership firm or propriety firm without leaving partnership firm of A&B partners.
In case a partner in a partnership firm is replaced due to succession as per succession
1.4.11 law, the proportion of credentials of the previous partner will be passed on to the No No Not Allowed
successor.
If the percentage share among partners of a partnership firm is changed, but the
partners remain the same, the credentials of the firm before such modification in the
share will continue to be considered for the firm as it is without any change in their
1.4.12 No No Not Allowed
value. Further, in case a partner of partnership firm retires without taking away any
credentials from the firm, the credentials of partnership firm shall remain the same as it
is without any change in their value.
In a partnership firm "AB" of A&B partners, in case A also works as propriety firm "P" or
partner in some other partnership firm "AX", credentials of A in propriety firm "P" or in
1.4.13 No No Not Allowed
other partnership firm "AX" earned after the date of becoming a partner of the firm AB
shall not be added in partnership firm AB.
In case a tenderer is LLP, the credentials of tenderer shall be worked out on above lines
1.4.14 No No Not Allowed
similar to a partnership firm.
In case company A is merged with company B, then company B would get the
1.4.15 No No Not Allowed
credentials of company A also
1.5 Defination of Similar Work :- Construction of any type of Bridge No No Not Allowed

5. COMPLIANCE

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

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Please furnish list of Works on hand and list of other completed works in past. No No
(Optional)

Pa g e 7 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

Please furnish list of personal, organization available on hand and proposed Allowed
2 No No
to be engaged for the subject work. (Optional)
The tenderer shall upload scanned copies of mandatory documents related to
Joint venture i.e., MOU /JV agreement etc., Similarily all the documents Allowed
3 No No
related to partnership firm / properiter firm/ company or other, as per the (Mandatory)
applicable conditions of GCC of April -2022 and its correction slip.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
4 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
Please submit your bank details i.e. Name of the Bank along with Bank Allowed
5 No No
Branch Code, Account Number, IFSC Code, and PAN Number. (Mandatory)
Certificates and testimonials regarding similar nature work done and other Allowed
6 No No
works done. Other works done also to be given in separate list. (Mandatory)
Audited Balance Sheet duly certified by the Chartered Accountant etc Allowed
6.1 No No
regarding contractual payments received in the past. (Mandatory)
Please submit filled Annexure-VIB duly signed by Chartered accountant & Allowed
6.1.1 No No
tenderes as applicable. (Mandatory)
The list of personnel / organization on hand and proposed to be engaged for
Allowed
6.2 the tendered work. Similarly list of Plant & Machinery available on hand and No No
(Optional)
proposed to be inducted and hired for the tendered work
Certificate duly stating all the conditions as given in document verification
certificate as per Annexure-V of correction slip dated 14.07.2022 of GCC April
2022, this correction slip is uploaded in this tender. Non submission of this
Allowed
6.3 certificate by the bidder shall result in summarily rejection of his / their bid. It No No
(Mandatory)
shall be mandatorily incumbent upon the tenderer to identify, state and submit
the supporting documents duly self attested by which they /he are /is
qualifying the Qualifying Criteria mentioned in this Tender Document.
The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
6.4 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
verification or lack of such verification, by the Railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the
Railway there under.
(a) In case of any information submitted by tenderer is found to be false
forged or incorrect at any time during process for evaluation of tenders, it
6.5 No No Not Allowed
shall lead to forfeiture of the tender Earnest Money Deposit besides banning
of business for a period of upto five years.
(b) In case of any information submitted by tenderer is found to be false
forged or incorrect after the award of contract, the contract shall be
terminated. Earnest Money Deposit (EMD), Performance Guarantee and
6.5.1 No No Not Allowed
Security Deposit available with the railway shall be forfeited. In addition, other
dues of the contractor, if any, under this contract shall be forfeited and agency
shall be banned for doing business for a period of upto five years.
Non-compliance with any of the conditions set forth therein above is liable to
6.6 No No Not Allowed
result in the tender being rejected.
Implementation of GST Act, 2017 - Procedure for payment of Contractual bill
7 is given in General Instructions attached in document. Please go through the No No Not Allowed
procedure before submission of the offer.
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / HUF etc. The
Allowed
8 tenderer(s) shall enclose the attested copies of the constitution of their No No
(Mandatory)
concern, and copy of PAN Card along with their tender. Tender Documents
are to be signed by the person who is authorized as per GCC of April-2022
including its correction slip.
The tenderer whether sole proprietor / a company or a partnership firm / joint
venture (JV) / registered society / registered trust / HUF etc., if they want to
Allowed
8.1 act through agent or individual partner(s), should submit along with the No No
(Mandatory)
tender, all the required documents as per GCC of April-2022 including its
correction slip.

Pa g e 8 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

An undertaking shall be submitted by sole proprietorship firm, HUF, JV, LLP,


Company registered under companies Act 2013 that he/they are not
blacklisted or debarred by Railways or any other Ministry / Department of the
Govt. of India from participation in tenders / contracts as on the date of Allowed
9 No No
opening of bids, either in their individual capacity or in any firm in which they (Mandatory)
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.
In case of partnership firm an undertaking shall be submitted 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 from participation in
Allowed
9.1 tenders / contracts as on the date of opening of bids, either in their individual No No
(Mandatory)
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.
Please submit your correspondence address, e-mail ID and valid phone Allowed
10 No No
number. (Mandatory)
Allowed
11 Please submit your bank details as per ANNEXURE -a of Tender Document. No No
(Mandatory)
The tenderer will give full information as to the date of retirement of such
Engineer or gazetted officer from the said service and as to whether
permission for taking such contract, or if the Contractor be a partnership firm
or an incorporated company, to become a partner or director as the case may
be, has been obtained by the tenderer or the Engineer or officer, as the case
may be from the President of India or any officer, duly authorized by him in
this behalf, shall be clearly stated in writing at the time of submitting the
tender,if a tenderer is - i) be a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, whether in the executive
Allowed
12 or administrative capacity or whether holding a pensionable post or not, in the No No
(Optional)
Engineering or any other department of any of the railways owned and
administered by the President of India for the time being, OR ii) being
partnership firm / joint venture (JV) / registered society / registered trust etc
have as one of its partners a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the gazetted rank or
any other gazetted officer working before his retirement as one of its directors
AND in case where such Engineer or officer had not retired from government
service at least 1 year prior to the date of submission of the tender
If a tenderer or Contractor being an individual, have member(s) of his family
or in the case of partnership firm/ company / joint venture (JV) / registered
society / registered trust etc. one or more of his partner(s)/shareholder(s) or
member(s) of the family of partner(s)/shareholder(s) having share of more Allowed
12.1 No No
than 1% in the tendering entity employed in gazetted capacity in the (Optional)
Engineering or any other department of the railway, then the tenderer at the
time of submission of tender, will inform the authority inviting tenders the
details of such persons.
Allowed
12.1.1 Please submit Annexure-1 first sheet and Annexure-2 second sheet. No No
(Mandatory)
Please submit tender document duly signed by authorized signatory as Allowed
12.1.2 No No
applicable. (Mandatory)
BID capacity - Tender has to submit the BID capacity details as per annexure
VI of GCC April 2022 & its Correction Slip No.correction slip No.1 of GCC April Allowed
13 No No
2022 circulated under Letter No.200//CE-I/CT/GCC2022/Policy dated (Mandatory)
14.07.2022
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / HUF etc. The
tenderer(s) shall enclose the attested copies of the constitution of their Allowed
14 No No
concern, and copy of PAN Card along with their tender. Tender Documents in (Mandatory)
such cases are to be signed by such persons as may be legally competent to
sign them on behalf of the firm, company, association, trust or society, as the
case may be.

Pa g e 9 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

The tenderer whether sole proprietor / a company or a partnership firm / joint


venture (JV) / registered society / registered trust / HUF etc if they want to act
through agent or individual partner(s), should submit along with the tender, a
copy of power of attorney duly stamped and authenticated by a Notary Public
or by Magistrate in favour of the specific person whether he/they be partner(s)
of the firm or any other person specifically authorizing him/them to submit the
tender, sign the agreement, receive money, co-ordinate measurements Allowed
14.1 No No
through contractor's authorized engineer, witness measurements, sign (Mandatory)
measurement books, compromise, settle, relinquish any claim(s) preferred by
the firm and sign "No Claim Certificate" and refer all or any disputes to
arbitration. The above power of attorney shall be submitted even if such
specific person is authorized for above purposes through partnership deed /
Memorandum of Understanding / Article of Association or such other
document, failing which tender is liable to be rejected.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
1 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
For those conditions for which standard formats have been given in the
2 uploaded document titled-Formats for uploading of various format. The No No Not Allowed
informations should only be submitted in these standard formats.
Sales tax/Business tax will be recovered as per extant instruction on the
3 No No Not Allowed
subject.
Before quoting rates tenderers are to read and understand all the
4 clause/condition/free provisions incorporated in tender document and quote No No Not Allowed
their rates accordingly.
In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST
from his/their bills under reverse charge mechanism (RCM) and deposit the
5 same to the concerned authority. Complince with GST Act 2017- Change in No No Not Allowed
Para (a) of Clause 6 Para -I of Indian Railway Standard Genral Condition of
Contract, July 2014 "(Authority RBds letter No.2017/CE-I/CT/4/GST dated
23.06.17)."
For enactment of The Building and other construction workers (RECS)
Act,1996 and the Building and other construction workers welfare cess Act,
1996- , the tenderer shall be required to pay cess 1 percent of cost of
6 No No Not Allowed
construction work to be deducted from each bill. Cost of material shall be
outside the purview of cess, when supplied under a separate schedule item
Railway Boards No. 2008/ CE-1 CT/6 Dt. 09-07-2008.
Applicability of JVs/ CONSORTIUM/ MOUs: JVs/ Consortium/ MOUs shall be
7 No No Not Allowed
considered for the tenders of value more than Rs. 10 crore (Ten crore).
8 Provision of Efficient and Competent Staff at Work Sites by the Contractor: No No Not Allowed
The Contractor shall place and keep on the works at all times efficient and
competent staff to give the necessary directions to his workmen and to see
8.1 that they execute their work in sound & proper manner and shall employ only No No Not Allowed
such supervisors, workmen & labourers in or about the execution of any of
these works as are careful and skilled in the various trades.
The contractor shall at once remove from the works any agents, permitted sub
contractor, supervisor, workman or labourer who shall be objected to by the
8.1.1 No No Not Allowed
engineer and if and whenever required by the engineer, he shall submit a
correct return showing the names of all staff and workman employed by him.
In the event of the engineer being of the opinion that the contractor is not
employing on the works a sufficient number of staff and workman as is
necessary for proper completion of the works within the time prescribed, the
contractor shall forthwith on receiving intimation to this effect deploy the
8.1.2 No No Not Allowed
additional number of staff & labour as specified by the engineer within seven
days of being so required and failure on the part of contractor to comply with
such instructions will entitle the railway rescind the contract under clause 62 of
the conditions.
Clause 26A to GCC - Deployment of qualified Engineers at work site by the
9 No No Not Allowed
contractor:

Pa g e 10 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

The Contractor shall also employ Qualified Graduate Engineer or Qualified


Diploma Holder Engineer, based on value of contract prescribed by the
ministry of railways as under: (a) One Qualified Graduate Engineer when cost
9.1 No No Not Allowed
of work to be executed is Rs.200 lakh & above and, (b) One Qualified Diploma
Holder Engineer when cost of work to be executed is more than Rs. 25Lakh,
but less than Rs.200Lakh.
In case the contractor fails to employ the engineer, as aforesaid in Para 26A.1,
he shall be liable to pay a penalty at the rate of Rs.40000/- and Rs.25000/- for
9.2 No No Not Allowed
each month or part thereof for the default period for the provisions, as
contained in Para 26.A.1 (a) & (b) above respectively.
Maintenance Of Works : The Contractor shall at all times during the progress
and continuance of the works and also for the period of maintenance specified
in the Tender Form after the date of passing of the certificate of completion by
the Engineer or any other earlier date subsequent to the completion of the
works that may be fixed by the Engineer be responsible for and effectively
maintain and uphold in good substantial, sound and perfect condition all and
every part of the works and shall make good from time to time and at all times
as often as the Engineer shall require, any damage or defect that may during
10 No No Not Allowed
the above period arise in or be discovered or be in any way connected with the
works, provided that such damage or defect is not directly caused by errors in
the contract documents, act of providence or insurrection or civil riot, and the
Contractor shall be liable for and shall pay and make good to the Railway or
other persons legally entitled thereto whenever required by the Engineer so to
do, all losses, damages, costs and expenses they or any of them may incur or
be put or be liable to by reasons or in consequence of the operations of the
Contractor or of his failure in any respect.
clause 55 B to GCC: Provision of employees provident fund and Miscellaneous
provisions act 1952: The Contractor shall comply with the provisions of Para
30 & 36-B of the Employees Provident Fund Scheme, 1952; Para 3 & 4 of
Employees' Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit
11 No No Not Allowed
Linked Insurance Scheme, 1976; as modified from time to time through
enactment of "Employees Provident Fund & Miscellaneous Provisions Act,
1952", wherever applicable and shall also indemnify the Railway from and
against any claims under the aforesaid Act and the Rules.
The provision of Construction and Demolition Waste Management Rule 2016
issued by Ministry of Environment Forest and Climate Change dated
12 29.03.2016 and published in the Gazette of India, Part - II, Section -3, Sub- No No Not Allowed
section (ii) are binding upon the Contractor. Contractor shall implement these
provisions at worksites, for which no extra payment will be payable
The tenderer/s is/are advised to visit the site of work and investigate actual
conditions regarding nature and conditions of soil, difficulties involved due to
inadequate stacking space, due to built up area around the site, availability of
materials water and labour probable sites for labour camps, stores, godowns,
etc. They should also satisfy themselves as to the sources of supply and
13 No No Not Allowed
adequacy for their respective purpose of different materials referred in the
specifications and indicated in the drawings. 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 work described in the schedule.
The tenderer/s shall keep them updated about any modification in tender
notice and tender document, issued by Railway through newspapers, IREPS
website or E-mail or any other means and shall act accordingly. It is the
14 No No Not Allowed
responsibility of the tenderer to check any correction or any modifications
published subsequently in website and the same shall taken into account while
submitting the tender.
NOTICE TO PUBLIC BODIES:- The contractor shall give to the Municipality,
Police and other authorities all notices that may be required by the law and
obtain all requisite licenses for temporary obstructions, enclosures and pay all
15 fees, taxes and charges which may be leviable on account of his own No No Not Allowed
operation in executing the contract. He should make good any damage to
adjoining premises whether public or private and provide and maintain any
light etc. required in night.

Pa g e 11 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

Wherever any reference to Code, Specifications etc., is made in this tender


document, it shall be taken as a reference to the latest version thereof
16 including all amendments and corrections etc. However, where these No No Not Allowed
specifications do not cover full details relevant Indian Standard Specification
shall be followed. Decision of the Chief Engineer shall be final in this regard.
All the works, which are to be done under traffic block, in electrified territory,
17 contractor will have to take all precautions for safety of track and running trains No No Not Allowed
as well as safety of his labour in terms of Indian Railways P.Way manual.
The work will be executed under supervision of Railway Engineer in-charge or
18 No No Not Allowed
his authorized representative at site.
The vehicles and equipment of contractors can be used by Railway
Administration in case of accidents or natural calamities involving human lives,
19 No No Not Allowed
and payment in respect of that would be made by operating the item as a non
scheduled item.
Contractor will issue identity cards to all his supervisors/laborers working at
20 No No Not Allowed
site as per Proforma given by Railway.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Contractor's measurement-Measurement of work by the contractor for all the
works costing more than Rs. 5 crore shell be applicable as per provisions laid
down in Railway Board's letter No.2016/CE-I/CT/14/Measurement/3 dated
1 No No Not Allowed
21.09.2017 along with the relevent amendments in General Condition Of
contract and advance correction slip No.50 to Indian Railway Code for
Engineering.
(A)Contractor is to abide by the provisions of payment of wages act &
Minimum wages act in terms of clause 54 and 55 of Indian Railways General
condition of contract. In order to ensure the same, an application has been
2 developed and hosted on website ' www. Shramikkalyan indianrailways.gov.in; No No Not Allowed
Contractor shall register his firm/company etc. and upload requisite details of
labour and their payment in this portal. These details shall be available in
public domain.(Railway Board's letter No. 2018/CE-I/CT/4 dated 17.10.2018)
Special Conditions of contract for mandatory updation of Labour Data on
Railway's Srakimkalyan Portal by Contract. Clause 54 & 55 of Indian Railway
General Conditions of Contract deals with Wages to labour and action in case
of default of contractor to payment of wages. In order to increase transparency
in payment of Contract Labour wages and other payments, a web based e-
application has been developed and hosted on website
3 No No Not Allowed
www.shramikkalyan.indianrailway.gov.in. All contractors are required to upload
details of their LoAs, engaged workmen, wage payment details, PF/ESI details,
bonus details etc., on monthly basis. This details so uploaded shall be
available in public domain. In order to ensure prompt and proper uploading of
details related to LoAs, engaged workmen, wage & other payment details. The
special condition is as under:

Pa g e 12 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

A.Contactor is to abide by the provisions of Payment of Wages act & Minimum


Wages act in terms of clause 54 and 55 of Indian Railway General Condition of
Contract. In order to ensure the same, an application has been developed and
hosted on website 'www.shramikkalyan.indianrailways.gov.in'. Contractor shall
register his firm/company etc. and upload requisite details of labour and their
payment in this portal. These details shall be available in public domain. The
Registration/ updation of Portal shall be done as under: (a) Contractor shall
apply for onetime registration of his company/firm etc. in the Shramikkalyan
portal with requisite details subsequent to issue of Letter of Acceptance.
Engineer shall approve the contractor's registration on the portal within 7 days
of receipt of such request. (b) Contractor once approved by any Engineer, can
3.1 create password with login ID (PAN No.) for subsequent use of portal for all No No Not Allowed
LoAs issued in his favour. (c) The contractor once registered on the portal,
shall provide details of his Letter of Acceptances (LoA)/Contract Agreement on
shramikkalyan portal within 15 days of issue of any LoA for approval of
concerned engineer. Engineer shall update (if required and approve the
details of LoA filled by contractor within 7 days of receipt of such request. (d)
After approval of LoA by Engineer, contractor shall fill the salient details of
contract labours engaged in the contract and ensure updating of each wage
payment to them on shramikkalyan portal on monthly basis. (e) It shall be
mandatory upon the contractor to ensure correct and prompt uploading of all
salient details of engaged contractual labour & payments made thereof after
each wage period.
B.While processing payment of any 'On Account bill' or 'Final bill' or release of
'Advances' or 'Performance Guarantee/Security deposit', contractor shall
submit a certificate to the Engineer of Engineer's representatives that " I have
3.2 uploaded the correct details of contract labours engaged in connection with No No Not Allowed
this contract and payment made to them during the wage period in Railway's
Shramikkalyan portal at 'www.shramikkalyan.indianrailways.gov.in' till_____
Month,_______ year."
In term of NCR/HQ's letter No. 276.W/51/Correction/Code & Manual dt.
19.11.20, the term " On the date of opening of bid" may please be read as "
On the date of submission of bid" in tender document conditions in connection
4 No No Not Allowed
with undertaking for not being black listed or debarred by Railways or any
other department of the Govt. of India from participation in tenders, wherever
mentioned.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
SITE LABORATORY The contractor shall be required to provide a site
laboratory-cum-site office with adequate space for equipment for carrying out
Allowed
1 testing aggregates, water, cement, sand and testing of concrete for No No
(Mandatory)
compressive strength and workability, sieve analysis arrangements for
aggregates and supporting assessments.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The amount as situplated in tender document is herewith forwarded as
Earnest Money. Full value of the earnest Money shall stand forfeited without
1 No No Not Allowed
prejudice to any other right or remedies in case my/our Tender is accepted
and if :
I/We do not execute the contract documents as stipulated in performance
1.1 No No Not Allowed
gurantee clause of GCC as detailed in general instructions.
I/We do not commence the work within Fifteen days after receipt of orders to
1.2 No No Not Allowed
that effect.

Pa g e 13 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

I/We have read the various conditions to tender attached hereto and agree to
abide by the said conditions. I/We also agree to keep this tender open for
acceptance for stipulated period from the date fixed for opening the same and
in default thereof, I/We will be liable for forfeiture of my/our Earnest Money .
2 No No Not Allowed
I/We offer to do the work for North Central Railway, 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 of acceptance of the tender.
I/We have read the various conditions attached/ referred to in this tender
3 No No Not Allowed
document, and agree to abide by the said conditions.
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 Specifications of materials and works and Special
4 No No Not Allowed
Conditions of Contract as laid down by Railway in the annexed Special
Conditions/Specifications with all correction slips up-to-date for the present
contract.
I/We have submitted full information in prescribed format regarding
membership / employment of retired Gazetted officer and family members
working in gazetted capacity in the Engineering or any other department of the
railways. If no information is provided in this regard or if Annexure-1 is not
5 No No Not Allowed
submitted then the information shall be treated as nil. If found that information
in this regard as required as per clause 16 a), b), c) of GCC-2020 has been
concealed, contract is liable to be dealt in accordance with provision of clause
62 of Standard General Condition of contract.
I/ We have visited the works site and I / We am / are aware of the site
6 No No Not Allowed
conditions.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
7 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
I/We have submitted the certificate in a format attached in Tender Documents.
8 My/our offer will summarily rejected in case of non-submission of such No No Not Allowed
certificate in compliance of Annexure-V.
I/We have read Clause 10 (Eligibility Criteria) and Clause 11 (Tenderer
9 Credentials)of Tender Form (Second Sheet) given in Annexure-I of Part-I of No No Not Allowed
IRS GCC.

6. Documents attached with tender

S.No. Document Name Document Description


1 CorrectionSlipNo-2toGCC.pdf Correction slip No 2 to GCC
2 specialcondition.pdf Special Condition
3 Tenderdocument.pdf Tender Document
4 PCEsafetyCircular103-R.pdf PCE safety circular
5 JPOforhandlingofSNTcables.pdf JPO for handing of SNT cables
6 MakeinIndiacirculars.pdf Make in India circular
GCC_April-2022_2022_CE-I_CT_GCC-
7 GCC April 2022
2022_POLICY_27_04_22.pdf
8 Brandsofmaterial.pdf Brands of material
9 CorrectionSilpNo1dated14july2022ofGCCApril2022.pdf Correction slip GCC Apri2022

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.

Pa g e 14 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33


DYCE-C-JHS-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: DyCE-C-1-JHS-2023-06 Closing Date/Time: 12/05/2023 15:00

Signed By: SHOBH NATH

Designation : Dy.CE/C-I/JHS

Pa g e 15 o f 15 Ru n Da te/Time: 18 /0 4/2 0 2 3 16 :46 :33

You might also like