Professional Documents
Culture Documents
TENDER DOCUMENT
Tender No: JHS-TD-TENDER-2023-20 Closing Date/Time: 01/12/2023 15:00
Sr.DEE TRD JHS acting for and on behalf of The President of India invites E-Tenders against Tender No JHS-TD-TENDER-2023-20
Closing Date/Time 01/12/2023 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
OHE modification work in connection with COP Shed Extension work at Platform No. 1 and
Name of Work
Platform No. 02/03 at Bhind station in Gwalior-Bhind section of Jhansi Division
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 01/12/2023 15:00 Date Time Of Uploading Tender 07/11/2023 12:43
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 2296159.39 Tendering Section TRACTION
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 45900.00 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 17/11/2023 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 01-Section 1 ( General) 69220.80
Below/Par
Per Track
1a 3.00 3242.00 9726.00 428.00 51353.28
1 KM
Description:- Prepration of drawing, design for Overhead equipment and varification of purchaser pegging plan.
31a 6.00 Each 564.00 3384.00 428.00 17867.52
2
Description:- Transfer of equipment from one mast or support to another
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 02-Section 2 ( Concrete) 491863.20
Below/Par
Please see Item Breakup for details. 80528.00 473.00 461425.44
1
Description:- Concrete for Foundation and Plinth in hard soil
Please see Item Breakup for details. 5312.00 473.00 30437.76
2
Description:- Concrete for Foundation and Plinth in other than hard soil and rock.
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 03-Section 3 (Ferrous) 1335222.23
Below/Par
Please see Item Breakup for details. 144639.00 488.00 850477.32
1
Description:- Supply & Erection of fabricated and galvanised structures like Portals (N, O & R type)
Please see Item Breakup for details. 42919.61 488.00 252367.31
2
Description:- Supply and manual erection of fabricated & galvanised steel work other than mast.
Please see Item Breakup for details. 4354.00 488.00 25601.52
3
Description:- Supply & erection of guy rod assembly
Please see Item Breakup for details. 17784.00 488.00 104569.92
4
Description:- Supply without insulator and erection of single bracket assembly for conventional type OHE
Please see Item Breakup for details. 3810.00 488.00 22402.80
5
Pa g e 1 o f 12 Ru n Da te/Time: 0 7/11/2 0 2 3 12 :44:2 6
JHANSI DIVISION-ELECTRICAL/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: JHS-TD-TENDER-2023-20 Closing Date/Time: 01/12/2023 15:00
5 Description:- Supply without insulator and erection of materials for termination of double overhead equipment
conductor
Please see Item Breakup for details. 5914.00 488.00 34774.32
6
Description:- Supply without insulator and erection of anticreep with galvd. Steel wire
Please see Item Breakup for details. 6000.00 488.00 35280.00
7
Description:- Supply and erection of structures bond/L-Bond/Transverse Bond
Please see Item Breakup for details. 1658.00 488.00 9749.04
8
Description:- Supply and erection of single earth electrode
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 04-Section 4 (Non Ferrous) 21598.72
Below/Par
Please see Item Breakup for details. 3776.00 472.00 21598.72
1
Description:- Supply and erection of small copper jumper
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 05-Section 5 (Insulator) 95488.64
Below/Par
4axi 6.00 Each 1798.00 10788.00 399.00 53832.12
1
Description:- Supply of Insulator for item no 4(a) (i)
8bx 2.00 Each 1222.00 2444.00 399.00 12195.56
2
Description:- Supply of insulators for item 8(b)(ii)/(iii)
9ax 1.00 Each 2444.00 2444.00 399.00 12195.56
3
Description:- Supply of insulators for item 9(a)
Please see Item Breakup for details. 3460.00 399.00 17265.40
4
Description:- Supply and erection of solid core cut in insulators
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 06-Section 6 (Extra on erection rate for work under Power Block) 145633.47
Below/Par
3bi 6.60 MT 2313.00 15265.80 454.00 84572.53
1
Description:- Extra on erection of fabricated and galvanised structures like Portals (N, O & R type) under PB
3c 1.91 MT 2313.00 4417.83 454.00 24474.78
2
Description:- Extra on erection of fabricated & galvanised steel work other than mast under PB.
3e 2.00 Numbers 226.00 452.00 454.00 2504.08
3
Description:- Extra on erection of guy rod assembly under PB
4ai 6.00 Each 198.00 1188.00 454.00 6581.52
4
Description:- Extra on erection of single bracket assembly for conventional type OHE under PB.
8bii 2.00 Each 224.00 448.00 454.00 2481.92
5
Description:- Extra on erection of materials for termination of double overhead equipment conductor under PB
9a 1.00 Each 630.00 630.00 454.00 3490.20
6
Description:- Extra on erection of anticreep with galvd. Steel wire under PB
11ai 2.00 Each 135.00 270.00 454.00 1495.80
7
Description:- Extra on Erection of cut-in insulators under PB
15aii 4.00 Each 58.00 232.00 454.00 1285.28
8
Description:- Extra on erection of small copper jumper under PB
31a 6.00 Each 564.00 3384.00 454.00 18747.36
9
Description:- Transfer of equipment from one mast or support to another under PB
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule 07-Section 7 (Non Schedule Items) 137132.33
Below/Par
001 2.00 Numbers 1272.20 2544.40 AT Par 2544.40
001
001
Description:- Dismantling of ATD/FTA/ACA
002 1000.00 MT-Km 11.74 11740.00 AT Par 11740.00
002
Description:- Transportation of material
003 2.00 Numbers 446.39 892.78 AT Par 892.78
003
Description:- Dismantling of Guy Rod assembly
004 1.00 MT 6374.84 6374.84 AT Par 6374.84
004
Description:- Dismantling of SPS
005 6.00 Numbers 936.33 5617.98 AT Par 5617.98
005
Description:- Cutting and removal of OHE of mast and portals
006 30.00 Kg 868.64 26059.20 AT Par 26059.20
006
Description:- Supply of Dropper Wire
007 8.00 Each Span 2006.86 16054.88 AT Par 16054.88
007
Description:- Erection of dropper wire as per dropper schedule
008 8.00 Each Span 1989.89 15919.12 AT Par 15919.12
008
Description:- Dismantling of dropper wire on existing OHE
Please see Item Breakup for details. 5630.30 AT Par 5630.30
009 Description:- Supply & Erection of Retro reflective type Location number plates, DJ ope, DJ close, 250 Mtr, 500
Mtr, and DJ close for EMU/MEMU, Sigma boards/ Engine stop board, Caution boards etc.
010 2.00 Numbers 1045.31 2090.62 AT Par 2090.62
010
Description:- Extra for "Dismantling of ATD/FTA/ACA" under PB
011 2.00 Numbers 288.26 576.52 AT Par 576.52
011
Description:- Extra for "Dismantling of Guy Rod assembly" under PB
012 1.00 MT 6249.77 6249.77 AT Par 6249.77
012
Description:- Extra for "Dismantling of SPS" under PB
013 6.00 Numbers 989.44 5936.64 AT Par 5936.64
013
Description:- Extra for "Cutting and removal of OHE of mast and portals" under PB
014 8.00 Each Span 1965.33 15722.64 AT Par 15722.64
014
Description:- Extra for "Erection of dropper wire as per dropper schedule" under PB
015 8.00 Each Span 1965.33 15722.64 AT Par 15722.64
015
Description:- Extra for "Dismantling of dropper wire on existing OHE" under PB
3. ITEM BREAKUP
4. ELIGIBILITY CONDITIONS
5. COMPLIANCE
Commercial-Compliance
Documents to be Submitted Along with Tender: (i) 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 / Hindu Undivided Family (HUF) / Limited Liability
Partnership (LLP) etc. The tenderer(s) shall enclose the attested copies of the
constitution of their concern, and copy of PAN Card along with their tender.
Tender Documents in 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. (ii)Following documents shall be
submitted by the tenderer: (a)Sole Proprietorship Firm: (i)All documents in
terms of Para 10 of the Tender Form (Second Sheet) above. (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)All other documents in terms of Para 10
of the Tender Form (Second Sheet) above. (c)Partnership Firm: (i)All
documents as mentioned in para18 of the Tender Form (Second Sheet).(d)
Joint Venture (JV): All documents as mentioned in para 17 of the Tender Form
Allowed
9 (Second Sheet). (e)Company registered under Companies Act2013: (i)The No No
(Mandatory)
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)All other
documents in terms Para 10 of the Tender Form (Second Sheet) above.(f)LLP
(Limited Liability Partnership): (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 undertaking by all partners of
the LLP that 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 submission of bids, either in their individual
capacity or in any firm/LLP or JV in which they were / are partners/members.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the Standard General Conditions of
Contract. (v)All other documents in terms of Para 10 of the Tender Form
(Second Sheet).
General Instructions
The Security Deposit shall be 5% of the contract value. The Bid Security
submitted by the Contractor with his tender will be retained/encashed by the
Railways as part of security for the due and faithful fulfillment of the contract by
the Contractor. Provided further that, if Contractor submits the Cash or Term
Deposit Receipt issued from a Scheduled commercial bank of India or
irrevocable Bank Guarantee Bond from a Scheduled commercial bank of India,
either towards the Full Security Depositor the Part Security Deposit equal to or
more than Bid Security, the Railway shall return the Bid Security, to the
Contractor. Balance of Security Deposit may be deposited by the Contractor in
cash or Term Deposit Receipt issued from Scheduled commercial bank of
India or irrevocable Bank Guarantee bond issued from Scheduled commercial
bank of India, or may be recovered at the rate of 6% of the bill amount till the
full Security Deposit is recovered. Provided also that in case of defaulting
Contractor, the Railway may retain any amount due for payment to the
Contractor on the pending "on account bills" so that the amounts so retained
1.1 (including amount guaranteed through Performance Guarantee) may not No No Not Allowed
exceed 10% of the total value of the contract. The Irrevocable Bank Guarantee
submitted towards Security deposit shall be initially valid up to the stipulated
date of Maintenance period plus 60 days and shall be extended from time to
time, depending upon extension of contract granted in terms of Clause 17A
and 17B of the Standard General Conditions of Contract. Note: Security
Deposit deposited in cash by the Contractor or recovered from the running
bills of a Contractor or submitted by contractor as Term Deposit Receipt(s) can
be refunded/returned to the contractor, in lieu of irrevocable Bank Guarantee
bond issued from scheduled commercial bank of India, to be submitted by him,
for an amount equal to or more than the already available Security Deposit,
provided however that, in a contract of value less than Rs. 50 Crore, such
refund/ return of the already available Security Deposit is permitted up to two
times and in a contract of value equal to or more than Rs. 50 Crore, such
refund / return of the already available Security Deposit is permitted up to
three times.
The successful bidder shall have to submit a Performance Guarantee (PG)
within 21 (Twenty one) days from the date of issue of Letter of Acceptance
(LOA). Extension of time for submission of PG beyond 21 (Twenty one) days
and upto 60 days from the date of issue of LOA may be given by the Authority
who is competent to sign the contract agreement. However, a penal interest of
12% per annum shall be charged for the delay beyond 21(Twenty one) days,
i.e. from 22ndday after the date of issue of LOA. Further, if the 60thday
happens to be a declared holiday in the concerned office of the Railway,
submission of PG can be accepted on the next working day.In all other cases,
2 No No Not Allowed
if the Contractor fails to submit the requisite PG even after 60 days from the
date of issue of LOA, the contract is liable to be terminated. In case contract is
terminated railway shall be entitled to forfeit Bid Security and other dues
payable to the contractor against that particular contract, subject to maximum
of PG amount. In case a tenderer has not submitted Bid Security on the
strength of their registration as a Startup recognized by Department of
Industrial Policy and Promotion (DIPP) under Ministry of Commerce and
Industry, DIPP shall be informed to this effect. The failed Contractor shall be
debarred from participating in re-tender for that work.
The successful bidder shall submit the Performance Guarantee (PG) in any of
the following forms, amounting to 5% of the original contract value:-(i)A deposit
of Cash; (ii) Irrevocable Bank Guarantee; (iii) Government Securities including
State Loan Bonds at 5% below the market value; (iv) Pay Orders and Demand
Drafts tendered by any Scheduled Commercial Bank of India; (v)Guarantee
Bonds executed or Deposits Receipts tendered by any Scheduled Commercial
2.1 No No Not Allowed
Bank of India; (vi) Deposit in the Post Office Saving Bank; (vii) Deposit in the
National Savings Certificates; (viii)Twelve years National Defence Certificates;
(ix) Ten years Defence Deposits; (x)National Defence Bonds and (xi) Unit
Trust Certificates at 5% below market value or at the face value whichever is
less. Also, FDR in favour of FA&CAO (free from any encumbrance) may be
accepted.
The Performance Guarantee shall be submitted by the successful bidder after
the Letter of Acceptance (LOA) has been issued, but before signing of the
contract agreement. This P.G. shall be initially valid upto the stipulated date of
2.2 No No Not Allowed
completion plus 60 days beyond that. In case, the time for completion of work
gets extended, the Contractor shall get the validity of P.G. extended to cover
such extended time for completion of work plus 60 days.
The contractor shall have the option to take the payment from railways
through a letter of credit (LC) arrangement. This option of taking payment
through LC arrangement has to be exercised in IREPS by the tenderer at the
time of bidding itself and the tenderer shall affirm having read over and agreed
11 to the terms and conditions of the LC option. The option so exercised shall be No No Not Allowed
an integral part of the bidder's offer. The above option of taking payment
through LC arrangement once exercised by tenderer at the time of bidding,
shall be final and no change shall be permitted, thereafter, during execution of
contract.
Before submitting a tender, the tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the works, that all
conditions liable to be encountered during the execution of the works are
12 taken into account and that the rates he enters in the tender forms are No No Not Allowed
adequate and all inclusive to accord with the provisions in Clause-37 of the
Standard General Conditions of Contract for the completion of works to the
entire satisfaction of the Engineer.
Tenderers will examine the various provisions of The Central Goods and
Services Tax Act, 2017(CGST)/ Integrated Goods and Services Tax Act,
2017(IGST)/ Union Territory Goods and Services Tax Act, 2017(UTGST)/
13 respective state's State Goods and Services Tax Act (SGST) also, as notified No No Not Allowed
by Central/State Govt. & as amended from time to time and applicable taxes
before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC)
likely to be availed by them is duly considered while quoting rates
The successful tenderer who is liable to be registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details
required under CGST/IGST/UTGST/SGST Act to railway immediately after the
14 No No Not Allowed
award of contract, without which no payment shall be released to the
Contractor. The Contractor shall be responsible for deposition of applicable
GST to the concerned authority.
In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST
15 No No Not Allowed
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority
The GST Act 2017 will be applicable as per extant policy as notified by
Central/State Govt. and as amended from time to time. Railway Board
16 No No Not Allowed
guidelines issued in this regard will also be applicable and binding to the
tenderer.
The Tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work
and assess all the site specific difficulties to be experienced while executing
17 No No Not Allowed
the same and the rate shall be arrived duly considering all the facts above and
quoted in the tender. Any representation at a later date specifying the site
difficulties shall not be considered.
In the tender document the extract of GCC has been reproduced at several
location for the guidance of Contractor. In case of any discrepancy in the
tender document and GCC, the standard GCC April 2022 with all
18 amendments, issued upto the date of opening of tender document, will be No No Not Allowed
applicable. Contractor are instructed to go through GCC with all amendments
slips available in the office of SrDEE/TRD. In case of any dispute in this regard
the decision of SrDEE/TRD will be final and binding on the Contractor
Undertakings
I/We have read the various conditions attached /referred to in this tender
document and agree to abide by the said conditions. I/We also agree to keep
this tender open for acceptance for a period of 60 days from the date fixed for
opening the same and in default thereof, I/We will be liable for forfeiture of our
3 Earnest Money. I/We offer to do the work for North Central Railway, at the No No Not Allowed
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.
The amount as stipulated in tender document is herewith forwarded as Bid
Security. Full value of the Bid Security shall stand forfeited without prejudice to
any other right or remedies in case my/our Tender is accepted and if : (a) I/We
4 No No Not Allowed
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.
I/We hereby confirm that any condition' having financial repercussions, if
quoted by us anywhere else including attached documents shall not be
5 considered for deciding inter-se ranking. However, Railways shall have the No No Not Allowed
right to incorporate any such condition quoted by us, in the contract, at their
discretion, if contract is placed on us.
I/We have read the various conditions attached/ referred to in this tender
6 No No Not Allowed
document and agree to abide by the said conditions.
1/ We have read/seen the relevant drawings, & specification mentioned in the
7 No No Not Allowed
scope of work before quoting our rates for each schedule items.
I/We have carefully gone through the Clause no 10 to 18 of GCC-APRIL,2022
8 and understood that non-compliance of requirement of these clause and non No No Not Allowed
submission of required documents in compliance, my/our offer will be rejected.
Custom
2023_04_26RBCE_CE-I-
4 CTIndianRailwaysStandardGeneralConditionsofContractApril- GCC2022ACSlipNo3
2022AdvanceCorrectionSlipNo_3ACS-31.pdf
5 GCCACS4.pdf GCC2022ACSlipNo4
6 2022-CE-I-CT-GCC-2022-Policydated20.10.2023.pdf GCC2022ACSlipNo5
7 Tenderdocument-2023-20.pdf Tender Document
8 Annexure-V.pdf AnnexureV
9 Annexure-VA.pdf AnnexureVA
10 AnnexureC.pdf AnnexureC
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww 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.