0% found this document useful (0 votes)
25 views

TENDER

Uploaded by

Dhamu Baby Raj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
25 views

TENDER

Uploaded by

Dhamu Baby Raj
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 11

THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY

TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

Sr.DEN/Co-ord/TVC acting for and on behalf of The President of India invites E-Tenders against Tender No 7-TVC-7-2024 Closing
Date/Time 20/05/2024 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.

1. NIT HEADER

Name of Work DEN/S/TVC Jurisdiction - Retaining wall near Gate lodges and level crossing locations
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 20/05/2024 11:00 Date Time Of Uploading Tender 25/04/2024 17:06
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 5254824.03 Tendering Section TRACK
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 105100.00 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 06/05/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-(Items of works are covered by the Southern Railway USSOR 2011) 4739049.03
Below/Par
Please see Item Breakup for details. 2907392.04 63.00 4739049.03
1
Description:- Construction of retaining wall

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A1-(List of items of work for Supply of cement under the main item no.033060
Above/
that are covered by the Printed USSOR (Works&Materials) 2011, and as applicable TVC 515775.00
Below/Par
Division)
Please see Item Breakup for details. 396750.00 30.00 515775.00
1
Description:- Supply and using of cement

3. ITEM BREAKUP

Schedule Schedule A-(Items of works are covered by the Southern Railway USSOR 2011)
Item- 1 Construction of retaining wall
S No. Item Description of Item Unit Qty Rate Amount
No
Earth work in excavation as per approved drawings and
dumping at embankment site or spoil heap, within railway land,
including 50m lead and 1.5m lift, the lead to be measured from
the centre of gravity of excavation to centre of gravity of spoil
heap: the lift to be measured from natural ground level and
paid for in layers of 1.5m each, including incidental work, as
per specifications-in
1 011011 All kinds of soils cum 3456.00 103.32 357073.92
Preparing and laying puddle on roof etc. including supply of
materials and all lead and lift
2 012061 With Railway's earth cum 3110.00 79.20 246312.00

Pa g e 1 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

Providing and laying in position cement concrete of specified


proportion excluding cost of cement, centering and shuttering -
All works upto Plinth level :
3 031012 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 40mm cum 87.00 2888.71 251317.77
nominal size)
Random rubble masonry with hard stone in foundation and
plinth including levelling up with concrete as per specifications,
upto plinth level with :
4 061014 Cement mortar 1:6 (1cement: 6fine sand) cum 780.00 2609.93 2035745.40
Pointing on brick/tile flooring with cement mortar 1:3 (1cement:
3fine sand)
5 114021 Flush pointing Sqm 345.00 49.11 16942.95
Total 2907392.04
Schedule A1-(List of items of work for Supply of cement under the main item no.033060 that are covered by the
Schedule
Printed USSOR (Works&Materials) 2011, and as applicable TVC Division)
Item- 1 Supply and using of cement
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using cement at worksite :
1 033061 OPC 43 grade Tonne 75.00 5290.00 396750.00
Total 396750.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of V/N or V which
ever is less: where V= Advertised value of the tender in crores of 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 sheet.
Allowed
1 However, in case balance sheet of the previous year is yet to be prepared/ audited, the No No
(Mandatory)
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, along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/ Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 2 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

As a proof of technical experience/competence, (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: (i)Three similar works each costing not less than the amount equal to
30% of advertised value of the tender, or (ii)Two similar works each costing not less than
the amount equal to 40% of advertised value of the tender, or (iii)One similar work
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
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
Allowed
1 constitutes a component in a composite work shall be clearly pre-defined with estimated No No
(Mandatory)
tender cost of it, as part of the tender documents without any ambiguity. (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 GCC through
subcontractor fulfilling the requirements as per clause 7 of the Standard GCC 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 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. (refer
Clause 10.1 Part-I of SGCC 2022)
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) Allowed
1.1 No No
fulfilling the requirements as per clause 7 of the GCC with prior approval of Chief (Optional)
Engineer in writing
The tenderer must ensure that the quantum of similar nature of work done has to be
Allowed
1.1.1 specifically mentioned in the uploaded experience certificate by the concerned authority No No
(Mandatory)
whom the certificate is issued .Otherwise ,the offer is liable to be 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
at least 5 years prior to the date of closing of tender, shall also be considered provided
Allowed
1.1.2 the work experience certificate has been issued by a person authorized by the Public No No
(Mandatory)
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.
1.2 Defination of Similar Work :- Any Civil Engg Works except track works/transportation No No Not Allowed

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.

Pa g e 3 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Whether required test certificates/ samples, if any have been uploaded? No No Not Allowed

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Scanned copy of PAN card has to be enclosed Yes No
(Mandatory)
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
2 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 4 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

All works tenders or service tenders invited by railways through e-tendering on


IREPS, having advertised value of Rs 10 lakh a n d above, contractors are
eligible to take payment from Railways through a Letter of credit (LC)
arrangement. (Ref: RB letter no.2018/CE-I/CT/9 dated 04.06.18) (i) For all the
tenders having advertised cost of Rs 1 0 lakh or above, the contractor shall
have the option to take payment from Railways through a letter of credit (LC)
arrangement. (ii) This option of taking payment through L C arrangement has
to be exercised in !REPS (Indian Railway Electronic Procurement System - the
Allowed
3 e-application on which tenders are called by Railways) by the tenderer a t the Yes Yes
(Optional)
tim e of bidding itself, a n d t h e tenderer shall affirm having r e a d o ve r and
agreed to t h e te r m s a n d conditions of the LC option.(iii) The option so
exercised, shall be an integral part of the bidder's offer. (iv) 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. (v) In case tenderer opts for payment through
LC, necessary procedure for LC mode of payment shall be followed to deal
release of payment through LC:
In case, submission of Bid Security in the form of Bank Guarantee, following
shall be ensured: i.A scanned copy of the Bank Guarantee shall be uploaded
on e-Procurement Portal (IREPS) while applying to the tender. ii.The original
Bank Guarantee should be delivered in person to the official nominated as
indicated in the tender document before closing date of submission of bids (i.e.
excluding the last date of submission of bids). 1. The Bid Security shall be
deposited either in cash through e-payment gateway or submitted as Bank
Guarantee bond from a scheduled commercial bank of India or as mentioned
in tender documents. The Bank Guarantee bond shall be as per Annexure-
VIA and shall be valid for a period of 90days beyond the bid validity period.
iii.Non submission of scanned copy of Bank Guarantee with the bid on e-
tendering portal (IREPS) and/or non submission of original Bank Guarantee
within the specified period shall lead to summary rejection of bid. iv.The Allowed
4 No No
Tender Security shall remain valid for a period of 90 days beyond the validity (Mandatory)
period for the Tender. v The details of the BG, physically submitted should
match with the details available in the scanned copy and the data entered
during bid submission time, failing which the bid will be rejected vi The Bank
Guarantee shall be placed in an envelope, which shall be sealed. The
envelope shall clearly bear the identification "Bid for the ***** Project" and shall
clearly indicate the name and address of the Bidder. In addition, the Bid Due
Date should be indicated on the right hand top corner of the envelope. vii The
envelope shall be addressed to the officer and address as mentioned in the
tender document. viii If the envelope is not sealed and marked as instructed
above, the Railway assumes no responsibility for the misplacement or
premature opening of the contents of the Bid submitted and consequent
losses, if any, suffered by the Bidder.

Pa g e 5 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

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


venture (JV) / registered society / registered trust / HUF / LLP 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 sign the tender, submit the tender and further to deal with the Tender/
Contract up to the stage of signing the agreement except in case where such
specific person is authorized for above purposes through a provision made in
the partnership deed / Memorandum of Understanding / Article of Association
Board resolution, failing which tender shall be summarily rejected. The
tenderer whether sole proprietor / a company or a partnership firm / joint
venture (JV) / registered society / registered trust / HUF / LLP 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
Allowed
5 be partner(s) of the firm or any other person, specifically authorizing him/them No No
(Mandatory)
to sign the tender, submit the tender and further to deal with the Tender/
Contract up to the stage of signing the agreement except in case where such
specific person is authorized for above purposes through a provision made in
the partnership deed / Memorandum of Understanding / Article of Association
Board resolution, failing which tender shall be summarily rejected. A separate
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, shall be submitted after award of work, specifically
authorizing him/them to deal with all other contractual activities subsequent to
signing of agreement, if required. Note: A Power of Attorney executed and
issued overseas, the document will also have to be legalized by the Indian
Embassy and notarized in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Bidders from countries
that have signed the Hague Legislation Convention 1961 are not required to
be legalized by the Indian Embassy if it carries a conforming Appostille
certificate.
Subject to exemptions provided under para 5(1) (a) of Part-1 (ITT) of SGCC
Allowed
6 2022, the tender must be accompanied by a Bid Security as mentioned in No No
(Mandatory)
tender documents, failing which the tender shall be summarily rejected.
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 Allowed
7 Yes Yes
attested copies of the requisite documents (including Power of Attorney, if (Mandatory)
opted) for constitution of their concern as per Cl. 14 of GCC-Part-1 and as per
a)Clause 17 of GCC - Part - 1, for JV b)Clause 18 of GCC - Part - 1, for
Partnership Firm.
Copies of the following documents are to be uploaded:- i)Details such as
Allowed
8 Name of the tenderer/contractor, Validity of DSC, Complete address with pin Yes Yes
(Mandatory)
code, Contact Number ii)Copy of PAN card iii)Copy of GSTIN card
A copy of NEFT form duly filled in the details as necessary to be uploaded.
Allowed
9 (The Tenderer/Contractor not having NEFT form may download the empty Yes Yes
(Mandatory)
NEFT form available in document site)
"Submission of Annexure-V under Document Verification Certificate should be
done as per GCC updated with latest correction slip issued before date of
calling tender. The tenderers shall submit a copy of certificate stating that they
are not liable to be disqualified and all their statements/documents submitted
Allowed
10 along with bid are true and factual. Standard format of the certificate to be Yes No
(Mandatory)
submitted by the bidder is uploaded in the form of Annexure V. Non-
submission of the certificate, or submission of certificate either not properly
filled in, or in a format other than the prescribed format shall lead to summarily
rejection of his/their bid".

Pa g e 6 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

Submission of Annexure-V(A) under Document Verification Certificate In case


of other than Company/Proprietary firm, Annexure-V(A) shall also be
submitted by the each member of a Partnership Firm / Joint Venture (JV) /
Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. as the
Allowed
11 case may be. Non-submission of the above Certificate(s) by the bidder shall Yes No
(Mandatory)
result in summarily rejection of his/their bid. It shall be mandatorily incumbent
upon the tenderer to identify, state and submit the supporting documents duly
self attested / digitally signed by which they/he are/is qualifying the Qualifying
Criteria mentioned in the Tender Document.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In case of any dispute arising the place of Arbitration/Appeal will be in
1 No No Not Allowed
Trivandrum or any other place with the written consent of both the parties.
(i) 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
taken into account and that the rates he enters in the tender forms are
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. (ii) Tenders will examine the various
provisions of The General Goods and Services Tax Act, 2017 (CGST)/
Integrated Goods and Services Tax Act, 2017 (IGST)/Union Territory Goods
and Services Tax Act, 2017 (UTGST)/respective state's State Goods and
Services Tax Act (SGST) also, as notified 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. iii) The successful tenderer who is liable to be
2 registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with No No Not Allowed
other details required under CGST/IGST/UTGST/SGST Act, to railway
immediately after the awarded 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. (iv) 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 same to the concerned authority.
(v) When work is tendered for by a firm or company, the tender shall be signed
by the individual legally authorized to enter into commitments on their behalf.
(vi) The Railway will not be bound by any power of attorney granted by the
tenderer or by changes in the composition of the firm made subsequent to the
execution of the contract. It may, however, recognize such power of attorney
and changes after obtaining proper legal advice, the cost of which will be
chargeable to the Contractor
3 INSTRUCTIONS TO TENDERERS No No Not Allowed
All terms and conditions in the tender documents are binding on the
4 No No Not Allowed
Tenderers.
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
5 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.
The bidder has to fill in his quoted rate against each item in the Bid rate / Unit
rate column. If the bidding unit is Above/ Below/ Par, the bidder can select the
6 %Above, %Below or %At Par option from the drop down list in the same No No Not Allowed
column. If the bidding rate is Rs. or Rs./ unit, the bidder has to quote his rate
for the item group or individual item accordingly
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,
7 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.

Pa g e 7 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

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 shall lead to
8 No No Not Allowed
forfeiture of the tender Bid Security besides banning of business for a period of
upto two years.
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. Bid
Security, Performance Guarantee and Security Deposit available with the
9 No No Not Allowed
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 two years.
GST shall apply on all contracts which will come in to force from 1/7/2017
10 No No Not Allowed
onwards.
Any Clause (stated as excepted matter) of the Special Conditions of Contract,
shall be deemed as 'excepted matters' (matters not arbitrable) and decisions
11 of the Railway authority, thereon shall be final and binding on the Contractor; No No Not Allowed
provided further that 'excepted matters' shall stand specifically excluded from
the purview of the Dispute Adjudication Board (DAB) and Arbitration.
All the instructions furnished in the Technical compliance/ Commercial
12 Compliance/ Check-list/ Undertakings are only indicative and not exhaustive; No No Not Allowed
The Tenderer shall read the GCC/Tender documents for complete details.
The tenderer shall thoroughly go through the entire tender documents and
13 No No Not Allowed
strictly adhere to the instructions and directions given therein.
If the Tenderer(s) deliberately give(s) wrong information/ or create incorrect
14 documents in his/their offer or create circumstances for the acceptance of No No Not Allowed
his/their offer, the Railway reserves the right to reject such offer at any stage.
Railway reserves the right to accept or reject any or all the tenders and to
15 No No Not Allowed
award the work in whole or in part without assigning any reason.
Unreleased Bid Security, if any, held with the Railway Administration, shall not
16 No No Not Allowed
be adjusted towards the Bid Security to be remitted.
Bid Security shall be deposited either in cash through e-payment gateway or
e-BG or submitted as Bank Guarantee bond from a scheduled bank of India or
17 No No Not Allowed
as mentioned in tender documents subject to exemptions provided under
para5(1) (a) of Part-1 (ITT) of GCC.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Special conditions of contract: The special conditions are supplement to the
"Regulations for Tenders and contracts and General conditions of contract "
1 and should be considered as part of the contract papers. Where the provisions No No Not Allowed
of the special conditions is at variance with the Generalconditions, the special
conditions shall prevail.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderer shall submit the Notarized Copy of partnership deed of present
constitution of firm & also photo copy of prior partnership deed ( if there is
change in constitution of firm) pertaining to the period for which the document
in support of technical & financial eligibility criteria attached. If the participating
firm is with different name and style, then Photo Copy of partnership deed /
Sole proprietorship affidavit ( as applicable) of the firms whose credential are Allowed
1 No No
being submitted by the tenderer in support of their offer shall also be attached. (Mandatory)
If Participating firm is a company registered under Companies Act 1956, then
copies of Memorandum of association & Article of association shall be
attached. Power of attorney in favour of the authorized signatory shall also be
attached . If participating firm is a sole proprietorship firm, then Declaration in
the form of duly notarized affidavit shall be attached
In the e-tendering process,it is mandatory that every tenderer/contractor/firm
registered with www.ireps.gov.in to submit his bank details ie. Name of the Allowed
2 No No
Bank along with Bank branch code, Account Number, IFSC code and PAN (Mandatory)
number

Pa g e 8 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

Certificates and testimonials regarding contracting experience for the type of


Allowed
3 job for which tender is invited with list of works carried out in the past and on No No
(Mandatory)
hand
Audited Balance Sheet duly certified by the Chartered Accountant regarding Allowed
4 No No
contractual payments received in the past. (Mandatory)
Please furnish list of plant and Machinery available on hand own and proposed Allowed
5 No No
to be inducted own and hired to be given separately for the subject work (Mandatory)
Please furnish list of personal, organization available on hand and proposed Allowed
6 No No
tobe engaged for the subject work (Mandatory)
(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 Allowed
7 No No
the attested copies of the constitution of their concern, and copy of PAN Card (Mandatory)
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.
Submission of Certificates and testimonials regarding contracting/Technical
8 Yes No Not Allowed
experience for the type of job for which tender is invited.
Submission of Audited Balance Sheet duly certified by the Chartered
9 Yes No Not Allowed
Accountant regarding contractual payments received.
Submission of Audited Balance Sheet, duly certified by the Chartered
10 Yes No Not Allowed
Accountant as per Annexure - VI(B)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/we have carefully gone through the tender documents, specifications, special
1 No No Not Allowed
conditions etc. attached with the tender documents.
I/We undertake to keep this offer valid for a period indicated in tender
2 documents from the date of opening of tender and further not to revoke the No No Not Allowed
same before the expiry of such period.
I/ We have visited the works site and I / We am / are aware of the site
3 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
4 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 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
5 the ruling terms for deciding the inter-se ranking, and any such condition No No Not Allowed
having financial repercussions, if quoted by us anywhere else including
attached documents shall not be considered for deciding inter-se ranking
Railways shall have the right to incorporate any such condition quoted by us,
6 No No Not Allowed
in the contract, at their discretion, if contract is placed on us.
I/We also hereby agree to abide by the Indian Railways Standard General
Conditions Of Contract 2022, with all correction slips up-to-date and to carry
out the work according to the Special Conditions of Contract and Specifications
7 No No Not Allowed
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
I/We hereby declare that I/We any of the partners are not blacklisted or
debarred by Railways or any other Ministry / Department of the Govt. of India /
8 any State Govt. from participation in tenders / contracts as on the date of No No Not Allowed
submission of offer, either in their individual capacity or in any firm in which
I/We were/are partners.

Pa g e 9 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

I/We offer to do the work for DRM/W/O/TVC, 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. The amount as
stipulated in the tender document is herewith forwarded as Bid Security. Full
9 No No Not Allowed
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 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 also undertake to carry out the work in accordance with the said plans,
specifications and conditions of contract and to find and provide such of the
10 materials (other than those to be supplied by the Railway), and to do all such No No Not Allowed
things which in the opinion of the Engineer may be necessary for, or incidental
to the construction.
I/We also undertake that I/we have organizational set up to execute the work
11 and also we have sufficient Plant & Machinery or/and capable of hiring Plant & No No Not Allowed
Machinery as required for satisfactory completion of work.
I/We have read the INDIAN RAILWAY GENERAL CONDITIONS OF
CONTRACT with all correction slips up to date and other conditions of tender
12 No No Not Allowed
including special conditions if any attached hereto in the Tender document and
I/We hereby agree to abide by the conditions stipulated therein

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(1) The Tenderer/ Contractor shall quote a rate at par or a collective
percentage above or below the Southern Railway Schedule of Rates 2011 (2)
The Tenderer/contractor shall inspect the site and study the nature of work
1 before quoting the rates (3) No fraction is allowed in the percentage rate No No Not Allowed
quoted. (4) Percentage quoted for this schedule shall not include the cost of
cement required and the same will be paid based on the rate quoted in
schedule A1
(1) The Tenderer/Contractor shall quote a rate 'at par' or collective percentage
above or below the USSOR 2011. No fraction is allowed in the percentage
quoted. The Tenderer/Contractor shall quote both in figures and words.If there
is any discrepancy between the quoted in figures and words,then the
percentage quoted in ' words ' only shall prevail. (2) The quantities furnished
for Cement is only for the guidance of the Contractor to assess the
approximate quantity required to execute the work covered under Schedule A'
2 No No Not Allowed
and payment will be made for the actual quantities used for the work or the
quantities arrived based on the Cement Schedule whichever is less. (3) The
Contractor should indicate the brand for the supply of cement against the item.
(4) Necessary test certificate will have to be produced by the Contractor for
each supply. (5) The contractor is advised to inspect the site of work and study
the working condition and feasibility of stacking cement before quoting the
rate.
3 No eligibility criteria is required for works costing less than 50 lakhs No No Not Allowed
The tenderers should upload (i) List of works on hand, (ii)Details of men and
Allowed
4 machinery available(iii) Financial status supported by Bank reference and No No
(Mandatory)
other documents. Otherwise the offer is liable to be rejected.

6. Documents attached with tender

S.No. Document Name Document Description


1 NEWPerformaofBGtowardsPG.pdf New Performa for BG
2 Certificatetobesubmitted-AnnexureVandVA.pdf Certificate to be submitted
3 Correctionslip42022-CE-I-CT-GCC-2022-Policy.pdf Correction Slip 4
4 CorrectionslipNo5.pdf Correction Slip 5
5 CorrectionslipNo6ofGCC2022.pdf Correction Slip 6
6 NewCivil.pdf Civil
7 CommonconditionAA1.pdf Common Condition

Pa g e 10 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17


THIRUVANANTHAPURAM DIV-ENGG/SOUTHERN RLY
TENDER DOCUMENT
Tender No: 7-TVC-7-2024 Closing Date/Time: 20/05/2024 11:00

8 Correctionslip3.pdf Correction slip 3


9 Correctionslip2toGCC2022.pdf Correction slip 2
10 CorrectionslipNo1.pdf Correction slip 1
11 GCCApril22.pdf GCC April 2022
12 Generalconditionoftrack.pdf Track Condition
13 Regulations.pdf Regulations
14 SafetyprecautionsfromTRDsideforenggtenderdoc.pdf Safety precautions
15 BidsecuAnnexureVIAandVIB.pdf Annexure

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.

Signed By: ARUN RAJAGOPAL

Designation : Sr.DEN

Pa g e 11 o f 11 Ru n Da te/Time: 2 5 /0 4/2 0 2 4 17:0 6 :17

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy