csc list mm
csc list mm
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00
Drm/Engineering/Izatnagar acting for and on behalf of The President of India invites E-Tenders against Tender No
NER-IZN-2025-10 Closing Date/Time 29/01/2025 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
Name of Work Provision of 01 no's Rainwater harvesting in mechanical workshop in IZN Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
29/01/2025 15:00 03/01/2025 15:55
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 1464262.48 Tendering Section WORK HQ
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 29300.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 4 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 15/01/2025 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Above/
Schedule A-DSR-2021 Items. 945227.96
Below/Par
Please see Item Breakup for details. 945227.96 AT Par 945227.96
1 Description:- All items of work as per attached schedule A based on DSR-2021 with all latest
correction slips up to date.
S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Above/
Schedule B-NS-Items. 10034.52
Below/Par
Please see Item Breakup for details. 10034.52 AT Par 10034.52
1
Description:- NS-Items attached in schedule B.
S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Schedule C-Any other items of DSR-2021 with all latest correction slips not Above/
509000.00
covered in above schedule. Below/Par
Lump Sum 509000.00 AT Par 509000.00
1 Description :- Any other items of work which not included in above schedule as per attached
schedule C.
3. ITEM BREAKUP
23.6 Supplying, filling, spreading & leveling gravels of cum 4 1309 5236
size range 5 mm to 10 mm, in the recharge pit, over
8 the existing layer of boulders, in required thickness,
for all leads & lifts, all complete as per direction of
Engineer-in-charge.
23.7 Supplying, filling, spreading & leveling coarse sand cum 4 1309 5236
of size range 1.5 mm to 2 mm in recharge pit, in
9 required thickness over gravel layer, for all leads &
lifts, all complete as per direction of Engineer -in-
charge.
23.8 Gravel packing in tubewell construction in cum 4 1479.25 5917
accordance with IS: 4097, including providing
10 gravel fine/ medium/ coarse, in required grading &
sizes as per actual requirement, all complete as per
direction of Engineer-in-charge.
Supplying, assembling, lowering and fixing in
vertical position in bore well, ERW (Electric
Resistance Welded) FE 410 mild steel screwed and
socketed/plain ended casing pipes of required dia,
conforming to IS: 4270, of reputed & approved
23.10
make, including painted with outside surface with
two coats of anticorrosive paint of approved brand
and manufacture, including required hire & labour
charges, fittings & accessories, all complete, for all
depths, as per direction of Engineer-in-charge.
23.10.3 200 mm nominal size dia having minimum wall Metre 65 2082.1 135336.5
11
thickness 5.40 mm
Supplying, assembling, lowering and fixing in
vertical position in bore well, ERW (Electric
Resistance Welded) FE 410 plain slotted (having
slot of size 1.6/3.2 mm) mild steel threaded and
socketed/ plain bevel ended pipe (type A) of
required dia, conforming to IS: 8110, of reputed and
23.11 approved make, having wall thickness not less than
5.40 mm, including painted with outside surface
with two coats of anticorrosive bitumestic paint of
approved brand and manufacture, including hire &
labour charges, fittings & accessories, all complete,
for all depths, as per direction of Engineer -in-
charge.
12 23.11.3 200 mm nominal size dia Metre 30 2194.85 65845.5
23.12 Development of tube well in accordance with IS : Hour 12 916.8 11001.6
2800 (part I) and IS: 11189, to establish maximum
rate of usable water yield without sand content
(beyond permissible limit), with required capacity
air compressor, running the compressor for
required time till well is fully developed, measuring
yield of well by "V" notch method or any other
13
approved method, measuring static level & draw
down etc. by step draw down method, collecting
water samples & getting tested in approved
laboratory, i/c disinfection of tubewell, all complete,
including hire & labour charges of air compressor,
tools & accessories etc., all as per requirement and
direction of Engineer-in-charge.
Providing and fixing suitable size threaded mild
steel cap or spot welded plate to the top of bore
23.13
well housing/ casing pipe, removable as per
requirement, all complete for borewell of:
14 23.13.3 200 mm dia Each 1 280.95 280.95
Providing and fixing M.S. clamp of required dia to
the top of casing/ housing pipe of tubewell as per
23.14
IS: 2800 (part I), including necessary bolts & nuts of
required size complete.
15 23.14.3 200 mm clamp Each 1 1827 1827
Providing and fixing Bail plug/ Bottom plug of
23.15 required dia to the bottom of pipe assembly of
tubewell as per IS:2800 (part I).
4. ELIGIBILITY CONDITIONS
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.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
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
3 deletion or no alteration to the content of the 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,
4
statements and 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
5
with the offer and 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
6
are fully 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 /
7 Department of Govt. 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
8
other action provided in the contract 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
9
Security/Security Deposit and 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
10
registered with the competent 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
1 below). 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 summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Commercial-Compliance
General Instructions
Technical-Compliances
Undertakings
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.
Designation : DEN/HQ/IZN