0% found this document useful (0 votes)
16 views9 pages

csc list mm

csc list mm

Uploaded by

manisingh1983
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)
16 views9 pages

csc list mm

csc list mm

Uploaded by

manisingh1983
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/ 9

IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY

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

Schedule Schedule A-DSR-2021 Items.


All items of work as per attached schedule A based on DSR-2021 with all latest correction slips up
Item- 1
to date.
S No. Item Description of Item Unit Qty Rate Amount
No
2.0 EARTH WORK

Page 1 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

Earth work in excavation by mechanical means


(Hydraulic excavator) / manual means in foundation
trenches or drains (not exceeding 1.5 m in width or
10 sqm on plan), including dressing of sides and
2.8
ramming of bottoms, lift upto 1.5 m, including
getting out the excavated soil and disposal of
surplus excavated soil as directed, within a lead of
50 m.
1 2.8.1 All kinds of soil. cum 175 286.85 50198.75
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
4.1.6 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived cum 25.65 6670.25 171091.91
2 from natural sources: 6 graded stone aggregate 40
mm nominal size derived from natural sources)
19.0 DRAINAGE
Providing and fixing square-mouth S.W. gully trap
class SP-1 complete with C.I. grating brick masonry
chamber with water tight C.I. cover with frame of
19.4
300 x300 mm size (inside) the weight of cover to be
not less than 4.50 kg and frame to be not less than
2.70 kg as per standard design:
Providing and laying non-pressure NP2 class (light
duty) R.C.C. pipes with collars jointed with stiff
19.6 mixture of cement mortar in the proportion of 1:2 (1
cement : 2 fine sand) including testing of joints etc.
complete :
3 19.6.4 300 mm dia. R.C.C. pipe Metre 380 902.05 342779
Extra for depth beyond 45 cm of brick masonry
19.31
chamber :
Providing and laying Non Pressure NP-3 class
(Medium duty) R.C.C. pipes including collars/spigot
19.35 jointed with stiff mixture of cement mortar in the
proportion of 1:2 (1 cement : 2 fine sand) including
testing of joints etc. complete
19.35.6 1800 mm dia RCC pipes. (Laying by manual/ Metre 6 14292.75 85756.5
4
machenical means)
23.0 RAIN WATER HARVESTING & TUBEWELLS
Boring/drilling bore well of required dia for casing/
strainer pipe, by suitable method prescribed in IS:
2800 (part I), including collecting samples from
different strata, preparing and submitting strata
23.1 chart/ bore log, including hire & running charges of
all equipments, tools, plants & machineries required
for the job, all complete as per direction of
Engineer-in-charge, upto 90 metre depth below
ground level.
23.1.1 All types of soil
5 23.1.1.1 300 mm dia Metre 30 592.05 17761.5
Boring/drilling bore well of required dia for casing/
strainer pipe, by suitable method prescribed in IS:
2800 (part I), including collecting samples from
different strata, preparing and submitting strata
23.2 chart/ bore log, including hire & running charges of
all equipments, tools, plants & machineries required
for the job, all complete as per direction of Engineer
-in-charge, beyond 90 metre & upto 150 metre
depth below ground level.
23.2.1 All types of soil
6 23.2.1.1 300 mm dia Metre 60 690.7 41442
23.5 Supplying, filling, spreading & leveling stone cum 4 1302.3 5209.2
boulders of size range 5 cm to 20 cm, in recharge
7
pit, in the required thickness, for all leads & lifts, all
complete as per direction of Engineer-in-charge.

Page 2 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

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).

Page 3 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

16 23.15.3 200 mm dia Each 1 308.55 308.55


Total 945227.96
Schedule Schedule B-NS-Items.
Item- 1 NS-Items attached in schedule B.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Hiring of machinery for minor miscellaneous works Hour 12.00 836.21 10034.52
for short duration including operator/ driver, fuel,
lubricants and consumable. The contractor shall
arrange all statutory permits as required by rules
and regulations prevailing in the area of work.
Payment shall be made for actual working hours at
site. Hydra or similar tyre mounted Pick-n-Carry
crane of 12T capacity for misc. works of handling of
material.
Total 10034.52

4. ELIGIBILITY CONDITIONS

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Neither Financial nor technical criteria eligible upto 50 Lakhs. No No
(Mandatory)

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

Page 4 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
1 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.
Please submit your bank details i.e. Name of the Bank along with
Allowed
2 Bank Branch Code, Account Number, IFSC Code, GST, PAN No No
(Mandatory)
Number, Adhar Number, Mobile Number and e-mail address.
Please furnish list of personnel, organization available on hand
Allowed
3 and proposed to be engaged for the subject work. [As per No No
(Mandatory)
Annexure -D attached in tender document]
Please furnish list of plant and Machinery available on hand own
and proposed to be inducted own and hired to be given Allowed
4 No No
separately for the subject work.[As per Annexure - E attached in (Mandatory)
tender document]
Please furnish list of Works completed in last Seven years
(Ending last day of month previous to the one in which tender is
invited) giving Description of Work, Organization for whom
Allowed
5 executed, approximate value of contract at time of award, Date No No
(Mandatory)
of award and Date of Completion. Date of actual Start, Actual
Completion and Final value of Contract shall also be given. [As
per Annexure F attached in tender document]
Please furnish list of Works on hand indicating Description of
Work, Contract Value, Approximate value of balance work yet to Allowed
6 No No
be done and Date of award. [As per Annexure -G attached in (Mandatory)
tender document]
The tenderers shall submit a copy of certificate stating that all
their statements/documents submitted along with bid are true
and factual. Standard format of certificate to be submitted by
the bidder is enclosed as Annexure-V(A). 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
Allowed
7 Partnership (LLP) etc, as the case may be. Non submission of No No
(Mandatory)
above certificate by the bidder shall 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. [As per Annexure-V(A) attached in tender
document].
Upload Scanned receipt copy of payment of Bid Security through
net banking or payment gateway or in case of submission of Bid Allowed
8 No No
Security in the form of Bank Guarantee. Full details para 5.0 of (Optional)
GCC-April 2022.
At the time of submission of bid, if you have any special Allowed
9 No No
Condition then upload in scanned pdf copy. (Mandatory)
Tenderer has to submit latest partnership deed with an affidavit
Allowed
10 that above partnership deed is correct in all respect and is latest No No
(Mandatory)
[As per Annexure-L attached in tender document].

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 5 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

The Bid Security deposited with the tender of successful


tenderer will be retained as part of security deposit which will be
5 percent of the value of work awarded. The balance amount of
1 No No Not Allowed
security deposit will recovered on account bills of the work @ 6
percent till it reaches up to 5 percent of the value including Bid
Security.
The Railway Reserve the right to accept in whole or in part or
2 reject any tender or all tenders without assigning any reason for No No Not Allowed
such action. Rate should not be quoted for part quantity.
For those conditions for which standard formats have been given
in the uploaded document titled-Formats for uploading of
3 No No Not Allowed
various format. The information's should only be submitted in
these standard formats.
Rates are inclusive of all taxes/royalty charges etc. legally
4 No No Not Allowed
leviable by State, Central Govt. or any other local authority.
Goods and Services Tax (GST) will be recovered as per extant
5 No No Not Allowed
instruction on the subject.
Performance Guarantee :-(a)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
22nd day after the date of issue of LOA. Further, if the 60th day
happens to be a declared holiday in the concerned office of the
Railway, submission of PG can be accepted on the next working
6 day. In all other cases, if the Contractor fails to submit the No No Not Allowed
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.
(b)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
6.1 Deposits Receipts tendered by any Scheduled Commercial Bank No No Not Allowed
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, NER (free from any encumbrance)
may be accepted.
The tenderer shall upload scanned copies of mandatory
7 credentials such as experience, Payment Certificates and any No No Not Allowed
other documents as applicable.
Offer submission period :- Fifteen days prior to opening of
8 No No Not Allowed
tender, during which tenderers can submit their offer.

Page 6 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

(a)One qualified Graduate Engineer where the cost of the work


to be executed is Rs.200 lakh and above. (b)One qualified
Diploma Holder Engineer where the cost of the work to be
executed is more then Rs.25 lakh, but less then Rs.200 lakh.
Technical staff should be available at site whenever required by
the Engineer-in-charge to take instructions. In case the
contractor fails to employ the qualified Engineer, he shall be
9 No No Not Allowed
liable to pay amount of Rs.40000 and Rs.25000 for each month
or part thereof for the default period for the provisions, as
contained in para (a) and (b) above respectively. The decision of
the Engineer-in-charge as to the period for which the required
technical staff was not employed by the contractor and as to the
reasonableness of the amount to be deducted on this account
shall be final and binding on the contractor.
Bank Guarantees BGs to be submitted by suppliers/contractors
10 should be sent directly to the concerned authorities by issuing No No Not Allowed
Bank under registered Post A.D
(1) Price Variation Clause (PVC) shall be applicable only in
tender having advertised value above Rs. 2 Crores. The
conditions will be follow with up-to-date correction slips (As per
Railway Board letter no. 2022/CE-I/CT/GCC-2022/Policy, dated
14-07-2022). (2) Price Variation Clause for Annual Maintenance
Contract or Zonal Contract :- The price variation Clause of
11 No No Not Allowed
General Conditions of Contract shall not apply to a works
contract which is either an Annual Maintenance Contract or a
Zonal Contract as per Railway Boards letter
No.2013/CE/I/CT/O/10-PVC-Pt.I DT. 27.01.2015. (3) Price
Variation Clause shall be applicable accordingly attached
document.
(a)(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
11.1 No No Not Allowed
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.
For all details of General Condition, Please See uploaded Tender
12 No No Not Allowed
Document and GCC-April-2022.
13 Care in Submission of Tenders : No No Not Allowed
(a)(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
13.1 No No Not Allowed
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.
(a)(ii)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)/ respective state's State
13.2 Goods and Services Tax Act (SGST) also, as notified by No No Not Allowed
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.
(a)(iii)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
13.3 railway immediately after the award of contract, without which No No Not Allowed
no payment shall be released to the Contractor. The Contractor
shall be responsible for deposition of applicable GST to the
concerned authority.
(a)(iv)In case the successful tenderer is not liable to be
registered under CGST/IGST/UTGST/ SGST Act, the railway shall
13.4 deduct the applicable GST from his/their bills under reverse No No Not Allowed
charge mechanism (RCM) and deposit the same to the
concerned authority.

Page 7 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

(b)When work is tendered for by a firm or company, the tender


13.5 shall be signed by the individual legally authorized to enter into No No Not Allowed
commitments on their behalf.
(c)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,
13.6 No No Not Allowed
however, recognize such power of attorney and changes after
obtaining proper legal advice, the cost of which will be
chargeable to the Contractor.
For all details of General Condition, Please See uploaded Tender
14 No No Not Allowed
Document and GCC-April-2022.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderers shall submit a copy of certificate stating that all
their statements/documents submitted along with bid are true
and factual. Standard format of certificate to be submitted by
the bidder is enclosed as Annexure-V(A). 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
Allowed
1 Partnership (LLP) etc, as the case may be. Non submission of No No
(Mandatory)
above certificate by the bidder shall 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. [As per Annexure-V(A) attached in tender
document].

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of
1 No No Not Allowed
the site conditions.
I/We hereby Confirm that the rates, rebates and/or other
financial terms, if any, quoted by us in the relevant fields of the
Financial Bid page will only be the ruling terms for deciding the
inter-se ranking, and any such condition having financial
2 repercussions, if quoted by us anywhere else including attached No No Not Allowed
documents shall not be considered for deciding inter-se ranking.
However, Railways shall have the right to incorporate any such
condition quoted by us, in the contract, at their discretion, if
contract is placed on us.
I/We have read the various conditions attached/ referred to in
3 No No Not Allowed
this tender document, and agree to abide by the said conditions.
The amount as stipulated in tender document is herewith
forwarded as Bid Security. Full value of the Bid Security shall
4 No No Not Allowed
stand forfeited without 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
5 performance guarantee clause of IRSGCC-April - 2022 as No No Not Allowed
detailed in general instructions
I/We do not commence the work within Fifteen days after receipt
6 No No Not Allowed
of orders to that effect.
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 a period of 60 days (In
case of two packet system of tendering 90 days)from the date
fixed for closing the same and in default thereof, I/We will be
7 liable for forfeiture of my/our Bid Security . I/We offer to do the No No Not Allowed
work for North Eastern 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.

Page 8 of 9 Run Date/Time: 03/01/2025 15:55:43


IZZATNAGER DIVISION-ENGINEERING/NORTH EASTERN RLY
TENDER DOCUMENT
Tender No: NER-IZN-2025-10 Closing Date/Time: 29/01/2025 15:00

Until a formal agreement is prepared and executed, acceptance


of this tender shall constitute a binding contract between us
8 subject to modifications, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my/our offer for
this work.
I/We also hereby agree to abide by the Indian Railways Standard
General Conditions Of Contract-April - 2022, with all correction
slips up-to-date and to carry out the work according to the
9 Special Conditions of Contract and Specifications of materials No No Not Allowed
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.

6. Documents attached with tender

S.No. Document Name Document Description


1 Earthworkspecialcondition.pdf Earth work special condition
ConditionofContract2022-
2 General conditions of contract
new.pdf

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.

Signed By: MR. PRADEEP

Designation : DEN/HQ/IZN

Page 9 of 9 Run Date/Time: 03/01/2025 15:55:43

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