0% found this document useful (0 votes)
7 views28 pages

viewNitPdf 4943898

Uploaded by

varunmandal2000
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)
7 views28 pages

viewNitPdf 4943898

Uploaded by

varunmandal2000
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/ 28

AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY

TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

DRM-Works/Agra acting for and on behalf of The President of India invites E-Tenders against Tender No 2025-May-
01-02 Closing Date/Time 23/05/2025 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

Provision of Rest Room and lavatory at NBI, BINR, BARS, GZKA, AJH & other station
Name of Work
for operating staff in Agra division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
23/05/2025 15:00 01/05/2025 18:22
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 3712364.01 Tendering Section MTJ AWR
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 74300.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 09/05/2025
Number of JV Member
Are JV allowed to bid No 0
Allowed
Are Consortium allowed Number of Consortium
No 0
to bid Member Allowed
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Rate Basic Value Escl.(%) Amount Bidding
Unit Unit
Above/
Schedule () A-Part-A 3712364.01
Below/Par
2.8.1 101.00 cum 286.85 28971.85 AT Par 28971.85
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic
1 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 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. // All
kinds of soil.
2.10.1.1 101.00 Metre 255.55 25810.55 AT Par 25810.55
Description:- EARTH WORK // Excavating trenches of required width for pipes, cables, etc
including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m,
2 including getting out the excavated soil, and then returning the soil as required, in layers not
exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc.
and disposing of surplus excavated soil as directed, within a lead of 50 m : // All kinds of soil // Pipes,
cables etc, not exceeding 80 mm dia.
2.25 217.00 cum 253.95 55107.15 AT Par 55107.15
3 Description:- EARTH WORK // Filling available excavated earth (excluding rock) in trenches, plinth,
sides of foundations etc. in layers not exceeding 20cm in depth, consolidating each deposited layer
by ramming and watering, lead up to 50 m and lift upto 1.5 m.
23.7 30.00 cum 1309.00 39270.00 AT Par 39270.00
Description:- 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 chart/ bore log, including hire &
4 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. //
Supplying, filling, spreading & leveling coarse sand of size range 1.5 mm to 2 mm in recharge pit, in
required thickness over gravel layer, for all leads & lifts, all complete as per direction of Engineer -in-
charge.
4.1.5 15.00 cum 6833.40 102501.00 AT Par 102501.00

Page 1 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

5 Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in
position cement concrete of specified grade excluding the cost of centering and shuttering - All work
up to plinth level : // 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from natural sources : 6
graded stone aggregate 20 mm nominal size derived from natural sources)
6.1.1 45.00 cum 6882.00 309690.00 AT Par 309690.00
6 Description:- MASONRY WORK // Brick work with common burnt clay F.P.S. (non modular) bricks of
class designation 7.5 in foundation and plinth in: // Cement mortar 1:4 (1 cement : 4 coarse sand)
4.11 23.00 Sqm 452.25 10401.75 AT Par 10401.75
7 Description:- CONCRETE WORK // DAMP-PROOF COURSE // Providing and laying damp-proof
course 50mm thick with cement concrete 1:2:4 (1 cement : 2 coarse sand(zone-III) derived from
natural sources : 4 graded stone aggregate 20mm nominal size derived from natural sources).
5.4 3.00 cum 9801.75 29405.25 AT Par 29405.25
Description:- REINFORCED CEMENT CONCRETE // CAST IN SITU // Providing and laying up to floor
8 five level reinforced cement concrete in kerbs, steps and the like excluding the cost of centering,
shuttering, finishing and reinforcement with 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) derived
from natural sources : 3 graded stone aggregate 20 mm nominal size derived from natural sources).
6.4.1 65.00 cum 8512.10 553286.50 AT Par 553286.50
9 Description:- MASONRY WORK // Brick work with common burnt clay F.P.S. (non modular) bricks of
class designation 7.5 in superstructure above plinth level up to floor V level in all shapes and sizes in
: // Cement mortar 1:4 (1 cement : 4 coarse sand)
6.12.2 1.00 Sqm 837.85 837.85 AT Par 837.85
10 Description:- MASONRY WORK // HALF BRICK MASONRY // Half brick masonry with common burnt
clay F.P.S. (non modular) bricks of class designation 7.5 in foundations and plinth in : // cement
mortar 1:4 (1 cement : 4 coarse sand)
6.13.1 9.30 Sqm 1043.10 9700.83 AT Par 9700.83
11 Description:- MASONRY WORK // HALF BRICK MASONRY // Half brick masonry with common burnt
clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to
floor V level. // Cement mortar 1:3 (1 cement :3 coarse sand)
6.15 9.30 Sqm 86.45 803.99 AT Par 803.99
12 Description:- MASONRY WORK // HALF BRICK MASONRY // Extra for providing and placing in
position 2 Nos 6mm dia. M.S. bars at every third course of half brick masonry.
5.1.2 6.98 cum 8364.20 58382.12 AT Par 58382.12
Description:- REINFORCED CEMENT CONCRETE // CAST IN SITU // Providing and laying in position
13 specified grade of reinforced cement concrete, excluding the cost of centering, shuttering, finishing
and reinforcement - All work up to plinth level : // 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III)
derived from natural sources: 3 graded stone aggregate 20 mm nominal size derived from natural
sources)
5.2.2 27.00 cum 10185.05 274996.35 AT Par 274996.35
Description:- REINFORCED CEMENT CONCRETE // CAST IN SITU // Reinforced cement concrete
work in walls (any thickness), including attached pilasters, buttresses, plinth and string courses,
14 fillets, columns, pillars, piers, abutments, posts and struts etc. above plinth level up to floor five level,
excluding cost of centering, shuttering, finishing and reinforcement : // 1:1.5:3 (1 cement : 1.5 coarse
sand(zone-III) derived from natural sources : 3 graded stone aggregate 20 mm nominal size derived
from natural sources)
5.9.1 3.50 Sqm 307.95 1077.83 AT Par 1077.83
15 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering
including strutting, propping etc. and removal of form for // Foundations, footings, bases of columns,
etc. for mass concrete
5.9.2 27.90 Sqm 669.55 18680.44 AT Par 18680.44

16 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering


including strutting, propping etc. and removal of form for // Walls (any thickness) including attached
pilasters, butteresses, plinth and string courses etc.
5.9.3 150.00 Sqm 766.55 114982.50 AT Par 114982.50
17 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering
including strutting, propping etc. and removal of form for // Suspended floors, roofs, landings,
balconies and access platform
5.9.5 38.00 Sqm 608.35 23117.30 AT Par 23117.30

18 Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering


including strutting, propping etc. and removal of form for // Lintels, beams, plinth beams, girders,
bressumers and cantilevers
5.9.7 6.00 Sqm 657.75 3946.50 AT Par 3946.50

19

Page 2 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Description:- REINFORCED CEMENT CONCRETE // FORM WORK // Centering and shuttering


including strutting, propping etc. and removal of form for // Stairs, (excluding landings) except spiral-
staircases
5.22.6 5200.00 Kg 89.65 466180.00 AT Par 466180.00

20 Description:- REINFORCED CEMENT CONCRETE // STEEL REINFORCEMENT // Steel reinforcement


for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete
upto plinth level. // Thermo-Mechanically Treated bars of grade Fe-500D or more.
13.1.1 645.00 Sqm 294.85 190178.25 AT Par 190178.25
21 Description:- FINISHING // CEMENT PLASTER (IN FINE SAND) // 12 mm cement plaster of mix : //
1:4 (1 cement: 4 fine sand)
10.17 5.00 Each 185.95 929.75 AT Par 929.75
22 Description:- STEEL WORK // Providing and fixing M.S. fan clamp type I or II of 16 mm dia M.S. bar,
bent to shape with hooked ends in R.C.C. slabs or beams during laying, including painting the
exposed portion of loop, all as per standard design complete.
10.25.2 300.00 Kg 142.30 42690.00 AT Par 42690.00
Description:- STEEL WORK // Steel work welded in built up sections/ framed work, including
23 cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using
structural steel etc. as required. // In gratings, frames, guard bar, ladder, railings, brackets, gates and
similar works
10.1 75.00 Kg 93.05 6978.75 AT Par 6978.75
24 Description:- STEEL WORK // Structural steel work in single section, fixed with or without
connecting plate, including cutting, hoisting, fixing in position and applying a priming coat of
approved steel primer all complete.
12.50 15.50 Sqm 671.55 10409.02 AT Par 10409.02
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/
accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Providing
and fixing precoated galvanised iron profile sheets (size, shape and pitch of corrugation as approved
by Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated thickness with zinc coating 120 grams per
25 sqm as per IS: 277, in 240 mpa steel grade, 5-7 microns epoxy primer on both side of the sheet and
polyester top coat 15-18 microns. Sheet should have protective guard film of 25 microns minimum to
avoid scratches during transportation and should be supplied in single length upto 12 metre or as
desired by Engineer-in-charge. The sheet shall be fixed using self drilling /self tapping screws of size
(5.5x 55 mm) with EPDM seal, complete upto any pitch in horizontal/ vertical or curved surfaces,
excluding the cost of purlins, rafters and trusses and including cutting to size and shape wherever
required.
9.9.1.2 15.00 Sqm 4065.50 60982.50 AT Par 60982.50
Description:- WOOD AND P.V.C. WORK // Providing and fixing glazed shutters for doors, windows
26 and clerestory windows using 4 mm thick float glass panes, (weight not less than 10 kg per sqm)
fixing with ISI marked M.S. pressed butt hinges bright finished of required size with necessary screws.
// Second class teak wood // 30 mm thick
9.7.7.1 10.85 Sqm 1897.10 20583.53 AT Par 20583.53
Description:- WOOD AND P.V.C. WORK // Providing and fixing panelled or panelled and glazed
27 shutters for doors, windows and clerestory windows, fixing with butt hinges of required size with
necessary screws, excluding panelling which will be paid for separately, all complete as per direction
of Engineer-in-charge. (Note:- Butt hinges and necessary screws shall be paid separately) // Float
glass panes // 4 mm thick glass pane (weight not less than 10kg/sqm).
9.21.2 13.95 Sqm 1881.95 26253.20 AT Par 26253.20
Description:- WOOD AND P.V.C. WORK // Providing and fixing 25 mm thick shutters for cup board
28 etc. : // Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-
decorative type, core of block board construction with frame of 1st class hard wood and well matched
commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of
shutters: // 30 mm thick including ISI marked Stainless Steel butt hinges with necessary screws
9.21.3 6.20 Sqm 1830.00 11346.00 AT Par 11346.00
Description:- WOOD AND P.V.C. WORK // Providing and fixing 25 mm thick shutters for cup board
etc. : // Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-
29 decorative type, core of block board construction with frame of 1st class hard wood and well matched
commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of
shutters: // 25 mm thick (for cupboard) including ISI marked nickel plated bright finished M.S. piano
hinges with necessary screws
9.97.3 15.00 Each 90.80 1362.00 AT Par 1362.00
Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL
30 BE ISI MARKED) // Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating
not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with
necessary screws etc. complete : // 200x10 mm

Page 3 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

9.97.4 15.00 Each 75.55 1133.25 AT Par 1133.25


Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL
31 BE ISI MARKED) // Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating
not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with
necessary screws etc. complete : // 150x10 mm
9.97.5 15.00 Each 58.65 879.75 AT Par 879.75
Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL
32 BE ISI MARKED) // Providing and fixing aluminium tower bolts, ISI marked, anodised (anodic coating
not less than grade AC 10 as per IS : 1868 ) transparent or dyed to required colour or shade, with
necessary screws etc. complete : // 100x10 mm
9.100.1 15.00 Each 60.05 900.75 AT Par 900.75
Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL
33 BE ISI MARKED) // Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with
necessary screws etc. complete : // 125 mm
9.100.2 8.00 Each 53.25 426.00 AT Par 426.00
Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL
34 BE ISI MARKED) // Providing and fixing aluminium handles, ISI marked, anodised (anodic coating not
less than grade AC 10 as per IS : 1868) transparent or dyed to required colour or shade, with
necessary screws etc. complete : // 100 mm
9.101.1 5.00 Each 35.50 177.50 AT Par 177.50
Description:- WOOD AND P.V.C. WORK // ANODISED ALUMINIUM FITTINGS (ALL FITTINGS SHALL
35 BE ISI MARKED) // Providing and fixing aluminium hanging floor door stopper, ISI marked, anodised
(anodic coating not less than grade AC 10 as per IS : 1868) transparent or dyed to required colour
and shade, with necessary screws etc. complete. // Single rubber stopper
9.62.2 10.00 Each 165.90 1659.00 AT Par 1659.00

36 Description:- WOOD AND P.V.C. WORK // COPER OXIDISED MILD STEEL FITTINGS (COPPER
OXIDISED AS PER IS: 1378) // Providing and fixing ISI marked oxidised M.S. sliding door bolts with
nuts and screws etc. complete : (copper oxidized as per IS: 1378) // 250x16 mm
21.1.1.2 31.00 Kg 466.30 14455.30 AT Par 14455.30
Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows,
ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections
and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and
37 sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust
free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash
fasteners to be paid for separately) : // For fixed portion // Powder coated aluminium (minimum
thickness of powder coating 50 micron)
21.1.2.2 21.70 Kg 564.80 12256.16 AT Par 12256.16
Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows,
ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections
and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and
sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust
38 free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash
fasteners to be paid for separately) : // For shutters of doors, windows & ventilators including
providing and fixing hinges/ pivots and making provision for fixing of fittings wherever required
including the cost of EPDM rubber / neoprene gasket required (Fittings shall be paid for separately) //
Powder coated aluminium (minimum thickness of powder coating 50 micron)
21.3.2 6.20 Sqm 1325.55 8218.41 AT Par 8218.41
Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows,
ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections
and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and
sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust
39 free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash
fasteners to be paid for separately) : // Providing and fixing glazing in aluminium door, window,
ventilator shutters and partitions etc. with EPDM rubber / neoprene gasket etc. complete as per the
architectural drawings and the directions of engineer-in-charge . (Cost of aluminium snap beading
shall be paid in basic item): // With float glass panes of 5 mm thickness (weight not less than 12.50
kg/sqm)

Page 4 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

21.12.1 2.00 Each 513.20 1026.40 AT Par 1026.40


Description:- ALUMINIUM WORK // Providing and fixing aluminium work for doors, windows,
ventilators and partitions with extruded built up standard tubular sections/ appropriate Z sections
and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners
of required dia and size, including necessary filling up the gaps at junctions, i.e. at top, bottom and
40 sides with required EPDM rubber/ neoprene gasket etc. Aluminium sections shall be smooth, rust
free, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium
snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per
architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash
fasteners to be paid for separately) : // Providing and fixing aluminium tubular handle bar 32 mm
outer dia, 3.0 mm thick & 2100 mm long with SS screws etc .complete as per direction of Engineer-in-
Charge. // Anodized (AC 15 ) aluminium tubular handle bar
9.51.1 18.60 Sqm 1164.90 21667.14 AT Par 21667.14
Description:- WOOD AND P.V.C. WORK // MISCELLANEOUS-WOOD WORK // Providing and fixing
41 fly proof galvanized M.S. wire gauge to windows and clerestory windows using wire gauge with
average width of aperture 1.4 mm in both directions with wire of dia 0.63 mm all complete. // With
2nd class teak wood beading 62X19 mm
16.64 155.00 Sqm 196.30 30426.50 AT Par 30426.50
Description:- ROAD WORK // MISCELLANEOUS // Providing and laying 75 mm thick compacted bed
42 of dry brick aggregate of 40 mm thick nominal size including spreading, well ramming, consolidating
and grouting with Local sand, including finishing smooth etc. complete as per direction of Engineer-
in-charge.
11.3.1 30.00 Sqm 545.00 16350.00 AT Par 16350.00
43 Description:- FLOORING // Cement concrete flooring 1:2:4 (1 cement : 2 coarse sand : 4 graded
stone aggregate) finished with a floating coat of neat cement, including cement slurry, but excluding
the cost of nosing of steps etc. complete. // 40 mm thick with 20 mm nominal size stone aggregate
11.7 30.00 cum 7958.65 238759.50 AT Par 238759.50
44 Description:- FLOORING // Cement concrete pavement with 1:2:4 (1 cement : 2 coarse sand : 4
graded stone aggregate 20 mm nominal size), including finishing complete.
8.2.2.2 1.50 Sqm 4425.35 6638.03 AT Par 6638.03
Description:- CLADDING WORK // Providing and fixing 18 mm thick gang saw cut, mirror polished,
premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias
45 and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base
cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing of edges to
give high gloss finish etc. complete at all levels. // Granite stone slab of colour black, Cherry/Ruby red
// Area of slab over 0.50 sqm
8.3.2 4.60 Metre 418.85 1926.71 AT Par 1926.71
Description:- CLADDING WORK // Providing and fixing 18 mm thick gang saw cut, mirror polished,
premoulded and prepolished, machine cut for kitchen platforms, vanity counters, window sills, facias
and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base
46 cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing of edges to
give high gloss finish etc. complete at all levels. // Providing edge moulding to 18 mm thick marble
stone counters, Vanities etc., including machine polishing to edge to give high gloss finish etc.
complete as per design approved by Engineer-in-Charge. // Granite work
13.80 450.00 Sqm 123.85 55732.50 AT Par 55732.50
47 Description:- FINISHING // Providing and applying white cement based putty of average thickness
1 mm, of approved brand and manufacturer, over the plastered wall surface to prepare the surface
even and smooth complete.
13.48A.1 310.00 Sqm 154.45 47879.50 AT Par 47879.50
Description:- FINISHING // EXTERIOR FINISHING // Finishing walls with 100% Premium acrylic
48 emulsion paint having VOC less than 50 gm/litre and UV resistance as per IS 15489:2004, Alkali &
fungal resistance, dirt resistance exterior paint of required shade (Company Depot Tinted) with silicon
additives. // New work (Two or more coats applied @ 1.43 litre/ 10 sqm. Over and including priming
coat of exterior primer applied @ 0.90 litre/10 sqm.
13.42.1 310.00 Sqm 92.75 28752.50 AT Par 28752.50

49 Description:- FINISHING // Distempering with 1st quality acrylic distemper (ready mixed) having
VOC content less than 50 gms/litre, of approved manufacturer, of required shade and colour
complete, as per manufacturer's specification. // Two or more coats on new work
13.48.2 62.00 Sqm 144.90 8983.80 AT Par 8983.80
Description:- FINISHING // EXTERIOR FINISHING // Finishing with Deluxe Multi surface paint system
50 for interiors and exteriors using Primer as per manufacturers specifications : // Painting wood work
with Deluxe Multi Surface Paint of required shade. Two or more coat applied @ 0.90 ltr/10 sqm over
an under coat of primer applied @0.75 ltr/10 sqm of approved brand and manufacture

Page 5 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

13.48.3 27.90 Sqm 140.05 3907.39 AT Par 3907.39


Description:- FINISHING // EXTERIOR FINISHING // Finishing with Deluxe Multi surface paint system
51 for interiors and exteriors using Primer as per manufacturers specifications : // Painting Steel work
with Deluxe Multi Surface Paint to give an even shade. Two or more coat applied @ 0.90 ltr/10 sqm
over an under coat of primer applied @ 0.80 ltr/10 sqm of approved brand and manufacture
8.31 45.00 Sqm 1063.45 47855.25 AT Par 47855.25
Description:- CLADDING WORK // STONE WORK DRY CLADDING // Providing and fixing Ist quality
ceramic glazed wall tiles conforming to IS: 15622 (thickness to be specified by the manufacturer), of
52 approved make, in all colours, shades except burgundy, bottle green, black of any size as approved
by Engineer-in-Charge, in skirting, risers of steps and dados, over 12 mm thick bed of cement mortar
1:3 (1 cement : 3 coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm, including
pointing in white cement mixed with pigment of matching shade complete.
18.11.1 3.40 Metre 485.20 1649.68 AT Par 1649.68

53 Description:- WATER SUPPLY // C.P.V.C. PIPES // Providing and fixing G.I. Pipes complete with G.I.
fittings and clamps, i/c making good the walls etc. concealed pipe, including painting with anti
corrosive bitumastic paint, cutting chases and making good the wall : // 15 mm dia nominal bore
18.10.2 10.00 Metre 373.35 3733.50 AT Par 3733.50
54 Description:- WATER SUPPLY // C.P.V.C. PIPES // Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good the walls etc.-Internal work - Exposed on wall // 20
mm dia nominal bore
18.10.3 8.32 Metre 491.20 4086.78 AT Par 4086.78
55 Description:- WATER SUPPLY // C.P.V.C. PIPES // Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, i/c cutting and making good the walls etc.-Internal work - Exposed on wall // 25
mm dia nominal bore
18.12.2 30.00 Metre 315.35 9460.50 AT Par 9460.50
56 Description:- WATER SUPPLY // C.P.V.C. PIPES // Providing and fixing G.I. pipes complete with G.I.
fittings including trenching and refilling etc.-External work // 20 mm dia nominal bore
18.12.3 60.00 Metre 417.95 25077.00 AT Par 25077.00
57 Description:- WATER SUPPLY // C.P.V.C. PIPES // Providing and fixing G.I. pipes complete with G.I.
fittings including trenching and refilling etc.-External work // 25 mm dia nominal bore
18.12.5 60.00 Metre 558.35 33501.00 AT Par 33501.00
58 Description:- WATER SUPPLY // C.P.V.C. PIPES // Providing and fixing G.I. pipes complete with G.I.
fittings including trenching and refilling etc.-External work // 40 mm dia nominal bore
18.46.2 2.00 Each 289.05 578.10 AT Par 578.10
59 Description:- WATER SUPPLY // C.I. SLUICE VALVES/ FIRE HYDRANTS & FIXTURES // Providing and
fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc.
complete (New work) : // 20 mm nominal bore
18.46.3 5.00 Each 369.35 1846.75 AT Par 1846.75
60 Description:- WATER SUPPLY // C.I. SLUICE VALVES/ FIRE HYDRANTS & FIXTURES // Providing and
fixing G.I. Union in G.I. pipe including cutting and threading the pipe and making long screws etc.
complete (New work) : // 25 mm nominal bore
19.1.2 30.00 Metre 591.40 17742.00 AT Par 17742.00
61 Description:- DRAINAGE // STONE WARE PIPES AND FITTINGS // Providing, laying and jointing
glazed stoneware pipes class SP-1 with stiff mixture of cement mortar in the proportion of 1:1 (1
cement : 1 fine sand) including testing of joints etc. complete : // 150 mm diameter
19.4.2.1 5.00 Each 2474.40 12372.00 AT Par 12372.00
Description:- DRAINAGE // Providing and fixing square-mouth S.W. gully trap class SP-1 complete
62 with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 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: // 150 x 100 mm size P type // With common burnt clay F.P.S. (non modular) bricks
of class designation 7.5
19.7.1.1 10.00 Each 11687.10 116871.00 AT Par 116871.00
Description:- DRAINAGE // Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement :
4 coarse sand ) with R.C.C. top slab with 1:1.5:3 mix (1 cement : 1.5 coarse sand (zone-III) : 3 graded
stone aggregate 20 mm nominal size), foundation concrete 1:4:8 mix (1 cement : 4 coarse sand
(Zone-III) : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with
63 cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making
channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) finished with a floating coat of neat cement complete as per standard design : // Inside
size 90x80 cm and 45 cm deep including C.I. cover with frame (light duty) 455x610 mm internal
dimensions, total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and
weight of frame 15 kg) : // With common burnt clay F.P.S. (non modular) bricks of class designation
7.5
17.1.1 2.00 Each 5781.35 11562.70 AT Par 11562.70

Page 6 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Description:- SANITARY INSTALLATIONS // Providing and fixing water closet squatting pan
(Indian type W.C. pan ) with 100 mm sand cast Iron P or S trap, 10 litre low level white P.V.C. flushing
64 cistern, including flush pipe, with manually controlled device (handle lever) conforming to IS : 7231,
with all fittings and fixtures complete, including cutting and making good the walls and floors
wherever required: // White Vitreous china Orissa pattern W.C. pan of size 580x440 mm with integral
type foot rests
14.86 165.00 Sqm 615.00 101475.00 AT Par 101475.00
Description:- REPAIRS TO BUILDING // ROUTINE MAINTENANCE WORK // Providing and laying in
situ seven course water proofing treatment with APP (Atactic poly-propylene) modified Polymeric
memberane over roof consisting of first coat of bitumen primer @ 0.40 litre per sqm, 2nd, 4th & 6th
courses of bonding material @ 1.20 Kg/sqm, which shall consist of blown type bitumen of grade 85/25
65 conforming to IS : 702, 3rd and 5th layers of roofing membrane APP modified Polymeric membrane
1.5 mm thick of 2.25 Kg/sqm weight consisting of five layers prefabricated with centre core as 20
micron HMHDPE film sandwiched on both sides with polymeric mix and the polymeric mix is
protected on both side with 20 micron HMHDPE film. 7th, the top most layer shall be finished with
brick tiles of class designation 10 grouted with cement mortar 1:3 (1cement : 3 fine sand) mixed with
2% integral water proofing compound by weight of cement over a 12 mm layer of cement mortar 1:3
(1 cement : 3 fine sand) and finished neat (item of laying brick tiles shall be paid for separately).
5.24 155.00 Sqm 133.90 20754.50 AT Par 20754.50
Description:- REINFORCED CEMENT CONCRETE // MISCELLANEOUS // Extra for rendering smooth
66 the top of suspended floors, landings and staircases (treads and risers) with cement mortar 1:2 (1
cement : 2 coarse sand), including a floating coat of neat cement and protecting the surface with a
layer of 7.5 cm of earth laid over 15 mm of fine sand in case of suspended floor and bricks laid in
mud mortar in case of landings and steps, including subsequent removal and cleaning of the same.
5.30 62.00 Metre 64.70 4011.40 AT Par 4011.40
67 Description:- REINFORCED CEMENT CONCRETE // Providing and fixing sheet covering over
expansion joints with iron screws as per design. // Add for plaster drip course/ groove in plastered
surface or moulding to R.C.C. projections.
17.7.3 5.00 Each 2040.85 10204.25 AT Par 10204.25
Description:- SANITARY INSTALLATIONS // Providing and fixing wash basin with C.I. brackets, 15
68 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings
and brackets, cutting and making good the walls wherever require: // White Vitreous China Wash
basin size 550x400 mm with a pair of 15 mm C.P. brass pillar taps
12.42.5.2 5.00 Each 132.00 660.00 AT Par 660.00
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/
69 accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Bend
87.5 degrees // 110 mm bend
12.42.4.1 10.00 Each 124.20 1242.00 AT Par 1242.00
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/
70 accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Single tee
without door // 75x75x75 mm
12.42.6.2 5.00 Each 115.95 579.75 AT Par 579.75
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/
71 accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Shoe
(Plain) // 110 mm Shoe
12.42.1.2 10.00 Each 119.95 1199.50 AT Par 1199.50
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/
72 accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Coupler //
110 mm
17.10.1.2 5.00 Each 6677.40 33387.00 AT Par 33387.00
Description:- SANITARY INSTALLATIONS // Providing and fixing Stainless Steel A ISI 304 (18/8)
73 kitchen sink as per IS:13983 with C.I. brackets and stainless steel plug 40 mm, including painting of
fittings and brackets, cutting and making good the walls wherever required : // Kitchen sink with drain
board // 510x1040 mm bowl depth 225 mm
11.41.2 100.00 Sqm 1416.65 141665.00 AT Par 141665.00
Description:- FLOORING // VITRIFIED FLOOR TILES // Providing and laying vitrified floor tiles in
different sizes (thickness to be specified by the manufacturer) with water absorption less than 0.08%
and conforming to IS: 15622, of approved make, in all colours and shades, laid on 20mm thick
74
cement mortar 1:4 (1 cement : 4 coarse sand), jointing with grey cement slurry @ 3.3 kg/ sqm
including grouting the joints with white cement and matching pigments etc., complete. // Size of Tile
600x600 mm

Page 7 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

11.37 25.00 Sqm 935.60 23390.00 AT Par 23390.00


Description:- FLOORING // CERAMIC GLAZED TILES // Providing and laying Ceramic glazed floor
75 tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to
IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm
thick cement mortar 1:4 (1 Cement : 4 Coarse sand), Jointing with grey cement slurry @ 3.3 kg/sqm
including pointing the joints with white cement and matching pigment etc., complete.
18.54.1 5.00 Each 109.85 549.25 AT Par 549.25
76 Description:- WATER SUPPLY // PTMT FITTINGS // Providing and fixing PTMT bib cock of approved
quality and colour. // 15mm nominal bore, 86 mm long, weighing not less than 88 gms
18.63 15.00 Each 136.60 2049.00 AT Par 2049.00
77 Description:- WATER SUPPLY // AIR VALVE & WATER METER (BULK TYPE) // Providing and fixing
PTMT angle stop cock 15 mm nominal bore, weighing not less than 85 gms
18.56.1 5.00 Each 180.80 904.00 AT Par 904.00
78 Description:- WATER SUPPLY // PTMT FITTINGS // Providing and fixing PTMT pillar cock of approved
quality and colour. // 15 mm nominal bore, 107 mm long, weighing not less than 110 gms
18.55.3 5.00 Each 183.40 917.00 AT Par 917.00
79 Description:- WATER SUPPLY // PTMT FITTINGS // Providing and fixing PTMT stop cock of approved
quality and colour. // Concealed stop cock, 15 mm nominal bore, 108 mm long, weighing not less
than 108 gms
18.64 5.00 Each 106.15 530.75 AT Par 530.75
80 Description:- WATER SUPPLY // AIR VALVE & WATER METER (BULK TYPE) // Providing and fixing
PTMT swivelling shower, 15 mm nominal bore, weighing not less than 40 gms
23.1.1.1 8.00 Metre 592.05 4736.40 AT Par 4736.40
Description:- 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
81 samples from different strata, preparing and submitting strata 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. // All types of soil // 300
mm dia
12.41.2 20.00 Metre 319.75 6395.00 AT Par 6395.00
Description:- ROOFING // Providing, fixing and embedding sand cast iron accessories for rain water
pipes in the masonry surrounded with 12 mm thick cement mortar of the same mix, as that of
82 masonry (lead caulking will be paid for separately): // Providing and fixing on wall face unplasticised
Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed pipes. // 110
mm diameter
12.41.1 8.00 Metre 213.00 1704.00 AT Par 1704.00
Description:- ROOFING // Providing, fixing and embedding sand cast iron accessories for rain water
pipes in the masonry surrounded with 12 mm thick cement mortar of the same mix, as that of
83 masonry (lead caulking will be paid for separately): // Providing and fixing on wall face unplasticised
Rigid PVC rain water pipes conforming to IS : 13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for thermal expansion, (i) Single socketed pipes. // 75
mm diameter
9.165.2 15.00 Each 75.70 1135.50 AT Par 1135.50
84 Description:- WOOD AND P.V.C. WORK // GYPSUM BOARD PARTITIONS // Providing and fixing
bright /matt finished Stainless Steel handles of approved quality & make with necessary screws etc all
complete. // 100mm
12.42.4.2 5.00 Each 190.75 953.75 AT Par 953.75
Description:- ROOFING // Providing and fixing on wall face unplasticised - PVC moulded fittings/
85 accessories for unplasticised Rigid PVC rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10 mm gap for thermal expansion. // Single tee
without door // 110x110x110 mm
18.62.2 5.00 Each 223.50 1117.50 AT Par 1117.50
86 Description:- WATER SUPPLY // AIR VALVE & WATER METER (BULK TYPE) // Providing and fixing
PTMT Ball cock of approved quality, colour and make complete with Epoxy coated aluminium rod with
L.P./ H.P.H.D. plastic ball. // 20 mm nominal bore, 120 mm long, weighing not less than 198 gms
19.6.4 5.00 Metre 902.05 4510.25 AT Par 4510.25
Description:- 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 300 x300 mm size
87 (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 mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including
testing of joints etc. complete : // 300 mm dia. R.C.C. pipe
23.8 3.00 cum 1479.25 4437.75 AT Par 4437.75

Page 8 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Description:- 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 chart/ bore log, including hire &
88 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. //
Gravel packing in tubewell construction in accordance with IS: 4097, including providing gravel fine/
medium/ coarse, in required grading & sizes as per actual requirement, all complete as per direction
of Engineer-in-charge.
15.3 3.00 cum 2928.10 8784.30 AT Par 8784.30
89 Description:- DISMANTLING AND DEMOLISHING // Demolishing R.C.C. work manually/ by
mechanical means including stacking of steel bars and disposal of unserviceable material within 50
metres lead as per direction of Engineer - in- charge.
15.2.1 3.00 cum 2007.10 6021.30 AT Par 6021.30
90 Description:- DISMANTLING AND DEMOLISHING // Demolishing cement concrete manually/ by
mechanical means including disposal of material within 50 metres lead as per direction of Engineer -
in - charge. // Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix)
15.7.4 5.00 cum 1698.45 8492.25 AT Par 8492.25
91 Description:- DISMANTLING AND DEMOLISHING // Demolishing brick work manually/ by
mechanical means including stacking of serviceable material and disposal of unserviceable material
within 50 metres lead as per direction of Engineer-in-charge. // In cement mortar
15.17.1 100.00 Kg 2.80 280.00 AT Par 280.00
92 Description:- DISMANTLING AND DEMOLISHING // Dismantling steel work in single sections
including dismembering and stacking within 50 metres lead in: // R.S. Joists
15.25 50.00 Sqm 219.75 10987.50 AT Par 10987.50
93 Description:- DISMANTLING AND DEMOLISHING // Dismantling stone slab flooring laid in cement
mortar including stacking of serviceable material and disposal of unserviceable material within 50
metres lead.
15.60 100.00 cum 219.35 21935.00 AT Par 21935.00
Description:- DISMANTLING AND DEMOLISHING // Disposal of building rubbish / malba / similar
94 unserviceable, dismantled or waste materials by mechanical means, including loading, transporting,
unloading to approved municipal dumping ground or as approved by Engineer-in-charge, beyond 50
m initial lead, for all leads including all lifts involved.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit your bank details i.e. Name of the Bank along with
Allowed
1 Bank Branch Code, Account Number, IFSC Code, and PAN No No
(Mandatory)
Number.
Certificates and testimonials regarding contracting experience
Allowed
2 for the type of job for which tender is invited with list of works No No
(Optional)
carried out in the past.
Audited Balance Sheet duly certified by the Chartered
Allowed
2.1 Accountant etc regarding contractual payments received in the No No
(Optional)
past.
The list of personnel / organization on hand and proposed to be
engaged for the tendered work. Similarly list of Plant & Allowed
2.2 No No
Machinery available on hand and proposed to be inducted and (Optional)
hired for the tendered work

Page 9 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

A copy of certificate stating that they are not liable to be


disqualified and all their statements/documents submitted along
with bid are true and factual. Standard format of the certificate
to be submitted by the bidder is enclosed as Annexure-V. In
addition to Annexure-V, in case of other than
Company/Proprietary Firm, Annexure-V (A) shall also be
submitted by each member of a Partnership Firm/Joint Venture
Allowed
2.3 (JV)/Hindu Undivided Family (HUF)/Limited Liability Partnership No No
(Mandatory)
(LLP) etc as the case may be. Non submission of a copy of
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.
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. In addition to Annexure-V,
in case of other than Company/Proprietary Firm, Annexure-V (A)
shall also be submitted by each member of a Partnership
Firm/Joint Venture (JV)/Hindu Undivided Family (HUF)/Limited Allowed
2.3.1 No No
Liability Partnership (LLP) etc as the case may be. Non (Mandatory)
submission of above certificate (s) 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 is qualifying the Qualifying Criteria mentioned in
the Tender Document.
The Railway reserves the right to verify all statements,
information and documents submitted by the bidder in his
tender offer, and the bidder shall, when so required by the
Railway, make available all such information, evidence and
2.4 No No Not Allowed
documents as may be necessary for such verification. Any such
verification or lack of such verification, by the Railway shall not
relieve the bidder of its obligations or liabilities hereunder nor
will it affect any rights of the Railway there under.
(a) In case of any information submitted by tenderer is found to
be false, forged or incorrect at any time during process for
2.5 evaluation of tenders, it shall lead to forfeiture of the tender bid No No Not Allowed
security besides banning of business for a period of upto two
years.
(b) In case of any information submitted by tenderer is found to
be false, forged or incorrect after the award of contract, the
contract shall be terminated. Bid security, Performance
2.5.1 Guarantee and Security Deposit available with the railway shall No No Not Allowed
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.
Non-compliance with any of the conditions set forth therein
2.6 No No Not Allowed
above is liable to result in the tender being rejected.
The accepted rates shall be deemed to include and cover all
3 No No Not Allowed
fees, taxes, duties, royalties, rent etc.
Income Tax, Surcharge thereof, Goods & Service Tax (GST Act,
4 2017) and any other applicable tax shall be recovered from No No Not Allowed
contractor's bill as per rule in force.
Implementation of GST Act, 2017 - Procedure for payment of
Contractual bill is given in General Instructions attached in
5 No No Not Allowed
document. Please go through the procedure before submission
of the offer.
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
6 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.

Page 10 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

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 Allowed
7 No No
enclose the attested copies of the constitution of their concern, (Mandatory)
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.
The tenderer whether sole proprietor / a company or a
partnership firm /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
Allowed
7.1 be summarily rejected. A separate power of attorney duly No No
(Mandatory)
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
Apostille certificate.
The tenderer will give full information ( in annexure-1) as to the
date of retirement of such Engineer or gazetted officer from the
said service and as to whether permission for taking such
contract, or if the Contractor be a partnership firm or an
incorporated company, to become a partner or director as the
case may be, has been obtained by the tenderer or the Engineer
or officer, as the case may be from the President of India or any
officer, duly authorized by him in this behalf, shall be clearly
stated in writing at the time of submitting the tender,if a
tenderer is - i) be a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, whether in
the executive or administrative capacity or whether holding a Allowed
8 No No
pensionable post or not, in the Engineering or any other (Mandatory)
department of any of the railways owned and administered by
the President of India for the time being, OR ii) being partnership
firm / joint venture (JV) / registered society / registered trust etc
have as one of its partners/members a retired Engineer of the
gazetted rank or any other gazetted officer working before his
retirement, OR iii) being an incorporated company have any
such retired Engineer of the gazetted rank or any other gazetted
officer working before his retirement as one of its directors AND
in case where such Engineer or officer had not retired from
government service at least 1 year prior to the date of
submission of the tender
If a tenderer or Contractor being an individual, have member(s)
of his family or in the case of partnership firm/ company / joint
venture (JV) / registered society / registered trust etc. one or
more of his partner(s)/shareholder(s) or member(s) of the family
of partner(s)/shareholder(s) having share of more than 1% in the Allowed
8.1 No No
tendering entity employed in gazetted capacity in the (Mandatory)
Engineering or any other department of the railway, then the
tenderer at the time of submission of tender, will inform the
authority inviting tenders the details of such persons. ( in
annexure-1)

Page 11 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All documents related to Joint venture/ Consortium/ MOU, duly
1 No No Not Allowed
notorized should be uploaded at the time of submission of bid.
Applicability of JVs/ CONSORTIUM/ MOUs: JVs/ Consortium/
2 MOUs shall be considered for the tenders of value more than No No Not Allowed
Rs. 10 crore (Ten crore).
Applicability: Price Variation Clause (PVC) shall be applicable
only in tender having advertised value above Rs. 2 Crores.
Provided further that, in a contract where PVC is applicable,
following shall be outside the purview of price adjustments (i.e.
shall be excluded from the gross value of the work for the
purpose of price variation) : a) Materials supplied by Railway to
the Contractors, either free or at fixed rate; b) Any extra
item(s) included in subsequent variation falling outside the
purview of the Bill(s) of Quantities of tender, under clause
39(1)(b) of these Standard General Conditions, unless
applicability of PVC and 'Base Month' has been specially
agreed, while fixing the rates of such extra item(s). Base
Month: The Base Month for 'Price Variation Clause' shall be
taken as the one month prior to closing of tender, unless
otherwise stated elsewhere. The quarter for applicability of
PVC shall commence from the month following the Base
month. The Price Variation shall be based on the average Price
3 No No Not Allowed
Index of the quarter under consideration. Validity: Rates
accepted by Railway Administration shall hold good till
completion of work and no additional individual claim shall be
admissible except: (a) Payment/recovery for increase/decrease
in GST on works contract or imposition/removal of any tax/cess
on Works Contract as per Clause 37, (b) Payment/recovery for
overall market situation as per Price Variation Clause given
hereunder. Components of various items in a contract on
which variation in prices be admissible, shall be steel, cement,
ferrous material, non-ferrous material, insulators, zinc and
other materials, labour, plant & machinery, fuel, explosives,
detonators etc. Adjustment for variation in prices of these
items shall be determined in the manner prescribed. As per Rly
Bd's letter No.2013/CE-I/CT/O/10/PVC/Pt.I dated 27.01.15 Price
Variation Clause (PVC) of General Conditions of Contract (GCC)
shall not apply to such a works contract which is either an
Annual Maintenance Contract (AMC) or a Zonal Contract.

Page 12 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Security Deposit: 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
4 amounts so retained (including amount guaranteed through No No Not Allowed
Performance Guarantee) may not 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.
Refund of Security Deposit: Security Deposit mentioned in sub
clause (1) above shall be returned to the Contractor along with
or after, the following: (a) Final Payment of the Contract as per
clause 51.(1)of GCC and (b) Execution of Final Supplementary
4.1 No No Not Allowed
Agreement or Certification by Engineer that Railway has No
Claim on Contractor and (c) Maintenance Certificate issued, on
expiry of the maintenance period as per clause 50.(1)GCC in
case applicable.
(ii) Forfeiture of Security Deposit: Whenever the contract is
rescinded as a whole under clause 62 (1) of these conditions,
the Security Deposit already with railways under the contract
4.1.1 No No Not Allowed
shall be forfeited. However, in case the contract is rescinded in
part or parts under clause 62 (1) of these conditions, the
Security Deposit shall not be forfeited.
No interest shall be payable upon the Bid Security and Security
Deposit or amounts payable to the Contractor under the
4.2 Contract, but Government Securities deposited in terms of No No Not Allowed
Sub-Clause 16.(4)(b) of this clause will be payable with interest
accrued thereon.
5 PERFORMANCE GURANTEE (PG) No No Not Allowed

Page 13 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

The procedure for obtaining Performance Guarantee is outlined


below: (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 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
5.1 No No Not Allowed
next working day. In all other cases, 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. ( .
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
5.1.1 Deposits Receipts tendered by any Scheduled Commercial 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
5.1.2 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 value of PG to be submitted by the Contractor is based on
5.1.3 original contract value and shall not change due to subsequent No No Not Allowed
variation(s) in the original contract value.
The Performance Guarantee (PG) shall be released after
physical completion of the work based on 'Completion
5.1.4 Certificate' issued by the competent authority stating that the No No Not Allowed
Contractor has completed the work in all respects
satisfactorily.
Whenever the contract is rescinded, the Performance
Guarantee already submitted for the contract shall be
5.1.5 No No Not Allowed
encashed in addition to forfeiture of Security Deposit available
with railway.

Page 14 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

The Engineer shall not make a claim under the Performance


Guarantee except for amounts to which the President of India
is entitled under the contract (not withstanding and/or without
prejudice to any other provisions in the contract agreement) in
the event of: (i) Failure by the Contractor to extend the validity
of the Performance Guarantee as described herein above, in
5.1.6 which event the Engineer may claim the full amount of the No No Not Allowed
Performance Guarantee. (ii) Failure by the Contractor to pay
President of India any amount due, either as agreed by the
Contractor or determined under any of the Clauses/Conditions
of the Agreement, within 30 days of the service of notice to
this effect by Engineer. (iii) The Contract being determined or
rescinded under clause 62 of the GCC
VARIATION IN EXTANT OF CONTRACT : Modification to Contract
to be in Writing: In the event of any of the provisions of the
contract required to be modified after the contract documents
have been signed, the modifications shall be made in writing
and signed by the Railway and the Contractor and no work
shall proceed under such modifications until this has been
done. Any verbal or written arrangement abandoning,
modifying, extending, reducing or supplementing the contract
or any of the terms thereof shall be deemed conditional and
shall not be binding on the Railway unless and until the same
is incorporated in a formal instrument and signed by the
Railway and the Contractor, and till then the Railway shall have
6 No No Not Allowed
the right to repudiate such arrangements. Powers of
Modification to Contract: The Engineer on behalf of the Railway
shall be entitled by order in writing to enlarge or extend,
diminish or reduce the works or make any alterations in their
design, character position, site, quantities, dimensions or in the
method of their execution or in the combination and use of
materials for the execution thereof or to order any additional
work to be done or any works not to be done and the
Contractor will not be entitled, to any compensation for any
increase/reduction in the quantities of work but will be paid
only for the actual amount of work done and for approved
materials supplied against a specific order.
Unless otherwise specified in the special conditions of the
contract, the accepted variation in quantity of each individual
item of the contract would be upto 25% of the quantity
6.1 No No Not Allowed
originally contracted, except in case of foundation work (in
which no variation limit shall apply). However, the rates for the
increased quantities shall be as per sub- para (iii) below.
(ii) The Contractor shall be bound to carry out the work at the
agreed rates and shall not be entitled to any claim or any
6.2 No No Not Allowed
compensation whatsoever upto the limit of 25% variation in
quantity of individual item of works.
(iii) In case an increase in quantity of an individual item by
6.3 more than 25% of the agreement quantity is considered No No Not Allowed
unavoidable, then same shall be executed at following rates
(a)Quantities operated in excess of 125% but upto 140% of the
6.3.1 agreement quantity of the concerned item, shall be paid at No No Not Allowed
98% of the rate awarded for that item in that particular tender;
(b)Quantities operated in excess of 140% but upto 150% of the
6.3.2 agreement quantity of the concerned item shall be paid at No No Not Allowed
96% of the rate awarded for that item in that particular tender;
(c)Variation in quantities of individual items beyond 150% will
be avoided and would be permitted only in exceptional
6.3.3 No No Not Allowed
unavoidable circumstances and shall be paid at 96% of the
rate awarded for that item in that particular tender.

Page 15 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

(d)Variation to quantities of Minor Value Item: The limit for


varying quantities for minor value items shall be 100% (as
against 25% prescribed for other items). A minor value item
for this purpose is defined as an item whose original
agreement value is less than 1 % of the total original
agreement value. d.(i) Quantities operated upto and including
100% of the agreement quantity of the concerned minor value
item, shall be paid at the rate awarded for that item in that
6.3.4 No No Not Allowed
particular tender; d.(ii)Quantities operated in excess of 100%
but upto 200% of the agreement quantity of the concerned
minor value item, shall be paid at 98% of the rate awarded for
that item in that particular tender; d.(iii) Variation in quantities
of individual minor value item beyond 200% will be avoided
and would be permitted only in exceptional unavoidable
circumstances and shall be paid at 96% of the rate awarded
for that item in that particular tender.
(iv) In case of earthwork items, the variation limit of 25% shall
apply to the gross quantity of earthwork items and variation in
6.4 No No Not Allowed
the quantities of individual classifications of soil shall not be
subject to this limit.
(v) As far as Standard Schedule of Rates (SSOR) items are
concerned, the variation limit of 25% would apply to the value
of SSOR schedule(s) as a whole and not on individual SSOR
6.5 items. However, in case of Non Standard Schedule of Rates No No Not Allowed
(SSOR) items, the limit of 25% would apply on the individual
items irrespective of the manner of quoting the rate (single
percentage rate or individual item rate).
Valuation of Variations: The enlargements, extensions,
diminution, reduction, alterations or additions referred to in
Sub-Clause (2) of this Clause shall in no degree affect the
validity of the contract; but shall be performed by the
Contractor as provided therein and be subject to the same
conditions, stipulations and obligations as if they had been
6.6 originally and expressively included and provided for in the No No Not Allowed
Specifications and Drawings and the amounts to be paid
therefor shall be calculated in accordance with the accepted
Bill(s) of Quantities. Any extra item(s)/quantities of work falling
outside the purview of the provisions of Sub-Clause (2) above
shall be paid for at the rates determined under Clause-39 of
these Conditions.
Provision of Efficient and Competent Staff at Work Sites by the
7 No No Not Allowed
Contractor:
The Contractor shall place and keep on the works at all times
efficient and competent staff to give the necessary directions
to his workmen and to see that they execute their work in
7.1 sound & proper manner and shall employ only such No No Not Allowed
supervisors, workmen & labourers in or about the execution of
any of these works as are careful and skilled in the various
trades.
The contractor shall at once remove from the works any
agents, permitted sub contractor, supervisor, workman or
labourer who shall be objected to by the engineer and if and
7.1.1 No No Not Allowed
whenever required by the engineer, he shall submit a correct
return showing the names of all staff and workman employed
by him.
In the event of the engineer being of the opinion that the
contractor is not employing on the works a sufficient number
of staff and workman as is necessary for proper completion of
the works within the time prescribed, the contractor shall
forthwith on receiving intimation to this effect deploy the
7.1.2 No No Not Allowed
additional number of staff & labour as specified by the
engineer within seven days of being so required and failure on
the part of contractor to comply with such instructions will
entitle the railway rescind the contract under clause 62 of the
conditions.
Clause 26A to GCC - Deployment of qualified Engineers at work
8 No No Not Allowed
site by the contractor:

Page 16 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

The Contractor shall also employ Qualified Graduate Engineer


or Qualified Diploma Holder Engineer, based on value of
contract prescribed by the ministry of railways as under: (a)
8.1 One Qualified Graduate Engineer when cost of work to be No No Not Allowed
executed is Rs.200 lakh & above and, ( b ) One Qualified
Diploma Holder Engineer when cost of work to be executed is
more than Rs. 25Lakh, but less than Rs.200Lakh.
In case the contractor fails to employ the engineer, as
aforesaid in Para 26A.1, he shall be liable to pay a penalty at
8.2 the rate of Rs.40000/- and Rs.25000/- for each month or part No No Not Allowed
thereof for the default period for the provisions, as contained
in Para 26.A.1 (a) & (b) above respectively.
No. of qualified engineers required to be deployed by the
contractor for various activities contained in the works contract
8.3 No No Not Allowed
shall be specified in the tender document as 'special condition
of contract' by the tender inviting authority.
Maintenance Of Works : The Contractor shall at all times during
the progress and continuance of the works and also for the
period of maintenance specified in the Tender Form after the
date of passing of the certificate of completion by the Engineer
or any other earlier date subsequent to the completion of the
works that may be fixed by the Engineer be responsible for
and effectively maintain and uphold in good substantial, sound
and perfect condition all and every part of the works and shall
make good from time to time and at all times as often as the
Engineer shall require, any damage or defect that may during
9 No No Not Allowed
the above period arise in or be discovered or be in any way
connected with the works, provided that such damage or
defect is not directly caused by errors in the contract
documents, act of providence or insurrection or civil riot, and
the Contractor shall be liable for and shall pay and make good
to the Railway or other persons legally entitled thereto
whenever required by the Engineer so to do, all losses,
damages, costs and expenses they or any of them may incur
or be put or be liable to by reasons or in consequence of the
operations of the Contractor or of his failure in any respect.
Maintenance period of this work is one year from date of
9.1 No No Not Allowed
physical completion of this work
10 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
10.1 No No Not Allowed
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 General Conditions of Contract for the
completion of works to the entire satisfaction of the Engineer.
(ii)Tenderers will examine the various provisions of The central
Goods and services Tax Act, 2017(CGST)/Integrated Goods and
Srvices Tax Act,2017(IGST)/Union Territory Goods and Services
Tax Act,2017 (UTGST)/respective state's State Goods and
10.1.1 Services Tax Act(SGST) also, as notified by Central/State Govt No No Not Allowed
& 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 registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN along with
other details required under CGST/IGST/UTGST/SGST Act to
10.1.2 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.
(iv) In case the successful tenderer is not liable to be
registered under CGST/IGST/UTGST/SGST Act, the railway shall
10.1.3 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 17 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

(b) When work is tendered for by a firm or company of


10.2 contractors, the tender shall be signed by the individual legally No No Not Allowed
authorized to enter into commitments on their behalf.
The Railway will not be bound by any change of power of
attorney or in the composition of the firm made subsequent to
the submission of tender. Railway may, however, recognize
10.3 No No Not Allowed
such power of attorney and changes after obtaining proper
legal advice, the cost of which will be chargeable to the
Contractor.
Letter of Credit' as Mode of payment in Works Tenders or
11 No No Not Allowed
Service Tenders
For all the tenders having advertised cost of Rs 10 lakh or
above, the contractor shall have the option to take payment
11.1 from Railways through a letter of credit (LC) arrangement. The No No Not Allowed
detail guidelines along with Annexure-1 & Annexure-2 is
attached with documents as 'Letter of Credit'.
clause 55 B to GCC: Provision of employees provident fund and
Miscellaneous provisions act 1952: The Contractor shall comply
with the provisions of Para 30 & 36-B of the Employees
Provident Fund Scheme, 1952; Para 3 & 4 of Employees'
Pension Scheme, 1995; and Para 7 & 8 of Employees Deposit
12 No No Not Allowed
Linked Insurance Scheme, 1976; as modified from time to time
through enactment of "Employees Provident Fund &
Miscellaneous Provisions Act, 1952", wherever applicable and
shall also indemnify the Railway from and against any claims
under the aforesaid Act and the Rules.
The 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
13 No No Not Allowed
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.
Following documents shall be submitted by the tenderer:(a)
Sole Proprietorship Firm: (i) An undertaking that he is not
blacklisted or debarred by Railways or any other Ministry /
Department of Govt. of India from participation in tender on
the date of submission of bids, either in individual capacity or
13.1 as a member of the partnership firm or JV in which he was / is No No Not Allowed
a partner/member. Concealment / wrong information in regard
to above shall make the contract liable for determination under
Clause 62 of the General Conditions of Contract. (ii) All other
documents in terms of explanatory notes in clause 10
mentioned in eligibility criteria.
(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) An undertaking that
the HUF is not blacklisted or debarred by Railways or any other
Ministry / Department of Govt. of India from participation in
13.2 No No Not Allowed
tender on the date of submission of bids, either in individual
capacity or as a member of the partnership firm or JV in which
HUF was / is a partner/member. Concealment / wrong
information in regard to above shall make the contract liable
for determination under Clause 62 of the General Conditions of
Contract. (iii) All other documents in terms of explanatory
notes in clause 10 mentioned in eligibility criteria.
Participation of Partnership Firms in works tenders: The
13.3 Partnership Firms participating in the tender should be legally No No Not Allowed
valid under the provisions of the Indian Partnership Act.
The partnership firm should have been in existence or should
have been formed prior to submission of tender. Partnership
13.3.1 firm should have either been registered with the Registrar or No No Not Allowed
the partnership deed should have been notarized as per the
Indian Partnership Act, prior to submission of tender.

Page 18 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Separate identity / name should be given to the partnership


firm. The partnership firm should have PAN / TAN number in its
13.3.2 own name and PAN / TAN number in the name of any of the No No Not Allowed
constituent partners shall not be considered. The valid
constituents of the firm shall be called partners.
Once the tender has been submitted, the constitution of the
firm shall not normally be allowed to be modified / altered /
terminated during the validity of the tender as well as the
currency of the contract except when modification becomes
inevitable due to succession laws etc., in which case prior
permission should be taken from Railway and in any case the
minimum eligibility criteria should not get vitiated. The re-
constitution of firm in such cases should be followed by a
notary certified Supplementary Deed. The approval for change
of constitution of the firm, in any case, shall be at the sole
discretion of the Railways and the tenderer shall have no
claims what-so-ever. Any change in the constitution of
Partnership firm after submission of tender shall be with the
consent of all partners and with the signatures of all partners
as that in the Partnership Deed. Failure to observe this
13.3.3 No No Not Allowed
requirement shall render the offer invalid and full Bid Security
shall be forfeited. If any Partner/s withdraws from the firm after
submission of the tender and before the award of the contract,
the offer shall be rejected and Bid Security of the tenderer will
be forfeited. If any new partner joins the firm after submission
of tender but prior to award of contract, his / her credentials
shall not qualify for consideration towards eligibility criteria
either individually or in proportion to his share in the previous
firm. In case the tenderer fails to inform Railway beforehand
about any such changes / modification in the constitution which
is inevitable due to succession laws etc. and the contract is
awarded to such firm, then it will be considered a breach of the
contract conditions liable for determination of the contract
under Clause 62 of the Standard General Conditions of
Contract
A partner of the firm shall not be permitted to participate
13.3.4 either in his individual capacity or as a partner of any other No No Not Allowed
firm in the same tender.
The tender form shall be submitted only in the name of
partnership firm. The Bid Security shall be submitted by
13.3.5 partnership firm. The Bid Security submitted in the name of No No Not Allowed
any individual partner or in the name of authorized partner (s)
shall not be considered
One or more of the partners of the firm or any other person (s)
shall be designated as the authorized person (s) on behalf of
the firm, who will be authorized by all the partners to act on
behalf of the firm through a "Power of Attorney", specially
authorizing him / them to submit & sign the tender, sign the
agreement, receive payment, witness measurements, sign
13.3.6 No No Not Allowed
measurement books, make correspondences, compromise /
settle / relinquish any claim (s) preferred by the firm, sign "No
Claim Certificate", refer all or any dispute to arbitration and to
take similar such action in respect of the said tender / contract.
Such "Power of Attorney" shall be notarized / registered and
submitted along with the tender.
On issue of Letter of Acceptance (LOA) to the partnership firm,
all the guarantees like Performance Guarantee, Guarantee for
13.3.7 various Advances to the Contractor shall be submitted only in No No Not Allowed
the name of the partnership firm and no splitting of guarantees
among the partners shall be acceptable.
On issue of Letter of Acceptance (LOA), contract agreement
13.3.8 with partnership firm shall be executed in the name of the firm No No Not Allowed
only and not in the name of any individual partner.

Page 19 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

In case the Letter of Acceptance (LOA) is issued to a


partnership firm, the following undertakings shall be furnished
by all the partners through a notarized affidavit, before signing
of contract agreement. (a) Joint and several liabilities: The
partners of the firm to which the Letter of Acceptance (LOA) is
issued, shall be jointly and severally liable to the Railway for
execution of the contract in accordance with General and
Special Conditions of the Contract. The partners shall also be
liable jointly and severally for the loss, damages caused to the
Railway during the course of execution of the contract or due
to non execution of the contract or part thereof. (b) Duration of
the partnership deed and partnership firm agreement: The
partnership deed/partnership firm agreement shall normally
13.3.9 No No Not Allowed
not be modified/altered/terminated during the currency of
contract and the maintenance period after the work is
completed as contemplated in the conditions of the contract.
Any change carried out by partners in the constitution of the
firm without permission of Railway, shall constitute a breach of
the contract, liable for determination of the contract under
Clause 62 of the Standard General Conditions of Contract. (c)
Governing laws: The partnership firm agreement shall in all
respect be governed by and interpreted in accordance with the
Indian laws. (d) No partner of the firm shall have the right to
assign or transfer the interest right or liability in the contract
without the written consent of the other partner/s and that of
the Railway.
The tenderer shall clearly specify that the tender is submitted
on behalf of a partnership firm. The following documents shall
be submitted by the partnership firm, with the tender: (i) A
notarized copy of the Partnership Deed or a copy of the
Partnership deed registered with the Registrar. (ii) A notarized
or registered copy of Power of Attorney in favour of the
individual to tender for the work, sign the agreement etc. and
create liability against the firm. (iii) An undertaking by all
partners of the partnership firm that they are not blacklisted or
13.3.10 debarred by Railways or any other Ministry / Department of the No No Not Allowed
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 in which they were / are
partners/members. Any Concealment / wrong information in
regard to above shall make the bid ineligible or the contract
shall be determined under Clause 62 of the Standard General
Conditions of Contract. (iv) All other documents in terms of
Para 10 of explanatory notes in clause 10 mentioned in
eligibility criteria.

Page 20 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Documents to be enclosed by the JV along with the tender: In


case one or more of the members of the JV is/are partnership
firm(s), following documents shall be submitted: (i) A notarized
copy of the Partnership Deed or a copy of the Partnership deed
registered with the Registrar. (ii) A copy of consent of all the
partners or individual authorized by partnership firm, to enter
into the Joint Venture Agreement on a stamp paper, (iii) A
notarized or registered copy of Power of Attorney in favour of
the individual to sign the MOU/JV Agreement on behalf of the
partnership firm and create liability against the firm. (iv) An
undertaking by all partners of the partnership firm that they
are not blacklisted or debarred by Railways or any other
Ministry / Department of the Govt. of India from participation in
tenders / contracts as on the date of submission of bids, either
in their individual capacity or in any firm/LLP in which they
were / are partners/members. Any Concealment / wrong
information in regard to above shall make the bid ineligible or
the contract shall be determined under Clause 62 of the
Standard General Conditions of Contract. 2) In case one or
more members is/are Proprietary Firm or HUF, the following
documents shall be enclosed: (i) A copy of notarized affidavit
on Stamp Paper declaring that his Concern is a proprietary
Concern and he is sole proprietor of the Concern OR he who is
signing the affidavit 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. (3) In case one or more members of the JV
is/are companies, the following documents shall be submitted:
(i) A copy of resolutions of the Directors of the Company,
13.4 No No Not Allowed
permitting the company to enter into a JV agreement, (ii) The
copies of MOA (Memorandum of Association) / AOA (Articles of
Association) of the company (iii) A copy of Certificate of
Incorporation (iv) A copy of Authorization/copy of Power of
Attorney issued by the Company (backed by the resolution of
Board of Directors) in favour of the individual, to sign the
tender, sign MOU/JV Agreement on behalf of the company and
create liability against the company (4) In case one or more
members of the JV is/are LLP firm/s, the following documents
shall be submitted: (i) A copy of LLP Agreement (ii) A copy of
Certificate of Incorporation of LLP (iii) A copy of resolution
passed by partners of LLP firm, permitting the Firm to enter
into a JV agreement (iv) A copy of Authorization /copy of Power
of Attorney issued by the LLP firm (backed by resolution
passed by the Partners) in favour of the individual, to sign the
tender and/or sign the MOU/ JV agreement on behalf of the LLP
and create liability against the LLP. (v) 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. Any
Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of
the Standard General Conditions of Contract. (5) In case one or
more members of the JV is/are Society/s or Trust/s, the
following documents shall be submitted: (i) A copy of
Certificate of Registration (ii) A copy of Memorandum of
Association of S

Page 21 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Company registered under Companies Act 2013: (i) The 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) An undertaking that the Company is not
13.5 blacklisted or debarred by Railways or any other Ministry / No No Not Allowed
Department of Govt. of India from participation in tender on
the date of submission of bids, either in individual capacity or
as a member of the partnership firm or JV in which the
Company was / is a partner/member. Concealment / wrong
information in regard to above shall make the contract liable
for determination under Clause 62 of the General Conditions of
Contract. (v) All other documents in terms of explanatory notes
in clause 10 mentioned in eligibility criteria
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
13.6 participation in tenders / contracts as on the date of No No Not Allowed
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 explanatory notes in clause 10
mentioned in eligibility criteria
Registered Society & Registered Trust: (i) A copy of Certificate
of Registration (ii) A copy of Memorandum of Association of
Society/Trust Deed (iii) A copy of Power of Attorney in favour of
13.7 the individual to sign the tender documents and create liability No No Not Allowed
against the Society/Trust. (iv) A copy of Rules & Regulations of
the Society (v) All other documents in terms of explanatory
notes in clause 10 mentioned in eligibility criteria
If it is NOT mentioned in the submitted tender that tender is
being submitted on behalf of a Sole Proprietorship firm /
13.8 Partnership firm / Joint Venture / Registered Company etc., No No Not Allowed
then the tender shall be treated as having been submitted by
the individual who has signed the tender.
After opening of the tender, any document pertaining to the
constitution of Sole Proprietorship Firm / Partnership Firm /
Registered Company/ Registered Trust / Registered Society
/HUF/LLP etc. shall be neither asked nor considered, if
13.9 submitted. Further, no suo moto cognizance of any document No No Not Allowed
available in public domain (i.e., on internet etc.) or in Railway's
record/office files etc. will be taken for consideration of the
tender, if no such mention is available in tender offer
submitted.
A tender from JV / Partnership firm etc. shall be considered
13.10 No No Not Allowed
only where permissible as per the tender conditions.
The Railway will not be bound by any change in the
composition of the firm made subsequent to the submission of
13.11 tender. Railway may, however, recognize such power of No No Not Allowed
attorney and changes after obtaining proper legal advice, the
cost of which will be chargeable to the Contractor

Page 22 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

The tenderer whether sole proprietor / a company or a


partnership firm /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
13.12 which tender shall be summarily rejected. A separate power of No No Not Allowed
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 Apostille certificate.
14 Employment/Partnership etc. of Retired Railway Employees: No No Not Allowed
(a) Should a tenderer i) be a retired Engineer of the gazetted
rank or any other gazetted officer working before his
retirement, whether in the executive or administrative capacity
or whether holding a pensionable post or not, in the
Engineering or any other department of any of the railways
owned and administered by the President of India for the time
being, OR ii) being partnership firm / joint venture (JV) /
registered society / registered trust etc have as one of its
partners a retired Engineer of the gazetted rank or any other
gazetted officer working before his retirement, OR iii) being an
incorporated company have any such retired Engineer of the
gazetted rank or any other gazetted officer working before his
14.1 No No Not Allowed
retirement as one of its directors AND in case where such
Engineer or officer had not retired from government service at
least 1 year prior to the date of submission of the tender THEN
the tenderer will give full information as to the date of
retirement of such Engineer or gazetted officer from the said
service and as to whether permission for taking such contract,
or if the Contractor be a partnership firm or an incorporated
company, to become a partner or director as the case may be,
has been obtained by the tenderer or the Engineer or officer,
as the case may be from the President of India or any officer,
duly authorized by him in this behalf, shall be clearly stated in
writing at the time of submitting the tender.
b) In case, upon successful award of contract, should a
tenderer depute for execution of the works under or to deal
matters related with this contract, any retired Engineer of
gazette rank or retired gazetted officer working before his
retirement in the Engineering or any other department of any
of the railways owned and administered by the President of
India for the time being, and now in his employment, then the
14.2 No No Not Allowed
tenderer will ensure that retired Engineer or retired gazetted
officer had retired from government service at least 1 year
prior to the date of his employment with tenderer and in case
he had retired from service within a year then he possesses
the requisite permission from the President of India or any
officer, duly authorized by him in this behalf, to get associated
with the tenderer.

Page 23 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

(c) Should a tenderer or Contractor being an individual, have


member(s) of his family or in the case of partnership firm/
company / joint venture (JV) / registered society / registered
trust etc. one or more of his partner(s)/shareholder(s) or
member(s) of the family of partner(s)/shareholder(s) having
14.3 No No Not Allowed
share of more than 1% in the tendering entity employed in
gazetted capacity in the Engineering or any other department
of the railway, then the tenderer at the time of submission of
tender, will inform the authority inviting tenders the details of
such persons.
Note:-If information as required as per a), b), c) above has not
been furnished, contract is liable to be dealt in accordance
14.4 No No Not Allowed
with provision of clause 62 of Standard General Condition of
contract.
Restrictions on the Employment of Retired Engineers of
Railway Services Within One Year of their Retirement: The
Contractor shall not, if he is a retired Government Engineer of
Gazetted rank, himself engage in or employ or associate a
retired Government Engineer of Gazetted rank, who has not
completed one year from the date of retirement, in connection
15 No No Not Allowed
with this contract in any manner whatsoever without obtaining
prior permission of the President and if the Contractor is found
to have contravened this provision it will constitute a breach of
contract and administration will be entitled to terminate the
contract and forfeit his Performance Guarantee as well as
Security Deposit.
The provision of Construction and Demolition Waste
Management Rule 2016 issued by Ministry of Environment
Forest and Climate Change dated 29.03.2016 and published in
16 the Gazette of India, Part - II, Section -3, Sub-section (ii) are No No Not Allowed
binding upon the Contractor. Contractor shall implement these
provisions at worksites, for which no extra payment will be
payable
17 Bid Security No No Not Allowed
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
17.1 No No Not Allowed
tender documents. The Bank Guarantee bond shall be as per
Annexure-VIA (attached in document tab) and shall be valid for
a period of 90 days beyond the bid validity period.
In case, submission of Bid Security in the form of Bank
17.2 Guarantee, tenderer shall ensure following compliance, No No Not Allowed
otherwise the offer will be summarily rejected
(i)A scanned copy of the Bank Guarantee shall be uploaded on
17.3 No No Not Allowed
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
17.4 No No Not Allowed
before closing date for submission of bids. (i.e. excluding the
last date of submission of bids)
(iii) Non submission of scanned copy of Bank Guarantee with
the bid on e-tendering portal (IREPS) and/or non submission of
17.5 No No Not Allowed
original Bank Guarantee within the specified period shall lead
to summary rejection of bid.
(iv)The Tender Security shall remain valid for a period of 90
17.6 No No Not Allowed
days beyond the validity 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
17.7 No No Not Allowed
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
17.8 No No Not Allowed
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
The envelope shall be addressed to the officer and address as
17.9 No No Not Allowed
mentioned in the tender document.

Page 24 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

If the envelope is not sealed and marked as instructed above,


the Railway assumes no responsibility for the misplacement or
17.10 No No Not Allowed
premature opening of the contents of the Bid submitted and
consequent losses, if any, suffered by the Bidder.
Bid security, if submitted in the form of Bank Guarantee, the
original bank guarantee shall be submitted to concerned SSE(
Drg.)/Rates section of DRM(Works) Office, Agra before closing
17.11 No No Not Allowed
date for submission of bids (i.e. excluding the last date of
submission of bids). The beneficiary of Bank guarantee should
be Sr. DFM/N.C. Rly./ Agra.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
As per letter no. Agra Division-Engineering/2025-Jan-01-
07/11066580123396 dated 22.04.2025, every member/partner
1 No No Not Allowed
of M/s Maa Ambe Enterprises, Bhojpur is debarred from
participation in this tender as an individual or a partnership firm.
Guidance for filling of annexure-VA : Formats for guidance for
filling annexure-VA by the partnership firm/JV/HUF/LLP is
2 attached as documents. Before filling the annexure-VA, please No No Not Allowed
go through the formats for guidance. In case of any disputes, the
provision contained in GCC will prevail.
Contractor will clear/clean the work site after completion of the
3 No No Not Allowed
work, to the satisfaction of site engineer.
All false work, staging etc. should be so erected, clamped and
4 secured that these should not infringe / moving dimension and No No Not Allowed
obstruct the railway traffic.
In terms of clause 26A.3 of GCC, the Contractor shall deploy
5 atleast one Diploma Holder Engineers at site during the No No Not Allowed
execution of work.
Special Conditions of contract for mandatory updation of Labour
Data on Railway's Srakimkalyan Portal by Contract. Clause 54 &
55 of Indian Railway General Conditions of Contract deals with
Wages to labour and action in case of default of contractor to
payment of wages. In order to increase transparency in payment
of Contract Labour wages and other payments, a web based e-
application has been developed and hosted on website
6 No No Not Allowed
www.shramikkalyan.indianrailway.gov.in. All contractors are
required to upload details of their LoAs, engaged workmen,
wage payment details, PF/ESI details, bonus details etc., on
monthly basis. This details so uploaded shall be available in
public domain. In order to ensure prompt and proper uploading
of details related to LoAs, engaged workmen, wage & other
payment details. The special condition is as under:

Page 25 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

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


act & Minimum Wages act in terms of clause 54 and 55 of Indian
Railway General Condition of Contract. In order to ensure the
same, an application has been developed and hosted on website
'www.shramikkalyan.indianrailways.gov.in'. Contractor shall
register his firm/company etc. and upload requisite details of
labour and their payment in this portal. These details shall be
available in public domain. The Registration/ updation of Portal
shall be done as under: (a) Contractor shall apply for onetime
registration of his company/firm etc. in the Shramikkalyan portal
with requisite details subsequent to issue of Letter of
Acceptance. Engineer shall approve the contractor's registration
on the portal within 7 days of receipt of such request. (b)
Contractor once approved by any Engineer, can create password
6.1 No No Not Allowed
with login ID (PAN No.) for subsequent use of portal for all LoAs
issued in his favour. (c) The contractor once registered on the
portal, shall provide details of his Letter of Acceptances
(LoA)/Contract Agreement on shramikkalyan portal within 15
days of issue of any LoA for approval of concerned engineer.
Engineer shall update (if required and approve the details of LoA
filled by contractor within 7 days of receipt of such request. (d)
After approval of LoA by Engineer, contractor shall fill the salient
details of contract labours engaged in the contract and ensure
updating of each wage payment to them on shramikkalyan
portal on monthly basis. (e) It shall be mandatory upon the
contractor to ensure correct and prompt uploading of all salient
details of engaged contractual labour & payments made thereof
after each wage period.
B.While processing payment of any 'On Account bill' or 'Final bill'
or release of 'Advances' or 'Performance Guarantee/Security
deposit', contractor shall submit a certificate to the Engineer of
Engineer's representatives that " I have uploaded the correct
6.2 details of contract labours engaged in connection with this No No Not Allowed
contract and payment made to them during the wage period in
Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till_____
Month,_______ year."
An exhaustive list of Specifications/Branded materials, which are
to be used in the tenders of Works contract, is attached with
7 tender document for implementation. This Branded items of list No No Not Allowed
will invariably be applicable in all the tenders (Authority: HQ's
letter no.291-W/O/QC/policy dated 22.03.22)
Offer will be evaluated on the basis of tender schedule & special
conditions mentioned in tender document. Conditional offer
8 No No Not Allowed
submitted by the tenderer is liable to be rejected at the
discretion of Railways.
Old GCC has been changed and replaced with new General
Conditions of Contract-2022, which has been added in tender
document. Please go through this new General Condition of
9 No No Not Allowed
Contract-2022 before bidding. In case of any discrepancy,
contradiction with regard to GCC (except special condition of
contract) in that case GCC- 2022 will be applicable.
GCC-April'2022 is to be read with Advance Correction Slip no.1 to
10 of GCC April'2022, issued by Railway Board time to time (
9.1 No No Not Allowed
ACS 1 to 8 are incorporated in GCC-2022 document and ACS-9 &
10 are attached separately)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have read the various conditions / special conditions
attached/ referred / an exhaustive list of Specifications/Branded
1 materials, which are to be used in the tenders of Works contract No No Not Allowed
which is attached with tender document as "List of Branded
material" and agree to abide by the said conditions

Page 26 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

I/We also hereby agree to abide by the Indian Railways Standard


General Conditions of Contract, with all correction slips up-to-
date and to carry out the work according to the Specifications of
2 materials and works and Special Conditions of Contract as laid No No Not Allowed
down by Railway in the annexed Special
Conditions/Specifications with all correction slips up-to-date for
the present contract.
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
3 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.
Until a formal agreement is prepared and executed, acceptance
of this tender shall constitute a binding contract between us
4 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 have visited the works site and I / We am / are aware of
5 No No Not Allowed
the site conditions.
I/We have submitted full information in prescribed format
regarding membership / employment of retired Gazetted officer
and family members working in gazetted capacity in the
Engineering or any other department of the railways. If no
information is provided in this regard or if Annexure-1 is not
6 No No Not Allowed
submitted then the information shall be treated as nil. If found
that information in this regard as required as per clause 16 a),
b), c) of GCC-2022 has been concealed, contract is liable to be
dealt in accordance with provision of clause 62 of Standard
General Condition of contract.
I/We have carefully gone through the clause no.10 to 18 of
GCC'2022 and understood that due to non-compliance of
7 No No Not Allowed
commercial compliance mandatory requirement of these clauses
given in tender document, my/our offer will be rejected.

6. Documents attached with tender

S.No. Document Name Document Description


1 Annexure-VAnnexure-VA.pdf annexure-V and VA
2 terminationmaaabey.pdf Letter for debarred
3 ACS10ofGCC_1.pdf ACS 10 of GCC
4 CS9ofGCC2022.pdf ACS-9 to GCC
5 GCC-2022uptoACS8.pdf GCC 2022 up to ACS-8
6 Specialconditions23F1.pdf Spl Cond DSR-USSOR-21
7 Listofbrand.pdf List of brands
8 LetterofCredit.pdf letter of credit
9 Annexure-VIA.pdf Annexure-VIA
10 annexure-1.pdf Annexure-1
11 Guidenceannexure-VA.pdf guidance

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: VIVEK KUMAR BAJAJ

Page 27 of 28 Run Date/Time: 01/05/2025 18:23:06


AGRA DIVISION-ENGINEERING/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 2025-May-01-02 Closing Date/Time: 23/05/2025 15:00

Designation : Sr.DENI

Page 28 of 28 Run Date/Time: 01/05/2025 18:23:06

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