Draft
Draft
1. NIT HEADER
2. SCHEDULE
S.No. Item Item Qty Unit Basic Value Escl. Amount Bidding Unit
Code Qty Unit Rate (%)
Schedule () A-CPWD DSR 2021-Ver-2 56974149.39 Above/Below/Par
Please see Item Breakup (-)
792922.50 701419.24
1 for details. 11.54
Description:- CODE-2 EARTH WORK
Please see Item Breakup (-)
18139579.25 16046271.80
2 for details. 11.54
Description:- CODE-4 CONCRETE WORK
Please see Item Breakup (-)
13830348.05 12234325.89
3 for details. 11.54
Description:- CODE-5 REINFORCED CEMENT CONCRETE
Please see Item Breakup (-)
76970.50 68088.10
for details. 11.54
4 Description:- CODE-6 MASONRY WORK
Page 1/28
Please see Item Breakup (-)
3429625.00 3033846.28
5 for details. 11.54
Description:- CODE-10 STEEL WORK
Please see Item Breakup (-)
426650.00 377414.59
6 for details. 11.54
Description:- CODE-11 FLOORING
Please see Item Breakup (-)
869936.50 769545.83
7 for details. 11.54
Description:- CODE-12 ROOFING
Please see Item Breakup (-)
310878.10 275002.77
8 for details. 11.54
Description:- CODE-13 FINISHING
Please see Item Breakup (-)
267675.70 236785.92
9 for details. 11.54
Description:- CODE-15 DISMANTLING AND DEMOLISHING
Please see Item Breakup (-)
25883111.75 22896200.65
10 for details. 11.54
Description:- CODE-16 ROAD WORK
Please see Item Breakup (-)
378982.95 335248.32
11 for details. 11.54
Description:- CODE-18 WATER SUPPLY
S.No. Item Item Qty Unit Basic Value Escl. Amount Bidding Unit
Code Qty Unit Rate (%)
Schedule () B-NR-HQ-IR-USSOR 2021-3-Ver-3 130520.88 Above/Below/Par
Please see Item Breakup (-)
137390.40 130520.88
1 for details. 5.00
Description:- CHAPTER-21 Miscellaneous Items
S.No. Item Item Qty Unit Basic Value Escl. Amount Bidding Unit
Code Qty Unit Rate (%)
Schedule () C-NS ITEMs 611343.95 Above/Below/Par
Please see Item Breakup
611343.95 AT Par 611343.95
1 for details.
Description:- NS ITEMs
3. ITEM BREAKUP
Page 2/28
Earth work in excavation
by mechanical means
(Hydraulic excavator) /
manual means in
foundation trenches or
drains (not exceeding 1.5
m in width or 10 sqm on
plan), including dressing
2.8
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.
1 2.8.1 All kinds of soil. cum 1600 286.85 458960
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,
including getting out the
excavated soil, and then
returning the soil as
2.10
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 :
2.10.1 All kinds of soil
2.10.1.3 Pipes, cables etc. Metre 200 651.55 130310
exceeding 300 mm dia
2
but not exceeding 600
mm
2.25 Filling available cum 50 253.95 12697.5
excavated earth
(excluding rock) in
trenches, plinth, sides of
foundations etc. in layers
3 not exceeding 20cm in
depth, consolidating each
deposited layer by
ramming and watering,
lead up to 50 m and lift
upto 1.5 m.
Extra for every additional
lift of 1.5 m or part
2.26 thereof in excavation /
banking excavated or
stacked materials.
Page 3/28
4 2.26.1 All kinds of soil cum 1100 104.5 114950
Surface dressing of the
ground including
removing vegetation and
in-equalities not
2.28
exceeding 15 cm deep
and disposal of rubbish,
lead up to 50 m and lift
up to 1.5 m.
5 2.28.1 All kinds of soil Sqm 2700 28.15 76005
Total 792922.50
Item- 2 CODE-4 CONCRETE WORK
S No. Item No Description of Item Unit Qty Rate Amount
4.0 CONCRETE WORK
CEMENT CONCRETE
4.1S
(CAST IN SITU)
Providing and laying in
position cement concrete
of specified grade
4.1 excluding the cost of
centering and shuttering -
All work up to plinth level
:
4.1.3 1:2:4 (1 cement : 2 cum 50 7365.15 368257.5
coarse sand (zone-III)
derived from natural
1 sources : 4 graded stone
aggregate 20 mm
nominal size derived from
natural sources)
4.1.8 1:4:8 (1 Cement : 4 cum 2385 6326.05 15087629.25
coarse sand (zone-III)
derived from natural
2 sources : 8 graded stone
aggregate 40 mm
nominal size derived from
natural sources)
Providing and laying
cement concrete in
retaining walls, return
walls, walls (any
thickness) including
attached pilasters,
columns, piers,
abutments, pillars, posts,
4.2 struts, buttresses, string
or lacing courses,
parapets, coping, bed
blocks, anchor blocks,
plain window sills, fillets,
sunken floor etc., up to
floor five level, excluding
the cost of centering,
shuttering and finishing:
Page 4/28
4.2.2 1:1.5:3 (1 cement : 1.5 cum 230 9793.75 2252562.5
coarse sand (zone-III)
derived from natural
3 sources : 3 graded stone
aggregate 20 mm
nominal size derived from
natural sources).
Centering and shuttering
including strutting,
4.3
propping etc. and
removal of form work for :
4.3.1 Foundations, footings, Sqm 1400 307.95 431130
4
bases for columns
Total 18139579.25
Item- 3 CODE-5 REINFORCED CEMENT CONCRETE
S No. Item No Description of Item Unit Qty Rate Amount
REINFORCED CEMENT
5.0
CONCRETE
5.1S CAST IN SITU
Providing and laying in
position specified grade
of reinforced cement
concrete, excluding the
5.1
cost of centering,
shuttering, finishing and
reinforcement - All work
up to plinth level :
5.1.2 1:1.5:3 (1 cement : 1.5 cum 240 8364.2 2007408
coarse sand (zone-III)
derived from natural
1 sources: 3 graded stone
aggregate 20 mm
nominal size derived from
natural sources)
Reinforced cement
concrete work in walls
(any thickness), including
attached pilasters,
buttresses, plinth and
string courses, fillets,
columns, pillars, piers,
5.2
abutments, posts and
struts etc. above plinth
level up to floor five level,
excluding cost of
centering, shuttering,
finishing and
reinforcement :
5.2.2 1:1.5:3 (1 cement : 1.5 cum 151 10185.05 1537942.55
coarse sand(zone-III)
derived from natural
2 sources : 3 graded stone
aggregate 20 mm
nominal size derived from
natural sources)
5.9S FORM WORK
Page 5/28
Centering and shuttering
including strutting,
5.9
propping etc. and
removal of form for
5.9.1 Foundations, footings, Sqm 900 307.95 277155
3 bases of columns, etc. for
mass concrete
5.9.2 Walls (any thickness) Sqm 2100 669.55 1406055
including attached
4 pilasters, butteresses,
plinth and string courses
etc.
5.9.6 Columns, Pillars, Piers, Sqm 50 804.25 40212.5
5 Abutments, Posts and
Struts
5.22S STEEL REINFORCEMENT
Steel reinforcement for
R.C.C. work including
straightening, cutting,
5.22 bending, placing in
position and binding all
complete upto plinth
level.
5.22.6 Thermo-Mechanically Kg 95000 89.65 8516750
6 Treated bars of grade Fe-
500D or more.
Steel reinforcement for
R.C.C. work including
straightening, cutting,
5.22A bending, placing in
position and binding all
complete above plinth
level.
5.22A.6 Thermo-Mechanically Kg 500 89.65 44825
7 Treated bars of grade Fe-
500D or more.
Total 13830348.05
Item- 4 CODE-6 MASONRY WORK
S No. Item No Description of Item Unit Qty Rate Amount
6.0 MASONRY WORK
Brick work with common
burnt clay F.P.S. (non
6.1 modular) bricks of class
designation 7.5 in
foundation and plinth in:
6.1.1 Cement mortar 1:4 (1 cum 5 6882 34410
1
cement : 4 coarse sand)
Brick work with common
burnt clay F.P.S. (non
modular) bricks of class
designation 7.5 in
6.4
superstructure above
plinth level up to floor V
level in all shapes and
sizes in :
Page 6/28
6.4.1 Cement mortar 1:4 (1 cum 5 8512.1 42560.5
2
cement : 4 coarse sand)
Total 76970.50
Item- 5 CODE-10 STEEL WORK
S No. Item No Description of Item Unit Qty Rate Amount
10.0 STEEL WORK
10.1 Structural steel work in Kg 500 93.05 46525
single section, fixed with
or without connecting
plate, including cutting,
1
hoisting, fixing in position
and applying a priming
coat of approved steel
primer all complete.
10.2 Structural steel work Kg 28000 111.95 3134600
riveted, bolted or welded
in built up sections,
trusses and framed work,
2 including cutting,
hoisting, fixing in position
and applying a priming
coat of approved steel
primer all complete.
10.19 Providing and fixing mild Kg 1200 88.5 106200
steel round holding down
3
bolts with nuts and
washer plates complete.
Steel work welded in built
up sections/ framed work,
including cutting,
hoisting, fixing in position
10.25
and applying a priming
coat of approved steel
primer using structural
steel etc. as required.
10.25.2 In gratings, frames, guard Kg 1000 142.3 142300
bar, ladder, railings,
4
brackets, gates and
similar works
Total 3429625.00
Item- 6 CODE-11 FLOORING
S No. Item No Description of Item Unit Qty Rate Amount
11.0 FLOORING
11.26S KOTA STONE FLOORING
Page 7/28
Kota stone slab flooring
over 20 mm (average)
thick base laid over and
jointed with grey cement
slurry mixed with
pigment to match the
11.26
shade of the slab,
including rubbing and
polishing complete with
base of cement mortar 1 :
4 (1 cement : 4 coarse
sand) :
1 11.26.1 25 mm thick Sqm 250 1706.6 426650
Total 426650.00
Item- 7 CODE-12 ROOFING
S No. Item No Description of Item Unit Qty Rate Amount
12.0 ROOFING
Providing valleys of 90 cm
wide overall in plain G.S.
sheet fixed with polymer
12.5 coated J, or L hooks, bolts
and nuts 8 mm dia G.I.
limpet and bitumen
washers complete :
12.5.1 1.60 mm thick with zinc Metre 60 1370.4 82224
1 coating not less than 350
gm/sqm
Providing, fixing and
embedding sand cast iron
accessories for rain water
pipes in the masonry
surrounded with 12 mm
12.40
thick cement mortar of
the same mix, as that of
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
12.41
jointing with seal ring
conforming to IS : 5382,
leaving 10 mm gap for
thermal expansion, (i)
Single socketed pipes.
2 12.41.2 110 mm diameter Metre 40 319.75 12790
Page 8/28
Providing and fixing on
wall face unplasticised -
PVC moulded fittings/
accessories for
unplasticised Rigid PVC
rain water pipes
12.42
conforming to IS : 13592
Type A, including jointing
with seal ring conforming
to IS : 5382, leaving 10
mm gap for thermal
expansion.
12.42.5 Bend 87.5 degrees
3 12.42.5.2 110 mm bend Each 20 132 2640
12.50 Providing and fixing Sqm 1150 671.55 772282.5
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
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
4 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.
Total 869936.50
Item- 8 CODE-13 FINISHING
S No. Item No Description of Item Unit Qty Rate Amount
13.0 FINISHING
CEMENT PLASTER (IN
13.1S
FINE SAND)
12 mm cement plaster of
13.1
mix :
Page 9/28
13.1.2 1:6 (1 cement: 6 fine Sqm 50 282 14100
1
sand)
Applying one coat of
water thinnable cement
13.43 primer of approved brand
and manufacture on wall
surface :
13.43.1 Water thinnable cement Sqm 1000 64.45 64450
2
primer
13.44S EXTERIOR FINISHING
Finishing walls with water
13.44 proofing cement paint of
required shade :
13.44.1 New work (Two or more Sqm 1000 97.6 97600
3 coats applied @ 3.84
kg/10 sqm)
Finishing with Deluxe
Multi surface paint
system for interiors and
13.48
exteriors using Primer as
per manufacturers
specifications :
13.48.3 Painting Steel work with Sqm 962 140.05 134728.1
Deluxe Multi Surface
Paint to give an even
shade. Two or more coat
4 applied @ 0.90 ltr/10 sqm
over an under coat of
primer applied @ 0.80
ltr/10 sqm of approved
brand and manufacture
Total 310878.10
Item- 9 CODE-15 DISMANTLING AND DEMOLISHING
S No. Item No Description of Item Unit Qty Rate Amount
DISMANTLING AND
15.0
DEMOLISHING
Demolishing cement
concrete manually/ by
mechanical means
15.2 including disposal of
material within 50 metres
lead as per direction of
Engineer - in - charge.
15.2.1 Nominal concrete 1:3:6 or cum 38 2007.1 76269.8
1 richer mix (i/c equivalent
design mix)
15.2.2 Nominal concrete 1:4:8 or cum 4 1239.6 4958.4
2 leaner mix (i/c equivalent
design mix)
Page 10/28
15.60 Disposal of building cum 850 219.35 186447.5
rubbish / malba / similar
unserviceable, dismantled
or waste materials by
mechanical means,
including loading,
3 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.
Total 267675.70
Item- 10 CODE-16 ROAD WORK
S No. Item No Description of Item Unit Qty Rate Amount
16.0 ROAD WORK
16.49S MISCELLANEOUS
16.75 Providing and laying C.C. cum 2215 8277.55 18334773.25
pavement of mix M-25
with ready mixed
concrete from batching
plant. The ready mixed
concrete shall be laid and
finished with screed
board vibrator , vacuum
dewatering process and
finally finished by
floating, brooming with
wire brush etc. complete
1
as per specifications and
directions of Engineer-in-
charge. (The panel
shuttering work shall be
paid for separately).
(Note:- Cement content
considered in this item is
@ 330 kg/cum.
Excess/less cement used
as per design mix is
payable/ recoverable
separately).
16.76 Deduct for using of M-20 cum 15 -191.1 -2866.5
grade concrete instead of
2
M-25 grade concrete in
C.C. pavement.
Page 11/28
16.79 Providing, laying, cum 2600 2803.65 7289490
spreading and
compacting graded stone
aggregate (size range 53
mm to 0.075 mm ) to wet
mix macadam (WMM)
specification including
premixing the material
with water at OMC in for
all leads & lifts, laying in
uniform layers with
3
mechanical paverfinisher
in sub- base / base course
on well prepared surface
and compacting with
vibratory roller of 8 to 10
tonne capacity to
achievethe desired
density, complete as per
specifications and
directions of Engineer-in-
Charge.
16.93 Providing and placing in Sqm 100 2617.15 261715
position 100 mm thick
factory made machine
batched & machine
mixed Precast RCC
Rectangular Covers on
drains of footpath of
various sizes, of M-25
grade cement concrete
for RCC work, including
cost of centering,
shuttering, reinforcement
of 8 mm dia TMT bars of
Fe 500 grade @
maximum 100mm c/c on
4 both ways , neat cement
punning on finished
surface, properly encased
on all edges with 1.6 mm
thick , 100 mm wide MS
sheet duly painted over
priming coat ,
reinforcement to be
welded at edges with MS
sheet and providing 2
Nos. 12 mm dia bar for
hooks etc i/c cost of
cartage, all leads & lift,
handling at site etc. all
complete as per direction
of Engineer-in-Charge.
Total 25883111.75
Item- 11 CODE-18 WATER SUPPLY
S No. Item No Description of Item Unit Qty Rate Amount
18.0 WATER SUPPLY
18.7S C.P.V.C. PIPES
Page 12/28
Providing and fixing G.I.
pipes complete with G.I.
18.12 fittings including
trenching and refilling
etc.-External work
1 18.12.6 50 mm dia nominal bore Metre 200 654.2 130840
2 18.12.8 80 mm dia nominal bore Metre 50 919.1 45955
Making connection of G.I.
distribution branch with
G.I. main of following
18.13 sizes by providing and
fixing tee, including
cutting and threading the
pipe etc. complete :
18.13.1 25 to 40 mm nominal Each 10 757.1 7571
3
bore
18.13.2 50 to 80 mm nominal Each 10 1513.7 15137
4
bore
18.15S BRASS FITTINGS
Providing and fixing gun
metal gate valve with C.I.
18.17
wheel of approved quality
(screwed end) :
5 18.17.4 50 mm nominal bore Each 4 878.25 3513
C.I./DUCTILE IRON PIPES
18.23S
& SPECIALS
Providing and laying S&S
C.I. standard specials
18.25 such as tees, bends,
collars, tapers, caps etc.
(Heavy class):
6 18.25.1 Up to 300 mm dia Quintal 4 5649.65 22598.6
C.I. SLUICE VALVES/ FIRE
18.31S
HYDRANTS & FIXTURES
Providing and fixing C.I.
sluice valves (with cap)
complete with bolts, nuts,
18.31
rubber insertions etc. (the
tail pieces if required will
be paid separately) :
18.31.2 125 mm diameter
7 18.31.2.2 Class II Each 1 5408.35 5408.35
AIR VALVE & WATER
18.59S
METER (BULK TYPE)
Providing and laying
Double Flanged (screwed
18.71 / welded) Centrifugally
(Spun) Cast Iron, Class B
(IS : 1536) :
18.71.1 100 mm dia C.I. Double Metre 50 1838.1 91905
8
Flanged Pipe
Page 13/28
Providing and laying S&S
Centrifugally Cast (Spun)
18.72
/ Ductile Iron Pipes
conforming to IS : 8329 :
18.72.1 100 mm dia Ductile Iron Metre 50 1121.1 56055
9
Class K-7 pipes
Total 378982.95
Schedule Schedule B-NR-HQ-IR-USSOR 2021-3-Ver-3
Item- 1 CHAPTER-21 Miscellaneous Items
S No. Item No Description of Item Unit Qty Rate Amount
Hiring of machinery for
minor miscellaneous
works for short duration
including operator/driver,
fuel, lubricants and
c o n s u m a b l e . The
contractor shall arrange
all statutory permits as
required by rules and
regulations prevailing in
the area of work.
Payment shall be made
for actual working hours
at site.
1 211201 JCB Backhoe Loaders 3DX Hour 160.00 858.69 137390.40
Plus or similar with
minimum 1.10 cum
bucket capacity
Total 137390.40
Schedule Schedule C-NS ITEMs
Item- 1 NS ITEMs
S No. Item No Description of Item Unit Qty Rate Amount
Page 14/28
1 1 NS-1 Item rate for supply Litre 25000.00 15.09 377250.00
and fixing GRP/ SMC
(sheet moulding
compound) panel tanks
ISI marks on each panel
with certificate of ISI (IS
14399 of 1996). The tank
shall be assembled by
using GRP / SMC panel of
1m x 1m, 1x2m or
1x1.5m as per site
requirement on
Independent steel staging
of 10 m height or as
required which shall be
paid separately.The panel
should be stand
hydrostatic pressure of at
least 4 times the working
load and should be
provided with HDG
nut,bolts/washer, rubber
foam gasket, cleats,
including air vent PVC
support of 110 mm dia
for the roof top panel. The
tank will be manufacture
as per manufacturers
specification and meets
all ISI standards. All MS
parts inside/outside
should be hot dip
galvanized to avoid rust
.The tank should have
ladders inside and
outside, provision of inlet/
outlet / overflow /drain
etc. complete in all
respects with all leads
and lift to any distance as
a complete job. The rate
includes all lead, lifting at
any height, loading,
unloading, all taxes,
charges, all labour and
material , T & P as a
complete job nothing
extra will be paid
whatsoever the case may
be.
Page 15/28
2 2 NS-2 Supplying and fixing MT 2.00 88826.76 177653.52
of gangway with M.S.
chequered plate 0.75 m
having 7 mm thickness
and length as approved
by the site engineer. The
cost include cutting to
size drilling of 14 mm dia
holes, supplying and
fixing 14mm dia nuts and
bolts with 5mm thick
50mm dia washer as per
RDSO drawing number B-
1636/1/R-2 of approved
design and specification
as per annexure A and
welding with contractor T
& P, L & M, lead, lift,
loading, unloading,
transporting, scaffolding
taxes etc. complete.
Including its galvanizing
as directed by the
engineer in charge. So
nothing extra will be paid
except the accepted
rates. Whatsoever the
case may be .
3 3 NS-3 Item rate for Each 2.00 6285.77 12571.54
supplying and fixing
water level indicator with
100 mm pipe metal float
M.S. gauge boards,wire
etc.including painting of
boards as per approved
plan for all heights all
labour and material as a
complete job. So nothing
extra shall be paid except
the accepted rates
whatsoever the case may
be.
Page 16/28
4 4 NS-4 Carrying out soil Job 1.00 43868.89 43868.89
investingation at site of
RCC tank of bearing
capacity and other
parameters at the reqired
depth and then desgning
the foundation of water
tank as per relvant IS
code and as per
staisfaction of
reputed/approved
recongined engineering
labotary/college as
approved by the site
encharge(with contractor
own tools and equipment
if need be) as per special
condition of contract. The
method off testing will be
as per the directives of
site engineer.
Total 611343.95
4. ELIGIBILITY CONDITIONS
Page 17/28
Technical Eligibility Criteria:- (a) The Tenderer must
have successfully completed or substantially
completed any one of the following categories of
work(s) during last 07 (seven) years, ending last
day of month previous to the one in which tender is
invited: - (i) Three similar works each costing not
less than the amount equal to 30% of advertised
value of the tender, or (ii) Two similar works each
costing not less than the amount equal to 40% of
advertised value of the tender, or (iii) One similar
work costing not less than the amount equal to 60%
of advertised value of the tender. -----------------------
--------------------------------------------------------------------
-------------------------------------------------------------------- Allowed
1 No No
----NOTE:-•The Tenderer(s) should submit self- (Mandatory)
attested copy of work completion certificate
indicating that Contractor have completed similar
nature of work. •Completion certificate issued by
competent authority should mandatorily mention
Name of work, name of agency, Contract
agreement detail, date of completion, Completed
Cost of work, Nature of firm
(Partnership/Proprietorship) and details of its
constituents, if any, PAN/GSTIN etc so that
evaluation may be done accordingly.--------------------
--------------------------------------------------------similar
nature of work is "Any civil work other than track
work".
Work experience certificate from private individual
shall not be considered. However, in addition to
work experience certificate issued by any Govt.
Organization, work experience certificate issue by
Public listed company having average annual
turnover of Rs. 500 crore and above in last 3
financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock
Exchange, incorporated /registered at least 5 years
prior to the date of closing of tender, shall also be
considered provided the work experience certificate Allowed
2 No No
has been issued by a person authorized by the (Mandatory)
Public listed company to issue such certificates. In
case tenderer submits work experience certificate
issued by public listed company, the tenderer shall
also submit along with work experience certificate,
the relevant copy of work order, bill of quantities,
bill wise details of payment received duly certified
by Chartered Accountant, TDS certificates for all
payments received and copy of final/last bill paid by
company in support of above work experience
certificate.
Page 18/28
Substantially Completed Work means an ongoing
work in which payment equal to or more than 90%
of the present contract value (excluding the
payment made for adjustment of Price variation
(PVC), if any) has been made to the contractor in Allowed
3 No No
that ongoing contract and no proceedings of (Mandatory)
termination of contract on Contractor's default has
been initiated. The credential certificate in this
regard should have been issued not prior to 60
days of date of invitation of present tender.
Bidders shall confirm and certify on the behalf of the tenderer including its
constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the
2
pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway
website www.ireps.gov.in . I/we have verified the content of the document from the
website and there is no addition, no deletion or no alteration to the content of the tender
3
document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders,
execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in
4
the forms, statements and attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the
5 documents/credentials submitted along with the offer and same shall be binding upon
me/us.
I/We declare that the information and documents submitted along with the tender by
6 me/us are correct and I/we are fully responsible for the correctness of the information and
documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any
other Ministry / Department of Govt. of India from participation in tender on the date of
7
submission of bids, either in individual capacity or as a HUF/ member of the partnership
firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be
forged/false at any time during process for evaluation of tenders, it shall lead to forfeiture
8 of the Bid Security and may also lead to any other action provided in the contract including
banning of business for a period of upto two year. Further, I/we and all my/our constituents
understand that my/our offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be
false/forged at any time after the award of the contract, it will lead to termination of the
9 contract, along with forfeiture of Bid Security/Security Deposit and Performance guarantee
and may also lead to any other action provided in the contract including banning of
business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country
which shares a land border with India and certify that I am/We are not from such a country
10 or, if from such a country, have been registered with the competent Authority. I/We hereby
certify that I/we fulfil all the requirements in this regard and am/are eligible to be
considered (evidence of valid registration by the competent authority is enclosed)
S.No. Description
Page 19/28
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited
LiabilityPartnership (LLP) etc. Please submit a certificate in the prescribed format
(please download the format from the link given below). Non submission of the certificate,
1
or submission of certificate either not properly filled in, or in a format other than the
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Commercial-Compliance
General Instructions
Page 20/28
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,
2 evidence and documents as may be No No Not Allowed
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.
In case of any information submitted by
tenderer is found to be false forged or
incorrect after the award of contract, the
contract shall be terminated. Bid Security,
Performance Guarantee and Security
3 Deposit available with railway shall be No No Not Allowed
forfeited. In addition, other dues of
contractor, if any under this contract shall be
forfeited and agency shall be banned for
doing business for a period of upto five
years.
Care in Submission of Tenders: Please refer
4 to clause 3.0 of Northern Railway Standard No No Not Allowed
Tender Document 2022.
Tenderers will examine the various
provisions of The Central Goods and Services
Tax Act, 2017(CGST)/ Integrated Goods and
Services Tax Act, 2017(IGST)/ Union
Territory Goods and Services Tax Act,
2017(UTGST)/ respective state's State Goods
5 and Services Tax Act (SGST) also, as notified No No Not Allowed
by Central/State Govt. & as amended from
time to time and applicable taxes before
bidding. Tenderers will ensure that full
benefit of Input Tax Credit (ITC) likely to be
availed by them is duly considered while
quoting rates.
The successful tenderer who is liable to be
registered under CGST/IGST/UTGST/SGST Act
shall submit GSTIN along with other details
required under CGST/IGST/UTGST/SGST Act
6 to railway immediately after the award of No No Not Allowed
contract, without which no payment shall be
released to the Contractor. The Contractor
shall be responsible for deposition of
applicable GST to the concerned authority.
In case the successful tenderer is not liable
to be registered under CGST/IGST/UTGST/
SGST Act, the railway shall deduct the
7 No No Not Allowed
applicable GST from his/their bills under
reverse charge mechanism (RCM) and
deposit the same to the concerned authority.
Mandatory updation of Labour data on
Railway's shramikkalyan portal by
8 Contractor.For details refer clause 5.4 of No No Not Allowed
Northern Railway Standard Tender
Document 2022
Page 21/28
In addition to General condition of contract
2022 and Indian Railways Unified standard
9 specification Works Materials Volume I II No No Not Allowed
2010 (revised upto date), special condition
attached shall also apply.
The GST Act 2017 will be applicable as per
extant policy as notified by Central/State
Govt. and as amended from time to time. All
10 No No Not Allowed
the bidders/tenderers should ensure that
they are GST compliant and their quoted
rates are inclusive of taxes and GST.
The quantities given above are approximate
11 and can be increased/decreased as per No No Not Allowed
extant rules.
During execution of work ensure the quality
of Material is to be used as per CE Circular
12 No No Not Allowed
No. 630 circulated vide CE(P&D), L.No. 10-
W/O/Policy/Building dt.26/12/2016
No Post Tender correspondence for
submission of additional documents shall be
entertained after opening of the Technical &
Commercial offers. Even suomoto post
13 No No Not Allowed
tender letters of the tenderers shall be
treated as NULL & VOID. (Authority HQ Letter
No. 74-W/O/Pt.XXV/WA/Loose dated
07.04.15)
The contract will be governed by Indian
Railways Standard General Conditions of
14 Contract updated with correction slips issued No No Not Allowed
up to date of inviting tender or as otherwise
specified in the tender documents.
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
15 General Condition of Contract-2022 before No No Not Allowed
bidding. In case of any discrepancy,
contradiction with regard to GCC (except
special condition of contract) in that case
GCC- 2022 will be applicable.
All Annexure should be uploaded in Standard
16 format as prescribed in Standard Tendered No No Not Allowed
Document-2022.
Performance Guarantee- The successful
bidder shall submit PG as per procedure
mentioned in clause 5.1A of Northern
Railway Standard Tender Document 2022.
The successful bidder shall submit the
17 No No Not Allowed
Performance Guarantee (PG) amounting to
3% instead of 5% of the value of contract
upto March-2023 as per Railway board letter
Mo.2020/CE-I/CT/3E/GCC/Policy Dated:
10.01.2022.
Page 22/28
Undertakings by Partnership Firm- In case
the Letter of Acceptance (LOA) is issued to a
partnership firm, the undertakings as per
clause 18.9 of Annexure -VIII of Northern
18 No No Not Allowed
Railway Standard Tender Document 2022
shall be furnished by all the partners through
a notarized affidavit, before signing of
contract agreement.
Fraud & Corrupt Practice: Please refer to
19 clause 3.10 of Northern Railway Standard No No Not Allowed
Tender Document 2022.
Conditional offer and Alternative proposal by
Tenderer: Tenderers shall submit offers that
fully comply with the requirements of the
Tender documents including the conditions
of contract, design and specification
requirements if any. Conditional offer or
alternative offers will not be considered in
tender evaluation and will be summarily
rejected. The Tenderer shall have no claims
in this regard whatsoever. "Any
unconditional rebate offered by the tenderer
should be mentioned on of 'Schedule of
20 Quantities' specifically. To attract the rebate No No Not Allowed
mentioned each page of schedule may refer
the note for the conditional rebate
mentioned in the end. Any rebate mentioned
at any other place in tender document shall
not be considered. The unconditional rebate
mentioned in "Scheduled of Quantities" shall
be considered while evaluation of bid."
mentioned in the end. Any rebate mentioned
at any other place in tender document shall
not be considered. The unconditional rebate
mentioned in "Scheduled of Quantities" shall
be considered while evaluation of bid."
Tenderer shall quote his rates ensuring
minimum wages criteria with PF, ESI & GST
21 No No Not Allowed
(if applicable) failing which the tender shall
be summarily rejected.
In case of partnership firm/JV/LLP an
undertaking shall be submitted by all
partners/members of the partnership
firm/JV/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
22 No No Not Allowed
on the date of submission of bids, either in
their individual capacity or in any firm/JV/LLP
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
General Conditions of Contract.
All Correction slips of General Conditions of
Contract (GCC)-April-2022 and Standard
23 No No Not Allowed
Tender Document (STD)-2022 shall be
applicable.
Page 23/28
Any legal dispute will be subjected to
24 No No Not Allowed
Firozpur jurisdiction only.
Special Conditions
Technical-Compliances
Page 24/28
Tenderer shall also submit copy of --------------
(I)If participating firm is a Partnership firm
the Tenderer shall submit the following
documents (a)Tenderer shall submit the
power of attorney issued by partnership firm
to the partner/Bidder for participation in the
Bid and other rights. ----------------. OR------------
----- (III) If Participating firm is a company
registered under Companies Act 2013, The
Tenderer shall submit the following Allowed
1.1 No No
documents (a)Submit the self attested copy (Mandatory)
of certificate of incorporation. (b)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. (Format of power of attorney as
per section 4.4 in Tender Form-3 of Standard
Tender Document 2022 is given
An Under taking should be submitted by sole
proprietary firm/HUF/Company/LLP/ "All the
member of JV/All the partners of partnership
firm," which certify that "I/We are not
blacklisted or debarred by Railways or any
other Ministry / Department of the Govt. of
India from participation in tenders / contracts Allowed
2 No No
as on the date of opening of bids, either in (Mandatory)
their individual capacity or in any firm in
which they were / are partners. Concealment
/ wrong information in regard to above shall
make the contract liable for determination
under Clause 62 of the General Conditions of
Contract 2022.
As per clause 3.01 of Standard Tender
Document:- The tenderers shall submit a
copy of certificate stating that all their
statements/documents submitted along with
the bid are true and factual. Standard format
of certificate to be submitted by the bidder is Allowed
3 No No
enclosed as Annexure-XXIV of Standard (Mandatory)
Tender Document or Annexure-V of General
Conditions of Contract. Non submission of
above certificate by the bidder shall result in
summarily rejection of his/their bid. (This
shall be applicable in all tenders).
Page 25/28
The tenderers shall submit a copy of
certificate stating that all
theirstatements/documents submitted
alongwith bid are true and factual.
Standardformat 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 the each member of a PartnershipFirm Allowed
3.1 No No
Joint Venture (JV) / Hindu Undivided Family (Mandatory)
(HUF) / Limited LiabilityPartnership (LLP) etc.
as the case may be. Non submission of
abovecertificate(s) by the bidder shall result
in summarily rejection of his/their bid. Itshall
be mandatorily incumbent upon the tenderer
to identify, state and submitthe supporting
documents duly self attested/digitally signed
by which they/he isqualifying the Qualifying
Criteria mentioned in the Tender Document.
Test of Responsiveness: Please refer clause
Allowed
4 3.8 of Northern Railway Standard Tender No No
(Optional)
Document 2022 and submit Tender form-1.
Please provide full details of constitution of
the firm/JV/Company/Society/Proprietor etc.
as per clause 3.1 & 3.7 of Northern Railway
Standard Tender Documents 2022. (b)If it is
NOT mentioned in the submitted tender that
tender is being submitted on behalf of/by a
Sole Proprietorship Firm/Joint
Venture/Registered Company etc. then
tender shall be treated as having been
submitted by the individual who has signed
the tender. (c)After opening of the tender, Allowed
5 No No
any document pertaining to the constitution (Mandatory)
of Sole Proprietorship Firm/Partnership
Firm/Registered Company/Registered Trust/
Registered Society/HUF etc. shall be neither
asked nor considered, if submitted. Further,
no suo moto cognizance of any document
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.
The Tenderer(s) should submit Power of
Attorney for Authorized Signatory as per
Tender form-3 of Northern Railway Standard
Tender Document 2022. Note: Power of
Allowed
6 Attorney is mandatory in case of partnership No No
(Mandatory)
firm/JV/LLP/Company/ Registered Society &
Registered Trust Society & in case of sole
Proprietorship firm if it want to act through
agent. (In other case it is optional)
Page 26/28
In case Bid Security is submitted as Bank
Guarantee bond from a scheduled
commercial bank of India or as mentioned in
tender documents. The Bank Guarantee Allowed
7 No No
bond shall be as per Annexure-VIIA and shall (Mandatory)
be valid for a period of 90 days beyond the
bid validity period. For details, refer clause
3.3 of Standard Tendered Document-2022.
The Tenderer(s) should submit self-attested
copy of certificate as per Tender form-2 of Allowed
8 No No
Northern Railway Standard Tender (Optional)
Document 2022.
Undertakings
Page 27/28
I/We have submitted self-attested/digitally
signed in the prescribed format for
6 verification/confirmation of the documents No No Not Allowed
submitted for compliance of
eligibility/qualifying criteria.
Custom
Document
S.No. Document Name
Description
Advance Correction
1 AdvanceCorrectionSlipsNo.1to10.pdf
Slips No 1 to 10
GST Latest Circular
2 GSTLatestCircular2022.pdf
2022
Special Condition for
3 SpecialConditionforCivilWorks.pdf
Civil Works
Correction Slip No 1 to
4 CorrectionSlipNo-1toSTD-2022.pdf
STD 2022
5 ANNEXURE-VVAVIIB.pdf Various Annexures
Special Condition of
6 SpecialConditionofCementSteel.pdf
Cement Steel
7 GCC-2022.pdf GCC 2022
8 STD-2022.pdf STD 2022
Special Condition for
9 SpecialConditionofTrackwork.pdf
Track Works
List of brands used for
10 ProvisionalListofMakesBrandsofCivilBuildingWorks.pdf
civil works
Designation : DEN-HQ-FZR
Page 28/28