1. nit header kharagpur division-engg/south eastern … · lump sum 36616.00 12.94 41354.11...

22
SRDENCO acting for and on behalf of The President of India invites E-Tenders against Tender No E-KGP-HQ-21-2020 Closing Date/Time 24/09/2020 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. Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker cheque, Deposit receipts, FDR etc. are not allowed. 1. NIT HEADER Name of Work Execution of new works addition and alterations to the existing structure, special repairs works, supply of building materials, subject to the value of each work not exceeding Rs.5,00,000/- and ordinary repairs and maintenance works for the period upto 30.06.2021 in the section of S.S.E(Works)/West/ Kharagpur. Bidding type Normal Tender Tender Type Open Bidding System Single Packet System Tender Closing Date Time 24/09/2020 15:00 Date Time Of Uploading Tender 24/08/2020 18:59 Pre-Bid Required No Pre-Bid Query Date Time Not Applicable Advertised Value 4342813.57 Tendering Section DEN HQ Bidding Style Single Rate for Each Schedule Bidding Unit Earnest Money (Rs.) 86900.00 Validity of Offer ( Days) 45 Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months Contract Type Works Contract Category Expenditure Bidding Start Date 10/09/2020 Are Joint Venture (JV) firms allowed to bid No Ranking Order For Bids Lowest to Highest Expenditure Type Revenue 2. SCHEDULE S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule A-Execution of all works covered by SCHEDULE-A.[Item No.1 to 5][For USSOR Item @ 12%GST] 2604191.68 Above/ Below/Par 1 Lump Sum 641484.00 17.21 751883.40 Description :- Execution of all works of section covered under Chapter-3(Plain Concrete work), Chapter-4 (R.C.C work), Chapter- 5 (Brick work), Chapter- 6 (Stone work) and Chapter-11(Finishing Masonry work ) of USSOR /2010 with all correction slips upto date. 2 Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of Materials ) of USSOR/ 2010 with all correction slips upto date. 3 Lump Sum 55317.00 13.14 62585.65 Description :- Execution of all works of section covered under Chapter-7 (Wood work) of USSOR/2010 with all correction slips upto date. 4 Lump Sum 143750.00 12.60 161862.50 Description :- Execution of all works of section covered under Chapter -13 ( Water Supply ), Chapter -14 (Drainage & sewerage), & Chapter -15 (Sanitary Installation) of USSOR/2010 with all correction slips upto date. 5 Lump Sum 1362041.57 16.48 1586506.02 Description :- Execution of all works of section covered by all other Chapters except Chapters- 2 to 7, 11 ,13 - 15 of USSOR /2010 with all correction slips upto date. S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule B-Execution of all works covered by SCHEDULE-B.[Item No.6 to 10][For USSOR Item @ 18%GST] . 689805.63 Above/ Below/Par 6 Lump Sum 267750.00 22.07 326842.43 Description :- Execution of all works of section covered under Chapter-3(Plain Concrete work), Chapter-4 (R.C.C work), Chapter- 5 (Brick work), Chapter- 6 (Stone work) and Chapter-11(Finishing Masonry work ) of USSOR /2010 with all correction slips upto date. 7 Lump Sum 15282.00 16.99 17878.41 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of Materials ) of USSOR/ 2010 with all correction slips upto date. 8 Lump Sum 23090.00 18.88 27449.39 Page 1 of 22 Run Date/Time: 25/08/2020 13:14:55 KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLY TENDER DOCUMENT Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Upload: others

Post on 26-Sep-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

SRDENCO acting for and on behalf of The President of India invites E-Tenders against Tender No E-KGP-HQ-21-2020 ClosingDate/Time 24/09/2020 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offersare not allowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through onlypayment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Bankercheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Name of Work

Execution of new works addition and alterations to the existing structure, special repairsworks, supply of building materials, subject to the value of each work not exceedingRs.5,00,000/- and ordinary repairs and maintenance works for the period upto 30.06.2021 inthe section of S.S.E(Works)/West/ Kharagpur.

Bidding type Normal Tender

Tender Type Open Bidding System Single Packet System

Tender Closing Date Time 24/09/2020 15:00 Date Time Of Uploading Tender 24/08/2020 18:59

Pre-Bid Required No Pre-Bid Query Date Time Not Applicable

Advertised Value 4342813.57 Tendering Section DEN HQ

Bidding Style Single Rate for Each Schedule Bidding UnitEarnest Money (Rs.) 86900.00 Validity of Offer ( Days) 45

Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months

Contract Type Works Contract Category Expenditure

Bidding Start Date 10/09/2020Are Joint Venture (JV) firmsallowed to bid No

Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule A-Execution of all works covered by SCHEDULE-A.[Item No.1 to 5][ForUSSOR Item @ 12%GST]

2604191.68Above/

Below/Par

1

Lump Sum 641484.00 17.21 751883.40

Description :- Execution of all works of section covered under Chapter-3(Plain Concrete work), Chapter-4(R.C.C work), Chapter- 5 (Brick work), Chapter- 6 (Stone work) and Chapter-11(Finishing Masonry work ) ofUSSOR /2010 with all correction slips upto date.

2Lump Sum 36616.00 12.94 41354.11

Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of Materials ) of USSOR/2010 with all correction slips upto date.

3Lump Sum 55317.00 13.14 62585.65

Description :- Execution of all works of section covered under Chapter-7 (Wood work) of USSOR/2010 with allcorrection slips upto date.

4Lump Sum 143750.00 12.60 161862.50

Description :- Execution of all works of section covered under Chapter -13 ( Water Supply ), Chapter -14(Drainage & sewerage), & Chapter -15 (Sanitary Installation) of USSOR/2010 with all correction slips upto date.

5Lump Sum 1362041.57 16.48 1586506.02

Description :- Execution of all works of section covered by all other Chapters except Chapters- 2 to 7, 11 ,13 -15 of USSOR /2010 with all correction slips upto date.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule B-Execution of all works covered by SCHEDULE-B.[Item No.6 to 10][ForUSSOR Item @ 18%GST] .

689805.63Above/

Below/Par

6

Lump Sum 267750.00 22.07 326842.43

Description :- Execution of all works of section covered under Chapter-3(Plain Concrete work), Chapter-4(R.C.C work), Chapter- 5 (Brick work), Chapter- 6 (Stone work) and Chapter-11(Finishing Masonry work ) ofUSSOR /2010 with all correction slips upto date.

7Lump Sum 15282.00 16.99 17878.41

Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of Materials ) of USSOR/2010 with all correction slips upto date.

8

Lump Sum 23090.00 18.88 27449.39

Page 1 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 2: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

8 Description :- Execution of all works of section covered under Chapter-7 (Wood work) of USSOR/2010 with allcorrection slips upto date.

9Lump Sum 11562.00 19.02 13761.09

Description :- Execution of all works of section covered under Chapter -13 ( Water Supply ), Chapter -14(Drainage & sewerage), & Chapter -15 (Sanitary Installation) of USSOR/2010 with all correction slips upto date.

10Lump Sum 250020.00 21.54 303874.31

Description :- Execution of all works of section covered by all other Chapters except Chapters- 2 to 7, 11 ,13 -15 of USSOR /2010 with all correction slips upto date.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule C-Execution of all works covered by SCHEDULE-C.[Item No.11 to 21][NON-USSOR Item @ 12%GST]

933990.28Above/

Below/Par

11Please see Item Breakup for details. 933990.28 AT Par 933990.28

Description:- View Details In Item Breakup.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule D-Execution of all works covered by SCHEDULE-D.[Item No.22 to 28][NON-USSOR Item @ 18%GST]

114825.98Above/

Below/Par

23Please see Item Breakup for details. 114825.98 AT Par 114825.98

Description:- View Details In Item Breakup

3. ITEM BREAKUP

Schedule Schedule C-Execution of all works covered by SCHEDULE-C.[Item No.11 to 21][NON-USSOR Item @ 12%GST]

Item- 11 View Details In Item Breakup.

S No. ItemNo

Description of Item Unit Qty Rate Amount

1 11 Supplying, fitting and fixing mosquito proof wire mesh/Netlonof approved quality as per direction of Engineer in charge.

Sqm 500.00 378.78 189390.00

Page 2 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 3: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

2 12 Repairs to Damage Concrete in ceiling (Beam/Slab/Columnsby following method :- (a) Providing temporary and adequatesupport by properly designing, staging and shutteringconsisting of tubular steel cucalyplus props (100mm. dia.)from the floor. (b) Removing damaged, loose, spatied andfriable concrete by wire brushing, scraping etc. exposingrusted reinforcement till sound core concrete is reached. ©Cleaning rusty reinforcement suitable by wire brushingscraping or other mechanical means as approved by theEngineer in charge. (d) Welding lapping additionalreinforcement at locations where 30% or more area of existingreinforcement has been lost as per direction of the Engineer incharge. (e) Apply two coats of POLYMER MODIFIED ANTICORROSIWE COATING of any of the following makes SIKATOP ARMATEC 108 or COLUSAL MK + COLUSAL 25 orANTICOR or Armour Crete Marine coating or any chemicalsimilar to the generic name underfined above. The name ofchemical to be used in the work and manufacturer'sinstructions in the printed Catalogue i.e. SIKA TOPARMATECH - 10S Approx. average 3.5Kg. to 4.1kg. area. (f)Applying over well prepared concrete surface cement slurrysuitable admixed with POLYMAR MODIFIED BONDNGAGENT of any of the following makes SIKA LATEX ORZENTRIFIX HB + NAFUFILL BB2 or BOND - X or any otherchemical similar to the generic name underlined. The name ofchemical to be used in the work and manufacture'sinstructions in his printed Catalogue i.e. SIKA India Pvt. Ltd.The dosage as per manufacture's instructions in his printedCatalogue i.e. SIKA LATEX WATER CEMENT = 1:4:6. (g)While compound coat is still tacky repairing area by applyingcement, sand mortar 1:3 or cement concrete (1:1.5:3) admixwith suitable SUPPER PLASTICIZER such asPLASTROCRETE PLUS or ZENTRAMENT FB2 orPERMACRETE or SUPA PLAST or any other chemical similarto the generic name underlined above.The name of chemicalto be used in the work and manufacturer's instructions in hisprinted Catalogue i.e. SIKA India Pvt. Ltd. The dosage as permanufacture's instructions in his printed Catalogue i.e.PLASTROCRETE PLUS of 0.2% Concrete of above mix isrecommended for thickness above 12mm. Min. thickness ofconcrete in single layer - 25mm. Concrete of above min. isrecommended for thickness above 12mm. Mix. Thickness ofconcrete in single layer - 25mm.

Sqm 1500.00 330.52 495780.00

3 13 Making door/window chowkat frame at SE(Works) Officepremises with Rly's released wooden chowkat of differentsection by contractors carpenter, helper etc. available inSE(Works) godown. The rate includes cutting/shaping thereleased chowkat of different size and making good the samesuitable for use the same for the purpose of replacing Extg.damaged chowkat frame. All other charges suc as cost of holdfast, window geting bar (if necy.), cost of painting will be paidseparetely. But fixing of hold fast, window bar in chowkat areincluded in Item. The payment of work will be done on thebasis of total volume of wood work done for window chowkatframe. (No deductions for rebate will be taken inmeasurement). The also includs of all lead, lift, taxes etc.complete as per direction of Engineer in charge at site.

cum 1.00 8083.88 8083.88

4 14 Cement paint one coat of approved quality and shade(Shalimar or Jhonson & Nicholson or equivalent of approvedquality) on old work. All holes & depression shall be filled withputty which should be allowed to set dry and dry completelybefore snowcem is done. The wall shall then be sand paperedand in case the snowcem is still rough a coat of white chalhmixed with glue should be applied in case the wall is colouredon white washed, the wash must be removed throughly first.

Sqm 10584.00 12.95 137062.80

Page 3 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 4: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

5 15 Letter writing name board by superior quality enamel paint twocoat over a base coat & primer coat as site requirement shadeof colour in the board fixed above G.I. 1.00m. to 3.00m. withcontractor's paint, labour, tools, lift, scaffolding, taxes etc. Thecontractor has to paint the board in Bengali, Hindi, Englishlanguages and maintaining the height of letter as per siterequirement and as per instruction of Engineer in charge atsite.

Sqm 26.00 281.19 7310.94

6 16 Desludging of the existing Colony and Yard drains by takingout sludge, garbage, muck & other accumulated materials anddisposing off the same to the nominated places upto 100meters free lead including all lift and crossing any number ofRailway lines including removing and placing back slab coverswherever necessary. The work is to be done with Contractor'slabour and tools complete.

Metre 882.00 14.58 12859.56

7 17 Desludging of Aqua privies including digging of shallowtrenches each up to 1.5 meters deep for dumping sludge(After getting sufficiently dried up) into the pits/shallowtrenches at a distance of approx. 60 meters from the nearestRailway quarters using contractor's phenol or bleachingpowder whatsoever and covering the site/shallow trenches byRailway's earth completely with contractor's materials, tools,plants and labour etc. at different stations and as per thedirection of the Engineer-in-charge. The rate includes all lead,lift, crossing etc. complete.

Each 5.00 960.19 4800.95

8 18 Distempering one coat with washable synthetic distemper ofapproved quality, brand and shade (Shalimar or Jenson andNicholson or Bristish Paints (India) Ltd. (Berger) or Asianpaints or on work including removing of old scale blister andold distemper of interior walls or ceilling and preparing asmooth and even surface including rendering with cementmortar 1:2 as (Necessary) to make the surface suitable forreceiving distemper with contractor's materials except cementwhich will be supplied by Railway free of cost. Notes : Forsection I of SOR - 1992 shall be applicable (BOP - BZN)

Sqm 1750.00 21.13 36977.50

9 19 Supplying, fabricating, welding, erecting and fixing steel doorwith frames made of ISA M.S.Angle 40mm x 40mm x 5mmwelded with 6 nos. hold fast made of M.S.Flat 20mm x 5mmthick 200mm long with end splitted. The shutter shall be madeof ISA 25mm x 25mm x 5mm frame work around bed andwelded with M.S. Flat 20mm x 5mm, 2 nos. horizontally and 3nos. diagonally as per the drawing with M.S.Plate 16 SWGthickness covering the whole area of shutter with tack weldingand including 3 nos. iron butt hinges of size 100mm to bebolted with frame as well as shutter for easy detachment whenrequired, 2 nos. iron aldrop of size 300mm with 2 nos. irontower bolt of size 150mm long are to be provided in eachdoor. Shutter and frame assembly shall have to be paintedwith one coat of primer followed by two coats of rubber basedpaint of approved quality, The rates include all contractor'smaterials, labour, welding plants, machinery, lead, lift, taxesand all other charges complete as per the direction ofEngineer in charge. The rate also includes taking out theexisting door with frame (where required) and deposting thereleased materials to IOW's godown including cutting the wallfor fixing the door with frame and make good the same afterfixing. No extra payment will be made for carrying thereleased materials to IOW's godown.

Sqm 15.00 1693.97 25409.55

10 20 Excavation of sludge from septic tank in SE(Works)/ section,unloading, loading into trucks, transportation by truck with anaverage lead of 5 Km. And unloading the same from the truckfor proper disposal of sludge without causing any unhygienicconditions including labour and supervision charges, hirecharges for truck, hand carts, tools & equipments, all lead, lift,taxes and duties etc. complete as directed by Engineer incharge or his authorized representative at site.

cum 10.00 240.47 2404.70

Page 4 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 5: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

11 21 Cutting, uprooting of trees/ palnts of any size from the wall/slab/ chajja/ parapet/ roof etc. of the multistoried building dulymaking hole into masonry and refilling the same with concrete/brick as per site condition after due application of hot coppersulphate/ common salt to arrest further growth of plants. Rateincludes all labour, lead, lift taxes etc. comkplete exceptcement which will be supplied free of cost by Railway as perRailway scale of consumption. Note: If the plant comes up inssame location within 06 months, no payment will be done.

Each 540.00 25.76 13910.40

Total 933990.28

Schedule Schedule D-Execution of all works covered by SCHEDULE-D.[Item No.22 to 28][NON-USSOR Item @ 18%GST]

Item- 23 View Details In Item Breakup

S No. ItemNo

Description of Item Unit Qty Rate Amount

1 22 Supplying, fitting and fixing mosquito proof wire mesh/Netlonof approved quality as per direction of Engineer in charge.

Sqm 40.00 400.90 16036.00

2 23 Repairs to Damage Concrete in ceiling (Beam/Slab/Columnsby following method :- (a) Providing temporary and adequatesupport by properly designing, staging and shutteringconsisting of tubular steel cucalyplus props (100mm. dia.)from the floor. (b) Removing damaged, loose, spatied andfriable concrete by wire brushing, scraping etc. exposingrusted reinforcement till sound core concrete is reached. ©Cleaning rusty reinforcement suitable by wire brushingscraping or other mechanical means as approved by theEngineer in charge. (d) Welding lapping additionalreinforcement at locations where 30% or more area of existingreinforcement has been lost as per direction of the Engineer incharge. (e) Apply two coats of POLYMER MODIFIED ANTICORROSIWE COATING of any of the following makes SIKATOP ARMATEC 108 or COLUSAL MK + COLUSAL 25 orANTICOR or Armour Crete Marine coating or any chemicalsimilar to the generic name underfined above. The name ofchemical to be used in the work and manufacturer'sinstructions in the printed Catalogue i.e. SIKA TOPARMATECH - 10S Approx. average 3.5Kg. to 4.1kg. area. (f)Applying over well prepared concrete surface cement slurrysuitable admixed with POLYMAR MODIFIED BONDNGAGENT of any of the following makes SIKA LATEX ORZENTRIFIX HB + NAFUFILL BB2 or BOND - X or any otherchemical similar to the generic name underlined. The name ofchemical to be used in the work and manufacture'sinstructions in his printed Catalogue i.e. SIKA India Pvt. Ltd.The dosage as per manufacture's instructions in his printedCatalogue i.e. SIKA LATEX WATER CEMENT = 1:4:6. (g)While compound coat is still tacky repairing area by applyingcement, sand mortar 1:3 or cement concrete (1:1.5:3) admixwith suitable SUPPER PLASTICIZER such asPLASTROCRETE PLUS or ZENTRAMENT FB2 orPERMACRETE or SUPA PLAST or any other chemical similarto the generic name underlined above.The name of chemicalto be used in the work and manufacturer's instructions in hisprinted Catalogue i.e. SIKA India Pvt. Ltd. The dosage as permanufacture's instructions in his printed Catalogue i.e.PLASTROCRETE PLUS of 0.2% Concrete of above mix isrecommended for thickness above 12mm. Min. thickness ofconcrete in single layer - 25mm. Concrete of above min. isrecommended for thickness above 12mm. Mix. Thickness ofconcrete in single layer - 25mm.

Sqm 60.00 347.95 20877.00

Page 5 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 6: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

3 24 Cement paint one coat of approved quality and shade(Shalimar or Jhonson & Nicholson or equivalent of approvedquality) on old work. All holes & depression shall be filled withputty which should be allowed to set dry and dry completelybefore snowcem is done. The wall shall then be sand paperedand in case the snowcem is still rough a coat of white chalhmixed with glue should be applied in case the wall is colouredon white washed, the wash must be removed throughly first.

Sqm 4320.00 13.68 59097.60

4 25 Letter writing name board by superior quality enamel paint twocoat over a base coat & primer coat as site requirement shadeof colour in the board fixed above G.I. 1.00m. to 3.00m. withcontractor's paint, labour, tools, lift, scaffolding, taxes etc. Thecontractor has to paint the board in Bengali, Hindi, Englishlanguages and maintaining the height of letter as per siterequirement and as per instruction of Engineer in charge atsite.

Sqm 11.00 297.29 3270.19

5 26 Desludging of the existing Colony and Yard drains by takingout sludge, garbage, muck & other accumulated materials anddisposing off the same to the nominated places upto 100meters free lead including all lift and crossing any number ofRailway lines including removing and placing back slab coverswherever necessary. The work is to be done with Contractor'slabour and tools complete.

Metre 60.00 8.47 508.20

6 27 Distempering one coat with washable synthetic distemper ofapproved quality, brand and shade (Shalimar or Jenson andNicholson or Bristish Paints (India) Ltd. (Berger) or Asianpaints or on work including removing of old scale blister andold distemper of interior walls or ceilling and preparing asmooth and even surface including rendering with cementmortar 1:2 as (Necessary) to make the surface suitable forreceiving distemper with contractor's materials except cementwhich will be supplied by Railway free of cost. Notes : Forsection I of SOR - 1992 shall be applicable (BOP - BZN)

Sqm 360.00 19.34 6962.40

7 28 Making door/window chowkat frame at SE(Works) Officepremises with Rly's released wooden chowkat of differentsection by contractors carpenter, helper etc. available inSE(Works) godown. The rate includes cutting/shaping thereleased chowkat of different size and making good the samesuitable for use the same for the purpose of replacing Extg.damaged chowkat frame. All other charges suc as cost of holdfast, window geting bar (if necy.), cost of painting will be paidseparetely. But fixing of hold fast, window bar in chowkat areincluded in Item. The payment of work will be done on thebasis of total volume of wood work done for window chowkatframe. (No deductions for rebate will be taken inmeasurement). The also includs of all lead, lift, taxes etc.complete as per direction of Engineer in charge at site.

cum 1.00 8074.59 8074.59

Total 114825.98

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Commercial-Compliance

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1Compliance with the GST Act, 2017 - Change in para (a) of clause 6, part I ofIndian Railway Standard General Conditions of Contract, July 2014.

Yes No Not Allowed

1.1

Before submitting a tender, the tenderer will be deemed to have satisfiedhimself by actual inspection of the site and locality of the works, that allconditions liable to be encountered during the execution of the works aretaken into account and that the rates he enters in the tender forms areadequate and all inclusive to accord with the provisions in Clause-37 of theStandard General Conditions of Contract for the completion of works to theentire satisfaction of the Engineer.

Yes No Not Allowed

Page 6 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 7: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

1.2

Tenderers will examine the various provisions of The Central Goods andServices Tax Act, 2017 (CGST)/Integrated Goods and Service Tax Act, 2017(IGST)/Union Territory Goods and Services Tax Act, 2017 (UTGST)/respectivestate's State Goods and Services Tax Act (SGST) also, as notified byCentral/State Govt & as amended from time to time and applicable taxesbefore bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC)likely to be availed by them is duly considered while quoting rates.

Yes No Not Allowed

1.3

The successful tenderer who is liable to be registered underCGST/IGST/UTGST/SGST Act shall submit GSTIN along with other detailsrequired under CGST/IGST/UTGST/SGST Act to Railway immediately after theaward of contract, without which no payment shall be released to thecontractor. The contractor shall be responsible for deposition of applicableGST to the concerned authority.

Yes No Not Allowed

1.4

In case the successful tenderer is not liable to be registered underCGST/IGST/UTGST/SGST Act, the Railway shall deduct the applicable GSTfrom his/their bills under reverse charge mechanism (RCM) and deposit thesame to the concerned authority.

Yes No Not Allowed

2All the bidders / tenderers should ensure that they are GST compliant andtheir quoted rates are as per GST law.

No No Not Allowed

3Tender value is inclusive of GST. Agencies must quote their rates includingGST.

Yes No Not Allowed

3.1In the instant tender GST is applicable at rate of 12 percent for SCHEDULE-A& SCHEDULE-C, and 18 percent for SCHEDULE-B & SCHEDULE-D.

Yes No Not Allowed

3.2However, inter se ranking will be done on the quoted value including GSTapplicable on the date of opening.

Yes No Not Allowed

4In case of increase or decrease in GST rate, same will be either paid byrailway or recovered from the agency as the case may be.

Yes No Not Allowed

5

Please enter the percentage of local content in the material being offered.Please enter 0 for fully imported items, and 100 for fully indigenous items. Thedefinition and calculation of local content shall be in accordance with the Makein India policy as incorporated in the tender conditions.

No YesAllowed(Optional)

General Instructions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1Although the completion period for Zonal is 12 months but the period of Civilzonal is from 01.07.2020 to 30.06.2021.Therefore,irrespective of the date ofissue of LOA,the completion date will be 30.06.2021.

No No Not Allowed

2

If the tenderer/s expires after the submission of his/their tender or after theacceptance of his tender, the Rly. shall deem such tender as cancelled. If apartner of a firm expires after the submission of their tender or after theacceptance of their tender, the Railway shall deem such tender as cancelledunless the firm retains its character.

No No Not Allowed

3

The Railway reserves the right of not to invite tenders for any of the railwaywork or works or to invite open or limited tenders and when tenders arecalled, to accept a tender in whole or in part or reject any tender or all tenderswithout assigning reasons for such action.

No No Not Allowed

4Price variation clause of GCC is not applicable for works contract tendershaving value less than Rs 5 Crore.

No No Not Allowed

5

Drawings for the Work: The Drawing for the work can be seen in the office ofthe DRM(Engg)/S.E. Railway/Kharagpur Railway at any time during the officehours. The drawings are only for the guidance of Tenderer(s). Detailedworking drawings (if required) based generally on the drawing mentionedabove, will be given by the Engineer or his representative from time to time

No No Not Allowed

Page 7 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 8: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

6

Rights of the Railway to deal with Tender: The authority for the acceptance ofthe tender will rest with the Railway. It shall not be obligatory on the saidauthority to accept the lowest tender or any other tender, and tenderer(s)shall neither demand any explanation for the cause of rejection of his/ theirtender nor the Railway to assign reasons for declining to consider or rejectany particular tender or tenders. 2.If the tenderer(s) deliberately gives / givewrong information in his / their tender or creates / create circumstances forthe acceptance of his / their tender, the Railway reserves the right to rejectsuch tender at any stage. 3.If the tenderer(s) expire(s) after the submission ofhis / their tender or after the acceptance of his / their offer, the Railway shalldeem such tender cancelled. If a partner of a firm expires after thesubmission of their tender or after the acceptance of their tender, the Railwayshall deem such tender as cancelled, unless the firm retains its character.

No No Not Allowed

7

Should a tenderer find the discrepancies in, or omissions from the drawings orany of the tender forms or should be in doubt as to their meaning, he shouldat once notify the authority inviting tenders who may issue a corrigendum. Itshall be understood that every endeavor has been made to avoid any errorwhich can materially affect the basis of the tender and the successful tendersshall take upon himself and provide for the risk of any error which maysubsequently be discovered and shall make no subsequent claim on accountthereof.

No No Not Allowed

8

The Railway reserves the right of not to invite tenders for any of the railwaywork or works or to invite open or limited tenders and when tenders arecalled, to accept a tender in whole or in part or reject any tender or all tenderswithout assigning reasons for such action.

No No Not Allowed

9For settlements of disputes, Arbitration and Conciliation Act 1996 andprovision made in relevant clauses of GCC 2020 with up-to-date correctionslip will be binding.

No No Not Allowed

10All these conditions and specifications should carefully be studied by thetenderer / tenderers before submitting his/their tender. He/they should inhis/their own interest be well acquainted with the site of work.

No No Not Allowed

11

26A.Deployment of Qualified Engineers at Work Sites by the Contractor:26A.1The Contractor shall also employ qualified Graduate Engineer(s) orequivalent, or qualified Diploma Engineer(s),as prescribed in the tenderdocuments. 26A.2 In case the Contractor fails to employ the Engineer, asaforesaid in Para 26A.1, he shall be liable to pay liquidated damages at therates, as prescribed in the tender documents. 26A.3 No. of qualifiedEngineers required to be deployed by the Contractor for various activitiescontained in the works contract shall be specified in the tender documents as'Special Condition of Contract'. a.Cost of work Rs.200 Lakhs and above- OneGraduate Engineer. b.Cost of work more than Rs.25 Lakhs but less thanRs.200 Lakhs- One Diploma Holder Engineer. Note:- Track relatedcontractual works of values as specified in para-b, individuals having Diplomain Railway Engineerig awarded by IPWE- India shall also be considered asqualified Diploma Holder Engineers and contractors for track contract workscan employ such individuals at their worksite on Indian Railway vide Rly. Bdsletter No. 2012-CE-I-CT-O-20, Dt- 12.07.2013. In case the contractor fails toemploy the Qualified Engineer, as aforesaid in para above, he or him in termsof provisions of clause 26A.2 to the General Conditions of Contract, shall beliable to pay an amount of Rs.40,000 and Rs.25,000 for each month or partthereof for the default period for the provisions as mentioned in para-a and babove respectively.

No No Not Allowed

Page 8 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 9: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

12

Earnest Money: (1)(a)The tenderer shall be required to deposit earnestmoney with the tender for the due performance with the stipulation to keepthe offer open till such date as specified in the tender, under the conditions oftender. The earnest money shall be as under: Value of the WorkEarnestMoney Deposit (EMD) For works estimated to cost up to 1 crore 2% of theestimated cost of the work For works estimated to cost more than 1 crore 2lakh plus ½% (half percent) of the excess of the estimated cost of workbeyond 1 crore subject to a maximum of 1 crore Note: (i)The earnest moneyshall be rounded off to the nearest 100. This earnest money shall beapplicable for all modes of tendering. (ii)Any firm recognized by Department ofIndustrial Policy and Promotion (DIPP) as 'Startups' shall be exempted frompayment of earnest money deposit detailed above. (iii)100% Govt. ownedPSUs shall be exempt from payment of earnest money deposit detailedabove. (iv)Labour Cooperative Societies shall deposit only 50% of aboveearnest money deposit detailed above. (b) It shall be understood that thetender documents have been issued to the tenderer and the tenderer ispermitted to tender in consideration of stipulation on his part, that aftersubmitting his tender he will not resile from his offer or modify the terms andconditions thereof in a manner not acceptable to the Engineer. Should thetenderer fail to observe or comply with the said stipulation, the aforesaidamount shall be liable to be forfeited to the Railway. (c) If his tender isaccepted this earnest money mentioned in sub clause (a) above will beretained as part security for the due and faithful fulfillment of the contract interms of Clause 16 of the Standard General Conditions of Contract. TheEarnest Money of other Tenderers shall, save as herein before provided, bereturned to them, but the Railway shall not be responsible for any loss ordepreciation that may happen thereto while in their possession, nor be liableto pay interest thereon. (2) The Earnest Money shall be deposited in cashthrough e payment gateway or as mentioned in tender documents.

No No Not Allowed

13

The Tenderer(s) shall keep the offer open for a minimum period of 45 days(in case of two packet system of tendering 60 days) from the date of openingof the Tender. It is understood that the tender documents have been issuedto the Tenderer(s) and the Tenderer(s), is / are permitted to tender inconsideration of the stipulation on his / their part that after submitting his /their tender subject to the period being extended further, if required by mutualagreement from time to time, he will not resile from his offer or modify theterms and conditions thereof in a manner not acceptable to S.E.Railway.Should the tenderer fail to observe or comply with the foregoing stipulation,the amount deposited as Earnest Money for the due performance of theabove stipulation, shall be forfeited to the Railway

No No Not Allowed

14Provisions of Make in India Policy 2017 issued by Govt. of India, as amendedfrom time to time, shall be followed for consideration of tenders.

No No Not Allowed

15

Security Deposit: The Earnest Money deposited by the Contractor with histender will be retained by the Railways as part of security for the due andfaithful fulfillment of the contract by the Contractor. The Security Deposit shallbe 5% of the contract value. Security Deposit may be deposited by theContractor before release of first on account bill in cash or Term DepositReceipt issued from Scheduled Bank, or may be recovered at the rate of6% ofthe bill amount till the full Security Deposit is recovered. Provided also that incase of defaulting Contractor, the Railway may retain any amount due forpayment to the Contractor on the pending "on account bills" so that theamounts so retained (including amount guaranteed through PerformanceGuarantee) may not exceed 10% of the total value of the contract. Further, incase of contracts having value equal to or more than 50 crore(Rs Fifty crore)the Security Deposit may be deposited as Bank Guarantee Bond also, issuedby a scheduled bank after execution of contract documents, but beforepayment of 1st on account bill. Provided further that the validity of BankGuarantee Bond shall be extended from time to time, depending uponextension of contract granted in terms of Clause 17 of the Standard GeneralConditions of Contract. Further, in case Security Deposit has been submittedas Term Deposit Receipt/Bank Guarantee Bond in full amount, the EarnestMoney deposited by the Contractor with his tender will be returned by theRailways. Note: After the work is physically completed as certified bycompetent authority, Security Deposit recovered from the running bills of aContractor can be returned to him, if he so desires, in lieu of Term DepositReceipt/irrevocable Bank Guarantee for equivalent amount from ScheduledBank, to be submitted by him.

No No Not Allowed

Page 9 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 10: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

15.1

(i) 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) and (b)Execution ofFinal SupplementaryAgreement or Certification by Engineer that Railway hasNo Claim on Contractor and (c)Maintenance Certificate issued, on expiry ofthe maintenance period as per clause 50.(1), in case applicable. (ii) Forfeitureof Security Deposit: Whenever the contract is rescinded as a whole underclause 62 (1) of GCC, the Security Deposit already with railways under thecontract shall be forfeited. However, in case the contract is rescinded in partor parts under clause 62 (1) of GCC, the Security Deposit shall not beforfeited. (iii) No interest shall be payable upon the Earnest Money andSecurity Deposit or amounts payable to the Contractor under the Contract,but Government Securities deposited in terms of Sub-Clause 16.(4)(b) of thisclause will be payable with interest accrued thereon.

No No Not Allowed

16

Performance Guarantee The procedure for obtaining Performance Guaranteeis outlined below: (a) The successful bidder shall have to submit aPerformance Guarantee (PG) within 21 (Twenty one) days from the date ofissue of Letter of Acceptance (LOA). Extension of time for submission of PGbeyond 21 (Twenty one) days and upto 60 days from the date of issue of LOAmay be given by the Authority who is competent to sign the contractagreement. However, a penal interest of 12% per annum shall be charged forthe delay beyond 21(Twenty one) days, i.e. from 22ndday after the date ofissue of LOA. Further, if the 60th day happens to be a declared holiday in theconcerned office of the Railway, submission of PG can be accepted on thenext working day. In all other cases, if the Contractor fails to submit therequisite PG even after 60 days from the date of issue of LOA, the contract isliable to be terminated. In case contract is terminated railway shall be entitledto forfeit Earnest Money Deposit and other dues payable against thatcontract. In case a tenderer has not submitted Earnest Money Deposit on thestrength of their registration as a Startup recognized by Department ofIndustrial Policy and Promotion (DIPP) under Ministry of Commerce andIndustry, DIPP shall be informed to this effect. The failed Contractor shall bedebarred from participating in re-tender for that work. (b)The successfulbidder shall submit the Performance Guarantee (PG) in any of the followingforms, amounting to 5% of the contract value: (i)A deposit of Cash; (ii)Irrevocable Bank Guarantee; (iii)Government Securities including State LoanBonds at 5% below the market value; (iv) Deposit Receipts, Pay Orders,Demand Drafts and Guarantee Bonds. These forms of PerformanceGuarantee could be either of the State Bank of India or of any of theNationalized Banks; (v)Guarantee Bonds executed or Deposits Receiptstendered by all Scheduled Banks; (vi)Deposit in the Post Office Saving Bank;(vii)Deposit in the National Savings Certificates; (viii)Twelve years NationalDefence Certificates; (ix)Ten years Defence Deposits; (x)National DefenceBonds and (xi)Unit Trust Certificates at 5% below market value or at the facevalue whichever is less. Also, FDR in favour of FA&CAO (free from anyencumbrance) may be accepted.

No No Not Allowed

Page 10 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 11: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

17

(c)The Performance Guarantee shall be submitted by the successful bidderafter the Letter of Acceptance (LOA) has been issued, but before signing ofthe contract agreement. This P.G. shall be initially valid upto the stipulateddate of completion plus 60 days beyond that. In case, the time for completionof work gets extended, the Contractor shall get the validity of P.G. extended tocover such extended time for completion of work plus 60 days. (d)The valueof PG to be submitted by the Contractor will not change for variation upto 25%(either increase or decrease).In case during the course of execution, value ofthe contract increases by more than 25% of the original contract value, anadditional Performance Guarantee amounting to 5% (five percent) for theexcess value over the original contract value shall be deposited by theContractor. On the other hand, if the value of contract decreases by morethan 25% of the original contract value, Performance Guarantee amounting to5% (five percent) of the decrease in the contract value shall be returned to theContractor. The PG amount in excess of required PG for decreased contractvalue, available with Railways, shall be returned to Contractor as perhisrequest duly safeguarding the interest of railways (e)The PerformanceGuarantee (PG) shall be released after physical completion of the work basedon 'Completion Certificate' issued by the competent authority stating that theContractor has completed the work in all respects satisfactorily. (f)Wheneverthe contract is rescinded, the Performance Guarantee already submitted forthe contract shall be encashed in addition to forfeiture of Security Depositavailable with railway. (g)The Engineer shall not make a claim under thePerformance Guarantee except for amounts to which the President of India isentitled under the contract (not withstanding and/or without prejudice to anyother provisions in the contract agreement) in the event of: (i)Failure by theContractor to extend the validity of the Performance Guarantee as describedherein above, in which event the Engineer may claim the full amount of thePerformance Guarantee. (ii)Failure by the Contractor to pay President of Indiaany amount due, either as agreed by the Contractor or determined under anyof the Clauses/Conditions of the Agreement, within 30 days of the service ofnotice to this effect by Engineer. (iii)The Contract being determined orrescinded under clause 62 of the GCC

No No Not Allowed

18

(h)The tenderer who has offered lower total cost as compared to tender valueby more than 10 %, shall be required to submit additional PerformanceGuarantee of value equal to half thepercentage of tender value by which offeris lower than 10%. (e.g. in a tender costing Rs 100, if contract value is Rs 80,additional Performance Guarantee shall be [0.5x{(100-80)-10}] percentage oftender value.)

No No Not Allowed

Page 11 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 12: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

19

1. Powers of Modification to Contract: The Engineer on behalf of the Railwayshall be entitled by order in writing to enlarge or extend, diminish or reducethe works or make any alterations in their design, character position, site,quantities, dimensions or in the method of their execution or in thecombination and use of materials for the execution thereof or to order anyadditional work to be done or any works not to be done and the Contractor willnot be entitled, to any compensation for any increase/reduction in thequantities of work but will be paid only for the actual amount of work done andfor approved materials supplied against a specific order (2)(i) Unlessotherwise specified in the special conditions of the contract, the acceptedvariation in quantity of each individual item of the contract would be upto 25%of the quantity originally contracted, except in case of foundation work. (ii) TheContractor shall be bound to carry out the work at the agreed rates and shallnot be entitled to any claim or any compensation whatsoever upto the limit of25% variation in quantity of individual item of works. (iii) In case an increase inquantity of an individual item by more than 25% of the agreement quantity isconsidered unavoidable, then same shall be executed at following rates(a)Quantities operated in excess of 125% but upto 140% of the agreementquantity of the concerned item, shall be paid at 98% of the rate awarded forthat item in that particular tender; (b)Quantities operated in excess of 140%but upto 150% of the agreement quantity of the concerned item shall be paidat 96% of the rate awarded for that item in that particular tender; (c)Variationin quantities of individual items beyond 150% will be avoided and would bepermitted only in exceptional unavoidable circumstances and shall be paid at96% of the rate awarded for that item in that particular tender. (d)Variation toquantities of Minor Value Item: The limit for varying quantities for minor valueitems shall be 100% (as against 25% prescribed for other items). A minorvalue item for this purpose is defined as an item whose original agreementvalue is less than 1 % of the total original agreement value. d.(i) Quantitiesoperated upto and including 100% of the agreement quantity of theconcerned minor value item, shall be paid at the rate awarded for that item inthat particular tender; d.(ii)Quantities operated in excess of 100% but upto200% of the agreement quantity of the concerned minor value item, shall bepaid 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 beavoided and would be permitted only in exceptional unavoidablecircumstances and shall be paid at 96% of the rate awarded for that item inthat particular tender.

No No Not Allowed

20

(iv) In case of earthwork, the variation limit of 25% shall apply to the grossquantity of earthwork and variation in the quantities of individual classificationsof soil shall not be subject to this limit. (v) In case of foundation work, novariation limit shall apply and the work shall be carried out by the Contractoron agreed rates irrespective of any variation. (vi) As far as SOR items areconcerned, the limit of 25% would apply to the value of SOR schedule as awhole and not on individual SOR items. However, in case of NS items, thelimit of 25% would apply on the individual items irrespective of the manner ofquoting the rate (single percentage rate or individual item rate).

No No Not Allowed

21General Conditions of Contract 2020 shall be applicable for all the tendersand contracts of railways for execution of works as defined in GFR 2017.

No No Not Allowed

Page 12 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 13: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

22

Order of Precedence of Documents: In a tender/contract, in case of anydifference, contradiction, discrepancy, with regard to conditions oftender/contract, specifications, drawings, bill of quantities etc., forming part ofthe tender/contract, the following shall be the order of precedence: i.Letter ofAwa r d ii.Schedule of Items, Rates & Quantities iii.Special Conditions ofContract iv.Technical Specifications as given in tender documents v.Drawingsvi.Indian Railways Standard General Conditions of Contract updated withcorrection slips issued up to date of inviting tender or as otherwise specified inthe tender documents. vii.CPWD Specifications 2019 Vol I & II updated withcorrection slips issued up to date of inviting tender or as otherwise specified inthe tender documents, if applicable in the contract. viii.Indian Railways UnifiedStandard Specification (IRUSS-2019) updated with correction slips issued upto date of inviting tender or as otherwise specified in the tender documents, ifapplicable in the contract. ix.Indian Railways Unified Standard Specifications(Works and Material) 2010 updated with correction slips issued up to date ofinviting tender or as otherwise specified in the tender documents, if applicablein the contract. x.IR Specifications/Guidelines updated with correction slipsissued up to date of inviting tender or as otherwise specified in the tenderdocuments. xi. Relevant B.I.S. Codes updated with correction slips issued upto date of inviting tender or as otherwise specified in the tender documents.

No No Not Allowed

23Date of inviting tender shall be the date of publishing tender notice on IREPSwebsite if tender is published on website or the date of publication innewspaper in case tender is not published on website.

No No Not Allowed

24

Right of Railway to Deal with Tenders: The Railway reserves the right of not toinvite tenders for any of Railway work or works or to invite open or limitedtenders and when tenders are called to accept a tender in whole or in part orreject any tender or all tenders without assigning reasons for any such action

No No Not Allowed

25

Omissions & Discrepancies: Should a tenderer find discrepancies in oromissions from the drawings or any of the Tender Forms or should he be indoubt as to their meaning, he should at once notify the authority invitingtenders. The tender inviting authority may, if deemed necessary, clarify thesame to all tenderers. It shall be understood that every endeavour has beenmade to avoid any error which can materially affect the basis of tender andsuccessful tenderer shall take upon himself and provide for the risk of anyerror which may subsequently be discovered and shall make no subsequentclaim on account thereof.

No No Not Allowed

26

Provisions of Contract Labour (Regulation and Abolition) Act, 1970, Provisionsof Employees Provident Fund and Miscellaneous Provisions Act, 1952,Provisions of "The Building and Other Construction Workers (Regulation ofEmployment and Conditions of Service) Act, 1996" and "The Building andOther Construction Workers' Welfare Cess Act, 1996", shall be binding to thetenderer

No No Not Allowed

27

Restrictions on the Employment of Retired Engineers of Railway ServicesWithin One Year of their Retirement: The Contractor shall not, if he is a retiredGovernment Engineer of Gazetted rank, himself engage in or employ orassociate a retired Government Engineer of Gazetted rank, who has notcompleted one year from the date of retirement, in connection with thiscontract in any manner whatsoever without obtaining prior permission of thePresident and if the Contractor is found to have contravened this provision itwill constitute a breach of contract and administration will be entitled toterminate the contract and forfeit his Performance Guarantee as well asSecurity Deposit

No No Not Allowed

Page 13 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 14: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

28

Care in Submission of Tenders: (a) (i)Before submitting a tender, the tendererwill be deemed to have satisfied himself by actual inspection of the site andlocality of the works, that all conditions liable to be encountered during theexecution of the works are taken into account and that the rates he enters inthe tender forms are adequate and all inclusive to accord with the provisionsin Clause-37 of the Standard General Conditions of Contract for thecompletion of works to the entire satisfaction of the Engineer. (a)(ii)Tendererswill examine the various provisions of The Central Goods and Services TaxAct, 2017(CGST)/ Integrated Goods and Services Tax Act, 2017(IGST)/ UnionTerritory Goods and Services Tax Act, 2017(UTGST)/ respective state's StateGoods and Services Tax Act (SGST) also, as notified by Central/State Govt.&as amended from time to time and applicable taxes before bidding. Tendererswill ensure that full benefit of Input Tax Credit (ITC) likely to be availed bythem is duly considered while quoting rates. (a)(iii)The successful tendererwho is liable to be registered under CGST/IGST/UTGST/SGST Act shallsubmit GSTIN along with other details required underCGST/IGST/UTGST/SGST Act to railway immediately after the award ofcontract, without which no payment shall be released to the Contractor. TheContractor shall be responsible for deposition of applicable GST to theconcerned authority. (a)(iv)Incase the successful tenderer is not liable to beregistered under CGST/IGST/UTGST/ SGST Act, the railway shall deduct theapplicable GST from his/their bills under reverse charge mechanism(RCM)and deposit the same to the concerned authority. (b)When work istendered for by a firm or company, the tender shall be signed by the individuallegally authorized to enter into commitments on their behalf. (c)The Railwaywill not be bound by any power of attorney granted by the tenderer or bychanges in the composition of the firm made subsequent to the execution ofthe contract. It may, however, recognize such power of attorney and changesafter obtaining proper legal advice, the cost of which will be chargeable to theContractor.

No No Not Allowed

29

Execution of Contract Document: The Tenderer whose tender is acceptedshall be required to appear in person at the office of Divisional RailwayManager (Engg), S.E. Railway, Adra, or if tenderer is a firm or corporation, aduly authorized representative shall appear and execute the contractagreement within seven days of notice from Railways that the ContractAgreement is ready. The Contract Agreement shall be entered into by Railwayonly after submission of valid Performance Guarantee by the Contractor.Failure to do so shall constitute a breach of the agreement affected by theacceptance of the tender. In such cases the Railway may determine that suchtenderer has abandoned the contract and there upon his tender andacceptance thereof shall be treated as cancelled and the Railway shall beentitled to forfeit the full amount of the Earnest Money and other dues payableto the Contractor under this contract. The failed Contractor shall be debarredfrom participating in the re tender for that work.

No No Not Allowed

Page 14 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 15: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

30

Tenderer Credentials: Documents testifying tenderer previous experience andfinancial status should be produced alongwith the tender. Tenderer(s)who is /are not borne on the approved list of the Contractors of S.E. Railway shallsubmit alongwith his / their tender: (i)Certificates and testimonials regardingcontracting experience for the type of job for which tender is invited with list ofworks carried out in the past. (ii)Certificates which may be an attestedCertificate from the client, Audited Balance Sheet duly certified by theChartered Accountant etc regarding contractual payments received in thepast. (iii)The list of personnel / organization on hand and proposed to beengaged for the tendered work. Similarly list of Plant & Machinery available onhand and proposed to be inducted and hired for the tendered work. (iv)A copyof certificate stating that they are not liable to be disqualified and all theirstatements/documents submitted along with bid are true and factual.Standard format of the certificate to be submitted by the bidder is enclosed asAnnexure-V. Non submission of a copy of certificate by the bidder shall resultin summarily rejection of his/their bid. It shall be mandatorily incumbent uponthe tenderer to identify, state and submit the supporting documents duly selfattested by which they/he are/is qualifying the Qualifying Criteria mentioned inthe Tender Document. (v)The Railway reserves the right to verify allstatements, information and documents submitted by the bidder in his tenderoffer, and the bidder shall, when so required by the Railway, make availableall such information, evidence and documents as may be necessary for suchverification. Any such verification or lack of such verification, by the Railwayshall not relieve the bidder of its obligations or liabilities hereunder nor will itaffect any rights of the Railway thereunder. (vi)(a) In case of any informationsubmitted by tenderer is found to be false forged or incorrect at any timeduring process for evaluation of tenders, it shall lead to forfeiture of the tenderEarnest Money Deposit besides banning of business for a period of upto fiveyears. (b) In case of any information submitted by tenderer is found to befalse forged or incorrect after the award of contract, the contract shall beterminated. Earnest Money Deposit (EMD), Performance Guarantee andSecurity Deposit available with the railway shall be forfeited. In addition, otherdues of the contractor, if any, under this contract shall be forfeited and agencyshall be banned for doing business for a period of upto five years.

No No Not Allowed

31

Documents to be Submitted Along with Tender (i)The tenderer shall clearlyspecify whether the tender is submitted on his own (Proprietary Firm) or onbehalf of a Partnership Firm / Company / Joint Venture (JV) / RegisteredSociety / Registered Trust / HUF etc. The tenderer(s) shall enclose theattested copies of the constitution of their concern, and copy of PAN Cardalong with their tender. Tender Documents in such cases are to be signed bysuch persons as may be legally competent to sign them on behalf of the firm,company, association, trust or society, as the case may be (ii)Followingdocuments shall be submitted by the tenderer: (a)Sole Proprietorship Firm:(i)An undertaking that he is not blacklisted or debarred by Railways or anyother Ministry / Department of Govt. of India from participation in tender onthe date of opening of bids, either in individual capacity or as a member of thepartnership firm or JV in which he was / is a partner/member. Concealment /wrong information in regard to above shall make the contract liable fordetermination under Clause 62 of the General Conditions of Contract. (ii)Allother documents in terms of explanatory notes in clause 10 above. (b)HUF:(i)A copy of notarized affidavit on Stamp Paper declaring that he who issubmitting the tender on behalf of HUF is in the position of 'Karta' of HinduUndivided Family (HUF) and he has the authority, power and consent givenby other members to act on behalf of HUF. (ii)An undertaking that the HUF isnot blacklisted or debarred by Railways or any other Ministry / Department ofGovt. of India from participation in tender on the date of opening of bids,either in individual capacity or as a member of the partnership firm or JV inwhich HUF was / is a partner/member. Concealment / wrong information inregard to above shall make the contract liable for determination under Clause62 of the General Conditions of Contract. (iii)All other documents in terms ofexplanatory notes in clause 10 eligibility criteria

No No Not Allowed

Page 15 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 16: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

32

(c)Partnership Firm: (i)The tenderer shall submit documents as mentioned inclause 18 of the Tender Form (Second Sheet). (d)Joint Venture (JV): Thetenderer shall submit documents as mentioned in Clause 17 of the TenderForm (Second Sheet). (e)Company registered under Companies Act2013:(i)The copies of MOA (Memorandum of Association) / AOA (Articles ofAssociation) of the company (ii)A copy of Certificate of Incorporation (iii)Acopy of Authorization/Power of Attorney issued by the Company (backed bythe resolution of Board of Directors) in favour of the individual to sign thetender on behalf of the company and create liability against the company.(iv)An undertaking that the Company is not blacklisted or debarred byRailways or any other Ministry / Department of Govt. of India fromparticipation in tender on the date of opening of bids, either in individualcapacity or as a member of the partnership firm or JV in which the Companywas / is a partner/member. Concealment / wrong information in regard toabove shall make the contract liable for determination under Clause 62 of theGeneral Conditions of Contract. (v)All other documents in terms ofexplanatory notes in clause 10 eligibility criteria.

No No Not Allowed

33

(f)LLP (Limited Liability Partnership): If the tender is submitted on behalf of aLLP registered under LLP Act-2008, the tenderer shall submit alongwith thetender: (i)A copy of LLP Agreement (ii)A copy of Certificate of Incorporation(iii)A copy of Power of Attorney/Authorization issued by the LLPin favour of theindividual to sign the tender on behalf of the LLP and create liability againstthe LLP. (iv)An undertaking that the LLP is not blacklisted or debarred byRailways or any other Ministry / Department of Govt. of India fromparticipation in tender on the date of opening of bids, either in individualcapacity or as a member of JV in which the LLP was / is a member.Concealment / wrong information in regard to above shall make the contractliable for determination under Clause 62 of the General Conditions ofContract. (v)All other documents in terms of explanatory notes in clause 10eligibility criteria. (g)Registered Society & Registered Trust: The tenderer shallsubmit: (i)A copy of the Certificate of Registration (ii)A copy of Deed ofFormation (iii)A copy of Power of Attorney in favour of the individual to signthe tender documents and create liability against the Society/Trust. (iv)Allother documents in terms of explanatory notes in clause 10 eligibility criteria.

No No Not Allowed

34

(iii)If it is NOT mentioned in the submitted tender that tender is beingsubmitted on behalf of a Sole Proprietorship firm / Partnership firm / JointVenture / Registered Company etc., then the tender shall be treated ashaving been submitted by the individual who has signed the tender. (iv)Afteropening of the tender, any document pertaining to the constitution of SoleProprietorship Firm / Partnership Firm / Registered Company/ RegisteredTrust / Registered Society / HUF etc. shall be neither asked nor considered, ifsubmitted.Further, no suo moto cognizance of any document available inpublic domain (i.e., on internet etc.) or in Railway's record/office files etc. willbe taken for consideration of the tender, if no such mention is available intender offer submitted. (v) A tender from JV / Partnership firm etc. shall beconsidered only where permissible as per the tender conditions. (vi)TheRailway will not be bound by any change in the composition of the firm madesubsequent to the submission of tender. Railway may, however, recognizesuch power of attorney and changes after obtaining proper legal advice, thecost of which will be chargeable to the Contractor.

No No Not Allowed

35

The tenderer whether sole proprietor/ a company or a partnership firm / jointventure (JV) / registered society / registered trust / HUFetc if they want to actthrough agent or individual partner(s), should submit along with the tender, acopy of power of attorney duly stamped and authenticated by a Notary Publicor by Magistrate in favour of the specific person whether he/they bepartner(s)of the firm or any other person specifically authorizing him/them tosubmit the tender, sign the agreement, receive money, co-ordinatemeasurements through contractor's authorized engineer, witnessmeasurements, sign measurement books, compromise, settle, relinquish anyclaim(s) preferred by the firm and sign "No Claim Certificate" and refer all orany disputes to arbitration.The above power of attorney shall be submittedeven if such specific person is authorized for above purposes throughpartnership deed / Memorandum of Understanding / Article of Association orsuch other document, failing which tender is liable to be rejected.

No No Not Allowed

Page 16 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 17: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

36

JOINT VENTURE (JV) IN WORKS TENDERS 1.Participation of Joint Venture(JV) in Works Tender: This Clause shall be applicable for works tenderswherein tender documents provide for the same. 1.1Separate identity/nameshall be given to the Joint Venture. 1.2Number of members in a JV shall notbe more than three, if the work involves only one department (say Civil or S&Tor Electrical or Mechanical) and shall not be more than five, if the workinvolves more than one Department. One of the members of the JV shall beits Lead Member who shall have a majority (at least 51%) share of interest inthe JV. The other members shall have a share of not less than 20% each incase of JV with upto three members and not less than 10% each in case of JVwith more than three members. In case of JV with foreign member(s), theLead Member has to be an Indian firm/company with a minimum share of51%. 1.3A member of JV shall not be permitted to participate either inindividual capacity or as a member of another JV in the same tender. 1.4Thetender form shall be purchased and submitted only in the name of the JV andnot in the name of any constituent member.The tender form can however besubmitted by JV or any of its constituent member or any person authorized byJV through Power of Attorney to submit tender. 1.5Earnest Money Deposit(EMD) shall be deposited by JV or authorized person of JV through epayment gateway or as mentioned in tender document. 1.6A copy ofMemorandum of Understanding (MoU) duly executed by the JV members ona stamp paper, shall be submitted by the JV alongwith the tender. Thecomplete details of the members of the JV, their share and responsibility inthe JV etc. particularly with reference to financial, technical and otherobligations shall be furnished in the MoU. (The MoU format for this purposeshall be finalized by the Railway in consultation with their Law Branch andshall be enclosed alongwith the tender). 1.7Once the tender is submitted, theMoU shall not be modified / altered / terminated during the validity of thetender. In case the tenderer fails to observe/comply with this stipulation, thefull Earnest Money Deposit (EMD) shall be liable to be forfeited. 1.8Approvalfor change of constitution of JV shall be at the sole discretion of the Railway.The constitution of the JV shall not be allowed to be modified after submissionof the tender bid by the JV, except when modification becomes inevitable dueto succession laws etc., provided further that there is no change inqualification of minimum eligibility criteria by JV after change of composition.However, the Lead Member shall continue to be the Lead Member of the JV.Failure to observe this requirement would render the offer invalid.

No No Not Allowed

36.1

1.9Similarly, after the contract is awarded, the constitution of JV shall not beallowed to be altered during the currency of contract except when modificationbecome inevitable due to succession laws etc. and minimum eligibility criteriashould not get vitiated. Failure to observe this stipulation shall be deemed tobe breach of contract with all consequential penal action as per contractconditions. 1.10On award of contract to a JV, a single PerformanceGuarantee shall be submitted by the JV as per tender conditions. All theGuarantees like Performance Guarantee, Bank Guarantee for MobilizationAdvance, Machinery Advance etc. shall be accepted only in the name of theJV and no splitting of guarantees amongst the members of the JV shall be

No No Not Allowed

36.1.1

1.12Authorized Member - Joint Venture members in the JV MoU shallauthorize one of the members on behalf of the Joint Venture to deal with thetender, sign the agreement or enter into contract in respect of the saidtender,to receive payment, to witness joint measurement of work done, tosign measurement books and similar such action in respect of the saidtender/contract. All notices/ correspondences with respect to the contractwould be sent only to this authorized member of the JV. 1.13No member ofthe Joint Venture shall have the right to assign or transfer the interest right orliability in the contract without the written consent of the other members andthat of the Railway in respect of the said tender/contract.

No No Not Allowed

Page 17 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 18: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

36.2

1.11 On issue of LOA (Letter of Acceptance), the JV entity to whom the workhas been awarded, with the same shareholding pattern as was declared inthe MOU/JV Agreement submitted alongwith the tender, shall be gotregistered before the Registrar of the Companies under 'The Companies Act -2013' (in case of Company) or before the Registrar/Sub-Registrar under the'The Indian Partnership Act, 1932' (in case of Partnership Firm) or under 'TheLLP Act 2008' (in case of LLP). A separate PAN shall be obtained for thisentity. The documents pertaining to this entity including its PAN shall befurnished to the Railways before signing the contract agreement for the work.In case the tenderer fails to observe/comply with this stipulation within 60 daysof issue of LOA, contract is liable to be terminated. In case contract isterminated railway shall be entitled to forfeit the full amount of the EarnestMoney Deposit and other dues payable to the Contractor under this contract.The entity so registered, in the registered documents, shall have, inter-alia,following Clauses: 1.11.1 Joint And Several Liability - Members of the entity towhich the contract is awarded, shall be jointly and severally liable to theRailway for execution of the project in accordance with General and SpecialConditions of Contract. The members of the entity shall also be liable jointlyand severally for the loss, damages caused to the Railways during the courseof execution of the contract or due to non-execution of the contract or partthereof. 1.11.2 Duration of the Registered Entity- It shall be valid during theentire currency of the contract including the period of extension, if any and themaintenance period after the work is completed. 1.11.3 Governing Laws - TheRegistered Entity shall in all respect be governed by and interpreted inaccordance with Indian Laws.

No No Not Allowed

36.3

1.14Documents to be enclosed by the JV alongwith the tender: 1.14.1 In caseone or more of the members of the JV is/are partnership firm(s), followingdocuments shall be submitted: (i)A notarized copy of the Partnership Deed,(ii)A copy of consent of all the partners or individual authorized by partnershipfirm, to enter into the Joint Venture Agreement on a stamp paper, (iii)Anotarizedor registered copy of Power of Attorney in favour of the individual tosign the MOU/JV Agreement on behalf of the partnership firm and createliability against the firm. 1.14.2 In case one or more members is/are HUF, thefollowing documents shall be enclosed: (i)A copy of notarized affidavit onStamp Paper declaring that he who is signing the affidavit on behalf of HUF isin the position of 'Karta' of Hindu Undivided Family (HUF) and he has theauthority, power and consent given by other members to act on behalf ofHUF. 1.14.3 In case one or more members of the JV is/are companies, thefollowing documents shall be submitted: (i)A copy of resolutions of theDirectors of the Company, permitting the company to enter into a JVagreement, (ii)The copies of MOA (Memorandum of Association) / AOA(Articles of Association) of the company (iii)A copy of Certificate ofIncorporation (iv)A copy of Authorization/copy of Power of Attorney issued bythe Company (backed by the resolution of Board of Directors) in favour of theindividual to sign the tender, sign MOU/JV Agreement on behalf of thecompany and create liability against the company 1.14.4 All the Members ofJV shall certify that they are not blacklisted or debarred by Railways or anyother Ministry / Department of the Govt. of India from participation intenders/contract on the date of opening of bids either in their individualcapacity or as a member of the JV in which they were/are members. 1.14.5 Allother documents in terms of explanatory notes in clause 10 eligibility criteria.

No No Not Allowed

Page 18 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 19: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

36.4

1.15Credentials & Qualifying Criteria: Technical, financial eligibility and Bidcapacity of the JV shall be adjudged based on satisfactory fulfillment of thefollowing criteria: 1.15.1 Technical Eligibility Criteria ('a' or 'b' mentionedhereunder): (a) For Works without composite components The technicaleligibility for the work as per para 10.1 above, shall be satisfied by either the'JV in its own name & style' or 'any member having min 26% share'. Eachother member of JV shall have technical capacity of minimum 10% of the costof work i.e., each JV member must have satisfactorily completed during thelast 07 (seven) years, ending last day of month previous to the one in whichtender is invited, one similar single work for a minimum of 10% of advertisedvalue of the tender. (b) For works with composite components (i)The technicaleligibility for each component of work as per para 10.1 above, shall besatisfied by either the 'JV in its own name & style' or 'any member of JVhaving min 26% share'. Each other member of JV shall have technicalcapacity of minimum 10% of the cost of any component of work i.e., each JVmember must have satisfactorily completed during the last 07 (seven) years,ending last day of month previous to the one in which tender is invited, onesimilar single work for a minimum of 10% of cost of any component of work.OR (ii) The technical eligibility for major component of work as per para 10.1above, shall be satisfied by either the 'JV in its own name & style' or 'anymember of JV having min 26% share' and technical eligibility for othercomponents of work as per para 10.1 above, shall be satisfied by either the'JV in its own name & style' or 'any member of the JV'. Each other member ofJV shall have technical capacity of minimum 10% of the cost of anycomponent of work. i.e., each JV member must have satisfactorily completedduring the last 07 (seven) years, ending last day of month previous to the onein which tender is invited, one similar single work for a minimum of 10% ofcost of any component of work. Note for Clause 1.15.1: (a)The Majorcomponent of the work for this purpose shall be the component of workhaving highest value. In cases where value of two or more component of workis same, any one work can be classified as Major component of work.(b)Value of a completed work done by a Member in an earlier JV shall bereckoned only to the extent of the concerned member's share in that JV forthe purpose of satisfying his/her compliance to the above mentioned technicaleligibility criteria in the tender under consideration.

No No Not Allowed

36.5

1.15.2 Financial Eligibility Criteria The JV shall satisfy the requirement of"Financial Eligibility" mentioned at para 10.2 above. The "financial capacity" ofthe lead partner of JV shall not be less than 51% of the financial eligibilitycriteria mentioned at para 10.2 above. The arithmetic sum of individual"financial capacity" of all the members shall be taken as JV's "financialcapacity" to satisfy this requirement. Note: Contractual payment received by aMember in an earlier JV shall be reckoned only to the extent of the concernedmember's share in that JV for the purpose of satisfying compliance of theabove mentioned financial eligibility criteria in the tender under consideration.

No No Not Allowed

36.6

1.15.3 Bid Capacity The JV shall satisfy the requirement of "Bid Capacity"requirement mentioned at para 10.3 of GCC 2020. The arithmetic sum ofindividual "Bid capacity" of all the members shall be taken as JV's "Bidcapacity" to satisfy this requirement.

No No Not Allowed

37Fund will be provided partly for the year 2020-2021 and remaining fund will beLiability for the next year.

No No Not Allowed

Special Conditions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1 CONDITIONS FOR WORKS ZONAL No No Not Allowed

1.1In case of zonal work,a penalty of 20% of work order value shall be imposeedfor non-execution of the said work order.

No No Not Allowed

1.2The maximum value of each work order will be Rs.5 lakhs,normally the valueof individual work order will not be less than Rs.50,000/-.

No No Not Allowed

1.3For each work order only first and final bill will be prepared,no on account billwill be entertained for any work order.

No No Not Allowed

1.4The date of completion against each work order will be given on the nature ofwork involved,this need not be the last date of completion of contract.

No No Not Allowed

Page 19 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 20: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

1.5

The work will be continued to be maintained for a period of 6 months from thedate of completion of contract.All the defects will be rectified by the contractorat his own cost within this period.Security Deposit will only be released aftercompletion of maintenance period.

No No Not Allowed

1.6Unless otherwise ordered no item shall be left un-worked by the agency.Agreement will not be closed unless this is complied.

No No Not Allowed

1.7 Application of chemical compounds will be as per manufactures specification. No No Not Allowed

2Although the completion period for Zonal is 12 months but the period of Civilzonal is from 01.07.2020 to 30.06.2021.Therefore,irrespective of the date ofissue of LOA,the completion date will be 30.06.2021.

No No Not Allowed

3Work order to be restricted keeping in view fund crunch and advise of variouscompetent Authorities to control over expenditure.

No No Not Allowed

4Works procedure Order for ensuring payment of Minimum Wages, PF andESI, etc. to contractual labour:

No No Not Allowed

4.1 Contractors must get themselves registered in Shramik Kalyan Portal. No No Not Allowed

4.2 After receiving of LOA, they have to enter the details of LOA within 15 days. No No Not Allowed

4.3

Attendance of contractual labours(As per Annexure-II) duly signed by therailway representative and Agency's authorized site supervisors must beensured at each work site by concerned Railway supervisor. This shall becreated as basic documents, hence it is to be kept safely for any futurereference.

No No Not Allowed

4.4They have to enter the details of workmen engaged against the concernedLOA.

No No Not Allowed

4.5They have to enter the payment details i.e. Minimum Wages, PF, ESI etc. inthe 'Shramik Kalyan Portal'.

No No Not Allowed

4.6The agency should give certification that they have entered the paymentdetails in 'Shranik Kalyan Potal' along with the bill.

No No Not Allowed

4.7Above provisions shall be applicable for contractual labours who are working inRailway premises under Railway supervision.

No No Not Allowed

5All terms and conditions,for the instant tender, as laid in the S.E.RailwayStandard GCC-2014/2018 /2019, will be superseded by S.E.Railway StandardGCC- July 2020 with updated correction slips.

No No Not Allowed

6

The Contractor with the help of his Engineer or Diploma holder , as the casebe , shall make necessary Drawings, sketches, plotting, peg markings etc. asdesired by the Engineer-in-charge. No extra cost shall be claimed on thisaccount.

No No Not Allowed

7The quantities specified in the tender schedule are only approximate and liableto vary.

No No Not Allowed

8

All GI Pipe line works is to be carried out only with the approved brand,mediumclass as per the I.S.Specification i.e. G.I.pipe of Jindal/Bansal/Tata Brand orother equivalent brand as will be approved by ADEN concerned are to besupplied and used. Meterials should be got confirm to the approval of theEngineer in charge or his authorised representative at site to ensure that onlyapproved brand of pipes are supplied and used by the Contractor. Contractorhas to produce the necessary vouchers for procurement of pipes of approvedmedium varieties and proper accountal of pipes will have to be maintained byI.O.W.

No No Not Allowed

9No compensation towards any accident what so ever will be paid by theRailway.

No No Not Allowed

10The Railway will not be responsible for compensation towards contractors idlelabour in case traffic block cannot be arranged to the contractor as perprogramme due to unforseen reasons.

No No Not Allowed

11

Contractor shall not start any work without the presence of the IOW or PWI atsite. In case the contractors representative starts any work in absence of IOWor PWI, it shall be treated as unauthorised and illegal tampering with the trackand shall be liable for action.

No No Not Allowed

12The agency should depute a trained and certified supervisor duly certified byAEN.

No No Not Allowed

13The Contractor should be make available all the necessary tools, plants andequipment for execution of the above work at site during execution of work.

No No Not Allowed

Page 20 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 21: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

14

The vehicles and equipment of contractors can be drafted by RailwayAdministration in case of Accidents or Natural calamities involving human lives,and payment in respect of that would be made by operating the item as a nonscheduled item.

No No Not Allowed

15

Cement: Only OPC and PPC shall be used for design mix concrete. Cement53/43 Grade shall be confirmed to IS-12269, IS: 8112 and PSC as per IS 455respectively. Cement testing shall be done batch wise for physical properties.Cement should be supplied from reputed manufacturer i.e. ACC, Grasim,Ultratech, Ambuja, Lafarge, JAYPEE,Konark cement conforming to relevant IScode as per directed by site Engineer.

No No Not Allowed

16

Reinforcement: Reinforcement Steel to be used in the work shall be of highyield strength deformed bars cold twisted or hot rolled or re-bars producedfrom SAIL , TISCO , IISCO , RINL only. Reinforcement steel should confirm toIS: 1786 Testing of reinforcement steel shall be done for physical propertiesbatch wise.

No No Not Allowed

17Binding wire:- Binding wire to be used in the work should be of standardquality. The diameter shall be between 16 to 22 SWG.

No No Not Allowed

18

For works of public nature contractor shall fix an information board containinginformation related to work order at prominent place free of cost. The contentof such board, its fixing location, size and type of material etc. shall be asapproved by Engineer- in Charge. The board shall be maintained bycontractor during the currency of work order. If contractor fail to fix theinformation board for nominated work orders, a token penalty as deemedsuitable as per GCC may be imposed by Enginner in charge.

No No Not Allowed

19Codes: The following Codes of Practice latest revised with up to datecorrections shall be followed:

No No Not Allowed

19.1

IS-456-2000 Indian standard code of practice for plain and reinforcedconcrete,IS: 1199 Method of sampling and analysis of concrete,IS: 516Method of test for strength of concrete,Standard Specification for structuralsteel/standard quality-Fifth revision,IS: 226 Specification for structuralsteel/Standard quality-Fifth revision,IS 2062-1984 Specifications for Weldablestructural steel,IS: 383-1970 Code of practice for fine and coarseaggregate,IS: 800 Code of practice for use of structural steel in generalbuilding construction-revised 8th print April 1977 incorporating amendmentsNo.1 and 2,IS:432-Pt. I-Code of practice for mild steel and medium tensilesteel bars,IS:1785-Plain and hard drown steel wire for pre stressedconcrete/latest addition,IS:1786 Code of practice for high strength deformedsteel bars and wires for concrete reinforcement,IS:269 for ordinary Portlandcement,IS:8112/IS:12269 High strength OPC 43 and 53 grade respectively.

No No Not Allowed

19.2

IS:961-Structural steel-High tensile,IS:10262-1982 Recommended guidelinesfor Concrete Mix Design,IS:1343 Code of practice for Pre stressedconcrete,IS:6006-1983 Specifications for-coated stress relieved strands forPre stressed Concrete,IS:1785 Part-I Specifications for plain hard drawn steelwires for pre stressed concrete,IS:1599,Indian Railway Schedule ofDimensions for Broad Gauge including correction slips,IS:1498/1970Classification and identification of soil,IS Code 10379-1982 Code of practicefor field control of Moisture and compaction of soil for embankment and subgrade ,Indian Railway permanent way manual-second reprint-2004 amendedupto date,South Eastern Railway Unified standard Schedule of rates/Worksand Material-2010,Indian Railway Code for the Engineeringdepartment,Durability of concrete structures-report no.BS-14/revised byRDSO,Guide lines for earthwork in railway projects/July-2003 with latestamendment issued by RDSO/Lucknow,IRS Concrete BridgeCode 1997,IndianRailway Works Manual,Indian Railway Bridge Manual.

No No Not Allowed

19.3

Wherever any reference to Code, Specifications etc., is made in this tenderdocument, it shall be taken as a reference to the latest version thereofincluding all amendments and corrections etc. However, where thesespecifications do not cover full details relevant Indian Standard Specificationshall be followed. Decision of the Chief Engineer shall be final in this regard.

No No Not Allowed

Technical-Compliances

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

Page 21 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00

Page 22: 1. NIT HEADER KHARAGPUR DIVISION-ENGG/SOUTH EASTERN … · Lump Sum 36616.00 12.94 41354.11 Description :- Execution of all works of section covered under Chapter - 2 ( Carriage of

1Tenderer has to submit declaration regarding employment/ partnership etc. ofretired railway employees. as per attached format in document tab.

Yes NoAllowed(Mandatory)

2Terms and Condition mentioned in the all uploaded documents are applicableand binding in this contract.

Yes No Not Allowed

3

The tenderer shall submit along with the tender document, documents insupport of his/their claim to fulfill the eligibility criteria as mentioned in thetender document. Each page of the copy of documents/certificates in supportof credentials, submitted by tenderer, shall be self-attested/digitally signed bythe tenderer or authorised representative of the tendering firm.

Yes No Not Allowed

4Only relevant documents should be uploaded towards eligibility criteria. Alldocuments uploaded towards eligibility criteria must be legible.

Yes No Not Allowed

5As per Clouse No.3, Page No.4 of Tender For Works of GCC July 2020, e-Tender Forms shall be issued free of cost to all tenderers.

No No Not Allowed

Undertakings

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1I/ We have visited the works site and I / We am / are aware of the siteconditions.

No No Not Allowed

2It shall not be obligatory on the said authority to accept the lowest tender andno tenderer/ tenderers shall demand any explanation for the cause of rejectionof his/their tender.

No No Not Allowed

3If the tenderer gives wrong information in its tender or creates circumstancesfor the acceptance of its tender, the Railway reserves the right to reject suchtender at any stage.

No No Not Allowed

4I/We have gone through the conditions and instructions mentioned in tenderand same are understood and accepted by me/us.

No No Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description

1 S.E.RailwayStandardGeneralConditionContractJuly2020.pdf Standard GCC July 2020

2 AnnexureIIforAttendanceofcontractuallabours.pdf Annexure II for Attendance of contr

3 VENDERMANDATEFORM.pdf VENDER MANDATE FORM

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued byDepartment 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.

Signed By: SANDIP KUMAR SAHA

Designation : DENHQ

Page 22 of 22 Run Date/Time: 25/08/2020 13:14:55

KHARAGPUR DIVISION-ENGG/SOUTH EASTERN RLYTENDER DOCUMENT

Tender No: E-KGP-HQ-21-2020 Closing Date/Time: 24/09/2020 15:00