1. nit header waltair division-engineering/ecor tender … · 2021. 1. 29. · borders etc. as per...

22
Sr.DEN/Co/WAT acting for and on behalf of The President of India invites E-Tenders against Tender No eT-West-WAT-03-2021 Closing Date/Time 02/03/2021 13:30 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 Balance civil Engg. works for existing RCC BOX size 1.750 m x 2.50 m( inner dimension) of Bridge no.1194 at Km.429/27-29 between BHNS-BCHL, stations by Box pushing technic under the railway track , on KK Line of WAT Division. Bidding type Normal Tender Tender Type Open Bidding System Single Packet System Tender Closing Date Time 02/03/2021 13:30 Date Time Of Uploading Tender 29/01/2021 17:59 Pre-Bid Conference Required No Pre-Bid Conference Date Time Not Applicable Advertised Value 3395617.23 Tendering Section WEST Bidding Style Single Rate for Each Schedule Bidding Unit Earnest Money /Bid Security (Rs.) 0.00 Validity of Offer ( Days) 45 Obtain Bid Security Declaration in lieu of Bid Security Yes Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months Contract Type Works Contract Category Expenditure Bidding Start Date 16/02/2021 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-All items of works covered by chapter 01 to 25 of USSRO-2010.(Except Cement & Steel of chapter No: 03 & 04 of USSOR-2010. Note : The tenderers should note that in addition to 162 Nos of USSOR-2010 Items Banned vide Letter No.WEO/1/Misc/Pt.IV, Dt. 21.05.2013 (Copy of revised rates uploaded), 290 Nos items of USSOR-2010 Items were also banned in terms of PCE/BBS's letter No.W .1/ 221/ CE/PLG/ USSOR /3750, Dt.14.05.2019 700155.18 Above/ Below/Par 01 Please see Item Breakup for details. 675155.18 AT Par 675155.18 Description:- chapter 01 to 25 of USSRO-2010. 02 Lump Sum 25000.00 AT Par 25000.00 Description :- Unforeseen items of USSOR-2010 S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule B-All items of works covered by chapter 033062 of USSRO-2010 (Supply of cement). 426650.00 Above/ Below/Par 01 Please see Item Breakup for details. 426650.00 AT Par 426650.00 Description:- Item no: 033062 of USSRO-2010 (Supply of cement). S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule C-All items of works covered by chapter 045014 of USSRO-2010 (Supply of steel). 87840.00 Above/ Below/Par 01 Please see Item Breakup for details. 87840.00 AT Par 87840.00 Description:- Item No: 045014 of USSRO-2010 (Supply of steel). S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule D-All items of works covered by Flat Rate Items. 1908972.05 Above/ Below/Par Please see Item Breakup for details. 1908972.05 AT Par 1908972.05 Page 1 of 22 Run Date/Time: 29/01/2021 17:59:42 WALTAIR DIVISION-ENGINEERING/ECOR TENDER DOCUMENT Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Upload: others

Post on 07-Mar-2021

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

Sr.DEN/Co/WAT acting for and on behalf of The President of India invites E-Tenders against Tender No eT-West-WAT-03-2021 ClosingDate/Time 02/03/2021 13:30 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 WorkBalance civil Engg. works for existing RCC BOX size 1.750 m x 2.50 m( inner dimension) ofBridge no.1194 at Km.429/27-29 between BHNS-BCHL, stations by Box pushing technicunder the railway track , on KK Line of WAT Division.

Bidding type Normal Tender

Tender Type Open Bidding System Single Packet System

Tender Closing Date Time 02/03/2021 13:30 Date Time Of Uploading Tender 29/01/2021 17:59

Pre-Bid ConferenceRequired No Pre-Bid Conference Date Time Not Applicable

Advertised Value 3395617.23 Tendering Section WEST

Bidding Style Single Rate for Each Schedule Bidding UnitEarnest Money /Bid Security(Rs.) 0.00 Validity of Offer ( Days) 45

Obtain Bid Security Declaration in lieu of Bid Security Yes

Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months

Contract Type Works Contract Category Expenditure

Bidding Start Date 16/02/2021Are 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-All items of works covered by chapter 01 to 25 of USSRO-2010.(ExceptCement & Steel of chapter No: 03 & 04 of USSOR-2010. Note : The tenderers should notethat in addition to 162 Nos of USSOR-2010 Items Banned vide LetterNo.WEO/1/Misc/Pt.IV, Dt. 21.05.2013 (Copy of revised rates uploaded), 290 Nos items ofUSSOR-2010 Items were also banned in terms of PCE/BBS's letter No.W .1/ 221/CE/PLG/ USSOR /3750, Dt.14.05.2019

700155.18Above/

Below/Par

01Please see Item Breakup for details. 675155.18 AT Par 675155.18

Description:- chapter 01 to 25 of USSRO-2010.

02Lump Sum 25000.00 AT Par 25000.00

Description :- Unforeseen items of USSOR-2010

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

Schedule B-All items of works covered by chapter 033062 of USSRO-2010 (Supply ofcement).

426650.00Above/

Below/Par

01Please see Item Breakup for details. 426650.00 AT Par 426650.00

Description:- Item no: 033062 of USSRO-2010 (Supply of cement).

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

Schedule C-All items of works covered by chapter 045014 of USSRO-2010 (Supply ofsteel).

87840.00Above/

Below/Par

01Please see Item Breakup for details. 87840.00 AT Par 87840.00

Description:- Item No: 045014 of USSRO-2010 (Supply of steel).

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

Schedule D-All items of works covered by Flat Rate Items. 1908972.05Above/

Below/Par

Please see Item Breakup for details. 1908972.05 AT Par 1908972.05

Page 1 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 2: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

01

Description:- Casting and jacking (pushing) of pre-cast RCC Box section span detailed below with controlledconcrete in m-35 grade below the Railway Track under running traffic conditions by pushing technique includingfixing drag sheets, RCC wearing coat in the box, thrust bed, parapet walls, and finishing of box including allmobilization operations, enabling works/and disposal of surplus erth with contractor's 53 grade OP cement, steelas per IS specification such as SAIL/TMT or equivalent for reinforcement, materials, tools and plant, machineryand curing etc., as a complete job as per the drawings to be submitted by the Tenderer subject to the approval ofthe Engineer-in-charge. (Minimum quantity of cement shall be used for M-35 design mix cement-400 Kg percum. and quantity of cement in excess of 530 Kg per cum should not be used). (Boxes already casted and partlyPushed)

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

Schedule E-All items of works covered by Flat Rate Items. 272000.00Above/

Below/Par

01Please see Item Breakup for details. 272000.00 AT Par 272000.00

Description:- Flat Rate Items

3. ITEM BREAKUP

Schedule

Schedule A-All items of works covered by chapter 01 to 25 of USSRO-2010.(Except Cement & Steel of chapterNo: 03 & 04 of USSOR-2010. Note : The tenderers should note that in addition to 162 Nos of USSOR-2010Items Banned vide Letter No.WEO/1/Misc/Pt.IV, Dt. 21.05.2013 (Copy of revised rates uploaded), 290 Nos itemsof USSOR-2010 Items were also banned in terms of PCE/BBS's letter No.W .1/ 221/ CE/PLG/ USSOR /3750,Dt.14.05.2019

Item- 01 chapter 01 to 25 of USSRO-2010.

S No. ItemNo

Description of Item Unit Qty Rate Amount

Earth work in excavation as per approved drawings anddumping at embankment site or spoil heap, within railwayland, including 50m lead and 1.5m lift, the lead to bemeasured from the centre of gravity of excavation to centre ofgravity of spoil heap: the lift to be measured from naturalground level and paid for in layers of 1.5m each, includingincidental work, as per specifications-in

1 011011 All kinds of soils cum 120.00 92.34 11080.80

2 011040 Extra for manual compaction of earthwork, where permitted,with rammers

cum 100.00 8.05 805.00

Extra for lead of earth work above initial lead of 50m, in allkind of soils and rocks :

3 011052( X 7 )

for every 50m or part thereof - lead over 150m and upto500m

cum 120.00 66.50 7980.00

4 011070 Extra for every additional lift of 1.5m or part thereof, after theinitial 1.5m, for earth work in all soils

cum 70.00 8.99 629.30

Providing and laying cement concrete, up to plinth in retainingwalls, walls (any thickness) including attached plasters,columns, pillars, posts, struts, buttresses, string or lacingcourses, parapets, coping, bed blocks, anchor blocks, plainwindow sills, fillets etc, excluding the cost of cement and ofshuttering, centering.

5 031022 1:3:6 (1cement : 3 sand : 6 graded stone aggregate 40mmnominal size)

cum 20.00 2233.56 44671.20

Providing and laying in position cement concrete of M 20grade, excluding the cost of cement and of centering andshuttering, as per direction of the Engineer in charge :

6 031051 All works upto Plinth level cum 100.00 2211.07 221107.00

7 031052 All works above plinth level in retaining walls, walls (of anythickness) including attached pilasters, columns, pillars, posts,struts, buttresses, anchor blocks, parapets, copings, bedblocks, string or lacing courses, window sills, fillets, kerbs,steps etc.

cum 40.00 2348.99 93959.60

Centering and shuttering including strutting, propping etc. andremoval of form work for :

Page 2 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 3: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

8 031061 Foundations, footings, bases of columns Sqm 80.00 140.43 11234.40

9 031062 Retaining walls, return walls, walls (any thickness) includingattached plasters, buttresses, plinth and string courses filletsetc.

Sqm 96.00 233.19 22386.24

20 mm cement plaster of mix

10 111061 1:4 (1cement: 4coarse sand) Sqm 120.00 95.60 11472.00

Earth work in excavation for foundations and floors of thebridges, retaining walls etc., including setting out, dressing ofsides, ramming of bottom, getting out the excavated material,back filling in layers with approved material and consolidationof the layers by ramming and watering etc. incl. all lift,disposal of surplus soil upto a lead of 300 M, all types ofshoring and strutting with all labour and material complete asper drawing and technical specification as directed byEngineer in charge

11 192011 All kinds of soils cum 120.00 183.15 21978.00

Centring and shuttering including strutting, propping etc. andremoval of form for :

12 195038 In Bottom/top slab, side walls, toe wall and sumps haunchfilling head walls or any other component

Sqm 100.00 233.20 23320.00

13 222020 300 mm thick (average) Dry stone flooring with boulders ofnot less than 35 kg each in weight , hand packed with surfacelevelled off to the correct section with hammer dressing asnecessary on the ground including filling the gaps with quarryspalls and ordinary sand complete including the cost of supplyof all materials, labour, lead, lift, tools, plants, crossing oftracks and the like as per drawing and technical specificationas directed by Engineer

cum 40.00 883.82 35352.80

14 222160 Providing weep holes by making suitable opening or drilling inexisting Brick masonry/Plain/ Reinforced concrete abutment,wing wall/ return wall with 100 mm dia AC pipe, extendingthrough the full width of the structure complete

Metre 100.00 232.90 23290.00

15 222240 Providing cast in situ bridge number plaques as per Railwaydrawing in cement concrete 1:2:4 mix using 20mm hard stoneaggregate embedded in 30mm notch in Bridge parapetcoping duly engraving the letter and figures and an arrowindicating the direction of flow and finishing the top exposedsurface with cement mortar 1:3, painting letters and figureswith two coats of black enamel paint on two coats of whiteback ground with all labour, tools, cement, paint etc.with alllead and lifts

Each 2.00 456.23 912.46

16 222290 Providing Boulder backing behind wing wall, return wall,retaining wall with hand packed boulders & cobbles withsmaller size boulders toward the back including all lead, lift,labour & other incidental charges as complete work in allrespect. Payment for boulder/cobbles will be done extra

cum 200.00 159.44 31888.00

Page 3 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 4: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

Manufacturing supplying and fixing retro reflective sign boardsmade up of 2mm thick aluminium sheet, face to be fullycovered with high intensity encapsulated type heat activatedretro reflective sheeting conforming to type - IV of ASTM-D4956-01 in blue and silver white or other colour combinationincluding subject matter, message (bi-lingual), symbols andborders etc. as per IRC ; 67:2001, pasted on substrate by anadhesive backing which shall be activated by applying heatand pressure conforming to class -2 of ASTM-D-4956-01 andfixing the same with suitable sized aluminium alloy rivets @ 20cm c/c to back support frame of M.S. angle iron of size25x25x3 mm alongwith theft resistant measures, mountedand fixed with 2 Nos. M.S. angles of size 35x35x5 mm to avertical post made up of M.S. Tee section ISMT 50x50x6 mm- welded with base plate of size 100x100x5 mm at the bottomend and including making holes in pipes, angles flats,providing & fixing M.S. message plate of required size steelwork to be painted with two or more coats of synthetic enamelpaint of required shade and of approved brand & manufactureover priming coat of zinc chromate yellow primer (vertical MS-Tee support to be painted in black and white colours).Backside of aluminium sheet to be painted with two or morecoats of epoxy paint over and including appropriate primingcoat including all leads and lifts etc. complete as per drawing,specification and direction of Engineer-in-charge. (Note :Concreting for fixing may be done as per site requirement andpaid for separately)

17 238041 Cautionary/warning sign boards of equilateral triangularshape having each side of 900mm with support length of3650mm

Each 6.00 4205.13 25230.78

18 242090 Erection of precast RCC/MS section/Sal balli post upto 2 mheight including excavation in all types of soil, filling backloose earth and consolidating etc. complete for making thepost rigid. Concrete work in foundation to be paid forseparately.

Each 40.00 40.19 1607.60

19 252390 Stone Boulder Weighing minimum 35 Kg Each cum 200.00 431.25 86250.00

Total 675155.18

Schedule Schedule B-All items of works covered by chapter 033062 of USSRO-2010 (Supply of cement).

Item- 01 Item no: 033062 of USSRO-2010 (Supply of cement).

S No. ItemNo

Description of Item Unit Qty Rate Amount

Supply and using cement at worksite :

1 033062 OPC 53 grade Tonne 70.00 6095.00 426650.00

Total 426650.00

Schedule Schedule C-All items of works covered by chapter 045014 of USSRO-2010 (Supply of steel).

Item- 01 Item No: 045014 of USSRO-2010 (Supply of steel).

S No. ItemNo

Description of Item Unit Qty Rate Amount

Supplying Reinforcement for R.C.C. work includingstraightening, cutting, bending, placing in position and bindingall complete.

1 045014 High yield strength deformed bars Kg 1500.00 58.56 87840.00

Total 87840.00

Schedule Schedule D-All items of works covered by Flat Rate Items.

Page 4 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 5: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

Item- 01

Casting and jacking (pushing) of pre-cast RCC Box section span detailed below with controlled concrete in m-35grade below the Railway Track under running traffic conditions by pushing technique including fixing dragsheets, RCC wearing coat in the box, thrust bed, parapet walls, and finishing of box including all mobilizationoperations, enabling works/and disposal of surplus erth with contractor's 53 grade OP cement, steel as per ISspecification such as SAIL/TMT or equivalent for reinforcement, materials, tools and plant, machinery and curingetc., as a complete job as per the drawings to be submitted by the Tenderer subject to the approval of theEngineer-in-charge. (Minimum quantity of cement shall be used for M-35 design mix cement-400 Kg per cum.and quantity of cement in excess of 530 Kg per cum should not be used). (Boxes already casted and partlyPushed)

S No. ItemNo

Description of Item Unit Qty Rate Amount

1 01 Completion of jacking/pushing of the RCC box into Bank @10% of RCC box cost. ( 10 x 289063/100) = Rs.28906.3/-permtr

RunningMetre

34.54 28906.30 998423.60

2 02 Completion of all related works of this item such as cleaningof muck etc., lying in the box, sealing of the joints of the RCCbox segments and laying of wearing course @ 5%of RCC boxcost.. ( 5 x 289063/100)Rs.14453.15/-per mtr

RunningMetre

63.00 14453.15 910548.45

Total 1908972.05

Schedule Schedule E-All items of works covered by Flat Rate Items.

Item- 01 Flat Rate Items

S No. ItemNo

Description of Item Unit Qty Rate Amount

1 01 Launching of reliving girder with suitable method includinglevelling, lifting of girder with contractors completearrangement by erecting and fixing of C.C Cribs/woodensleepers crib as per required dimension and approveddrawing or directed by the Engineer-in-charge at site and forplacing of girder in proper alignment including levelling, fixing,opening of bearing, assembling with contractors all labours,tools & plants, machinery, equipment, lead, lift, taxes and allother incidental charges complete.

MT 20.00 5900.00 118000.00

2 02 Delaunching of relieving girder including dismantling of withC.C.Crib/wooden sleepers crib with contractors completearrangement of labours, tools & plants, machinery,equipment, lead, lift, taxes and all other incidental chargesand stacking the same at suitable place in descent manner.

MT 20.00 6800.00 136000.00

3 03 Transportation of Reliving girder & CC crib & down (Averagelead 600 Km)

MT/Km 2000.00 9.00 18000.00

Total 272000.00

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Check Lst

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1 Whether cost of tender document deposited. No No Not Allowed

2 Whether cost of Earnest Money deposited. No No Not Allowed

3 Whether the Certificate of familiarization submitted. No No Not Allowed

4Whether Provisions contained in C1ause 14 & 15 of Part I of Regulations forTenders and Contracts of General conditions of Contract - 2020 was complied.

No No Not Allowed

Commercial-Compliance

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1Tenderers are required to quote their Permanent Account Number in thetender document.

Yes Yes Not Allowed

Page 5 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 6: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

2

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)

3

The Tenderers have to fill in the details in TENDER FORM FIRST SHEETattached in the Documents Column and upload the same.(Please Click onTender Notice No. to go to Documents Column for "TENDER FORM FIRSTSHEET").

Yes YesAllowed(Mandatory)

4 General Conditions of the Contract (GCC), 2020 is applicable to this contract. Yes YesAllowed(Mandatory)

5

In terms of Clause 6.1 of Part-I of GCC-July- 2020,whileparticipating intenders, Existing clause "The tenderers shall submit a copy of Notarizedaffidavit on a non judicial stamp paper stating that all theirstatements/documents submitted along with bid are true and factual. Standardformat of the affidavit to be submitted by the bidder is enclosed as Annexure-V. Non submission of Notarized affidavit by the bidder shall result in summarilyrejection of his/their bid. It shall be mandatorily incumbent upon the tenderer toidentify, state and submit the supporting documents duly self attested by whichthey/he is qualifying the Qualifying Criteria mentioned in the TenderDocument. In view of the aspiring Participant tenderer's difficulty in followingthe Provision of Clause 6.1 Part1 of GCC due to COVID Pandemic(Submissionof Notarized Affidavit), Railway Board/New Delhi has amended Clause 6.1 Part1 of GCC- 2020 and Corresponding Annexure - V, Part 1 of GCC in terms ofLetterNo.2018/CEI/ CT/37/GCC/POLICY,DT.12.05.2020 as an AdvanceCorrection Slip No.1 of Indian Railways Standard GCC. CLAUSE NOW TO BEREAD AS Now, Clause 6.1 Part 1 of GCC-2020 amended as AdvanceCorrection Slip No.1 of Indian Railways Standard GCC.may please be read asfollows : "The tenderers shall submit a copy of Certificate stating that all theirstatements/documents submitted along with bid are true and factual. Standardformat of Certificate to be submitted by the bidder is enclosed as Annexure-V.Non submission of above certificate by the bidder shall result in summarilyrejection of his/their bid. It shall be mandatorily incumbent upon the tenderer toidentify, state and submit the supporting documents duly self attested by whichthey/he is qualifying the Qualifying Criteria mentioned in the TenderDocument. (The participant tenderers can submit a Certificate self attested inthe prescribed format (Form-V)below in place of Notarized Affidavit). PleaseClick on Tender Notice No. to go to Documents Column for "FORM-V").

Yes YesAllowed(Mandatory)

6

Financial Eligibility Criteria: Clause 10.2 of Part-I of GCC July 2020: Thetenderer must have received contractual payments in the previous threefinancial years and the current financial year upto the date of inviting of tender,at least 150% of the advertised value of the tender. The tenderers shall submitCertificates to this effect which may be an attested Certificate from theconcerned department / client or Audited Balance Sheet duly certified by theChartered Accountant/Certificate from Chartered Accountant duly supportedby Audited Balance Sheet. Note for 10.2: Client certificate from other thanGovt. Organization should be duly supported by Form 16A/26AS generatedthrough TRACES of Income Tax Department of India.

Yes YesAllowed(Mandatory)

7

Clause 14 of Part-I of GCC July 2020: Documents to be Submitted Along withTender (i)The tenderer shall clearly specify whether the tender is submitted onhis own (Proprietary Firm) or on behalf of a Partnership Firm / Company / JointVenture (JV) / Registered Society / Registered Trust / HUF etc., Thetenderer(s) shall enclose the attested copies of the constitution of theirconcern, and copy of PAN Card along with their tender. Tender Documents insuch cases are to be signed by such persons as may be legally competent tosign them on behalf of the firm, company, association, trust or society, as thecase may be.

Yes YesAllowed(Mandatory)

Page 6 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 7: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.1

Clause No.14 of (a) of Part-I of GCC July 2020:The following documents shallbe submitted by the tenderer. (a)Sole Proprietorship Firm: (i)An undertakingthat he is not blacklisted or debarred by Railways or any other Ministry /Department of Govt. of India from participation in tender on the date ofopening of bids, either in individual capacity or as a member of the partnershipfirm or JV in which he was / is a partner/member. Concealment / wronginformation in regard to above shall make the contract liable for determinationunder Clause 62 of the General Conditions of Contract. (ii)All other documentsin terms of explanatory notes in clause 10. (NOTE: The participant tenderershave to comply with relevant clause applicable to them. The other clauses notapplicable to the participant tenderers shall be mentioned as "Clause notapplicable").

Yes YesAllowed(Mandatory)

7.2

Clause No.14 of (b) of Part-I of GCC July 2020:The following documents shallbe submitted by the tenderer. (b)HUF: (i)A copy of notarized affidavit onStamp Paper declaring that he who is submitting the tender on behalf of HUFis in the position of 'Karta' of Hindu Undivided Family (HUF) and he has theauthority, power and consent given by other members to act on behalf of HUF.(ii)An undertaking that the HUF is not blacklisted or debarred by Railways orany other Ministry / Department of Govt. of India from participation in tenderon the date of opening of bids, either in individual capacity or as a member ofthe partnership firm or JV in which HUF was / is a partner/member.Concealment / wrong information in regard to above shall make the contractliable for determination under Clause 62 of the General Conditions of Contract.(iii)All other documents in terms of explanatory notes in clause 10. (NOTE: Theparticipant tenderers have to comply with relevant clause applicable to them.The other clauses not applicable to the participant tenderers shall bementioned as "Clause not applicable").

Yes YesAllowed(Mandatory)

Page 7 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 8: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.3

Clause No.14 of (c) of Part-I of GCC July 2020:(c)Partnership Firm: (i)Thetenderer shall submit documents as mentioned in clause 18 of the TenderForm (Second Sheet). As per Clause 18 of GCC 2020: Participation ofPartnership Firms in works tenders: 18.1The Partnership Firms participating inthe tender should be legally valid under the provisions of the IndianPartnership Act. 18.2The partnership firm should have been in existence orshould have been formed prior to submission of tender. Partnership firmshould have either been registered with the Registrar or the partnership deedshould have been notarized prior to date of tender opening as per the IndianPartnership Act. 18.3Separate identity / name should be given to thepartnership firm. The partnership firm should have PAN / TAN number in itsown name and PAN / TAN number in the name of any of the constituentpartners shall not be considered. The valid constituents of the firm shall becalled partners. 18.4Once the tender has been submitted, the constitution ofthe firm shall not normally be allowed to be modified / altered / terminatedduring the validity of the tender as well as the currency of the contract exceptwhen modification becomes inevitable due to succession laws etc., in whichcase prior permission should be taken from Railway and in any case theminimum eligibility criteria should not get vitiated. The re-constitution of firm insuch cases should be followed by a notary certified Supplementary Deed. Theapproval for change of constitution of the firm, in any case, shall be at the solediscretion of the Railways and the tenderer shall have no claims what-so-ever.Any change in the constitution of Partnership firm after opening of tender shallbe with the consent of all partners and with the signatures of all partners asthat in the Partnership Deed. Failure to observe this requirement shall renderthe offer invalid and full EMD shall be forfeited. If any Partner/s withdraws fromthe firm after opening of the tender and before the award of the contract, theoffer shall be rejected and EMD of the tenderer will be forfeited. If any newpartner joins the firm after opening of tender but prior to award of contract, his/ her credentials shall not qualify for consideration towards eligibility criteriaeither individually or in proportion to his share in the previous firm. In case thetenderer fails to inform Railway beforehand about any such changes /modification in the constitution which is inevitable due to succession laws etc.and the contract is awarded to such firm, then it will be considered a breach ofthe contract conditions liable for determination of the contract under Clause 62of General Conditions of Contract. 18.5A partner of the firm shall not bepermitted to participate either in his individual capacity or as a partner of anyother firm in the same tender. 18.6The tender form shall be submitted only inthe name of partnership firm. The EMD shall be deposited by partnership firmthrough e-payment gateway or as mentioned in tender document. The EMDsubmitted in the name of any individual partner or in the name of authorizedpartner (s) shall not be considered. Contd...

Yes YesAllowed(Mandatory)

Page 8 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 9: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.3.1

Contd.. from 8.3 above 18.7 One or more of the partners of the firm or anyother person (s) shall be designated as the authorized person (s) on behalf ofthe firm, who will be authorized by all the partners to act on behalf of the firmthrough a "Power of Attorney", specially authorizing him / them to submit &sign the tender, sign the agreement, receive payment, witness measurements,sign measurement books, make correspondences, compromise / settle /relinquish any claim (s) preferred by the firm, sign "No Claim Certificate", referall or any dispute to arbitration and to take similar such action in respect of thesaid tender / contract. Such "Power of Attorney" shall be notarized / registeredand submitted along with the tender. 18.8On issue of Letter of Acceptance(LOA) to the partnership firm, all the guarantees like Performance Guarantee,Guarantee for various Advances to the Contractor shall be submitted only inthe name of the partnership firm and no splitting of guarantees among thepartners shall be acceptable. 18.9On issue of Letter of Acceptance (LOA),contract agreement with partnership firm shall be executed in the name of thefirm only and not in the name of any individual partner. 18.10In case the Letterof Acceptance (LOA) is issued to a partnership firm, the following undertakingsshall be furnished by all the partners through a notarized affidavit, beforesigning of contract agreement. (a)Joint and several liabilities: The partners ofthe firm to which the Letter of Acceptance (LOA) is issued, shall be jointly andseverally liable to the Railway for execution of the contract in accordance withGeneral and Special Conditions of the Contract. The partners shall also beliable jointly and severally for the loss, damages caused to the Railway duringthe course of execution of the contract or due to non-execution of the contractor part thereof. (b)Duration of the partnership deed and partnership firmagreement: The partnership deed/partnership firm agreement shall normallynot be modified/altered/ terminated during the currency of contract and themaintenance period after the work is completed as contemplated in theconditions of the contract. Any change carried out by partners in theconstitution of the firm without permission of Railway, shall constitute a breachof the contract, liable for determination of the contract under Clause 62 of theGeneral Conditions of Contract. (c)Governing laws: The partnership firmagreement shall in all respect be governed by and interpreted in accordancewith the Indian laws. (d)No partner of the firm shall have the right to assign ortransfer the interest right or liability in the contract without the written consentof the other partner/s and that of the Railway. 18.11The tenderer shall clearlyspecify that the tender is submitted on behalf of a partnership firm. Thefollowing documents shall be submitted by the partnership firm, with thetender: (i)A notarized copy of partnership deed. (ii)A notarized or registeredcopy of Power of Attorney in favour of the individual to tender for the work,sign the agreement etc. and create liability against the firm. Contd...

No NoAllowed(Optional)

7.3.2

Contd... from 8.3.1 above (iii)An undertaking by all partners of the partnershipfirm that they are not blacklisted or debarred by Railways or any other Ministry/ Department of the Govt. of India from participation in tenders / contracts ason the date of opening of bids, either in their individual capacity or in any firmin which they were / are partners. Concealment / wrong information in regardto above shall make the contract liable for determination under Clause 62 ofthe General Conditions of Contract. (iv)All other documents in terms ofexplanatory notes in clause 10. 18.12 Evaluation of eligibility of a partnershipfirm: Technical and financial eligibility of the firm shall be adjudged based onsatisfactory fulfillment of the eligibility criteria laid down in Clause 10.

No NoAllowed(Optional)

7.3.3

Clause No.18 (11) of I & II of Part-I of GCC July 2020: The followingdocuments shall be submitted by the partnership firm, with the tender: (i)Anotarized copy of partnership deed. (ii)A notarized or registered copy of Powerof Attorney in favour of the individual to tender for the work, sign theagreement etc. and create liability against the firm. (NOTE: The participanttenderers have to comply with relevant clause applicable to them. The otherclauses not applicable to the participant tenderers shall be mentioned as"Clause not applicable").

Yes YesAllowed(Mandatory)

Page 9 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 10: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.3.4

Clause No.18 (11) of III & IV of Part-I of GCC July 2020:(iii)An undertaking byall partners of the partnership firm that they are not blacklisted or debarred byRailways or any other Ministry / Department of the Govt. of India fromparticipation in tenders / contracts as on the date of opening of bids, either intheir individual capacity or in any firm in which they were / are partners.Concealment / wrong information in regard to above shall make the contractliable for determination under Clause 62 of the General Conditions of Contract.(iv)All other documents in terms of explanatory notes in clause 10. (NOTE:The participant tenderers have to comply with relevant clause applicable tothem. The other clauses not applicable to the participant tenderers shall bementioned as "Clause not applicable").

Yes YesAllowed(Mandatory)

7.4

Clause No.14 of (d) of Part-I of GCC July 2020:Joint Venture (JV): Thetenderer shall submit documents as mentioned in Clause 17 of the TenderForm (Second Sheet). Participation of Joint Venture (JV) in Works Tender:This Clause shall be applicable for works tenders wherein tender documentsprovide for the same. 17.1Separate identity/name shall be given to the JointVenture. 17.2Number of members in a JV shall not be more than three, if thework involves only one department (say Civil or S&T or Electrical orMechanical) and shall not be more than five, if the work involves more thanone Department. One of the members of the JV shall be its Lead Member whoshall have a majority (at least 51%) share of interest in the JV. The othermembers shall have a share of not less than 20% each in case of JV with uptothree members and not less than 10% each in case of JV with more than threemembers. In case of JV with foreign member(s), the Lead Member has to bean Indian firm/company with a minimum share of 51%. 17.3A member of JVshall not be permitted to participate either in individual capacity or as amember of another JV in the same tender. 17.4The tender form shall bepurchased and submitted only in the name of the JV and not in the name ofany constituent member. The tender form can however be submitted by JV orany of its constituent member or any person authorized by JV through Powerof Attorney to submit tender. 17.5Earnest Money Deposit (EMD) shall bedeposited by JV or authorized person of JV through e payment gateway or asmentioned in tender document. 17.6A copy of Memorandum of Understanding(MoU) duly executed by the JV members on a stamp paper, shall be submittedby the JV along with the tender. The complete details of the members of theJV, their share and responsibility in the JV etc. particularly with reference tofinancial, technical and other obligations shall be furnished in the MoU. (TheMoU format for this purpose shall be finalized by the Railway in consultationwith their Law Branch and shall be enclosed along with the tender). 17.7Oncethe tender is submitted, the MoU shall not be modified / altered / terminatedduring the validity of the tender. In case the tenderer fails to observe/complywith this stipulation, the full Earnest Money Deposit (EMD) shall be liable to beforfeited. 17.8Approval for change of constitution of JV shall be at the solediscretion of the Railway. The constitution of the JV shall not be allowed to bemodified after submission of the tender bid by the JV, except whenmodification becomes inevitable due to succession laws etc., provided furtherthat there is no change in qualification of minimum eligibility criteria by JV afterchange of composition. However, the Lead Member shall continue to be theLead Member of the JV. Failure to observe this requirement would render theoffer invalid. 17.9Similarly, after the contract is awarded, the constitution of JVshall not be allowed to be altered during the currency of contract except whenmodification become inevitable due to succession laws etc. and minimumeligibility criteria should not get vitiated. Failure to observe this stipulation shallbe deemed to be breach of contract with all consequential penal action as percontract conditions. Contd....

Yes YesAllowed(Mandatory)

Page 10 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 11: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.4.1

Contd... from 8.4 above 17.10On award of contract to a JV, a singlePerformance Guarantee shall be submitted by the JV as per tender conditions.All the Guarantees like Performance Guarantee, Bank Guarantee forMobilization Advance, Machinery Advance etc. shall be accepted only in thename of the JV and no splitting of guarantees amongst the members of the JVshall be permitted. 17.11On issue of LOA (Letter of Acceptance), the JV entityto whom the work has been awarded, with the same shareholding pattern aswas declared in the MOU/JV Agreement submitted along with the tender, shallbe got registered before the Registrar of the Companies under 'TheCompanies Act -2013' (in case of Company) or before the Registrar/Sub-Registrar under the 'The Indian Partnership Act, 1932' (in case of PartnershipFirm) or under 'The LLP Act 2008' (in case of LLP). A separate PAN shall beobtained for this entity. The documents pertaining to this entity including itsPAN shall be furnished to the Railways before signing the contract agreementfor the work. In case the tenderer fails to observe/comply with this stipulationwithin 60 days of issue of LOA, contract is liable to be terminated. In casecontract is terminated railway shall be entitled to forfeit the full amount of theEarnest Money Deposit and other dues payable to the Contractor under thiscontract. The entity so registered, in the registered documents, shall have,inter-alia, following Clauses: 17.11.1Joint And Several Liability - Members ofthe entity to which the contract is awarded, shall be jointly and severally liableto the Railway for execution of the project in accordance with General andSpecial Conditions of Contract. The members of the entityshall also be liablejointly and severally for the loss, damages caused to the Railways during thecourse of execution of the contract or due to non-execution of the contract orpart thereof. 17.11.2Duration of the Registered Entity- It shall be valid duringthe entire currency of the contract including the period of extension, if any andthe maintenance period after the work is completed. 17.11.3Governing Laws -The Registered Entity shall in all respect be governed by and interpreted inaccordance with Indian Laws. 17.12Authorized Member - Joint Venturemembers in the JV MoU shall authorize one of the members on behalf of theJoint Venture to deal with the tender, sign the agreement or enter into contractin respect of the said tender, to receive payment, to witness jointmeasurement of work done, to sign measurement books and similar suchaction in respect of the said tender/contract. All notices/correspondences withrespect to the contract would be sent only to this authorized member of the JV.17.13No member of the Joint Venture shall have the right to assign or transferthe interest right or liability in the contract without the written consent of theother members and that of the Railway in respect of the said tender/contract.Contd...

No NoAllowed(Optional)

Page 11 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 12: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.4.2

Contd... from 8.4.1 above 17.14 Documents to be enclosed by the JV alongwith the tender: 17.14.1In case one or more of the members of the JV is/arepartnership firm(s), following documents shall be submitted: (i)A notarizedcopy of the Partnership Deed, (ii)A copy of consent of all the partners orindividual authorized by partnership firm, to enter into the Joint VentureAgreement on a stamp paper, (iii)A notarized or registered copy of Power ofAttorney in favour of the individual to sign the MOU/JV Agreement on behalf ofthe partnership firm and create liability against the firm. 17.14.2In case one ormore members is/are HUF, the following documents shall be enclosed: (i)Acopy of notarized affidavit on Stamp Paper declaring that he who is signing theaffidavit on behalf of HUF is in the position of 'Karta' of Hindu Undivided Family(HUF) and he has the authority, power and consent given by other membersto act on behalf of HUF. 17.14.3In case one or more members of the JV is/arecompanies, the following documents shall be submitted: (i)A copy ofresolutions of the Directors of the Company, permitting the company to enterinto a JV agreement, (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 17.14.4All 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. 17.14.5All other documents in terms of explanatory notes in clause 10.17.15Credentials & Qualifying Criteria: Technical, financial eligibility and Bidcapacity of the JV shall be adjudged based on satisfactory fulfillment of thefollowing criteria: 17.15.1Technical Eligibility Criteria ('a' or 'b' mentionedhereunder): (a) For Works without composite components The technicaleligibility for the work as per para 10.1, shall be satisfied by either the 'JV in itsown name & style' or 'any member having min 26% share'. Each othermember of JV shall have technical capacity of minimum 10% of the cost ofwork i.e., each JV member must have satisfactorily completed during the last07 (seven) years, ending last day of month previous to the one in which tenderis invited, one similar single work for a minimum of 10% of advertised value ofthe tender. (b) For works with composite components (i)The technical eligibilityfor each component of work as per para 10.1, shall be satisfied by either the'JV in its own name & style' or 'any member of JV having min 26% share'.Each other member of JV shall have technical capacity of minimum 10% of thecost of any component of work i.e., each JV member must have satisfactorilycompleted during the last 07 (seven) years, ending last day of month previousto the one in which tender is invited, one similar single work for a minimum of10% of cost of any component of work. Contd...

No NoAllowed(Optional)

Page 12 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 13: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.4.3

Contd.. from 8.4.2 above OR (ii) The technical eligibility for major componentof work as per para 10.1, shall be satisfied by either the 'JV in its own name &style' or 'any member of JV having min 26% share' and technical eligibility forother components of work as per para 10.1, shall be satisfied by either the 'JVin its own name & style' or 'any member of the JV'. Each other member of JVshall have technical capacity of minimum 10% of the cost of any component ofwork. i.e., each JV member must have satisfactorily completed during the last07 (seven) years, ending last day of month previous to the one in which tenderis invited, one similar single work for a minimum of 10% of cost of anycomponent of work. Note for Clause 17.15.1: (a)The Major component of thework for this purpose shall be the component of work having highest value. Incases where value of two or more component of work is same, any one workcan be classified as Major component of work. (b)Value of a completed workdone by a Member in an earlier JV shall be reckoned only to the extent of theconcerned member's share in that JV for the purpose of satisfying his/hercompliance to the above mentioned technical eligibility criteria in the tenderunder consideration. 17.15.2Financial Eligibility Criteria The JV shall satisfy therequirement of "Financial Eligibility" mentioned at para 10.2. The "financialcapacity" of the lead partner of JV shall not be less than 51% of the financialeligibility criteria mentioned at para 10.2. 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.17.15.3 Bid Capacity The JV shall satisfy the requirement of "Bid Capacity"requirement mentioned at para 10.3. The arithmetic sum of individual "Bidcapacity" of all the members shall be taken as JV's "Bid capacity" to satisfy thisrequirement.

No NoAllowed(Optional)

7.4.4

Clause No.17.14.4 of Part-I of GCC July 2020: 17.14.4 All the Members of JVshall certify that they are not blacklisted or debarred by Railways or any otherMinistry / 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. (NOTE:The participant tenderers have to comply with relevant clause applicable tothem. The other clauses not applicable to the participant tenderers shall bementioned as "Clause not applicable").

Yes YesAllowed(Mandatory)

7.5

Clause No.14 (e) of Part-I of GCC July 2020:(e)Company registered underCompanies Act2013: (i)The copies of MOA (Memorandum of Association) /AOA (Articles of Association) of the company (ii)A copy of Certificate ofIncorporation (iii)A copy of Authorization/Power of Attorney issued by theCompany (backed by the resolution of Board of Directors) in favour of theindividual to sign the tender on behalf of the company and create liabilityagainst the company. (iv)An undertaking that the Company is not blacklisted ordebarred by Railways 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 of explanatorynotes in clause 10.

Yes YesAllowed(Mandatory)

7.5.1

Clause No.14 (e)(IV) of Part-I of GCC July 2020: An undertaking that theCompany is not blacklisted or debarred by Railways or any other Ministry /Department of Govt. of India from participation in tender on the date ofopening of bids, either in individual capacity or as a member of the partnershipfirm or JV in which the Company 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. (NOTE:The participant tenderers have to comply with relevant clause applicable tothem. The other clauses not applicable to the participant tenderers shall bementioned as "Clause not applicable").

Yes YesAllowed(Mandatory)

Page 13 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 14: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

7.6

Clause No.14 of (f) of Part-I of GCC July 2020:LLP (Limited LiabilityPartnership): If the tender is submitted on behalf of a LLP registered underLLP Act-2008, the tenderer shall submit along with the tender: (i)A copy of LLPAgreement (ii)A copy of Certificate of Incorporation (iii)A copy of Power ofAttorney/Authorization issued by the LLPin favour of the individual to sign thetender on behalf of the LLP and create liability against the LLP. (iv)Anundertaking that the LLP is not blacklisted or debarred by Railways or anyother Ministry / Department of Govt. of India from participation in tender on thedate of opening of bids, either in individual capacity or as a member of JV inwhich the LLP was / is a member. Concealment / wrong information in regardto above shall make the contract liable for determination under Clause 62 ofthe General Conditions of Contract. (v)All other documents in terms ofexplanatory notes in clause 10.

Yes YesAllowed(Mandatory)

7.6.1

Clause No.14 of (f) of IV of Part-I of GCC July 2020: An undertaking that theLLP is not blacklisted or debarred by Railways or any other Ministry /Department of Govt. of India from participation in tender on the date ofopening of bids, either in individual capacity or as a member of JV in which theLLP was / is a member. Concealment / wrong information in regard to aboveshall make the contract liable for determination under Clause 62 of theGeneral Conditions of Contract. (NOTE: The participant tenderers have tocomply with relevant clause applicable to them. The other clauses notapplicable to the participant tenderers shall be mentioned as "Clause notapplicable").

Yes YesAllowed(Mandatory)

7.7

Clause No.14 of (g) of Part-I of GCC July 2020:(g)Registered Society &Registered Trust: The tenderer shall submit: (i)A copy of the Certificate ofRegistration (ii)A copy of Deed of Formation (iii)A copy of Power of Attorney infavour of the individual to sign the tender documents and create liabilityagainst the Society/Trust. (iv)All other documents in terms of explanatorynotes in clause 10. (iii)If it is NOT mentioned in the submitted tender thattender is being submitted on behalf of a Sole Proprietorship firm / Partnershipfirm / Joint Venture / Registered Company etc., then the tender shall betreated as having been submitted by the individual who has signed the tender.(iv)After opening of the tender, any document pertaining to the constitution ofSole Proprietorship 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. (NOTE: The participanttenderers have to comply with relevant clause applicable to them. The otherclauses not applicable to the participant tenderers shall be mentioned as"Clause not applicable").

Yes YesAllowed(Mandatory)

8

Clause 15 of Part-I of GCC July 2020: The tenderer whether sole proprietor/ acompany or a partnership firm / joint venture (JV) / registered society /registered trust / HUF etc., if they want to act through agent or individualpartner(s), should submit along with the tender, a copy of power of attorneyduly stamped and authenticated by a Notary Public or by Magistrate in favourof the specific person whether he/they be partner(s) of the firm or any otherperson specifically authorizing him/them to submit the tender, sign theagreement, receive money, co-ordinate measurements through contractor'sauthorized engineer, witness measurements, sign measurement books,compromise, settle, relinquish any claim(s) preferred by the firm and sign "NoClaim Certificate" and refer all or any disputes to arbitration. The above powerof attorney shall be submitted even if such specific person is authorized forabove purposes through partnership deed / Memorandum of Understanding /Article of Association or such other document, failing which tender is liable tobe rejected.

Yes YesAllowed(Mandatory)

Page 14 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 15: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

9

Clause 16 of Part-I of GCC July 2020: Employment/Partnership etc. of RetiredRailway Employees: (a) Should a tenderer i) be a retired Engineer of thegazetted rank or any other gazetted officer working before his retirement,whether in the executive or administrative capacity or whether holding apensionable post or not, in the Engineering or any other department of any ofthe railways owned and administered by the President of India for the timebeing, OR ii) being partnership firm / joint venture (JV) / registered society /registered trust etc have as one of its partners a retired Engineer of thegazetted rank or any other gazetted officer working before his retirement, ORiii) being an incorporated company have any such retired Engineer of thegazetted rank or any other gazetted officer working before his retirement asone of its directors AND in case where such Engineer or officer had not retiredfrom government service at least 1 year prior to the date of submission of thetender THEN the tenderer will give full information as to the date of retirementof such Engineer or gazetted officer from the said service and as to whetherpermission for taking such contract, or if the Contractor be a partnership firmor an incorporated company, to become a partner or director as the case maybe, has been obtained by the tenderer or the Engineer or officer, as the casemay be from the President of India or any officer, duly authorized by him in thisbehalf, shall be clearly stated in writing at the time of submitting the tender.b)In case, upon successful award of contract, should a tenderer depute forexecution of the works under or to deal matters related with this contract, anyretired Engineer of gazette rank or retired gazetted officer working before hisretirement in the Engineering or any other department of any of the railwaysowned and administered by the President of India for the time being, and nowin his employment, then the tenderer will ensure that retired Engineer orretired gazetted officer had retired from government service at least 1 yearprior to the date of his employment with tenderer and in case he had retiredfrom service within a year then he possesses the requisite permission from thePresident of India or any officer, duly authorized by him in this behalf, to getassociated with the tenderer. c) Should a tenderer or Contractor being anindividual, have member(s) of his family or in the case of partnership firm/company / joint venture (JV) / registered society / registered trust etc. one ormore of his partner(s)/shareholder(s) or member(s) of the family ofpartner(s)/shareholder(s)having share of more than 1%in the tendering entityemployed in gazetted capacity in the Engineering or any other department ofthe railway, then the tenderer at the time of submission of tender, will informthe authority inviting tenders the details of such persons. Note:-If informationas required as per 16.a), b), c) above has not been furnished, contract is liableto be dealt in accordance with provision of clause 62 of Standard GeneralCondition of contract.

Yes YesAllowed(Mandatory)

General Instructions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1Non-compliance with any of the conditions set forth therein above is liable toresult in the tender being rejected.

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 tenderers deliberately gives/give wrong information in his/their tender orcreates/create circumstances for the acceptance of his/their tender, theRailway reserves the right to reject such tender at any stage.

No No Not Allowed

4

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

5 No manual tenders sent by Post/FAX/Courier or in person shall be accepted. No No Not Allowed

Page 15 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 16: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

6

A) The Railway reserves the right to verify all statements, information anddocuments submitted by the bidder in his tender offer, and the bidder shall,when so required by the Railway, make available all such information,evidence and documents as may be necessary for such verification. Any suchverification or lack of such verification, by the Railway shall not relieve thebidder of its obligations or liabilities hereunder nor will it affect any rights of theRailway there under. B) In case of any wrong information submitted bytenderer, the contract shall be terminated, Earnest MoneyDeposit(EMD)Performance Guarantee(PG) and Security Deposit(SD) ofcontract forfeited and agency barred for doing business on entire IndianRailways for 5(Five) Years.

No No Not Allowed

7

Special Conditions of Contract for taking into account Imposition of NewTaxes/ Revision of Existing Taxes : 1. The Tenderer shall quote the rate bytaking into account all the statutory Duties/GST/Taxes/Cess/Royalty etc.applicable to the work upto the date of opening of tender. 2.Any new Impost orrevision in the Duties/GST/Taxes/Cess during the original currency of thecontract will be to the Railway's account subject to production of GovtNotification and documentary evidence. This will also be applicable for thework done during the extended period, if such extension is on Railway'saccount. 3. However, if extension of contract period is on account of failure ofContractor, no compensation shall be made towards upward revision orimposition of any new taxes. 4. Any benefit on account of downward revision ofDuty/GST/Taxes/Cess either in original contract period or during the extendedcontract shall be passed on by the Contractor to the Railways. 5. TheContractor should get the Measurement record in MB within 7 days of effectivedate of new impost or revision in the Duties/Taxes/Cess to segregate the workdone before change and after change. In the event of failure to do so,Railway's decision shall be final and conclusive.

No No Not Allowed

8The Tenderer shall have to comply with the provisions contained in Clause 14,15 & 16 of Part I of Regulations for Tenders and Contracts of GeneralConditions of Contract - 2020.

No No Not Allowed

9

The Tenderers have to fill in the details in TENDER FORM FIRST SHEETattached in the Documents Column and upload the same.(Please Click onTender Notice No. to go to Documents Column for "TENDER FORM FIRSTSHEET").

No No Not Allowed

10Joint Ventures/MOUs. "Joint Ventures Firms" shall now be applicable to theworks tenders of value more than ' 10 Crore (Rupees ten crore only), as perRly Board letter No.2002/CE-I/CT/37 JV Pt.VIII, dtd.14.12.2012

No No Not Allowed

11

Clause 16.4(h) of Part-I of GCC July 2020: The tenderer who has offeredlower total cost as compared to tender value by more than 10%, shall berequired to submit additional Performance Guarantee of value equal to half thepercentage of tender value by which offer is lower than 10%. (e.g., in a tendercosting Rs 100, if contract value is Rs 80, additional Performance Guaranteeshall be [0.5x{(100-80)-10}] percentage of tender value.)

No No Not Allowed

Page 16 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 17: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

12

10. Eligibility Criteria: 10.1 Technical Eligibility Criteria: (a)The tenderer musthave successfully completed any of the following during last 07 (seven) years,ending last day of month previous to the one in which tender is invited: Threesimilar works each costing not less than the amount equal to 30% ofadvertised value of the tender, or Two similar works each costing not less thanthe amount equal to 40% of advertised value of the tender, or One similarwork each costing not less than the amount equal to 60% of advertised valueof the tender. (b) (i)In case of tenders for composite works (e.g. worksinvolving more than one distinct component, such as Civil Engineering works,S&T works, Electrical works, OHE works etc. and in the case of major bridges -substructure, superstructure etc.), tenderer must have successfully completedany of the following during last 07 (seven) years, ending last day of monthprevious to the one in which tender is invited: Three similar works each costingnot less than the amount equal to 30% of advertised value of each componentof tender, or Two similar works each costing not less than the amount equal to40% of advertised value of each component of tender, or One similar workeach costing not less than the amount equal to 60% of advertised value ofeach component of tender. Note for b(i): Separate completed works ofminimum required values for each component shall also be considered forfulfillment of technical eligibility criteria. (b)(ii)In such cases, what constitutes acomponent in a composite work shall be clearly pre-defined with estimatedtender cost of it, as part of the tender documents without any ambiguity. (b)(iii) To evaluate the technical eligibility of tenderer, only components of work asstipulated in tender documents for evaluation of technical eligibility, shall beconsidered. The scope of work covered in other remaining components shallbe either executed by tenderer himself if he has work experience asmentioned in clause 7 (a) (ii) of Part-II of GCC or through subcontractorfulfilling the requirements as per clause 7 of Part-II of GCC or jointly i.e., partlyhimself and remaining through subcontractor, with prior approval of ChiefEngineer in writing. However, if required in tender documents by way ofSpecial Conditions, a formal agreement duly notarised, legally enforceable inthe court of law, shall be executed by the main contractor with thesubcontractor for the component(s) of work proposed to be executed by thesubcontractor(s), and shall be submitted along with the offer for consideringsubletting of that scope of work towards fulfilment of technical eligibility. Incase after award of contract or during execution of work it becomes necessaryfor contractor to change subcontractor, the same shall be done withsubcontractor(s) fulfilling the requirements as per clause 7 of Part-II of GCC,with prior approval of Chief Engineer in writing. Contd....

No No Not Allowed

12.1

Contd.. from Sl.No.12 above Note for Item 10.1: Work experience certificatefrom private individual shall not be considered. However, in addition to workexperience certificates issued by any Govt. Organisation, work experiencecertificate issued by Public listed company having average annual turnover ofRs.500 crore and above in last 3 financial years excluding the current financialyear, listed on National Stock Exchange or Bombay Stock Exchange,incorporated/registered atleast 5 years prior to the date of opening of tender,shall also be considered provided the work experience certificate has beenissued by a person authorized by the Public listed company to issue suchcertificates. In case tenderer submits work experience certificate issued bypublic listed company, the tenderer shall also submit along with workexperience certificate, the relevant copy of work order, bill of quantities, billwise details of payment received duly certified by Chartered Accountant, TDScertificates for all payments received and copy of final/last bill paid by companyin support of above work experience certificate.

No No Not Allowed

Special Conditions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1The quantities specified in the tender schedule are only approximate and liableto vary.

No No Not Allowed

2

Payment of Earnest Money deposit EMD) & tender Document Cost (TDC) inrespect of e-tendering, should be accepted through net banking or paymentgateway only. (R.B letter No. 2017/CE -I/CT/5/1. dated.31.08.2016). Note:-Fixed Deposit Receipt (FDR) will not be accepted as EMD for tenders invitedon IREPS (e-tendering portal).

No No Not Allowed

Page 17 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 18: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

3

(i) Contractor is to abide by the provisions of various labour laws in terms ofabove clause 54, 55, 55-A and 55-B of Indian Railways Standard GeneralConditions of Contract. In order to ensure the same, an application has beendeveloped and hosted on website 'www.shramikkalyan.indianrailways.gov.in'.Contractor shall register his firm/company etc. and upload requisite details oflabour and their payment in this portal. These details shall be available inpublic domain. The Registration/ updation of Portal shall be done as under: (a)Contractor shall apply for onetime registration of his company/firm etc. in theShramikkalyan portal with requisite details subsequent to issue of Letter ofAcceptance. Engineer shall approve the contractor's registration in the portalwithin 7 days of receipt of such request. (b) Contractor once approved by anyEngineer, can create password with login ID (PAN No.) for subsequent use ofportal for all Letter of Acceptances (LoAs) issued in his favour. (c) Thecontractor once registered on the portal, shall provide details of his Letter ofAcceptances (LoAs) / Contract Agreements on shramikkalyan portal within 15days of issue of any LoA for approval of concerned Engineer. Engineer shallupdate (if required) and approve the details of LoA filled by contractor within 7days of receipt of such request. (d) After approval of LoA by Engineer,contractor shall fill the salient details of contract labours engaged in thecontract and ensure updating of each wage payment to them onshramikkalyan portal on monthly basis. (e) It shall be mandatory upon thecontractor to ensure correct and prompt uploading of all salient details ofengaged contractual labour & payments made thereof after each wage period.(ii) While processing payment of any 'On Account Bill' or 'Final Bill' or releaseof 'Advances' or 'Performance Guarantee / Security deposit', contractor shallsubmit a certificate to the Engineer or Engineer's representatives that "I haveuploaded the correct details of contract labours engaged in connection withthis contract and payments made to them during the wage period in Railway'sShramikkalyan portal at 'www.shramikkalyan.indianrailways.gov.in' till____Month, ____Year."

No No Not Allowed

Technical-Compliances

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1

ELIGIBILITY CRITERIA for works costing above Rs.50 lakhs is required andno eligibility criteria is required for the works costing upto Rs.50 lakhs. Sincethe value of the instant tender is lessthan Rs.50 lakhs therefore both technicaland financial eligibility criteria is not required.

No NoAllowed(Mandatory)

Page 18 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 19: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

2

Special Technical Eligibility Criteria: (a)The tenderer must have successfullycompleted any of the following during last 07 (seven) years, ending last day ofmonth previous to the one in which tender is invited: Three similar works eachcosting not less than the amount equal to 30% of advertised value of thetender, or Two similar works each costing not less than the amount equal to40% of advertised value of the tender, or One similar work each costing notless than the amount equal to 60% of advertised value of the tender. (b) (i)Incase of tenders for composite works (e.g. works involving more than onedistinct component, such as Civil Engineering works, S&T works, Electricalworks, OHE works etc. and in the case of major bridges - substructure,superstructure etc.), tenderer must have successfully completed any of thefollowing during last 07 (seven) years, ending last day of month previous to theone in which tender is invited: Three similar works each costing not less thanthe amount equal to 30% of advertised value of each component of tender, orTwo similar works each costing not less than the amount equal to 40% ofadvertised value of each component of tender, or One similar work eachcosting not less than the amount equal to 60% of advertised value of eachcomponent of tender. Note for b(i): Separate completed works of minimumrequired values for each component shall also be considered for fulfillment oftechnical eligibility criteria. (b)(ii)In such cases, what constitutes a componentin a composite work shall be clearly pre-defined with estimated tender cost ofit, as part of the tender documents without any ambiguity. (b) (iii) To evaluatethe technical eligibility of tenderer, only components of work as stipulated intender documents for evaluation of technical eligibility, shall be considered.The scope of work covered in other remaining components shall be eitherexecuted by tenderer himself if he has work experience as mentioned inclause 7 (a) (ii) of Part-II of GCC or through subcontractor fulfilling therequirements as per clause 7 of Part-II of GCC or jointly i.e., partly himself andremaining through subcontractor, with prior approval of Chief Engineer inwriting. However, if required in tender documents by way of SpecialConditions, a formal agreement duly notarised, legally enforceable in the courtof law, shall be executed by the main contractor with the subcontractor for thecomponent(s) of work proposed to be executed by the subcontractor(s), andshall be submitted along with the offer for considering subletting of that scopeof work towards fulfilment of technical eligibility. In case after award of contractor during execution of work it becomes necessary for contractor to changesubcontractor, the same shall be done with subcontractor(s) fulfilling therequirements as per clause 7 of Part-II of GCC, with prior approval of ChiefEngineer in writing. Contd....

Yes YesAllowed(Mandatory)

2.1

Contd.. from Sl.No.2 above Note for Item 10.1: Work experience certificatefrom private individual shall not be considered. However, in addition to workexperience certificates issued by any Govt. Organisation, work experiencecertificate issued by Public listed company having average annual turnover ofRs.500 crore and above in last 3 financial years excluding the current financialyear, listed on National Stock Exchange or Bombay Stock Exchange,incorporated/registered atleast 5 years prior to the date of opening of tender,shall also be considered provided the work experience certificate has beenissued by a person authorized by the Public listed company to issue suchcertificates. In case tenderer submits work experience certificate issued bypublic listed company, the tenderer shall also submit along with workexperience certificate, the relevant copy of work order, bill of quantities, billwise details of payment received duly certified by Chartered Accountant, TDScertificates for all payments received and copy of final/last bill paid by companyin support of above work experience certificate.

No No Not Allowed

Page 19 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 20: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

3

[Explanation for clause 10 including clause 10.1 to 10.5 - Eligibility Criteria: 1.Incase a work is started prior to 07 (seven) years, ending last day of monthprevious to the one in which tender is invited, but completed in last 07 (seven)years, ending last day of month previous to the one in which tender is invited,the completed work shall be considered for fulfillment of credentials. 2.If awork is physically completed and completion certificate to this extent is issuedby the concerned organization but final bill is pending, such work shall beconsidered for fulfillment of credentials. 3.If a part or a component of work iscompleted but the overall scope of contract is not completed, this work shallnot be considered for fulfillment of technical credentials even if the cost of partcompleted work/component is more than required for fulfillment of credentials.4.In case a work is considered similar in nature for fulfillment of technicalcredentials, the overall cost of that work including PVC amount if any shall beconsidered and no separate evaluation for each component of that work shallbe made to decide eligibility. 5.The value of final bill including PVC amount-ifpaid, or otherwise in case final bill is pending the contract cost in last approvedvariation statement plus PVC amount paid or cumulative amount paid up tolast on-account bill including PVC amount and statutory deductions whicheveris less, shall be considered as the completion cost of work. 6.In case of newlyformed partnership firm, the credentials of individual partners from previouspropriety firm(s) or dissolved previous partnership firm(s) or split previouspartnership firm(s), shall be considered only to the extent of their share inprevious entity on the date of dissolution / split and their share in newly formedpartnership firm. For example, a partner A had 30% share in previous entityand his share in present partnership firm is 20%. In the present tender underconsideration, the credentials of partner A will be considered to the extent of0.3*0.2*value of the work done in the previous entity. For this purpose, thetenderer shall submit along with his bid all the relevant documents whichinclude copy of previous partnership deed(s), dissolution deed(s) and proof ofsurrender of PAN No.(s) in case of dissolution of partnership firm(s) etc. 7.Incase of existing partnership firm, if any one or more partners quit thepartnership firm, the credentials of remaining partnership firm shall be re-worked out i.e., the quitting partner(s) shall take away his credentials to theextent of his share on the date of quitting the partnership firm(e.g. in apartnership firm of partners A, B & C having share 30%, 30% & 40%respectively and credentials of Rs 10 crore; in case partner C quits the firm,the credentials of this partnership firm shall remain as Rs 6 crore). For thispurpose, the tenderer shall submit along with his bid all the relevantdocuments which include copy of previous partnership deed(s), dissolutiondeed(s) and proof of surrender of PAN No.(s) in case of dissolution ofpartnership firm(s) etc. Contd...

No No Not Allowed

Page 20 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 21: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

3.1

Contd... to Sl.No.3 above 8.In case of existing partnership firm if any otherpartner(s) joins the firm, the credentials of partnership firm shall get enhancedto the extent of credentials of newly added partner(s) on the same principlesas mentioned in item 6 above. For this purpose, the tenderer shall submitalong with his bid all the relevant documents which include copy of previouspartnership deeds, dissolution/splitting deeds and proof of surrender of PANNo.(s) in case of dissolution of partnership firm etc. 9.Any partner in apartnership firm cannot use or claim his credentials in any other firm withoutleaving the partnership firm i.e., In a partnership firm of A&B partners, A or Bpartner cannot use credentials of partnership firm of A&B partners in any otherpartnership firm or propriety firm without leaving partnership firm of A&Bpartners. 10.In case a partner in a partnership firm is replaced due tosuccession as per succession law, the proportion of credentials of the previouspartner will be passed on to the successor. 11.If the percentage share amongpartners of a partnership firm is changed, but the partners remain the same,the credentials of the firm before such modification in the share will continue tobe considered for the firm as it is without any change in their value. Further, incase a partner of partnership firm retires without taking away any credentialsfrom the firm, the credentials of partnership firm shall remain the same as it iswithout any change in their value. 12.In a partnership firm "AB" of A&Bpartners, in case A also works as propriety firm "P" or partner in some otherpartnership firm "AX", credentials of A in propriety firm "P" or in otherpartnership firm "AX" earned after the date of becoming a partner of the firmAB shall not be added in partnership firm AB. 13.In case a tenderer is LLP, thecredentials of tenderer shall be worked out on above lines similar to apartnership firm. 14.In case company A is merged with company B, thencompany B would get the credentials of company A also.]

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

6. Documents attached with tender

S.No. Document Name Document Description

1 BoxPushingConditions.pdf Box pushing conditons

2 SpecialConditionCementandSteel.pdf Cement and Steel Conditions

3 Anx-I-GuaranteeBond_1.pdf GUARANTEE BOND

4 FormV.pdf FORM V

5 InstructionstotheTenderer_2.pdf Instructions to tenderers

6 EFTFORM.pdf EFT FORM

7 TenderFormFirstSheet.pdf Tender Form First Sheet

8 GCC_July_2020.pdf GCC 2020

9 SpecialConditionsforCivilWorks.pdf Special conditions for civil works

10 Systemofverificationofcredentials.pdf Verification of credentials- Affidavit

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 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions ofGFR regarding procurement through GeM.

Page 21 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30

Page 22: 1. NIT HEADER WALTAIR DIVISION-ENGINEERING/ECOR TENDER … · 2021. 1. 29. · borders etc. as per IRC ; 67:2001, pasted on substrate by an adhesive backing which shall be activated

Signed By: DARNA SATYANARAYANA

Designation : Sr.DENWest

Page 22 of 22 Run Date/Time: 29/01/2021 17:59:42

WALTAIR DIVISION-ENGINEERING/ECORTENDER DOCUMENT

Tender No: eT-West-WAT-03-2021 Closing Date/Time: 02/03/2021 13:30