Sie sind auf Seite 1von 11

KOTA DIVISION-ENGG/WEST CENTRAL RLY

TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

Sr.DEN/Coord, Kota acting for and on behalf of The President of India invites E-Tenders against Tender No 26-2020 Closing
Date/Time 03/03/2020 15:30 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

KOTA-NAD Section: Provision of cover shed & improvement to drainage arrangement at


Name of Work
various limited height subway to avoid water accumulation under ADEN-RMA & SGZ.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 03/03/2020 15:30 Date Time Of Uploading Tender 03/02/2020 17:33
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 21924527.42 Tendering Section WA SECTION
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 259600.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 10000.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 18/02/2020 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule B-Non-Schedule Items (Structural steel) 204191.04
Please see Item Breakup for details. 226828.53 (-) 9.98 204191.04
3
Item Description:- Schedule-B Non-Schedule Items (Structural steel)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule C-Non-Schedule Items (Sealing) 3858263.50
Please see Item Breakup for details. 3858263.50 AT Par 3858263.50
4
Item Description:- Schedule-C Non-Schedule Items (Sealing)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule A1-USSOR-2011 Items 17732737.28
Please see Item Breakup for details. 18977672.60 (-) 6.56 17732737.28
1
Item Description:- Schedule-A1 USSOR-2011 Items

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule A2-USSOR-2011 Items (RCC PIPE) 129335.60
Please see Item Breakup for details. 96360.90 34.22 129335.60
2
Item Description:- Schedule-A2 USSOR-2011 Items (RCC PIPE)

3. ITEM BREAKUP

Schedule Schedule A1-USSOR-2011 Items


Item- 1 Schedule-A1 USSOR-2011 Items
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 1 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

Earth work in excavation as per approved drawings and


dumping at embankment site or spoil heap, within railway
land, including 50m lead and 1.5m lift, the lead to be
measured from the centre of gravity of excavation to centre
of gravity of spoil heap: the lift to be measured from natural
ground level and paid for in layers of 1.5m each, including
incidental work, as per specifications-in
1 011011 All kinds of soils cum 4500.00 82.76 372420.00
2 013120 Earthwork in filling in embankment, guide bunds, around cum 1000.00 185.40 185400.00
buried type abutments, bridge gaps, trolley refuges, rain
bunds if provided, platforms etc. with earth excavated from
outside railway boundary entirely arranged by the
contractor at his own cost as per RDSO's latest guidelines
and specifications and special condition of contract
including all leads, royalty, lifts, ascents, descents, crossing
of nallahs or any other obstructions. The rates shall include
all dressing of bank to final profile, demarcation and setting
out of profile, site clearance, removing of shrubs, roots of
vegetations growth, heavy grass, benching of existing slope
of old bank, all handling/re-handling. taxes, octroi and
royalty etc. as a complete job. Cut trees shall be property of
railways and to be deposited in the railway godown unless
specified otherwise in the Special conditions of contract
3 013140 Removal of excavated/slip earth/ debris/ malba from the cum 400.00 92.63 37052.00
site of works to any other place outside Railway
land/premises, including all excavations, handling, re-
handling, loading, unloading and leading, etc. all labour and
material as a complete job. Removal of Earth (all kinds of
soils)/ROCKS, BOULDERS including mud/slush, slipped
earth in catch water drains, side drains, over berms in
cutting, water way of bridges, over coping of
toe/breast/retaining walls etc. including crossing of nallah,
railway tracks, making/repairing approach roads if required,
all lead, lift, ascent, descents, or any other obstruction.
Earth spoils to be dumped outside the cutting or railway
embankments as per direction of Engineer in charge
4 014070 Cleaning out silt from bed of reservoir/canals including 50m 10 cum 400.00 543.93 21757.20
lead and lift upto 1.5 m
Providing and laying in position cement concrete of
specified proportion excluding cost of cement, centering
and shuttering - All works upto Plinth level :
5 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm cum 330.00 1435.82 473820.60
nominal size)
Providing and laying cement concrete, up to plinth in
retaining walls, walls (any thickness) including attached
plasters, columns, pillars, posts, struts, buttresses, string or
lacing courses, parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets etc, excluding the cost of
cement and of shuttering, centering.
6 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm cum 180.00 1643.29 295792.20
nominal size)
Supply and using cement at worksite :
7 033061 OPC 43 grade Tonne 620.00 5888.00 3650560.00
Providing and laying in position M 20 Grade concrete for
reinforced concrete structural elements but excluding cost
of centering, shuttering, reinforcement and Admixtures in
recommended proportion (as per IS:9103) to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of
Engineer in charge
8 041011 All work upto plinth level, including raft foundation of cum 1500.00 1773.10 2659650.00
washable aprons, HS tank, pile cap, footings of FOB, and
Platform shelter etc.

Pa g e 2 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

Centering and shuttering including strutting, propping etc.


and removal of form for :
9 042011 Foundations, footings, bases of columns, raft foundation of Sqm 1000.00 111.50 111500.00
washable aprons, Pile caps, Footings of FOB etc.
10 042012 Walls (any thickness) including attached plasters, Sqm 9600.00 179.30 1721280.00
buttresses, plinth and string courses etc.
11 042013 Suspended floors, roofs, landings, balconies, FOB slabs, Sqm 300.00 185.57 55671.00
walkway slabs and access platform
12 042014 Lintels, beams, plinth beams, bed blocks, girders, Sqm 150.00 159.48 23922.00
bressumers and cantilevers
Supplying Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and
binding all complete.
13 045016 Thermo-Mechanically Treated bars Kg 99100.00 47.58 4715178.00
Steel work in built up tubular trusses including cutting,
hoisting, fixing in position and applying a priming coat of
approved steel primer, welded and bolted including special
shaped washers etc. complete
14 081291 Hot finished welded type tubes Kg 29000.00 87.52 2538080.00
15 081360 Providing and fixing M.S. round holding down bolts with Kg 1500.00 70.94 106410.00
nuts and washer plates complete
16 091060 Dry stone ballast 50 mm nominal size, rammed in floors 75 Sqm 1200.00 85.85 103020.00
mm thick layer
17 101080 Supply & installation of precoated galvanized iron profile Sqm 2600.00 501.28 1303328.00
sheets (size, shape and pitch of corrugation as approved by
Engineer-in-charge) 0.50mm +/- 5% total coated thickness
(TCT) thick Zinc coating 120gsm as per IS:277 in 240mpa
steel grade, 5-7microns epoxy primer on both side of the
sheet and polyester top coat 15-18 microns. Sheet should
have protective guard film of 25 microns minimum to avoid
scratches while transportation and should be supplied in
single length upto 12 metre or as desired by Engineer-in-
charge. The sheet shall be fixed using self drilling / self
tapping screws of size (5.5 x 55mm) with EPDM seal or with
polymer coated J or L hooks, bolts and nuts 8mm diameter
with bitumen and G.I. limpet washers or with G.I. limpet
washers filled with white lead complete upto any pitch in
horizontal/vertical or curved surfaces excluding the cost of
purlins, rafters and trusses and including cutting to size and
shape wherever required
18 103040 Extra for providing and fixing wind ties of 40x6mm flat iron Metre 2800.00 83.48 233744.00
section complete with hooks, nuts, washers etc.
Painting with aluminium paint of approved brand and
manufacture to give an even shade
19 121091 Two or more coats on new work Sqm 2000.00 34.86 69720.00
Demolishing plain cement concrete including disposal of
material within 50m lead
20 181021 1:2:4 or richer mix with max. 20 mm coarse aggregate cum 60.00 418.43 25105.80
21 181030 Demolishing R.C.C. work including cutting and stacking of cum 60.00 608.14 36488.40
steel bars and disposal of unserviceable material within
50m lead. (Extra payment for scraping, cleaning and
straightening of bars to be made separately)
22 181040 Extra over Item Nos. 181021 and 181050 if pavement cum 60.00 182.44 10946.40
breaker is used on orders of Engineer
Sealing of cracks/porous concrete by injection process
through nipples/Grouting complete as per Technical
Specification
23 222073 Epoxy Grout Kg 300.00 756.09 226827.00
Total 18977672.60
Schedule Schedule A2-USSOR-2011 Items (RCC PIPE)
Item- 2 Schedule-A2 USSOR-2011 Items (RCC PIPE)

Pa g e 3 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

S No. Item Description of Item Unit Qty Rate Amount


No
Providing and laying non-pressure NP3 class (medium duty
) R.C.C. pipes including bends etc with collars jointed with
stiff mixture of cement mortar in the proportion of 1:2
(1cement: 2fine sand) including testing of joints etc.
complete up to 800mm dia.
1 142035 600mm dia. R.C.C. pipe Metre 30.00 1088.74 32662.20
Providing and laying non-pressure NP3 class (medium duty
) R.C.C. pipes including bends etc with collars jointed with
stiff mixture of cement mortar in the proportion of 1:2
(1cement: 2fine sand) including testing of joints etc.
complete above 800mm dia.
2 142041 900mm dia. R.C.C. pipe Metre 30.00 2123.29 63698.70
Total 96360.90
Schedule Schedule B-Non-Schedule Items (Structural steel)
Item- 3 Schedule-B Non-Schedule Items (Structural steel)
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supplying, fabricating & erecting steel work riveted, bolted MT 3.00 75609.51 226828.53
or welded in built up sections, including cutting, bending
and straightening, drilling, riveting, handling, hoisting and
fixing in position etc., complete upto 6 meters height above
ground level including applying a priming coat of approved
steel primer etc. complete with contractor's steel. (b) In
Flats and Plates.
Total 226828.53
Schedule Schedule C-Non-Schedule Items (Sealing)
Item- 4 Schedule-C Non-Schedule Items (Sealing)
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supplying, providing, laying & fixing 5mm thick concrete Sqm 950.00 4061.33 3858263.50
canvas (flexible concrete impregnted fabric that hardnes
when hydrated to form a thin, durable water proof & fire
resistance concrete layer within 24 hrs) in limited heifgt
subways and other required works. NOTE: 1. Contractor
shall submit all relevant test certificates of the material.
Mass of unset concrete canvas should be 7.00 Kg/Sqm. 2.
Rates are include all taxes, royalty, labour, material,
transportation & incidental charges etc.
Total 3858263.50

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderers having completed SIMILAR NATURE OF WORK/WORKs as per Standard
Allowed
1 Technical Criteria are also required to UPLOAD Completion Certificates as Per No No
(Mandatory)
"ANNEXURE B" OR "ANNEXURE C" of tender document (As per applicability).

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

The tenderer must have 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:
Three similar works each costing not less than the amount equal to 30% of advertised
value of the tender, or Two similar works each costing not less than the amount equal to
40% of advertised value of the tender, or One similar work each costing not less than
the amount equal to 60% of advertised value of the tender. Work experience certificate
from private individual shall not be considered. However, in addition to work experience
certificates issued by any Govt. Organisation, work experience certificate issued by
Public listed company having average annual turnover of Rs 500 crore and above in last
3 financial years excluding the current financial year, listed on National Stock Exchange
Allowed
1 or Bombay Stock Exchange, incorporated/registered atleast 5 years prior to the date of No No
(Mandatory)
opening of tender, shall also be considered provided the work experience certificate has
been issued by a person authorized by the Public listed company to issue such
certificates. In case tenderer submits work experience certificate issued by public listed
company, the tenderer shall also submit along with work experience certificate, the
relevant copy of work order, bill of quantities, bill wise details of payment received duly
certified by Chartered Accountant, TDS certificates for all payments received and copy
of final/last bill paid by company in support of above work experience certificate. The
tenderer are required to upload "Work Completion certificates" in support of Technical
Criteria to prove their suitability as per Annexure B or Annexure C of tender document as
detailed in Para 10.00 of TENDER DOCUMENT.
1.1 Defination of Similar Work :- Any Civil Engineering work. No No Not Allowed

Submission of Affidavit

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit notarized affidavit on a non-judicial stamp paper in the prescribed format
(please download format from the link given below) for verification / confirmation of the
documents submitted for compliance of eligibility/qualifying criteria. Non submission of Allowed
1 No No
properly filled affidavit in the prescribed format shall lead to summary rejection of your (Mandatory)
offer.
Click here to download the format for Affidavit

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have received Contractual Payments in the previous three financial
years and the current financial year upto the date of opening of tender, at least 150% of
the advertised value of the tender. The tenderers shall submit Certificates to this effect
which may be an attested Certificate from the concerned department / client and/or
Audited Balance Sheet duly certified by the Chartered Accountant etc. NOTE -(i)
Payment Certificates issued by Central Government/ State Government / Central PSUs
/Sate PSUs / Other Government Agencies only will be accepted. (ii)Payment Certificates
from Private individuals / Firms will not be accepted. (iii) Tenderers are required to
Allowed
1 UPLOAD Trading / Income Expenditure and Profit & Loss Account mentioning No No
(Mandatory)
"Contractual Receipt" alongwiith the offer. If there is any other article mentioned in
Trading & Profit & Loss Account towards receipt amount such as "By Sales /
Turnover/Gross receipt /Revenue from operation etc", for that, a Certificate from
Chartered Accountant should be uploaded duly certified that the said amount is a
"Contractual Receipt". This certificate should be in addition to Profit & Loss / Trading /
Income Expenditure account as mentioned above. NOTE- In Completion certificates, if
Contractual amount receipt during eligible period is not mention then it shall not be
considered as payment certificate

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Beam bottom's line, level & width should be checked. No No Not Allowed
2 Beam side's line , level & plumb should be checked. No No Not Allowed
3 Beam to beam measurements shall be checked as per architectural drawing. No No Not Allowed
4 Individual level & diagonal of each slab bay shall be checked. No No Not Allowed
Slab thickness level shall be marked with nails on the peripheral beam's outer
5 No No Not Allowed
side.

Pa g e 5 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

6 Slab thickness & beam depths should be checked No No Not Allowed


Support props for slab & beam bottoms should be in line & plumb, Bamboo
7 bracing should be done at around 4' ht from floor level. Support props for No No Not Allowed
double staging terraces shall be carefully checked.
Line of external/peripheral beam's side shall be checked & should be cross
8 No No Not Allowed
supported to avoid building out of sides.
Junctions of column & beam shall be checked & should be cross supported to
9 No No Not Allowed
avoid building out of sides.
10 De-shuttering oil shall be applied to beam/slab shuttering No No Not Allowed
Formwork of staircase shall be checked for dimensions of tread and riser, level
11 No No Not Allowed
of treads, plumb of risers.
12 Reinforcement shall be checked for beams and slab as per RCC drawing. No No Not Allowed
13 Proper cover for bottom/sides shall be checked for beams. No No Not Allowed
14 Proper cover shall be checked for slab. No No Not Allowed
Electrical points, electrical piping (conduits)/fan hooks shall be checked as per
15 No No Not Allowed
drawing.
16 Reduction of column as per drawing shall be done if any. No No Not Allowed
17 Proper no. of chairs shall be provided for slab. No No Not Allowed
18 Parapet (pardi) bars shall be left for balconies/staircase etc. No No Not Allowed
19 Ring (stirrups) shall be provided at the free end of each column reinforcement No No Not Allowed
Gaps between plates/planks should be filled. Taping should be done at ply
20 No No Not Allowed
joints in care of ply shuttering
21 Approval of architect and RCC consultant shall be taken prior to pouring. No No Not Allowed
Check the availability of required labour strength, mixer, lift, vibrators, masons,
22 No No Not Allowed
weigh batcher, diesel/petrol and plastics sheets etc. before start of concreting.
23 Hidden beams/inverted beams/cantilever beams should be checked. No No Not Allowed
24 Check for the sunk if any as per the approved drawings. No No Not Allowed
Packing below supports props should be avoided. If not, single wooden plank
25 No No Not Allowed
should be inserted as packing
In case of large slabs, position of concrete joints shall be decided in advance
26 No No Not Allowed
as per approval by RCC consultant.
Availability of raw material for concrete/RMC per grade of concrete, water.
27 No No Not Allowed
Electricity shall be checked in advance before the start of concreting.
28 Concreting shall be done for the beams first & then slabs. No No Not Allowed
Compaction of concrete shall be done by vibrators & tamping rods. (Spare
29 No No Not Allowed
vibrators with fuel shall be ensured.)
The top level of slabs shall be finished by the mason and no one should be
30 No No Not Allowed
allowed to walk on the fresh finished concrete.
Carpenter shall be present below the slab shuttering during concreting to
31 No No Not Allowed
ensure the tightness of the form work.
In case of rains, the finished concrete shall be covered with the big plastic
32 No No Not Allowed
sheets.
33 Cast 6 cube moulds for testing. No No Not Allowed
Curing the slab shall be done with pounding method by making ponds in
34 cement & sand mortar(1.10) of size around 5'X5' curing of beams and slabs No No Not Allowed
shall be done for 7 to 10 days or as directed by the consultant.
35 Date of casting and slab no shall be painted on the front side beam. No No Not Allowed

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

Pa g e 6 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

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. The Allowed
2 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The quantities shown above are approximate and to give a General guideline
1 Railway reserves the right to increase or decrease or to delete any of the No No Not Allowed
items
All rates quoted in the tender shall be deemed to be inclusive of all Taxes
royalties payable by the contractor s to the Government or public body or local
2 No No Not Allowed
authority and no additional amount will be paid or claim entertained on this
account by the Railway
It is responsibility of the tenderer that they ensure to see any corrigendum of
3 No No Not Allowed
the tender to check the corrigendum on the website from time to time
General arrangement drawing for the work can be seen in the office of the
Divisional Railway Manager / Senior Divisional Engineer / Divisional Engineer
and Chief Engineer open line office Western Central Railway Kota at any time
4 during the office hours These drawing are only for the guidance of contractors No No Not Allowed
Detailed working drawing if required based generally on the drawing
mentioned above and various conditions mentioned in tender documents shall
be submitted by the tenderer for approval of the same by Railway
If the tenderer expires after the submission of his tender or after the
acceptance of this tender the railway shall deem such tender as cancelled If a
5 partner of firm expires after the submission of their tender or after acceptance No No Not Allowed
of their tender the Railway shall deems such tender as cancelled unless the
firm retains its character
The contractor shall employ the following Qualified Graduate Engineer during
execution of the alloted work a One Qualified Graduate Engineer when cost of
work is to be executed is Rs 200 lakh and above, and b One Qualified Diploma
Holder Engineer when cost of work to be executed is more than Rs 25 lakh,
6 No No Not Allowed
but less than Rs 200 lakh In case the Contractor fails to employ the Qualified
Engineer as above shall be liable to pay an amount of Rs 40000.00 and Rs
25000.00 for each month or part thereof for the default period for the
provisions
It is the responsibility of the Contractor to arrange the Payment of the labour
7 No No Not Allowed
employed for the work through Bank as per Minimum Wages Act
Price Variation Clause shall not be applicable in Works contract tenders having
8 value less than Rs 5 Crore.(Railway Board letter no 2017/Trans/01/Policy New No No Not Allowed
Delhi dated 08.02.2018)
MULTIPLE L-1- In case of more than one L-1 bidders, tender may be awarded
to tenderer having higher Bid Capacity. In case Bid Capacity is also the same,
tenderer having done more value of similar work in last three previous financial
9 No No Not Allowed
years and the current financial year upto the date of opening o f the tender,
may be selected for the award.(Railway Board letter no 2017/Trans/01/Policy
New Delhi dated 08.02.2018)
In case of any wrong information submitted by tenderer, the contract shall be
terminated, Earnest Money Deposit (EMD), Performance Guarantee (PG) and
10 No No Not Allowed
Security Deposit ( S D ) o f contract forfeited a n d agency barred f o r doing
business on for 5 (five) years.
Contractor is to abide by the provisions of Payment of Wages act & Minimum
Wages act in terms of clause 54 and 55 of Indian Railways General Condition
of Contract. In order to ensure the same, an application has been developed
and hosted on website 'www.shramikkalyan.indianrailways.gov.in'. Contractor
11 No No Not Allowed
shall register his firm/company etc. and upload requisite details of labour and
their payment in this portal. These details shall be available in public domain.
The deatils regarding Registration/ updation of Portal is mentioned in tender
document.
12 ILLEGIBLE DOCUMENTS UPLOADED ARE LIABLE TO BE REJECTED No No Not Allowed

Pa g e 7 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

FOR THE TENDERS HAVING ELIGIBILITY CRITERIA-The tenderers shall


submit a copy of notarized affidavit on a non-judicial stamp paper of the value
of Rs 100/-.stating that all their statements/documents submitted alongwith bid
are true and factual. Standard format of the affidavit to be submitted by the
13 bidder is enclosed as Annexure-V. Non submission of notarized affidavit by the No No Not Allowed
bidder shall result in summarily rejection of his/their bid. It shall be mandatorily
incumbent upon the tenderer to identify, state and submit the supporting
documents duly self attested by which they/he is qualifying the Qualifying
Criteria mentioned in the Tender Document.
The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
14 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
verification or lack of such verification, by the Railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the
Railway thereunder.
(a) In case of any information submitted by tenderer is found to be false forged
or incorrect at any time during process for evaluation of tenders, it shall lead to
forfeiture of the tender Earnest Money Deposit besides banning of business
for a period of upto five years. (b) In case of any information submitted by
tenderer is found to be false forged or incorrect after the award of contract, the
15 No No Not Allowed
contract shall be terminated. Earnest Money Deposit (EMD), Performance
Guarantee and Security Deposit available with the railway shall be forfeited. In
addition, other dues of the contractor, if any, under this contract shall be
forfeited and agency shall be banned for doing business for a period of upto
five years.
Tender Offer should accompany(UPLOADED) with the scanned copies of
required Documents such as AFFIDAVIT (NOTARIZED AFFIDAVIT ON NON
JUDICIAL STAMP PAPER), Power of Attorney, Partnership deep, Joint
Venture and originals of the same should be submitted on requirement of the
16 No No Not Allowed
office, failing which the Earnest Money shall be forfieted. The sucsessful
tenderers are required to submit ORIGINAL NOTARIZED AFFIDAVIT (the
copy of which was uploaded with the tender)while submitting the
PERFORMANCE GUARANTEE in the office

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Scope of work and special conditions are attached as documents. No No Not Allowed

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 8 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

The tenderers shall UPLOAD VALID DOCUMENTS pertaining to prove the


status of their firm - 1.In case tenderer is Sole proprietorship firm:,The
tenderer shall submit Valid documents or Notarized Affidavit (As per prevailing
law ) (Annexure E) of Tender document. 2.In case of Partnership Firm: The
tenderer shall submit (i) a copy of Partnership Deed and (ii) a copy of Power of
Attorney) (Annexure D) of Tender document (duly registered /Notarized as per
prevailing law ) in favour of an individual to sign the tender documents and
create liability against the Firm. An undertaking by all partners of the
partnership firm that they are not blacklisted or debarred by Railways or any
other Ministry / Department of the Govt. of India / any State Govt. from
participation in tenders / contracts as on the date of opening of bids, either in
their individual capacity or in any firm in which they were / are partners.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract
3.Joint Venture (JV): The tenderer shall submit documents as mentioned in
Clause 17 of the Tender document (Second Sheet). 4.Company registered
under Companies Act-2013: The tenderer shall submit (i) the copies of MOA
(Memorandum of Association) / AOA (Articles of Association) of the company;
Allowed
1 and (ii) A copy of Authorization/Power of Attorney issued by the Company No No
(Mandatory)
(backed by the resolution of Board of Directors) in favour of the individual to
sign the tender on behalf of the company and create liability against the
company. 5.LLP (Limited Liability Partnership) Firm: If the tender is submitted
on behalf of a LLP Firm registered under LLP Act-2008, the tenderer shall
submit alongwith the tender- (i) a copy of LLP Agreement, (ii) a copy of
Certificate of Incorporation; and (iii) a copy of Power of Attorney/Authorisation
issued by the LLP Firm in favour of the individual to sign the tender on behalf
of the LLP Firm and create liability against the Firm. 6.Registered Society &
Registered Trust: The tenderer shall submit (i) a copy of the Certificate of
Registration, (ii) Deed of Formation; and (iii) a copy of Power of Attorney in
favour of the individual to sign the tender documents and create liability
against the Society/Trust. If the above required documents are not uploaded
alongwith the tender, to prove the STATUS of firm that the tender was
submitted on behalf of a Sole Proprietorship firm / Partnership firm / Joint
Venture / Company registered under Companies Act-2013/ LLP (Limited
Liability Partnership) Firm: / Registered Society & Registered Trust: etc., then
the tender shall be treated as having been submitted by the individual who has
signed the tender and the offer will be dealt accordingly. •

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
The validity of the offer is 45 days and tenders having condition of lesser
2 No No Not Allowed
validity shall be summarily rejected
The tenderers shall not add any conditions on their own either in their covering
letter or in the tender documents while submitting their offer. Any such
conditions if stated and if are in violation of the Railways tender conditions or
3 No No Not Allowed
having financial implication may lead to summary rejection of the offer. Railway
reserves the right to reject such tenders summarily without assigning any
reasons whatsoever
For Civil and Electrical Composite Tenders the tenderers are required to
Submit Affidavit that - I / We declare that I/we will carry out electrical work by
me / us if I/ We have a valid electrical license or will deploy electrical sub-
4 No No Not Allowed
contractor with valid electrical license for electrical work if I do not have valid
electrical license. I / we will submit valid electric license before starting of
electric work
I / We have read the various condition in tender attached here to and hereby
agree to abide by the said conditions. I / We also agree to keep this tender
open for acceptance for a period of 45 days from the date fixed for opening
5 the same and in defaults of there will be liable for forfeiture of my/our earnest No No Not Allowed
money I / We offer to do the work for Divisional Railway Manager W A WCR
Kota at the rate quoted and hereby bind myself / ourselves to complete the
work in all respect within stipulated completion period.

Pa g e 9 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

I / We also hereby agree to abide by the General Condition o f t h e contract


2019 corrected upto date and latest correction till date of tender opening to
carryout t h e work according to the special conditions of contract and
6 specifications of materials and works as laid down by the railway in the No No Not Allowed
Annexed special condition and the current specification for material and works
of Central Railway and standard schedule of rates 2007 corrected upto date
and USSOR 2011
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modification, as may
7 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my / our offer for this work.
For the tenders having advertised cost of Rs 10 lakh, the tenderers are
requested to go through the Conditions regarding inclusion of "Letter of Credit"
8 as mode of payment attached in Tender document before exercising the No No Not Allowed
option of payment through letter of credit as mode of payment. (Railway
Boards letter no 2018/CE-I/CT/9 dated 04.06.2018).
I / We have studied the Documents attached and hereby agree and sign the
9 No No Not Allowed
uploaded documents
The successful bidder shall have to submit a Performance Guarantee (PG) in
favour of of Sr. Divisional Finance Manager , West Central Railway, Kota within
21 (Twenty one) days from the date of issue of Letter of Acceptance (LOA).
Extension of time for submission of PG beyond 21 (Twenty one) days and upto
60 days from the date of issue of LOA may be given by the Authority who is
competent to sign the contract agreement. However, a penal interest of 12%
per annum shall be charged for the delay beyond 21(Twenty one) days, i.e.
from 22nd day after the date of issue of LOA. Further, if the 60th day happens
to be a declared holiday in the concerned office of the Railway, submission of
10 No No Not Allowed
PG can be accepted on the next working day. In all other cases, if the
Contractor fails to submit the requisite PG even after 60 days from the date of
issue of LOA, the contract is liable to be terminated. In case contract is
terminated railway shall be entitled to forfeit Earnest Money Deposit and other
dues payable against that contract. In case a tenderer has not submitted
Earnest Money Deposit on the strength of their registration as a Startup
recognized by Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to this effect. The
failed Contractor shall be debarred from participating in re-tender for that work
Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
as 'Startups' shall be exempted from payment of Earnest Money on
submission of Registration Certificate issued by appropriate authority. For
such firms it is required to upload a copy of Registration Certificate issued by
11 appropriate authority without which their offer will not be considered. Such No No Not Allowed
firms should also declare that - I/We am/are a Startup firm registered by
........................ Department of Industrial Policy and Promotion (DIPP) and my
registration number is ................ valid upto ...................... (Copy enclosed)
and hence exempted from submission of Earnest Money.
The tenderer who has offered lower total cost as compared to tender value by
more than 10 %, shall be required to submit additional Performance
12 No No Not Allowed
Guarantee of value equal to percentage of tender value by which offer is lower
than 10%.

6. Documents attached with tender

S.No. Document Name Document Description


1 Tenderdocument.pdf tender document
ANNEXURE-
2 PCECIRCULAR2016-17-ilovepdf- pce circular
compressed1.pdf
SpecialconditionsW-420-319LHS-
3 DrainageimprovementADEN- Special conditions
RMASGZMLB19-20.pdf

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.

Pa g e 10 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17


KOTA DIVISION-ENGG/WEST CENTRAL RLY
TENDER DOCUMENT
Tender No: 26-2020 Closing Date/Time: 03/03/2020 15:30

2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017.

Signed By: RITURAJ SHARMA

Designation : Sr.DENSouth

Pa g e 11 o f 11 Ru n Da te/Time: 0 3/0 2 /2 0 2 0 17:34:17

Das könnte Ihnen auch gefallen