0% found this document useful (0 votes)
29 views7 pages

Bihar Rockfall Netting Tender

The document provides details of a tender for rock fall protection works near railway tunnels including supply of materials, installation of wire netting and anchors, drilling and installation of rock bolts, and bridge construction works. The tender includes schedules for supply and installation of wire netting and anchors, supply and installation of rock bolts, bridge substructure and superstructure works, and unforeseen items. It provides item descriptions, quantities, rates, and totals for each schedule.

Uploaded by

girishtiwaskar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
29 views7 pages

Bihar Rockfall Netting Tender

The document provides details of a tender for rock fall protection works near railway tunnels including supply of materials, installation of wire netting and anchors, drilling and installation of rock bolts, and bridge construction works. The tender includes schedules for supply and installation of wire netting and anchors, supply and installation of rock bolts, bridge substructure and superstructure works, and unforeseen items. It provides item descriptions, quantities, rates, and totals for each schedule.

Uploaded by

girishtiwaskar
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 7

CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY

TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

CAO/CON/South acting for and on behalf of The President of India invites E-Tenders against Tender No ECR-CAO-C-S-ETEN-16-21-22
Closing Date/Time 23/07/2021 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

Rock fall protection by wire netting, Slope stabilization and other ancillary works near all
Name of Work portal of tunnels i.e (T-1,T-2) and between Km 151.760 to 158.300 & 161.192 to 168.300 in
cutting in new B.G. Rail line of Barkakana -Ranchi section under DyCE/Con/Barkakana
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 23/07/2021 15:30 Date Time Of Uploading Tender 01/07/2021 13:18
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 99003700.60 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money /Bid Security
0.00 Validity of Offer ( Days) 45
(Rs.)
Obtain Bid Security Declaration in lieu of Bid Security Yes
Tender Doc. Cost (Rs.) 0.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 09/07/2021 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A1-Supply of wire netting materials and installation 41110000.00
Below/Par
1 10000.00 Sqm 4111.00 41110000.00 AT Par 41110000.00
Description:- A) Supply of galvanized steel wire rope net made of 9.0 mm diameter wire rope with polymer core
rope embedded and of rectangular Aperture size 0..3mx 0.3 m width hangs & of 5.0 m length for effective load
transfer to top anchors (lesser length allowed depending on the site conditions). The net has Joints tucked in one
direction and clamped. Minimum tensile strength of the net in vertical direction shall be 85 KN / m and in
horizontal direction shall be 67 KN /m. Minimum punch resistance shall be 70 KN with deformation max 150 mm.
Supply is inclusive of transportation at site with all contractors resources, packing, handling & etc. B ) Supply of
Mechanically woven double twisted hexagonal shaped wire mesh, netting for arresting small boulders, mesh type
10x12mm wires Zn+PVC coated, mesh wire dia 2.7/3.7 mm(ID/OD), with one side 9 mm Edge Wire & supply of
01 galvanized spiral locks springs with all contractors materials, lead & lift, transportation to cutting site with all
contractor's resources, packing, handling etc. C ) Supply and installation of Zinc coated bearing plate of size
200mm x 200mm x 10mm placed on cut slope for fixing top , intermediate and bottom anchors as per technical
specifications and as directed by engineer in charge. D) Supply and installation of garmat/Coirmat. E) Supply of all
intermediate & bottom Zinc/Epoxy coated self drilling anchors of 32 millimeter diameter having designed length
(2m or more ) with epoxy coated steel rods with threading at one end including PVC centralizers,hex nuts,beveled
washer ,bearing plate of Anchors,Spiral and all acccessoried as per drawing.F) Installation of all supplied material
as per drawing, technical specifications and as directed by the engineer in charge G) Supply of Turf
Reinforcement mat that consIst of a dense web of crimped,interlocking.multilobed,polypropylene,fibers positioned
between two biaxial oriented nets and mechanically bound together by paralellel stitching with polypropylene
thread/Mesh for erosion control on the slope surface.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A2-Supply, drilling, installation and grouting of SN type rock bolts 4454355.00
Below/Par
1i 1500.00 Each 2207.81 3311715.00 AT Par 3311715.00

01
Pa g e 1 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

01
Description:- Supply, drilling, installation and grouting of SN type rock bolts of the specified length
FY>=200KN(Slope,tunnel support & face bolts) as per approved drawing & specification or as directed by
Engineer.The rate shall include costs of all materials ,labour equipment etc.required for the complete job.
(i)Length 3 m
1 ii 400.00 Each 2856.60 1142640.00 AT Par 1142640.00
Description:- Supply, drilling, installation and grouting of SN type rock bolts of the specified length
01 FY>=200KN(Slope,tunnel support & face bolts) as per approved drawing & specification or as directed by
Engineer.The rate shall include costs of all materials ,labour equipment etc.required for the complete job.
(ii)Length 4 m

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B6-Bridge works-Substructure, superstructure-RCC & misc. 53333625.60
Below/Par
Please see Item Breakup for details. 50448000.00 5.72 53333625.60
01
Description:- Bridge works-Substructure, superstructure-RCC & misc.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B12-Unforeseen items 105720.00
Below/Par
Lump Sum 100000.00 5.72 105720.00
01 Description :- Overall percentage increase/decrease over the rates under Dhanbad Division of East Central
Railway Engineering Department Schedule of Rates, USSOR 2012 for items not included in 'B-6'

3. ITEM BREAKUP

Schedule Schedule B6-Bridge works-Substructure, superstructure-RCC & misc.


Item- 01 Bridge works-Substructure, superstructure-RCC & misc.
S No. Item Description of Item Unit Qty Rate Amount
No
1 222310 Supplying & fixing Galvanised Steel wire ropenet, made of Sqm 50000.00 1008.96 50448000.00
9mm dia steel wire rope having aperture size of 45cm x
60cm with 6m long hangs for top anchoring and 5m wide
alongwith chain-link mesh-netting of 80mm x 80mm mesh
size made from 2.4mm dia galvanised wire, joining of chain-
link mesh & steel wire ropenet and joining of adjacent nets
with galvanised spiral lock springs of steel wire dia 2.2mm;
inner dia of springs 18mm; total length 50mm ± 0.5mm;
pitch 4mm & open end length 60mm including cutting of
tree/shrub etc. in rope-netting location and also, excavation /
filling-back of trenches in all types of soil after anchoring
ropenet with RCC pre-cast beam of size 15cm x 15cm x 2m
of M-15 concrete & 30cm thick M-10 PCC. This work also
includes supply of 200mm x 200mm x 6mm epoxy coated
washer plates with 12.5mm / 18mm dia hole at centre and
supplying & fixing of anchor bolts/fastners of 10mm dia
including drilling of holes upto a depth of 110mm in rock;
cleaning of holes; fixing of fastners with nut & epoxy coated
washer plates; applying torque 65 to 70 N/mm for fixing of
ropenet for intermediate anchoring on the surface of cutting,
bottom anchoring upto 1m depth by using 16mm dia HYSD
steel bolts, threaded upto 200mm on top and fixing epoxy
coated washer plate, fabrication & fixing of U-pin on top of
cutting for top anchoring and joining of adjacent nets with
spiral spring and fixing at the ratio of 1 no. per 0.6m in
longitudinal direction of net portion and additional locks for
lacing chain link netting with ropenet with contractor's
materials, machinery, tools & plants, cement, steel, labour,
lead, lift, transportation, ascent, descent, taxes, royalty etc.
complete as per directions of engineer-in-charge.
Total 50448000.00

Pa g e 2 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

4. ELIGIBILITY CONDITIONS

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

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
Allowed
1 the advertised value of the tender. The tenderers shall submit Certificates to this effect No No
(Mandatory)
which may be an attested Certificate from the concerned department / client and/or
Audited Balance Sheet duly certified by the Chartered Accountant etc.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Definition of Similar Work:- Any civil engineering work involving Rock fall Protection by Allowed
1 No No
wire rope net and wire mesh on slope of cutting work. (Mandatory)
(a)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 Allowed
1.1 No No
value of the tender, or Two similar works each costing not less than the amount equal to (Mandatory)
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.
(b)(i)In case of composite works (e.g. works involving 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 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
Allowed
1.2 not less than the amount equal to 30% of advertised value of each component of tender, No No
(Mandatory)
or Two similar works each costing not less than the amount equal to 40% of advertised
value of each component of tender, or One similar work each costing not less than the
amount equal to 60% of advertised value of each component of tender.Note: Separate
completed works of minimum required values for each component can also be
considered for fulfilment of technical eligibility criteria.
(b)(ii) In such cases, what constitutes a component in a composite work shall be clearly
pre-defined with estimated tender cost of it, as part of the tender documents without any
ambiguity. Any work or set of works shall be considered to be a separate component,
only when cost of the component is more than Rs.2.00 crore each. Note for 2.1:- 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 yearsexcluding the current financial year, listed on
Allowed
1.3 National Stock Exchange or BombayStock Exchange, incorporated/registered at least 5 No No
(Mandatory)
years prior to the date of openingof tender, shall also be considered provided the work
experience certificate has beenissued 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.
In the case of composite works involving combination of different works, even separate
Allowed
1.4 completed works of required value should be considered while evaluating the eligibility No No
(Mandatory)
criteria.

Pa g e 3 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

Tender not accompanied by documentary evidence in support of eligibility criteria for


similar nature of work will be summarily rejected. (For complete details of the technical Allowed
1.5 No No
eligibility criteria for similar nature of the work, please refer clause 2.0, chapter-3 of the (Mandatory)
tender document).
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 yearsexcluding the current financial year,
listed on National Stock Exchange or BombayStock Exchange, incorporated/registered
at least 5 years prior to the date of openingof tender, shall also be considered provided
Allowed
1.6 the work experience certificate has beenissued by a person authorized by the Public No No
(Mandatory)
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.
Regarding technical and financial eligibility criteria, scanned copies of supportive
Allowed
1.6.1 documents/certificates from competent officials are to be submitted along with their No No
(Mandatory)
offer.
Regarding technical and financial eligibility criteria, scanned copies of supportive
Allowed
1.7 documents/certificates from competent officials are to be submitted along with their No No
(Mandatory)
offer.
Scanned copies of documents in support of formation/registration of the
company/firm/legal authorization of the person to deal with the Allowed
1.8 No No
tender/notarized/registered copies of the documents wherever required as per tender (Mandatory)
conditions are to be submitted along with offer.
Bid Capacity: ( Not Applicable ) For works costing more than 20 cr. or as prescribed by
Railways through instruction/NIT issued for the work, the tenderers who meet the Allowed
1.9 No No
minimum eligibility criteria will be qualified only if their available bid capacity is equal to (Mandatory)
or more than the total bid value of the present tender.

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer shall submit a self certificate duly attested by Tenderer stating
that they are not liable to be disqualified and all their statements/documents
submitted along with bid are true and factual. Standard format of the self
certificate to be submitted by the bidder is enclosed as annexure- M . Non
submission of an self certificate by the bidder shall result in summary rejection
1 of his/their bid. And it shall be mandatorily incumbent upon the tenderer to No No Not Allowed
identify state and submit the supporting documents duly self attested by which
they/he is qualifying the Qualifying Criteria mentioned in the Tender
Document. It will not be obligatory on the part of Tender Committee to
scrutinize beyond the submitted document of tenderer as far as his
qualification for the tender concerned.
1.1 Whether Bid Capacity statement with annexures submitted, if applicable. No No Not Allowed

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit your bank details i.e. Name of Bank along with Bank Branch
Code, Accounts Number as appearing in the cheque book, IFSC Code and Allowed
1 Yes No
PAN Number, duly certified by the authorised official of the bank, to facilitate (Optional)
payment through ECS/NEFT/RTGS.

Pa g e 4 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

[A] In case of Partnership Firm, the following documents shall be enclosed. [i]
Notary certified/registered copy of the Partnership deed. [ii] Power of Attorney
[duly registered as per prevailing law] in favour of one of the partners of the
Partnership Firm [if such power is already not assigned in partnership deed]
to sign the tender/agreement on behalf of the Partnership Firm and create
liability against the firm. [B] In case Private Limited / Limited Company, the
following documents shall be enclosed: [i] Notary certified copy of resolution of
the Directors of the Company permitting the company to participate in the
tender, authorizing MD or one of the Directors or Managers of the Company
to sign the tender/agreement, such other documents require to be signed on
behalf of the company and enter into liability against the company and/or do
any other act on behalf of the company.[ii] Copy of Memorandum & Articles of Allowed
1.1 Yes No
Association of the Company. [iii] Power of Attorney [duly registered/notarized (Mandatory)
as per prevailing law] authorising the person to do/act mentioned in Para [i]
above, [if such authority is not already delegated in the resolution of
directors].The above power of attorney shall be submitted even if such
specific person is authorized for above purposes through partnership deed /
Memorandum of Understanding / Article of Association or such other
document, failing which tender is liable to be rejected [C] In case of JV Firms :
Clause No 65 of IRSGCC-2020 with upto date correction slip shall be
applicable in all respects for participation of Joint Venture [JV] firms in works
tenders. JV firm should submit Memorandum of Understanding [MOU] as per
the format attached as annexure to the tender document. Submission of all
other documents should also be as per Cl. No. 65.15 of IRSGCC-2020.
Scanned copy [in PDF format] of the details regarding the Association of
Allowed
1.2 Railway Officer/s with the tender [for details please refer Annexure-H of Ch.9 Yes No
(Mandatory)
of Tender document].
Scanned copy [in PDF format] of the details of the works awarded to the firm,
Allowed
1.3 during the last three years and current financial year [for details please refer Yes No
(Mandatory)
Annexure-F of Ch.9 of Tender document].
Scanned copy [in PDF format] of the details of the List of the Arbitration &
Allowed
1.4 Court cases during the last 7 years [for details please refer Annexure-J and I Yes No
(Mandatory)
of Ch.9 of Tender document].
Scanned copy [in PDF format] of the details of agency and own equipments
Allowed
1.5 proposed to be included [for details please refer Annexure-D of Ch.9 of Yes No
(Optional)
Tender document]
Scanned copy of (in PDF Format) of HISTORY SHEET OF THE TENDERER. Allowed
1.6 Yes No
[for details please refer Annexure-A Ch.9 of tender document]. (Mandatory)
Scanned copy [in PDF format] of the details of technical personals of the
Allowed
1.7 Agency, available in hand [for details please refer Annexure-E of Ch.9 of Yes No
(Mandatory)
Tender document].
Scanned copy of (in PDF Format) of HISTORY SHEET OF THE TENDERER. Allowed
1.8 Yes No
[for details please refer Annexure-A Ch.9 of tender document]. (Mandatory)
Allowed
1.9 Scanned copy of the NEFT in PDF format. Yes No
(Mandatory)
Scanned copy [in PDF format] of the complete address of the firm in PDF
Allowed
1.10 format to which the all correspondences shall be made by the railway [for Yes No
(Mandatory)
details please refer Annexure-A of Ch.9 of Tender document].
Scanned copy [in PDF format] of details of the works on hand by the Allowed
1.11 Yes No
tenderer(s) [for details please refer Annexure-G of Ch.9 of Tender document]. (Mandatory)
Scanned copy [in PDF format] of broad plan of execution of this work within
Allowed
1.12 the stipulated completion period [for details please refer Annexure-K of Ch.9 Yes No
(Optional)
of Tender document].
Scanned copy [in PDF format] of other credentials/facilities available with
Allowed
1.13 firm/contractor/tenderer [for details please refer Annexure-L of Ch.9 of Tender Yes No
(Optional)
document].
Scan COPY OF THE PROGRAMME IN THE FORM OF BAR CHART FOR
COMPLETION OF WORK, MACHINERY DEPLOYMENT FOR ACHIEVING HE Allowed
1.14 Yes No
PROGRAMMED PROGRESS MUST BE UPLOADED ALONG WITH THE (Optional)
TENDER.
We have read the tender Notice [NIT] detail, Tender document along with all
Allowed
1.15 the conditions attached/referred to, in this tender document, and agree to Yes No
(Mandatory)
abide by the said conditions.

Pa g e 5 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

Allowed
1.15.1 Bid Capacity : Not Applicable Yes No
(Mandatory)
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.

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.
2 I/we have visited work site and I/We am/are aware of the site condition. No No Not Allowed
I/we have read the various conditions attached /referred to in this tender
2.1 No No Not Allowed
document and agree to abide by the said conditions.
I/we also hereby agree to abide by the Indian Railway Standard General
Conditions of Contract-2020 with all Correction Slips up to date of closing of
tender and to carry out the work according to the Special Conditions of
2.2 No No Not Allowed
Contract and Specification of Materials and work as laid down by Railway in
the Annexed Special Conditions/Specifications, Schedule of Rates with all
correction slips upto date closing of tender for the present contract.
I/we hereby confirm that the rates, rebates and/or other financial terms, if any,
quoted by us in the relevant fields of the financial bid page will only be the
2.3 ruling terms for deciding the inter-se-ranking and any such conditions having No No Not Allowed
financial repercussions, if quoted by us anywhere else including attached
document that not be considered for deciding enter-se-ranking.
I/we agree to keep our offer open for acceptance for a period of 60 days from
2.4 the date of closing of tender and in default thereof, I/we will liable for forfeiture No No Not Allowed
of my/our Earnest Money.
The amount as stipulated in tender document is herewith forwarded as
2.5 No No Not Allowed
Earnest Money shall stand forfeited without prejudice if :-
I/we resile from my/our offer or modify the terms & conditions thereof in a
2.6 manner not acceptable to the Railway's during a period of 60 days from the No No Not Allowed
date of closing of tenders.
I/we do not submit a Performance Guarantee in any of the prescribed form
2.7 No No Not Allowed
within 60 days from the date of issue of Letter of Acceptance.
I/we do not execute the contract within 7 (Seven) days after receipt of notice
2.8 No No Not Allowed
by Railway that such documents are ready.
I/we do not commence the work within 15 (Fifteen) days after receipt of Letter
2.9 No No Not Allowed
of Acceptance to that effect.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject of modifications, as may
2.10 No No Not Allowed
be mutually agreed to between us and indicated in the Letter of Acceptance of
my/our offer to this work.
I/we offer to do the work for East Central Railway at the rates quoted in the
attached schedule and hereby bind myself/ourselves to complete the work in
2.11 No No Not Allowed
all respect within the period of completion stipulated in the tender document
from the date of issue of letter of acceptance of the tender.
I/we hereby confirm that I/we have satisfied myself/ourselves by actual
inspection of site and locality of the work that all conditions liable to be
encountered during execution of the work are taken into account and that the
2.12 No No Not Allowed
rates entered in the tender are adequate and all inclusive in accordance to the
provision in the clause-37 Pt.II of the Indian Railway Standard General
Condition of Contract-2020 with corrections up to the date of closing of tender.
It is certified that I am the authorised person to represent the firm and I am
2.13 No No Not Allowed
authorised to sign the tender and all the documents on behalf of the firm.
It is certified that all the statement and document submitted with the offer are
2.14 No No Not Allowed
true and correct.
It is certified that we are aware of the fact that this tender offer is made in the
2.15 full understanding that our offer will be subjected to verification of all the No No Not Allowed
information submitted with this tender.

Pa g e 6 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16


CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30

We are aware of the fact that the Railway reserved the rights to amend the
2.16 scope and value of the contract and to reject [or accept] this offer without No No Not Allowed
assigning any financial liability.

6. Documents attached with tender

S.No. Document Name Document Description


1 E-TENDER-16-21-22.pdf Tender Document
2 ANNEXUREA.pdf ANNEXURE A
3 ANNEXUREB.pdf ANNEXURE B
4 ANNEXUREC.pdf ANNEXURE C
5 ANNEXURED.pdf ANNEXURE D
6 ANNEXUREE.pdf ANNEXURE E
7 ANNEXUREF.pdf ANNEXURE F
8 Annex._G.pdf ANNEXURE G
9 ANNEXUREH.pdf ANNEXURE H
10 ANNEXUREI.pdf ANNEXURE I
11 ANNEXUREJ.pdf ANNEXURE J
12 ANNEXUREK.pdf ANNEXURE K
13 ANNEXUREL.pdf ANNEXURE L
14 Annexure-M..pdf ANNEXURE M
15 GCC16July2020.pdf General Conditions of Contract
16 TENDERFORMFirstSheet.pdf TENDER FORM First Sheet

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

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

Signed By: ASIT KUMAR

Designation : Dy.CE/CON/SOUTH/MHX

Pa g e 7 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16

You might also like