0% found this document useful (0 votes)
57 views13 pages

NIT - ECoR - SNT - Cable Trench - RNTL-DVD - 63.71crore

The document is a tender invitation for the supply, transportation, and installation of Optical Fiber Cable for the East Coast Railway, with a closing date of April 2, 2025. It outlines the bidding process, including a two-stage reverse auction and pre-bid conference details, as well as the scope of work and various specifications for the project. The total advertised value of the tender is approximately 637 million INR, with a completion period of 18 months and specific requirements for joint ventures and consortiums.

Uploaded by

praneethr1989
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)
57 views13 pages

NIT - ECoR - SNT - Cable Trench - RNTL-DVD - 63.71crore

The document is a tender invitation for the supply, transportation, and installation of Optical Fiber Cable for the East Coast Railway, with a closing date of April 2, 2025. It outlines the bidding process, including a two-stage reverse auction and pre-bid conference details, as well as the scope of work and various specifications for the project. The total advertised value of the tender is approximately 637 million INR, with a completion period of 18 months and specific requirements for joint ventures and consortiums.

Uploaded by

praneethr1989
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/ 13

ECOR HQ-S AND T/ECOR

TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

CSTE/Project acting for and on behalf of The President of India invites E-Tenders against Tender No SNTPBBS-
032025-OFC Closing Date/Time 02/04/2025 10:30 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.

1. NIT HEADER

Supply, transportation, trenching, laying, installation, testing and commissioning of


Name of Work Optical Fiber Cable as communication backbone for Kavach & LTE in Ranital-
Duvvada section of East Coast Railway.
Bidding type Two Stage Reverse Auction
Tender Type Open Bidding System Two Packet System
Tender Closing Date Date Time Of Uploading
02/04/2025 10:30 29/01/2025 17:18
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
Yes 17/02/2025 10:30
Required Time
Advertised Value 637181656.07 Tendering Section SNT
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 3335900.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 18 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 19/03/2025
Number of JV Member
Are JV allowed to bid Yes 3
Allowed
Are Consortium allowed Number of Consortium
No 0
to bid Member Allowed
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

Auto Elimination rules


Yes Minimum Decrement (%) .3
applicable
Initial Cooling Off Period Subsequent Cooling Off
04:00 00:30
(HH:MM) Period (HH:MM)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () A-EXECUTION 525661983.69
Below/Par
1 574.00 Kilometre 106669.00 61228006.00 AT Par 61228006.00
Description:- "Excavation of trenches of 1.2 Meter depth and width 0.3 Meter detailed below
including clearing of roots and trees etc. for all types of soil. This work also includes covering of cables
laid in trench and backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable
1 is laid as specified in Guidelines on Signalling Cable laying given by RDSO and any latest circular
issued by CSTE/ECoR/BBS. Note: Before refilling of the trenches, the cable laid are to be tested and
recorded for its insulation value and after satisfaction of site Engineer the refilling process should start
and after monsoon the route is to be attended for backfilling the rain cuts, wash out of soils where
ever found.
2 363.00 Kilometre 45580.00 16545540.00 AT Par 16545540.00
Description:- Excavation of trenches of 1.0 Meter depth and width 0.3 Meter including clearing of
roots and trees etc. for all types of soil. This work also includes covering of cables laid in trench and
2 backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable is laid as specified
in Guidelines on Signalling Cable laying given by RDSO and any latest circular issued by
CSTE/ECoR/BBS. Note: Before refilling of the trenches, the cable laid are to be tested and recorded for
its insulation value and after satisfaction of site Engineer the refilling process should start and after
monsoon the route is to be attended for backfilling the rain cuts, wash out of soils where ever found.
3 191.00 Kilometre 58910.00 11251810.00 AT Par 11251810.00

3
Page 1 of 13 Run Date/Time: 29/01/2025 17:18:59
ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

3
Description:- Excavation of trenches of 1.0 Meter depth and width 0.3 Meter at bottom in hard
morum soil as per RDSO sketch no SDO/CABLE LAYING/003 including marking of cable alignment,
clearing of jungle, bushes, trial pits if required, refilling with excavated soil, ramming and
consolidation after laying of cables complete to the finished item of work as directed by supervisor in
charge.
4 45.00 Kilometre 71060.00 3197700.00 AT Par 3197700.00
Description:- Excavation of trenches of 0.8 Meter depth and width 0.3 Meter detailed below
including clearing of roots and trees etc. for all types of soil. This work also includes covering of cables
laid in trench and backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable
4 is laid as specified in Guidelines on Signalling Cable laying given by RDSO and any latest circular
issued by CSTE/ECoR/BBS. Note: Before refilling of the trenches, the cable laid are to be tested and
recorded for its insulation value and after satisfaction of site Engineer the refilling process should start
and after monsoon the route is to be attended for backfilling the rain cuts, wash out of soils where
ever found.
5 61400.00 Metre 1485.63 91217682.00 AT Par 91217682.00
Description:- Horizontal direction drilling/ boring without damage of surface of road/ track formation.
The bore shall be 150 mm dia. and shall be at the proper depth as per site conditions decided by
Enginer in-charge. The ground level shall be considered ignoring the bankheight of the bank of the
5 road. The length of the bore shall be minimum 04 Mtrs long. This include insertion of different dia.
DWC/GI/HDPE pipes coupling etc as per direction of Engineer-in-charge. NOTE: The cost of pipe is not
included in this item. Contractor shall provide all material required for boring and adequate nos. of
labourers for proper laying of cables in to the bore. Cable shall be laid cautiously so that it should not
get damage due to rough handling and pressure on cable.
6 3264.00 Metre 139.49 455295.36 AT Par 455295.36
Description:- Excavation of trench at the culvert from foot to top of it in the ramp to a size of 300mm
6 width, 800mm depth by storing the ballast and excavates soil separately laying o f the HDPE/DWCpipe
uaing couplers and bends as per d rawing No.SK.15/11, drawing of cables through the pipe and
refilling of the trench duly putting back the removed ballast in its proper shape and place.
7 55889.00 Metre 266.58 14898889.62 AT Par 14898889.62
Description:- Excavation of trenches including clearing of roots of trees etc., in rocky area up to a
depth to be indicated by Railway Engineer at site as per the site condition [Minimum 0.6 meter] and
7 width 0.3 Mts. at the bottom. This includes concreting & plastering as per the instructions of site
Engineer and complete back filling by digging earth from a lead of 30 Mtr. In case 0.8 meter depth or
higher is achieved no concreting is required, otherwise concreting up to 100 mm thickness should be
done. All materials required for the above works shall be supplied by the Contractor.
8 13140.00 Metre 350.21 4601759.40 AT Par 4601759.40
Description:- Excavation of trenches in all kinds of soils including soft rocky area and clearing of
track etc. to a depth of 1.0 M and width of 0.3 M for track crossing /pucca road/level crossing
gate/platform/station circulating area or any other place as advised by site Engineer including
8 transportation and laying of DWC/RCC/Split RCC/G.I. pipes with or without coupler. This includes
repairing of track/pucca road/level crossing gate/ platform/station circulating area surface to original
position by ramming and concreting wherever required soon after the work is over. DWC/RCC/GI pipes
shall be supplied by the Railway. DWC pipes wherever required shall be supplied in 6 Mtr. length and
shall be cut to size as per requirement. All other materials including cement are to be supplied by the
contractor.
9 19082.00 Metre 149.61 2854858.02 AT Par 2854858.02
9 Description:- Breaking of metal/tar road and refilling after laying the cables as per drawing no.
SDO/Cable laying/010. The surface of the road shall be concreted to match with the old surface.
10 7025.00 Metre 148.55 1043563.75 AT Par 1043563.75
Description:- Trenching under Rails for crossing the track (Track crossing) and refilling of trenches as
per RDSO drawing No.SDO/CABLE LAYING /009. The track crossing shall be done at right angles. The
10 depth of cable trench shall be 1.2 Mtr below the rail flange. The depth between top cable and the level
of rail flange of the rail never be less than 1.0 mtrs. The ballast shall be stored while making the
trench and the earth soil shall be stored separately. While refilling the trench, the earth soil to be filled
first to the ground level and the ballast has to be properly put in the track. This work has to be done
under supervision of S&T representive and representative of P.Way.
11 12900.00 Metre 4079.00 52619100.00 AT Par 52619100.00
11
Description:- Track crossing by horizontal boring method.
12 87000.00 Metre 5.27 458490.00 AT Par 458490.00
Description:- Laying of different cables in trench (signalling/4 quad/6 quad/power cable/telecom
cables/jelly filled cable of all sizes in excavated trench through GI/RCC/DWC pipe etc. This includes
transportation of cables from the store to work site and transportation of empty cable drums with left
12 over cable coil for termination purpose. Note-The cables are to be carefully handled during loading,
unloading and transportation to work site. Any damage found in the cable after final testing, in view of
mishandling of cables, shall be made good by the tenderer. Cable should be meggered before and
after laying and recorded in a register and submitted to the site engineer.

Page 2 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

13 2259.00 Kilometre 16460.85 37185060.15 AT Par 37185060.15


Description:- Transportation of HDPE pipe from the store to work site, laying of the same (With 4 mm
13 nylon rope, pre inserted inside the HDPE pipe) in excavated trench/ already laid GI/ RCC pipe / tubes,
jointing, leveling and end sealing the pipes, HDPE pipe, couplers and end caps shall be supplied by
Railway, Nylon rope shall be supplied by the contractor.
14 2259.00 Kilometre 26722.46 60366037.14 AT Par 60366037.14
Description:- Transportation of OFC from the store to work site with care, and pushing/ pulling OFC
through the HDPE pipes sealing of the duct by simple plugs. The cable is to be laid by mechanised
14 means. At inaccessible places where mechanised laying is not possible, the cable is to be laid
manually by pulling through pre inserted rope. Empty cable drums with or without leftover cable
should be returned to the store. This also includes testing of cable drums by OTDR in the store
premises before transportation and submission of results thereof.
15 817.00 Numbers 17782.60 14528384.20 AT Par 14528384.20
Description:- Supply and Installation of OFC joint enclosure and splicing of Optic fiber cable (48
15 fibres) and testing as per technical nspecification No.GROJC-2/02 sept 2003. Supply of splice enclosure
(48 fiber) shall be as per Boards specification of TEC. All materials including fusion splicing machine
used for fiber splicing and OTDR for testing and other testing materials if any shall be arrangeed by
the contractor. Inspection by RITES.
16 817.00 Numbers 11662.47 9528237.99 AT Par 9528237.99
Description:- Supply, transportation, and installation of RCC joint chamber with two piece top cover
16 and bottom cover with hole for drainage and cable entry as per drawing No.RCIL/ER/DRG-02/06 . This
includes trenching for joint pit, back filling and ramming of pit after placing the joint closure and cable
loop in the chamber without causing damage to the same and consolidation of soilas well as disposal
of excess soil. Inspection by RITES.
17 50050.00 Metre 267.61 13393880.50 AT Par 13393880.50
Description:- Supply & Laying of G.I Pipes 50mm dia. medium quality to specification IS.1239 (part-I)
17 1990 and galvanised to specification IS.4736-1986 On bridges , culverts, trench with channel ramps
on either end of the culvert/bridges. Clamping arrangement with MS brackets for fixing of GI pipes on
bridges/culverts, small holes of 5mm are to be drilled on the pipe before laying of the pipes.
Inspection by RITES.
18 1809.00 Numbers 34220.00 61903980.00 AT Par 61903980.00

18 Description:- Supply and installation of 19 "rack mounted 48F FDMS loaded with SC '0' DB & Adaptor
SC SM Pigtail 1.5meters with all accessories. Make 3M or similar. This includes transportation,
installation, splicing and testing. Inspection by RITES.
19 11940.00 Numbers 2558.00 30542520.00 AT Par 30542520.00
Description:- Supply and Installation of RFID based Electronic /Pipe marker (route marker) for S&T
19 Cable with programmable memory for saving the user specific data, which can be buried up to depth
of 1.5 Meter as per Technical specification at Section-H of chapter-8 of tender document. Make
Stanley/3M or Similar. Inspection by RITES.
20 6013.00 Metre 802.08 4822907.04 AT Par 4822907.04
20
Description:- Cutting of rock up to a depth of 300mm and width of 300mm
21 61769.00 Metre 404.53 24987413.57 AT Par 24987413.57

21 Description:- Supply & laying of DWC split pipe of 120/103 mm dia, 2 meter long in already dug
cable trenches as per Drawing No.SK.9/11 .The unit of RMT means two split pipes of 1 Mtr each.
Inspection by RITES.
22 16635.00 Metre 6.97 115945.95 AT Par 115945.95
22
Description:- Jungle cutting along with the cable route and near towers
23 7377.00 Numbers 863.00 6366351.00 AT Par 6366351.00
Description:- Supply and fixing of 'MS-C' channel of size 100mmX50mmX1200mm with suitable
clamps as per drawing No. S&T/RE/78/2/76 and fitting to GI pipes of 50/65mm of spec.IS-1239/part-1/
23 Light with couplings and with suitable clamps on Girder bridges without drilling holes in the girders. Gi
pipes are to be drilled with 6 holes of 1/4" dia. per metre around the pipe in zig-zag manner before
laying the 6metres GI pipe. the MS Channels shall be inspected by the office in charge of the work
before fixing. Inspection by RITES.
24 934.00 Per Unit 1658.00 1548572.00 AT Par 1548572.00
Description:- Submission of the final cable route plan after the cables are laid and commissioned
24 indicating clearly the exact position of the cable, joints, LB for emergency sockets and other critical
materials with reference to centre line of the nearest track. The final cable route plan and drawings of
the cable terminations along with all relevant particulars are to be submitted to the Railways in
original master form as well as 6 copies. Note:- PER UNIT= PER KM

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

Page 3 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

Above/
Schedule () B-SUPPLY 111519672.38
Below/Par
1 6.00 Numbers 380340.00 2282040.00 AT Par 2282040.00

1 Description:- Supply of RFID Marker locator with storage 8000 marker records, inbuilt GPS
module/system, detection depth range up to 1.5 mtrs as per Technical specification at Section-H of
chapter-8 of tender document. Make Stanley/3M or Similar. Inspection by RITES.
2 2259.00 Kilometre 47648.82 107638684.38 AT Par 107638684.38
Description:- Supply of Permanently Lubricated two layer type HDPE duct, outer dia 40 mm, inner
2 dia 33 mm with three end plugs and two couplers for every Km length of pipe in length of 500 m
confirming to RDSO Specification.No.RDSO/SPN/TC /45/ 2013.Rev.2.0 with amendment 2.0 or latest.
Note:- The HDPE duct should be pre inserted with 4 mm nylon rope, inside the HDPE duct.End plugs
with other accessories to be provided with drum free of cost. Inspection by RITES.
3 1.00 Numbers 600000.00 600000.00 AT Par 600000.00
3 Description:- Supply of Automatic Fusion Splicing Machine alongwith specification and accessories
as per Section -H of tender document. Make/Model-FUJIKURA 88S or similar. Inspection by the RITES.
4 1.00 Numbers 491625.00 491625.00 AT Par 491625.00
4 Description:- Supply of Optical Time Domain Reflectometer (TYPE-1) as per TEC Spec No.
:TEC/GR/TX/OTD-001/05/SEP-19 or latest. Make-Yokogawa/ Fujikura/ Sumitomo or Similar. Inspection
by RITES.
5 2.00 Numbers 3250.00 6500.00 AT Par 6500.00
Description:- Supply of Optical Power meter with features- Measurement Dynamic range + 10 dbm
5 to -70 dbm, Wave length 1310/1550nm, Connector FC/SC, Auto power OFF Mode and Manual. Make/
Model: SKYCOM TOP350D/ DEVISORAE210/ STANLAY or Similar. Inspection by Authorised
representative of Railway.
6 5.00 Numbers 24327.00 121635.00 AT Par 121635.00
6 Description:- Supply of Digital Earth Tester 0.01 to 99 Ohms.In 5 ranges 4 terminals type with all
facilities WACO make or similar. Inspection by the Representative of Railway.
7 1.00 Numbers 379188.00 379188.00 AT Par 379188.00
Description:- Supply of High Power, Electronic Cable Route Tracer/ Pipe and Cable locating kit with
36 user configurable Active multi frequency options including 200Hz, 512Hz, 797Hz, 815Hz, 8kHz,
33kHz, 65kHz, 82kHz, 200kHz upto 476.2kHz, passive detection @ 50Hz for power cables, Radio Mode
7 for locating metallic utilities whether energised or not, Current measurement, LCD Display with left-
right arrow function , Modes: peak, peak with arrow, pin point peak and null modes, Compass
function; Depth measurement. Supply includes locating receiver, Transmitter (Max power : 12Watt)
with Li-ion Rechargeable Batteries for both Transmitter & Receiver, Battery charger, Induction Signal
Clamp 4'', supplied in a carry bag. Similar to 3M-Dynate/Radio detection/Stanlay Pathfinder LOC10.
Inspection by RITES.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Important All documents uploaded and remarks / confirmation entered by the bidders against any
: eligibility condition shall be opened as part of technical bid only

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover
of V/N or 'V' whichever is less; where V= Advertised value of the tender
in crores of Rupees, N= Number of years prescribed for completion of
work for which bids have been invited. The average annual contractual
turnover shall be calculated as an average of "total contractual
payments" in the previous three financial years, as per the audited
balance sheet. However, in case balance sheet of the previous year is Allowed
1 No No
yet to be prepared/ audited, the audited balance sheet of the fourth (Mandatory)
previous year shall be considered for calculating average annual
contractual turnover. The tenderers shall submit requisite information as
per Annexure-B of Chapter-7 along with copies of Audited Balance
Sheets duly certified by the Chartered Accountant/ Certificate from
Chartered Accountant duly supported by Audited Balance Sheet,
otherwise the offer is liable for rejection.

Page 4 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(a)The tenderer must have successfully completed or substantially
completed any of the following during last 07 (seven) years, ending last
day of month previous to the one in which tender is invited:(i) Three
similar works each costing not less than the amount equal to 30% of
advertised value of the tender, or(ii) Two similar works each costing not
less than the amount equal to 40% of advertised value of the tender, or
(iii)One similar work each costing not less than the amount equal to 60%
of advertised value of the tender.(b)(1) 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 or substantially completed any of the
following during last 07 (seven) years, ending last day of month previous
to the one in which tender is invited:(i) Three similar works each costing
not less than the amount equal to 30% of advertised value of each
component of tender, or (ii) Two similar works each costing not less than
the amount equal to 40% of advertised value of each component of
tender, or(iii) One similar work each costing not less than the amount
equal to 60% of advertised value of each component of tender. Note for
b(1): Separate completed works of minimum required values shall also
be considered for fulfillment of technical eligibility criteria for different
components.(b)(2) 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. (b)(3) To
evaluate the technical eligibility of tenderer, only components of work as Allowed
1 No No
stipulated in tender documents for evaluation of technical eligibility, shall (Mandatory)
be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work
experience as mentioned in clause 7 of the Standard GCC or through
subcontractor fulfilling the requirements as per clause 7 of the Standard
GCC or jointly i.e.,partly himself and remaining through subcontractor,
with prior approval of Chief Engineer in writing. However, if required in
tender documents by way of Special Conditions, a formal agreement duly
notarised, legally enforceable in the court of law, shall be executed by
the main contractor with the subcontractor for the component(s) of work
proposed to be executed by the subcontractor(s),and shall be submitted
along with the offer for considering subletting of that scope of work
towards fulfilment of technical eligibility.Such subcontractor must fulfill
technical eligibility criteria as follows: The subcontractor shall have
successfully completed at least one work similar to work proposed for
subcontract, costing not less than 35% value of work to be subletted, in
last 5 years, ending last day of month previous to the one in which
tender is invited through a works contract. Note: for subletting of work
costing up to Rs 50 lakh, no previous work experience of subcontractor
shall be asked for by the Railway. In case after award of contract or
during execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the
requirements as per clause 7 of the Standard GCC, with prior approval of
Chief Engineer in writing.(Refer Item 10.1 of Chapter-2 of Annexed
Document)
Similar nature of work :- Any Signal or Telecom work for trenching,
1.1 No No Not Allowed
laying/jointing of cables.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no
3 deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage
i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms,
4
statements and attachments in proof of the qualification requirements.

Page 5 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along
5
with the offer and same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we
6
are fully responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry /
7 Department of Govt. of India from participation in tender on the date of submission of bids, either in individual
capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time
during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any
8
other action provided in the contract including banning of business for a period of upto two year. Further, I/we
and all my/our constituents understand that my/our offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any
time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid
9
Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the
contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land
border with India and certify that I am/We are not from such a country or, if from such a country, have been
10
registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard
and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given
1 below). Non submission of the certificate, or submission of certificate either not properly filled in, or in a format
other than the prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Important All documents uploaded and remarks / confirmation entered by the bidders against any
: compliance condition shall be opened as part of technical bid only.

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All Optional documents to be submitted before signing of
1 No No Not Allowed
Contract Agreement/or at the time of submission of Bid.
List of documents which are to be submitted by the tenderer
2 along with their offer failing which the tender shall be summarily No No Not Allowed
rejected.
If Bid Security is submitted through mode of Bank Guarantee
then submission of scanned copy of the Bank Guarantee
towards Bid Security of the bid on e-tendering portal (IREPS) and
2.1 original of above Bank Guarantee within 5 working days of No No Not Allowed
deadlines of submission of bids as per Para-5 of Instructions to
Tenderers (ITT) in Chapter-2 and Para-6, Annexure-I in Chapter-2
of Annexed Document.
Technical Eligibility Criteria as per Para 10.1 & Para 17.15.1 of
2.2 No No Not Allowed
Chapter-2
Financial Eligibility Criteria as per Para 10.2 & 17.15.2 of
2.3 Chapter-2 along with Certificate issued from Chartered No No Not Allowed
Accountant.
Bid Capacity as per Para 10.3 & 17.15.3 duly filled up Annexure-
2.4 No No Not Allowed
G, Chapter-7 of Annexed Document.
Certificate as per the proforma enclosed vide Annexure-A and
an additional certificate in case of other than
Company/Proprietary firm, Annexure-A(I) shall also be submitted
2.5 by the each member of a Partnership Firm/ Joint Venture (JV)/ No No Not Allowed
Hindu Undivided Family (HUF)/ Limited Liability Partnership (LLP)
etc. as the case may be as per Annexure-A(I) vide Chapter-7 of
the Annexed Document.

Page 6 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

Power of attorney duly notarized and in in favour of a single


2.6 individual should be submitted. As per Para 14,15, 17 & 18 of No No Not Allowed
SGCC.
List of important documents which are to be submitted by the
3 No No Not Allowed
tenderer along with their offer.
Certificate of familiarization to the work site as per Chapter-6 of
3.1 No No Not Allowed
the Annexed Document.
Certificates regarding contractual payments received, along with
duly filled up Annexure-B, Chapter-7 of Annexed Document, to
this effect which may be an attested Certificate from the
3.2 No No Not Allowed
concerned department/client or Audited Balance Sheet duly
certified by the Chartered Accountant duly supported by Audited
Balance Sheet.
List of Plant & Machinery available on hand and proposed to be
3.3 inducted and hired for the tendered work as per the format vide No No Not Allowed
Annexure-D, Chapter-7 of Annexed Document.
List of personnel/organization on hand and proposed to be
3.4 engaged for the tendered work as per the format vide Annexure- No No Not Allowed
E, Chapter-7 of the Annexed Document.
Details of works completed/substantially completed during
previous 07 years ending last day of month previous to the one
3.5 No No Not Allowed
in which tender has been invited as per the format vide
Annexure-F, Chapter-7 of the Annexed Document.
All documents reflected as Mandatory in the Commercial
3.6 Compliance are to be submitted other wise the offer is liable to No No Not Allowed
be rejected.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit the Certificate of familiarization to the work site as Allowed
1 Yes Yes
per Chapter-6 of the Annexed Document. (Optional)
Please submit copy of Certificate as per the proforma enclosed
vide Annexure-A, Chapter-7 of the Annexed Document. An
additional certificate in case of other than Company/Proprietary
firm, Annexure-A(I)shall also be submitted by the each member
of a Partnership Firm/Joint Venture (JV)/Hindu Undivided Family
(HUF)/ Limited Liability Partnership (LLP) etc. as the case may Allowed
2 Yes No
be. Non-submission of the Certificates by the bidder shall result (Mandatory)
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.
Please submit details of the constitution of Firm i.e. Proprietary
Firm/Partnership Fm/HUF/JV/Company Registered under
Companies Act-2013/Limited Liability Partnership/Registered
Society & Registered Trust etc along with signed Annexure-C,
Chapter-7 of the Annexed Document.And also submit the
following mandatory supporting documents such as copies of
Partnership Deed, Power of Attorney, Memorandum of Articles,
Articles of Association, Authorisation, Certificate of Incorporation,
Certificate of Registration, Deed of Formation, Memorandum of
Understanding, JV Agreement etc as applicable as per under
Para 14, 15, 17 & 18 of Annexure-I, Chapter-2 of Annexed
Document. Important Note:-(a)The Power of Attorney duly Allowed
3 Yes No
Notarized shall be submitted even if such specific person is (Mandatory)
authorized for above purpose through Partnership
Deed/Memorandum of Understanding/Article of Association or
such other document. (b) In case one or more of the members of
JV is/are partnership firm(s)/Proprietary Firm/HUF/Companies/LLP
Firm(s)/Society(s)/Trust(s), the required documents of each
individual member of JV shall be submitted along with the
documents to be submitted on behalf of the JV. (c) Non-
submission of above documents (except PAN Card &
Undertaking regarding not blacklisted/debarred from
participation of tenders/contracts) or submission of incomplete
documents shall lead to summarily rejection of the offer.

Page 7 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

Allowed
3.1 Please submit copy of the PAN Card. Yes No
(Optional)
Please submit list of Plant & Machinery available on hand and
proposed to be inducted and hired for the tendered work as per
Allowed
4 the format vide Annexure-D, Chapter-7 of Annexed Document. Yes No
(Optional)
Non-compliance with this condition liable to result in the tender
being rejected.
Please submit list of personnel/organization on hand and
proposed to be engaged for the tendered work as per the format
Allowed
5 vide Annexure-E, Chapter-7 of the Annexed Document. Non- Yes No
(Optional)
compliance with this condition liable to result in the tender being
rejected.
Please submit details of works successfully completed or
substantially completed during last 07 years ending last day of
month previous to the one in which tender has been invited as Allowed
6 Yes No
per the format vide Annexure-F, Chapter-7 of the Annexed (Mandatory)
Document. Non-compliance with this condition is liable to result
in the tender being rejected.
The tenderer(s) are required to upload the information as per
Annexure-G of Chapter-7, Annexed Document duly signed by the
tenderer(s) and verified by Chartered Accountant since the
information is required to evaluate the bid capacity of the
tenderer(s) for tenders valuing more than Rs. 20 Cr. However,
the tenderer(s) may submit any additional information, if they Allowed
7 Yes No
desire so. In case, the tenderer(s) failed to submit the minimum (Mandatory)
required information as per Annexure-G of Chapter- 7 along with
the offer or submit in any other format omitting required
information essential to work out Bid capacity, his/their offer
shall be rejected summarily. This information is to be based on
Annexure-B & Annexure-G1, Chapter-7 of Annexed Document.
Please submit the required information for evaluation of Bid
Allowed
7.1 Capacity as per Annexure-G1, Chapter-7 of the Annexed Yes Yes
(Mandatory)
Document.
Please submit the information regarding association of Railway
Officers with tenderer(s) in reference to Clause 16, Chapter-2 of
Annexed Document along with the declaration as per the format
vide Annexure-H, Chapter-7 of the Annexed Document. Also Allowed
8 Yes No
non-submission of information required as per Clause 16 (a), (b) (Mandatory)
& (c) of Chapter-2 in Annexed Document, contract is liable to be
dealt in accordance with provision of Clause 43 of Chapter-3
(Clause 62 of General Conditions of Contract).
Please submit list of court cases as per the format vide Allowed
9 Yes Yes
Annexure-I, Chapter-7 of the Annexed Document. (Optional)
Please submit list of arbitration cases as per the format vide Allowed
10 Yes Yes
Annexure-J, Chapter-7 of the Annexed Document. (Optional)
Please submit broad plan of execution of work as per the format Allowed
11 Yes No
vide Annexure-K, Chapter-7 of the Annexed Document. (Optional)
Please submit details of other credentials/facilities as per the Allowed
12 Yes Yes
format vide Annexure-N, Chapter-7 of the Annexed Document. (Optional)
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 PAN Number, duly certified by the
authorised official of the bank, to facilitate payment through Allowed
13 Yes Yes
ECS/NEFT/RTGS as per Annexure-O of Chapter-7 of Annexed (Optional)
Document. In lieu of Bank Certificate, scanned copy of a
cancelled cheque may be attached for verification of the above
particulars.

Page 8 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

If Bid Security is submitted through mode of Bank Guarantee


then please upload scanned copy of the Bank Guarantee (as per
Specimen Format at Annexure-Q, Chapter-7 of Annexed
Document) submitted towards Bid Security original of which
should be delivered in person to the official nominated as
indicated in the tender document within 5 working days before Allowed
14 Yes No
closing date for submission of bids. Non submission of scanned (Mandatory)
copy of Bank Guarantee with the bid on e-tendering portal
(IREPS) and/or non submission of original Bank Guarantee within
above specified period shall lead to summary rejection of bid. In
case of the Bid Security deposited through e- payment gateway,
then the same should be confirmed by the tenderer.
Please submit the option for taking payment through Letter of
Credit (LC) arrangement for tenders having advertised cost of Allowed
15 Yes Yes
Rs. 10 lakhs and above. For details refer Clause-7, Chapter- 4 of (Optional)
Annexed Document.
Please submit the required certificate (duly certified by a Cost
Allowed
16 Accountant /CA)as per Clause 8.9(b), Chapter-4 of Annexed Yes Yes
(Mandatory)
Document.
Please submit the Tender Form i.e. Annexure-I of Chapter-2 of Allowed
17 Yes No
Annexed Document. (Mandatory)
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
18 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
19 for fully indigenous items. The definition and calculation of local No Yes
(Mandatory)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Indian Railways Standard General Conditions of Contract - 2022
corrected up to the date of closing of tender, USSOR- 2019
1 corrected up to the date of closing of tender and the Annexed No No Not Allowed
Documents are part of the tender document. Excerpts of G.C.C
is available at Chapter-3 of Annexed Document.
No manual tenders sent by Post/FAX/Courier or in person shall
2 No No Not Allowed
be accepted.
Payment of Bid Security shall be accepted either in cash through
e-Payment Gateway or as Bank Guarantee bond from a
Scheduled Commercial Bank of India. BG shall be as per
Annexure-Q, Chapter-7 of Annexed Document. No other mode of
3 No No Not Allowed
payment shall be accepted. Any firm recognized by Department
of Industrial Policy and Promotion (DIPP) as 'Startups' shall be
exempted from payment of Bid Security. Labour Cooperative
Societies shall submit only 50% of the Bid Security.
In case the date of closing mentioned in the NIT Header of e-
tender document is declared a holiday/bandh/strike etc. on any
account, the date of closing tender online will not be changed as
4 the application in the website of IREPS does not permit No No Not Allowed
submission of any offer after closing date and time of the tender.
However, opening of tenders online will be on the following
working day after the closing date/time of tenders.
Rates quoted by the tenderer in the relevant fields of the
Financial Bid Page only will be the ruling terms for deciding
5 inter-se-ranking and any condition having financial No No Not Allowed
repercussions, if quoted anywhere else shall not be considered
for deciding the inter-se-ranking.
For guidelines for participation of Joint Venture Firms in Works
6 Tender, Clause-17, Chapter-2 of Annexed Document may be No No Not Allowed
referred to.

Page 9 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

For more details, the Instructions to the Tenderers vide Chapter-


7 2 and all other details available in the Annexed Document to the No No Not Allowed
E-Tender Document may be referred to.
The Tenderer should submit a Certificate(s) as per the proforma
enclosed vide Annexure-A & A(I), Chapter-7 of the Annexed
Document. Non-submission of Certificate(s) by the bidder shall
result in summarily rejection of his/their bid. It shall be
8 No No Not Allowed
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.
(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 Bid
Security besides banning of business for a period of upto five
years. (b) In case of any information submitted by tenderer is
9 found to be false forged or incorrect after the award of contract, No No Not Allowed
the contract shall be terminated. Bid Security, 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.
The tender shall be finalised based on submitted documents &
no post tender correspondence shall be entertained. However, if
any clarification is required by the Railway, the same will be
10 sought from the tenderer which need to be provided by No No Not Allowed
tenderer(s) within stipulated time failing which his/their offer(s)
shall be dealt based on available information with Railways
interpretation only.
While submitting offers the tenderer(s) generally commit
mistakes in submitting the mandatory documents like
Certificates regarding contracting experience, Audited Balance
Sheet duly certified by the Chartered Accountant, Certificate in
respect to true and factuality of documents, information in
connection with evaluation of bid capacity, Power of Attorney,
submission of tenders by authorised signatory, JV related
documents etc. As such, the tenderer(s) should go through the
tender document very carefully before submitting his/their offer
11 No No Not Allowed
and accordingly upload all the mandatory documents and other
relevant documents as per the formats annexed in the tender
document. The tender shall be finalised based on submitted
documents & no post tender correspondence shall be
entertained. However, if any clarification is required by the
Railway, the same will be sought from the tenderer which need
to be provided by tenderer(s) within stipulated time failing which
his/their offer(s) shall be dealt based on available information
with Railways interpretation only.
All optional documents should be submitted before signing of
12 No No Not Allowed
the contract agreement /or during the submission of the bid.
GUIDELINES/ SPECIAL CONDITIONS FOR AWARD OF TENDERS IN
SUB SECTIONING WORK, Ref: Railway board letter No.2018/CE-
I/CT/AP/2 dated 17.04.2018 read with 2001/CE-I/CT/3 dated
12.04.2001. If sub-sectioning has been done with a view to
13 expedite the work, then only one tender will be awarded to one No No Not Allowed
firm, or alternatively, if the same firm becomes L-1 in all the
subsections, then evaluation of the firm for its fitness for award
of all the works should be done for the work as a whole. This will
avoid overloading of the firms beyond their financial capability.
Indian Railways Standard General Conditions of Contract - 2022
corrected up to the date of closing of tender, USSOR- 2019
14 corrected up to the date of closing of tender and the Annexed No No Not Allowed
Documents are part of the tender document. Excerpts of G.C.C
is available at Chapter-3 of Annexed Document.
No manual tenders sent by Post/FAX/Courier or in person shall
15 No No Not Allowed
be accepted.

Page 10 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

Payment of Bid Security shall be accepted either in cash through


e-Payment Gateway or as Bank Guarantee bond from a
Scheduled Commercial Bank of India. BG shall be as per
Annexure-Q, Chapter-7 of Annexed Document. No other mode of
16 No No Not Allowed
payment shall be accepted. Any firm recognized by Department
of Industrial Policy and Promotion (DIPP) as 'Startups' shall be
exempted from payment of Bid Security. Labour Cooperative
Societies shall submit only 50% of the Bid Security.
In case the date of closing mentioned in the NIT Header of e-
tender document is declared a holiday/bandh/strike etc. on any
account, the date of closing tender online will not be changed as
17 the application in the website of IREPS does not permit No No Not Allowed
submission of any offer after closing date and time of the tender.
However, opening of tenders online will be on the following
working day after the closing date/time of tenders.
Rates quoted by the tenderer in the relevant fields of the
Financial Bid Page only will be the ruling terms for deciding
18 inter-se-ranking and any condition having financial No No Not Allowed
repercussions, if quoted anywhere else shall not be considered
for deciding the inter-se-ranking.
For guidelines for participation of Joint Venture Firms in Works
19 Tender, Clause-17, Chapter-2 of Annexed Document may be No No Not Allowed
referred to.
For more details, the Instructions to the Tenderers vide Chapter-
20 2 and all other details available in the Annexed Document to the No No Not Allowed
E-Tender Document may be referred to.
The Tenderer should submit a Certificate(s) as per the proforma
enclosed vide Annexure-A & A(I), Chapter-7 of the Annexed
Document. Non-submission of Certificate(s) by the bidder shall
result in summarily rejection of his/their bid. It shall be
21 No No Not Allowed
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.
(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 Bid
Security besides banning of business for a period of upto five
years. (b) In case of any information submitted by tenderer is
22 found to be false forged or incorrect after the award of contract, No No Not Allowed
the contract shall be terminated. Bid Security, 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.
The tender shall be finalised based on submitted documents &
no post tender correspondence shall be entertained. However, if
any clarification is required by the Railway, the same will be
23 sought from the tenderer which need to be provided by No No Not Allowed
tenderer(s) within stipulated time failing which his/their offer(s)
shall be dealt based on available information with Railways
interpretation only.

Page 11 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

While submitting offers the tenderer(s) generally commit


mistakes in submitting the mandatory documents like
Certificates regarding contracting experience, Audited Balance
Sheet duly certified by the Chartered Accountant, Certificate in
respect to true and factuality of documents, information in
connection with evaluation of bid capacity, Power of Attorney,
submission of tenders by authorised signatory, JV related
documents etc. As such, the tenderer(s) should go through the
tender document very carefully before submitting his/their offer
24 No No Not Allowed
and accordingly upload all the mandatory documents and other
relevant documents as per the formats annexed in the tender
document. The tender shall be finalised based on submitted
documents & no post tender correspondence shall be
entertained. However, if any clarification is required by the
Railway, the same will be sought from the tenderer which need
to be provided by tenderer(s) within stipulated time failing which
his/their offer(s) shall be dealt based on available information
with Railways interpretation only.
All optional documents should be submitted before signing of
25 No No Not Allowed
the contract agreement /or during the submission of the bid.
GUIDELINES/ SPECIAL CONDITIONS FOR AWARD OF TENDERS IN
SUB SECTIONING WORK, Ref: Railway board letter No.2018/CE-
I/CT/AP/2 dated 17.04.2018 read with 2001/CE-I/CT/3 dated
12.04.2001. If sub-sectioning has been done with a view to
26 expedite the work, then only one tender will be awarded to one No No Not Allowed
firm, or alternatively, if the same firm becomes L-1 in all the
subsections, then evaluation of the firm for its fitness for award
of all the works should be done for the work as a whole. This will
avoid overloading of the firms beyond their financial capability.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are requested to refer Chapter-4 of the Annexed
1 No No Not Allowed
Document for Special Conditions of Contract.
Tenderers are requested to refer Chapter-8 of the Annexed
2 Document for Additional Special Conditions of Contract i.e. No No Not Allowed
Technical Conditions of Contract.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of
1 No No Not Allowed
the site conditions.
I/We have read the various conditions attached/referred to in
2 No No Not Allowed
this tender document and agree to abide by the said conditions.
I/We also hereby agree to abide by the Indian Railways Standard
General Conditions of Contract-2022 with all Correction Slips up
to date of closing of tender and to carry out the work according
to the Special Conditions of Contract and Specifications of
3 No No Not Allowed
Materials and works as laid down by Railway in the annexed
Special Conditions/Specifications, Schedule of Rates with all
correction slips up to the date of 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 ruling terms for deciding the
4 No No Not Allowed
inter-se-ranking and any such conditions having financial
repercussions, if quoted by us anywhere else including attached
documents shall not be considered for deciding inter- se-ranking.
I/We agree to keep our offer open for acceptance for the period
of days as mentioned on NIT HEADER from the date of closing of
5 No No Not Allowed
tender and in default thereof, I/We will be liable for forfeiture of
my/our Bid Security.
The amount as stipulated in tender document is herewith
6 forwarded as Bid Security shall stand forfeited without prejudice No No Not Allowed
if :-

Page 12 of 13 Run Date/Time: 29/01/2025 17:18:59


ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30

I/We resile from my/our offer or modify the terms and conditions
6.1 thereof in a manner not acceptable to the Railways during No No Not Allowed
validity period of the offer as mentioned on NIT HEADER.
I/We do not submit a Performance Guarantee in any of the
6.2 prescribed form within 60 days from the date of issue of letter of No No Not Allowed
acceptance.
I/We do not execute the contract within 7 days after receipt of
6.3 No No Not Allowed
notice by Railway that such documents are ready.
I/We do not commence the work within fifteen days after receipt
6.4 No No Not Allowed
of Letter of Acceptance to that effect.
Until a formal agreement is prepared and executed, acceptance
of this tender shall constitute a binding contract between us
7 subject to modifications, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my/our offer to
this work.
I/we hereby confirm that I/we have satisfied myself/ourselves by
actual inspection of the 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 rates entered in the tender
8 No No Not Allowed
are adequate and all inclusive, in accordance to the provision in
Clause-37 Pt-II of the Indian Railway Standard General
Conditions of Contract-2022 with corrections up to the date of
closing of tender.

6. Documents attached with tender

S.No. Document Name Document Description


1 TENDER_DOCUMENT_OFC.pdf ANNEXED TENDER DOCUMENT

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: PRAVAKAR SAHU

Designation : ASTE PROJECT 1

Page 13 of 13 Run Date/Time: 29/01/2025 17:18:59

You might also like