0% found this document useful (0 votes)
94 views8 pages

Eastern Railway Tender

This document is a tender notice from the Eastern Railway inviting bids for a project involving the preparation of drawings and design for the foundation, substructure, and superstructure of 13 railway over bridges (ROBs) including geotechnical surveys. Key details include a tender number and closing date, payment terms specifying that bids must be submitted electronically and manual bids will not be accepted. Two schedules are provided relating to the design of the ROBs and their approaches with item descriptions and quantities. General conditions are also outlined relating to design methodology, approvals, payments, and deductions if standard designs are used.

Uploaded by

Arvind Singh
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)
94 views8 pages

Eastern Railway Tender

This document is a tender notice from the Eastern Railway inviting bids for a project involving the preparation of drawings and design for the foundation, substructure, and superstructure of 13 railway over bridges (ROBs) including geotechnical surveys. Key details include a tender number and closing date, payment terms specifying that bids must be submitted electronically and manual bids will not be accepted. Two schedules are provided relating to the design of the ROBs and their approaches with item descriptions and quantities. General conditions are also outlined relating to design methodology, approvals, payments, and deductions if standard designs are used.

Uploaded by

Arvind Singh
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/ 8

CAO-C-ASN-ENGINEERING/EASTERN RLY

TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

ER-CAO-C acting for and on behalf of The President of India invites E-Tenders against Tender No ASN-1-02OF2019-20 Closing
Date/Time 21/01/2020 14:30 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

Preparation of Drawing and Design in detail for foundation, substructure, superstructure


including Geotechnical survey/soil exploration for ROBs in lieu of 13 no. level crossing (ROB
Name of Work
Proper and Approaches)on DFC route between Panagarh - Pradhankhanta in ASN Division
under Dy.CE/Con/I/ASN
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 21/01/2020 14:30 Date Time Of Uploading Tender 30/12/2019 12:41
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 42414835.57 Tendering Section ASN/CON/I
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 362100.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 10000.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 07/01/2020 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 Unit
Code
Above/
Schedule 1-Schedule A1 26104390.00
Below/Par
Please see Item Breakup for details. 26104390.00 AT Par 26104390.00
1
Item Description:- Schedule A1

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule 2-Schedule B1 16310445.57
Below/Par
Please see Item Breakup for details. 15183807.08 7.42 16310445.57
2
Item Description:- Schedule B1

3. ITEM BREAKUP

Schedule Schedule 1-Schedule A1


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

Pa g e 1 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

1 1 Preparation and submission of detailed structural design, Job 13.00 352316.00 4580108.00
and all working/construction drawings of various
components of foundation, sub-structure and
superstructure and its accessories including Schedule of
Items (BOQ) for ROB proper (over railway track) as per
requirement of engineer in charge. Location of abutments,
piers to be based on GAD approved by the Railway. NOTE
1) The rate includes preparation of GAD for ROB proper in
consultation with Railway and State Govt. after joint
inspection of site 2) Preparation of detailed drawing in
Standard Railway Format on the AUTOCAD Platform in
standard format showing details of size, shape,
reinforcement etc. of entire bridge foundation, sub-
structure, superstructure, protection work, temporary
arrangement, launching arrangement, erection scheme
with sequence of operation etc. The drawing should
contain all reduced level, rail level etc., as necessary. All
drawings are to be prepared on relevant standard size and
each drawing should have KEY PLAN in suitable scale at
right hand corner and other salient features as necessary
and as directed by Engineer in charge. Rate includes
preparation of GAD for ROB proper. 3) Proof checking of
design and drawings from any of IITs/Govt. recognized
institution as approved by Railway. 4) The design to be
carried out with standard methodology of design,
appropriate standard of IRC loading and fulfilling the
various design and functional requirement stipulated in
relevant IS, BIS, IRC and Railway Codes. 5) Contractor
has to submit 2 (two) copies of design calculations along
with 2 (two) copies of each drawing on tracing paper
(Double Mat) duly proof-checked for approval of Railway.
Contractor has to carry out modifications and correction, if
any, as advised by Railway during the course of approval
of design and drawings. One approval of design and
drawing by Railway, contractor shall submit 6 (Six) copies
of each drawing on Ammonia printout along with one soft
copy of each drawing on CD ROM/DVD. Submission of
detailed schedule of item and with LARs/Rate analysis for
all the items, bill of quantities of each item of work involved
in construction of bridge along with bill of quantities of the
following materials a) Reinforcement. b) Ordinary Portland
cement. c) Special cement etc. 6) One job means
complete design and drawing with proof checking of one
ROB. 7) Payment will be made only after approval by
competent authority as per payment schedule. 8) Payment
schedule:- (i) 10 percent payment after approval of
Railway GAD and submission of detailed estimate. (For
Railway GAD 3 per cent and for Detailed Estimate 7
percent) (ii) 20 percent payment after approval of design
and drawing of open foundation/pile foundation. (iii) 20
percent payment after approval of design and drawing of
substructure above foundation level. (iv) Balance 50
percent will be paid after approval of design, drawing and
detail estimate for ROB proper complete in all respect. (v)
If Railway GAD supplied to the Agency from Railway 3
percent of the rate should be deducted. 9) However in
case of RDSO standard girders for ROB proper is to be
utilized cost of its design and drawing shall be deducted to
the tune of 40 percent of this item and only balance 10
percent to be paid against this item after making payment
vide item (i), (ii) and (iii) of Item (8) above.

Pa g e 2 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

2 2 Design of various components of foundation, substructure Job 13.00 1655714.00 21524282.00


and superstructure and its accessories including Schedule
of Items (BOQ) for both approaches of the ROB Proper as
per requirement of Engineer in charge. The rate is
inclusive of determination of the span arrangement of both
the approaches of the ROB Proper and design,
preparation of drawings of both the approaches in
consultation with the Railways and State Govt. and taking
into consideration of the obligatory locations at site, proper
limited use subway etc. Note 1) The rate is inclusive of
preparation of Combined GAD in consultation with State
Govt. However if it is not required deduction of 10 percent
shall be made for this. 2) The rate is inclusive in
preparation of detailed drawing in prescribed format on the
AUTOCAD platform showing details of size, shape,
reinforcement etc. of bridge foundation, sub structure,
bearing, superstructure, both road and track protection
work during construction, temporary arrangement,
diversion of road during execution etc. The drawing should
contain all reduced level, rail level etc. as necessary. All
drawings are to be prepared on relevant standard size and
each drawing should have KEY PLAN in suitable scale at
right hand corner and other salient features as necessary
and as directed by Engineer in charge. 3) The consultant
shall get the design and drawing of foundation,
substructure and superstructure of the approaches proof
checked from expert/reputed institutions (like IITs,
Jadavpur University, IIEST etc.) The rate is inclusive of this
aspect. 4) All drawings are to be prepared as per Railway
standard size. The draft copy of designs and drawing
should be submitted to Railway for approval. Any
corrections, modification or alteration shall have to be
done by the contractor as per Railways advice, after which
final design and drawings shall have submitted for
approval in two copies. After approval of final design and
drawings, contractor should submit 6(six) copies of each
drawing along with original tracing on film paper and one
copy on compact disc (CD). 5) Contractor has to submit
details of all structures, encroachment details etc. including
land acquisition details plotted on Mouza Map of
concerned area. 6) Public utilities viz. water pipe line, gas
pipe line, electric line, cables, trees off required to be
shifted/relocated/removed shall be neatly shown in
drawing and its cost shall be included in the estimate. 7)
Detailed Estimate with quantity details of each part
including BOQ, rates etc. shall be inclusive of the rate. 8)
Cost of Land acquisition should be included in the detailed
estimate. 9) Payment will be made only after approval by
competent authority as per payment schedule. Payment
schedule shall be as follows. (i) 10 percent payment after
approval of Combined GAD and submission of detailed
estimate. (ii) 20 percent payment after approval of design
and drawing of open foundation/pile foundation. (iii) 20
percent payment after approval of design and drawing of
substructure above foundation level. (iv) Balance 50
percent will be paid after approval of design, drawing and
detail estimate for ROB Approaches complete in all
respect. 10) However, in case of Rly. Standard
Drawing/MOST Standard Drawing for ROB Approaches is
to be utilized cost of its design and drawings shall be
deducted to the tune of 40 percent of this item.
Total 26104390.00
Schedule Schedule 2-Schedule B1
Item- 2 Schedule B1
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 3 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

Exploratory drilling of Boreholes down to required depth,


drilling of 150mm diameter boreholes in all type of soils
except hard rock and large boulders (boulder core more
than 30 cm), including refilling and reinstating surface, and
disposing off surplus material including use of mechanical
rigs with power operated winches as well as percussion /
chieselling tool for advancing through occasional seams of
hard strata to be employed, where necessary in Dry area
1 191011 0m to 10m Metre 3250.00 813.05 2642412.50
2 191012 10m to 20m Metre 3250.00 927.26 3013595.00
3 191013 20m to 30m Metre 3250.00 880.80 2862600.00
4 191014 30m to 40m Metre 1625.00 905.97 1472201.25
5 191100 Taking out 100mm dia & 450mm long undisturbed Each 1950.00 108.40 211380.00
samples of soil from bore holes, including provision of air
tight containers for packing and, labelling incl. transporting
the samples to laboratory. Piston sampler shall be used for
extracting undisturbed samples where necessary. Samples
shall be collected as per IS 2720
6 191120 Conducting standard penetration test as per IS 2131 at Each 6500.00 104.54 679510.00
approximate1.5 m intervals in bore holes, as directed by
the Engineer in charge
7 191130 Collection of water samples at required intervals Each 325.00 228.43 74239.75
Conducting laboratory Tests on collected soil samples as
per relevant IS code
8 191141 Moisture contents/ Dry density Each 1950.00 65.82 128349.00
9 191142 Atterberg Limit Each 4875.00 69.69 339738.75
10 191143 Specific Gravity Each 3250.00 65.82 213915.00
11 191144 Grain size analysis including Hydrometer analysis Each 4875.00 85.17 415203.75
12 191145 Direct Shear Test Each 650.00 174.23 113249.50
13 191146 Natural density Each 3250.00 170.36 553670.00
14 191147 Consolidation test Each 1300.00 282.63 367419.00
15 191148 Unconfined compression test Each 650.00 205.20 133380.00
16 191149 Tri-axial test Each 1300.00 274.89 357357.00
17 191160 Conducting chemical analysis of ground water samples to Each 325.00 960.18 312058.50
determine suitability for concreting and aggressiveness in
relation to attack on concrete / reinforcement including
determination of pH value
18 191170 Conducting chemical analysis of soil samples to determine Each 650.00 960.18 624117.00
aggressiveness in relation to attack on concrete /
reinforcement including determination of pH value
19 191180 Preparation and submission of Final report giving complete Each 13.00 51493.16 669411.08
and comprehensive record of investigations, laboratory
test reports and calculations in approved format
Total 15183807.08

4. ELIGIBILITY CONDITIONS

Special 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.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

(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 costing not less than the amount equal to 30 percent of advertised
value of the tender or Two similar works costing not less than the amount equal to 40
percent of advertised value of the tender or One similar work costing not less than the
amount equal to 60 percent 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 and 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 costing not less than the amount
equal to 30 percent of advertised value of each component of tender or Two similar
works costing not less than the amount equal to 40 percent of advertised value of each
component of tender or One similar work costing not less than the amount equal to 60
percent of advertised value of each component of tender. Note. Separate completed
works of minimum required values for each component can also be considered for
fulfillment of technical eligibility criteria. (b)(ii) In such cases, what constitutes a
Allowed
1 component in a composite work shall be clearly pre defined with estimated tender cost of No No
(Mandatory)
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 crore each. Note for Item 18.1. 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
years excluding the current financial year, listed on National Stock Exchange or Bombay
Stock Exchange, incorporated or registered at least 5 years prior to the date of 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 or
last bill paid by company in support of above work experience certificate. SIMILAR
NATURE OF WORK FOR THIS TENDER IS. Any Civil Engineering work involving
structural design works and Geotechnical survey/soil exploration.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
In support of fulfillment of specified minimum technical eligibility criteria, the tenderer
has to submit the credential certificate (scanned copy in PDF format of the original
document) with their e offer for the physical completion of the similar nature of work.
TENDERS NOT ACCOMPANIED BY DOCUMENTARY EVIDENCE IN SUPPORT OF
ELIGIBILITY CRITERIA FOR SIMILAR NATURE OF THE WORK WILL BE
SUMMARILY REJECTED. Tenderer has to produce supportive documents, certificates Allowed
1 No No
from the Organization for whom they have worked along with the tender offer. (Mandatory)
Certificates from Private individual or Private Limited Company, Public Limited Company
(Private Sector) for whom such work are executed shall not be accepted except
provision mentioned under note for item No. 18.1 above. Certificates from Govt., Semi
Govt.,PSU,Govt. Autonomous bodies, Public Limited Company (Govt. Sector) will only
be accepted.

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

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 5 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

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
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.
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 tender document cost and earnest money cost is to be paid through
1 online facilities through the online portal and by giving the other details online No No Not Allowed
on website www.ireps.gov.in
Tenderers shall note that the submission of other supporting documents
namely- Constitution of firm/JV, Work in hand, Arbitration/Court cases, Tools &
Plants, Technical Personnel/Man Power and Association of railway Officers,
2 No No Not Allowed
and NEFT details at the time of on line bidding of tender, is important and they
shall ensure the same. However Railways may seek
clarifications/details/documents in this regard.
All documents in support of fulfillment of eligibility criteria with respect to total
contract value of Financial Eligibility Criteria should be furnished along with the
tender and should be submitted online at the time of tender bidding.
Tenderers not accompanied by documentary evidence in support of eligibility
3 No No Not Allowed
criteria will be summarily rejected. No post tender communication, in any form
will be made or entertained, after opening of tenders, in this regard. Railways
may however call for the originals of the credentials for verification or any
clarifications/confirmations on the contents of the documents submitted.
Care in Submission of Tender: (a)(i) Before submitting the tender, the tenderer
will be deemed to have satisfied himself by actual inspection of the site and
locality of the works, that all conditions liable to encountered during the
execution of the works are taken into account and that the rates he enters in
the tender forms are adequate and all inclusive to accord with the provisions in
Clause 37 of the Standard General Condition of Contract-2019 for the
completion of works to the entire satisfaction of the Engineer. (a)(ii) Tenderers
will examine the various provisions of the Central Goods and Services Tax
Act,2017(CGST)/Integrated Goods and Services Tax Act,2017(IGST)/Union
Territory Goods and Services Tax Act,2017(UTGST)/respective states State
Goods and Services Tax Act(SGST) also, as notified by Central/State Govt. &
as amended from time to time and applicable taxes before bidding. Tenderers
will ensure that full benefit of Input Tax Credit (ITC) likely to be availed by them
is duly considered while quoting rates. (a)(iii) The successful tenderer who is
4 liable to registered under CGST/IGST/UTGST/SGST Act shall submit GSTIN No No Not Allowed
along with other details required under CGST/IGST/UTGST/SGST Act to
railway immediately after the award of contract, without which no payment
shall be released to the contractor. The contractor shall be responsible for
deposition of applicable GST to the concerned authority. (a)(iv) In case the
successful tenderer is not liable to be registered under
CGST/IGST/UTGST/SGST Act, the railway shall deduct the applicable GST
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority. When work is tendered for by a firm or
company, the tender shall be signed by the individual legally authorized to
enter into commitments on their behalf. The Railway will not be bound by any
power of attorney granted by the tenderer or by changes in the composition of
the firm made subsequent to the execution of the contract. It may, however,
recognize such power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the Contractor.

Pa g e 6 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

SUBMISSION OF AFFIDAVIT The tenderers shall submit a copy of notarized


affidavit on a non judicial stamp paper stating that all their
statements/documents submitted along with bid are true and factual. Standard
format of the affidavit to be submitted by the bidder is enclosed as Annexure
D. Non submission of notarized affidavit by the 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
Original Affidavit should be submitted by the contractor, to whom the contract
will be awarded, before execution of the Agreement. (v) 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, evidence and documents as may
be necessary for such verification. Any such verification or lack of such
5 No No Not Allowed
verification, by the railway shall not relieve the bidder of its obligations or
liabilities hereunder nor will it affect any rights of the railway there under. (vi)
(a)In case of any information submitted by the tenderer, is found to be false ,
forged or incorrect at any time during process for evolution of tenders, it shall
need to forfeiture of the tender Earnest Money Deposit besides banning of
business for a period of up to on entire Indian Railways for 5(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 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. (vii) Non-compliance with any of
the conditions set forth herein above is liable to result in the tender being
rejected.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Scanned copy ( in PDF format) of the ballast test report.(Not Applicable) No No
(Mandatory)
Scanned copy [in PDF format] of the details of the works awarded to the firm,
Allowed
2 during the last three years [for details please refer Annexure-2 of Ch II of No No
(Mandatory)
Tender document].
Scanned copy [in PDF format] of the details of the List of the Arbitration and
Allowed
3 Court cases during the last 3 years [for details please refer Annexure 3 of Ch II No No
(Mandatory)
of Tender document].
Scanned copy [in PDF format] of the details of agency's own equipment's
Allowed
4 proposed to be included [for details please refer Annexure 4[A] of Ch II of No No
(Mandatory)
Tender document].
Scanned copy [in PDF format] of the details of hired equipments to be included Allowed
5 No No
[for details please refer Annexure 4[B] of Ch-II of Tender document]. (Mandatory)
Scanned copy [in PDF format] of the details of technical personnel of the
Allowed
6 agency, available on hand for details please refer Annexure 5[A] of Ch II of No No
(Mandatory)
Tender document.
Scanned copy [in PDF format] of the details of technical personnel, proposed
Allowed
7 to be engaged by agency for details please refer Annexure 5[B] of Ch II of No No
(Mandatory)
Tender document.
Scanned copy [in PDF format] of all documents of the firm required as per Cl.
7 of Ch II of Tender document)Or Scanned copy [in PDF format]of the details Allowed
8 No No
of all documents of the JOINT VENTURE [JV] required as per Cl.29 of Ch II of (Mandatory)
Tender document]
Scanned copy of the NEFT (in PDF format) as per Annexure B of the tender
document. All Payments to the agency [including the refund of the Earnest Allowed
9 No No
Money [EMD] of the unsuccessful bidder] will be remitted through NEFT. The (Mandatory)
Tenderer is required to declare Bank details and A/C No. etc in NEFT form.
Scanned copy [in PDF format] of the complete address of the firm, to which Allowed
10 No No
the all correspondences shall be made by the railway. (Mandatory)
Scanned copy [in PDF format] of any other letters/documents etc. [If agency Allowed
11 No No
intends to submit]. (Mandatory)

Pa g e 7 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8


CAO-C-ASN-ENGINEERING/EASTERN RLY
TENDER DOCUMENT
Tender No: ASN-1-02OF2019-20 Closing Date/Time: 21/01/2020 14:30

Scanned copy [in PDF format] of the original AFFIDAVIT as per Annexure-D of
Allowed
12 annexed tender document (for details refer clause 19.3 of Chapter I of tender No No
(Mandatory)
document)
Scanned copy [in PDF format] of the details regarding the Association of
Allowed
13 Railway Officers with the tender [for details please refer Annexure 1 of Ch II of No No
(Mandatory)
Tender document].

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.

6. Documents attached with tender

S.No. Document Name Document Description


1 TenderDocument.pdf Tender Document
2 IRGCCNOV.2018.pdf IR GCC 2018

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.

Signed By: HARISH MAZUMDAR

Designation : DEN/CON

Pa g e 8 o f 8 Ru n Da te/Time: 30 /12 /2 0 19 12 :42 :2 8

You might also like