0% found this document useful (0 votes)
14 views31 pages

Arkciviltender

arkciviltender

Uploaded by

sengworks2016
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)
14 views31 pages

Arkciviltender

arkciviltender

Uploaded by

sengworks2016
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/ 31

WALTAIR DIVISION-ENGINEERING/ECOR

TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Sr.DEN/Co/WAT acting for and on behalf of The President of India invites E-Tenders against Tender No eT-Central-
WAT-02-2025 Closing Date/Time 31/01/2025 15:00 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

Construction of side drains in between Boddavara to Shimiliguda under ADEN/ARK


Name of Work
subdivision in the jurisdiction of Sr.DEN/Central/WAT.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
31/01/2025 15:00 07/01/2025 18:32
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 47073363.66 Tendering Section CENTRAL
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 385400.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 17/01/2025 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Unit Basic Value Escl.(%) Amount Bidding
Code Qty Unit Rate Unit
Schedule A-Execution of all items of works covered by USSOR-2021 are Above/
34377280.22
shown in Schedule-A. Below/Par
Please see Item Breakup for details. 34377280.22 AT Par 34377280.22
1
Description:- Execution of all items of works covered by USSOR-2021.

S.No. Item Item Qty Unit Basic Value Escl.(%) Amount Bidding
Code Qty Unit Rate Unit
Schedule B-Execution of all items of works covered by USSOR-2021 are Above/
11156697.15
shown in Schedule-B (Supply of Cement). Below/Par
Please see Item Breakup for details. 11156697.15 AT Par 11156697.15
1
Description:- Execution of all items of works covered by USSOR-2021 (Supply of Cement).

S.No. Item Item Qty Unit Basic Value Escl.(%) Amount Bidding
Code Qty Unit Rate Unit
Schedule C-Execution of all items of works covered by USSOR-2021 are Above/
512000.00
shown in Schedule-C (Supply of Steel). Below/Par
Please see Item Breakup for details. 512000.00 AT Par 512000.00
1
Description:- Execution of all items of works covered by USSOR-2021 (Supply of Steel).

S.No. Item Item Qty Unit Basic Value Escl.(%) Amount Bidding
Code Qty Unit Rate Unit
Schedule D-Execution of all items of works covered by CPWD (DSR)-2021 Above/
1027386.29
items as shown in Schedule-D Below/Par
Please see Item Breakup for details. 1081459.25 (-) 5.00 1027386.29
1
Description:- Execution of all items of works covered by CPWD (DSR)-2021.

3. ITEM BREAKUP

Schedule Schedule A-Execution of all items of works covered by USSOR-2021 are shown in Schedule-A.
Item- 1 Execution of all items of works covered by USSOR-2021.

Page 1 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

S No. Item Description of Item Unit Qty Rate Amount


No
Earthwork in excavation by mechanical means
(Hydraulic Excavator)/Manual Means for
foundations and floors of the bridges, retaining
walls etc. including setting out, dressing of
sides, ramming of bottom, getting out the
excavated material, back filling in layers with
approved material and consolidation of the
layers by ramming and watering etc. including
all lift, disposal of surplus soil up to a lead of
300m, all types of shoring and strutting with all
labour and material complete as per drawing
and technical specification as directed by
Engineer in charge. Note: This item will be used
for excavation work in connection with other
miscellaneous works also like side drains,
foundation for OHE masts and other
miscellaneous structures in connection with
Gauge Conversion, Doubling, New lines.
1 022011 All kinds of soils cum 4763.00 194.13 924641.19
2 022012 Soft rock (not requiring blasting) cum 2000.00 401.49 802980.00
3 022013 Hard rock (requiring blasting) cum 500.00 733.69 366845.00
Providing and laying in position Plain cement
concrete of specified Nominal Mix for
miscellaneous works like side drains,
foundation for OHE masts and other
miscellaneous structures excluding the cost of
Cement, centering and shuttering - All work up
to plinth level :
4 022032 1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 cum 2911.00 3708.55 10795589.05
graded stone aggregate 20 mm nominal size)
5 022035 1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 cum 1940.00 3508.54 6806567.60
graded stone aggregate 40 mm nominal size).
Providing and laying in position machine
batched, machine mixed and machine vibrated
Cement Concrete of specified grade as per
approved Design Mix (mixed in Mobile
Concrete Batching/Mixing Plant at site or RMC
from approved plants) using 20mm graded
crushed stone aggregate and coarse sand of
approved quality for the following Reinforced
cement concrete structural elements up to
height of 9.0 m from foundation top level,
including finishing, using Plasticiser in
approved proportions (as per IS:9103), to
modify workability without impairing strength
and durability complete as per specifications
and direction of the Engineer in charge. Note:
1. Payment for cement, reinforcement and
shuttering shall be made extra under relevant
item. 2. Plasticiser shall invariably be used in
approved proportion to increase workability
with minimum possible quantity of cement for
all grade of Design Mix Concrete unless it is
specifically approved citing reasons for not
using plasticiser at the stage of Mix Design and
in that case deduction shall be made as per
relevant item.
6 022052 Wing wall and Return wall cum 1000.00 3842.31 3842310.00
7 022070 Providing and fixing Weep Holes in Abutments, Metre 1820.00 276.80 503776.00
Wing walls and Return walls etc., of new
bridges with 110mm dia UPVC pipe Type A ISI
marked with all contractor's men, material,
transportation, all taxes as per specifications
and as directed by Engineer-in-Charge.
Centering and shuttering including strutting,
propping etc. and removal of form for :

Page 2 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

8 025031 All types of bridge sub-structures, e.g. pier, Sqm 15526.00 665.63 10334571.38
abutment, wing wall, retaining wall, RCC box
type foundations, Abutment cap, Pier Cap,
Inspection Platform & Pedestal over Pier cap,
Fender wall, Diaphragm wall etc. up to 5m
above ground level
Total 34377280.22
Schedule B-Execution of all items of works covered by USSOR-2021 are shown in Schedule-B
Schedule
(Supply of Cement).
Item- 1 Execution of all items of works covered by USSOR-2021 (Supply of Cement).
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using Cement at Worksite
1 025073 Pozzolana Portland Cement approved MT 1358.32 8213.60 11156697.15
brands/makes
Total 11156697.15
Schedule C-Execution of all items of works covered by USSOR-2021 are shown in Schedule-C
Schedule
(Supply of Steel).
Item- 1 Execution of all items of works covered by USSOR-2021 (Supply of Steel).
S No. Item Description of Item Unit Qty Rate Amount
No
Supply of steel reinforcement of approved
brands/makes for R.C.C. work including
straightening, cutting, bending, placing in
position and binding all complete.
1 025082 Thermo-Mechanically Treated bars of grade Fe- Kg 5000.00 102.40 512000.00
500D or more of approved brands/makes.
Total 512000.00
Schedule D-Execution of all items of works covered by CPWD (DSR)-2021 items as shown in
Schedule
Schedule-D
Item- 1 Execution of all items of works covered by CPWD (DSR)-2021.
S No. Item Description of Item Unit Qty Rate Amount
No
5.0 REINFORCED CEMENT CONCRETE
5.12S PRE-CAST RCC
5.13 Providing, hoisting and fixing up to floor five cum 5 13581.85 67909.25
level precast reinforced cement concrete in
small lintels not exceeding 1.5m clear span up
to floor five level, including the cost of required
1 centering, shuttering but , excluding the cost of
reinforcement with 1:1.5:3 (1 cement : 1.5
coarse sand(zone-III) derived from natural
sources : 3 graded stone aggregate 20 mm
nominal size derived from natural sources ).
15.0 DISMANTLING AND DEMOLISHING
Demolishing stone rubble masonry manually/
by mechanical means including stacking of
15.9 serviceable material and disposal of
unserviceable material within 50 metres lead
as per direction of Engineer-in-charge :
2 15.9.2 In cement mortar cum 500 2027.1 1013550
Total 1081459.25

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 3 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Financial Eligibility Criteria: The tenderer must have minimum average


annual contractual turnover of V/N or V whichever is less crores; 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 Allowed
1 No No
balance sheet of the previous year is yet to be prepared/ audited, the (Mandatory)
audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall
submit requisite information as per Annexure-VIB, along with copies of
Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria: 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 No No
value of the tender, or Two similar works each costing not less than the (Mandatory)
amount equal to 40% of advertised value of the tender, or One similar
work each costing not less than the amount equal to 60% of advertised
value of the tender.
1.1 Defination of Similar Work :- Execution of any Civil Engineering Works. No No Not Allowed

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.
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

Page 4 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

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

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Whether cost of tender document deposited. No No Not Allowed
2 Whether cost of Bid Security deposited. No No Not Allowed
3 Whether the Certificate of familiarization submitted. No No Not Allowed
Whether Provisions contained in C1ause 14 , 15 & 16 of Part I of
4 Regulations for Tenders and Contracts of General conditions of No No Not Allowed
Contract - 2022 was complied.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Advance Correction slip No.03 of GCC-2022.Para 11(vi) (a) &
11(vi) (b) Part I of GCC shall be read as under: vi.(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 up to two years. vi(b)
Allowed
1 In case of any information submitted by tenderer is found to be No No
(Optional)
false, forged or incorrect after the award of contract, 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 up to two years.
As per Railway Board letter No: 2017/Trans/01/Policy, DT:
08.02.2018 if Multiple L-1: In case of more than one L-1 bidders,
tender may be awarded to tenderer having higher Bid Capacity.
In case Bid Capacity is also the same, tenderer having done
more value of similar work in last three previous financial years Allowed
2 No No
and the current financial year up to the date of opening of the (Mandatory)
tender, may be selected for the award. Instructions with respect
to Bid Capacity will follow. Hence, The Tenderer(s) shall furnish
the details as per Annexure-VI.
( Click here to download Format)
Tenderers are required to quote their Permanent Account
3 Yes Yes Not Allowed
Number in the tender document.
Please submit any other document like ballast test
Allowed
4 certificate/fabrication facilities, if applicable as desired in the Yes Yes
(Optional)
Annexed Document.
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
5 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.
The Tenderers have to fill in the details in TENDER FORM FIRST
SHEET attached in the Documents Column and upload the same.
Allowed
6 (Please Click on Tender Notice No. to go to Documents Column Yes Yes
(Mandatory)
for "TENDER FORM FIRST SHEET").
( Click here to download Format)
General Conditions of the Contract (GCC), 2022 is applicable to Allowed
7 Yes Yes
this contract. (Mandatory)

Page 5 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clarification of Bids: To assist in the examination, evaluation &


comparison and prequalification of the Tender, the Railway may,
at its discretion, ask any Bidder for a clarification of its Bid. Any
clarification submitted by a Bidder that is not in response to a
request by the Railway shall not be entertained or considered.
8 The Railway request for clarification and the response of the No No Not Allowed
bidder in this regard shall be in writing.However, if a Bidder does
not provide clarification of its bid by the date and time
communicated in the Railway request for clarification, the bid
shall be evaluated as per the documents submitted along with
the bid.
Financial Eligibility Criteria: The tenderer must have minimum
average annual contractual turnover of V/N or V whichever is
less crores; 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 Allowed
9 Yes Yes
of the previous year is yet to be prepared/ audited, the audited (Mandatory)
balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers
shall submit requisite information as per Annexure-VIB, along
with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/ Certificate from Chartered Accountant
duly supported by Audited Balance Sheet.
( Click here to download Format)
Clause No. 14 of Part-I of GCC-2022 : 14. Documents to be
Submitted Along with Tender (i) The tenderer shall clearly
specify whether the tender is submitted on his own (Proprietary
Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / Hindu
Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Allowed
10 No No
T h e tenderer(s) shall enclose the attested copies of the (Mandatory)
constitution of their concern, and copy of PAN Card along with
their tender. Tender Documents in such cases are to be signed
by such persons as may be legally competent to sign them on
behalf of the firm, company, association, trust or society, as the
case may be.
Clause 14(a) (i) of GCC-2022 : (a) Sole Proprietorship Firm: (i) All
documents in terms of Para 10 of the Tender Form (Second
Sheet) above. (NOTE : The participant tenderers have to comply Allowed
11 No No
with relevant clause applicable to them. The other clauses not (Mandatory)
applicable to the participating tenderers shall be mentioned as
"CLAUSE NOT APPLICABLE").
Clause 14 (b) of GCC-2022 : (b) HUF: (i) A copy of notarized
affidavit on Stamp Paper declaring that he who is submitting the
tender on behalf of HUF is in the position of 'Karta' of Hindu
Undivided Family (HUF) and he has the authority, power and
consent given by other members to act on behalf of HUF. (ii) All Allowed
12 No No
other documents in terms of Para 10 of the Tender Form (Second (Mandatory)
Sheet) above. (NOTE : The participant tenderers have to comply
with relevant clause applicable to them. The other clauses not
applicable to the participating tenderers shall be mentioned as
"CLAUSE NOT APPLICABLE").
Clause 14 (c) of GCC-2022 : Partnership Firm: (i) All documents Allowed
13 No No
as mentioned in para18 of the Tender Form (Second Sheet). (Mandatory)
Clause 14(d) of GCC-2022 : Joint Venture (JV): All documents as
mentioned in para 17 of the Tender Form (Second Sheet). (NOTE
: The participant tenderers have to comply with relevant clause Allowed
14 No No
applicable to them. The other clauses not applicable to the (Mandatory)
participating tenderers shall be mentioned as "CLAUSE NOT
APPLICABLE").

Page 6 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause 14(e) of GCC-2022 : (e) Company registered under


Companies Act2013: (i) The copies of MOA (Memorandum of
Association) / AOA (Articles of Association) of the company (ii) A
copy of Certificate of Incorporation (iii) A copy of
Authorization/Power of Attorney issued by the Company (backed
by the resolution of Board of Directors) in favour of the individual
Allowed
15 to sign the tender on behalf of the company and create liability No No
(Mandatory)
against the company. (iv) All other documents in terms Para 10
of the Tender Form (Second Sheet) above. (NOTE : The
participant tenderers have to comply with relevant clause
applicable to them. The other clauses not applicable to the
participating tenderers shall be mentioned as "CLAUSE NOT
APPLICABLE").
Clause 14(f) of GCC-2022 : (f) LLP (Limited Liability Partnership):
(i) A copy of LLP Agreement (ii) A copy of Certificate of
Incorporation (iii) A copy of Power of Attorney/Authorization
issued by the LLP in favour of the individual to sign the tender on
behalf of the LLP and create liability against the LLP. (iv) An
undertaking by all partners of the LLP that they are not
blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders /
contracts as on the date of submission of bids, either in their Allowed
16 No No
individual capacity or in any firm/LLP or JV in which they were / (Mandatory)
are partners/members. Concealment / wrong information in
regard to above shall make the contract liable for determination
under Clause 62 of the Standard General Conditions of Contract.
(v) All other documents in terms of Para 10 of the Tender Form
(Second Sheet). (NOTE : The participant tenderers have to
comply with relevant clause applicable to them. The other
clauses not applicable to the participating tenderers shall be
mentioned as "CLAUSE NOT APPLICABLE").
Clause 14 of GCC-2022 : (g) Registered Society & Registered
Trust: (i) A copy of Certificate of Registration (ii) A copy of
Memorandum of Association of Society/Trust Deed (iii) A copy of
Power of Attorney in favour of the individual to sign the tender
documents and create liability against the Society/Trust. (iv) A
copy of Rules & Regulations of the Society (v) All other
documents in terms of Para 10 of the Tender Form (Second
Sheet) above. (iii) If it is NOT mentioned in the submitted tender
that tender is being submitted on behalf of a Sole Proprietorship
firm / Partnership firm / Joint Venture / Registered Company etc.,
then the tender shall be treated as having been submitted by
the individual who has signed the tender. (iv) After opening of
the tender, any document pertaining to the constitution of Sole
Proprietorship Firm / Partnership Firm / Registered Company/
Registered Trust / Registered Society / HUF/LLP etc. shall be Allowed
17 No No
neither asked nor considered, if submitted. Further, no suo moto (Mandatory)
cognizance of any document available in public domain (i.e., on
internet etc.) or in Railway's record/office files etc. will be taken
for consideration of the tender, if no such mention is available in
tender offer submitted. (v) A tender from JV shall be considered
only where permissible as per the tender conditions. (vi) The
Railway will not be bound by any change of power of attorney or
in the composition of the firm made subsequent to the
submission of tender. Railway may, however, recognize such
power of attorney and changes after obtaining proper legal
advice, the cost of which will be chargeable to the Contractor.
(NOTE : The participant tenderers have to comply with relevant
clause applicable to them. The other clauses not applicable to
the participating tenderers shall be mentioned as "CLAUSE NOT
APPLICABLE").

Page 7 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause 15 of GCC-2022 : 15. The tenderer whether sole


proprietor / a company or a partnership firm / joint venture (JV) /
registered society / registered trust / HUF / LLP etc if they want
to act through agent or individual partner(s), should submit
along with the tender, a copy of power of attorney duly stamped
and authenticated by a Notary Public or by Magistrate in favour
of the specific person whether he/they be partner(s) of the firm
or any other person, specifically authorizing him/them to sign
the tender, submit the tender and further to deal with the
Tender/ Contract up to the stage of signing the agreement
except in case where such specific person is authorized for
above purposes through a provision made in the partnership
deed / Memorandum of Understanding / Article of Association
/Board resolution, failing which tender shall be summarily Allowed
18 No No
rejected. A separate power of attorney duly stamped and (Mandatory)
authenticated by a Notary Public or by Magistrate in favour of
the specific person whether he/they be partner(s) of the firm or
any other person, shall be submitted after award of work,
specifically authorizing him/them to deal with all other
contractual activities subsequent to signing of agreement, if
required. Note: A Power of Attorney executed and issued
overseas, the document will also have to be legalized by the
Indian Embassy and notarized in the jurisdiction where the
Power of Attorney is being issued. However, the Power of
Attorney provided by Bidders from countries that have signed
the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming
Appostille certificate.

Page 8 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause 16 of GCC-2022 : 16. Employment/Partnership etc. of


Retired Railway Employees: (a) Should a tenderer i) be a retired
Engineer of the gazetted rank or any other gazetted officer
working before his retirement, whether in the executive or
administrative capacity or whether holding a pensionable post or
not, in the Engineering or any other department of any of the
railways owned and administered by the President of India for
the time being, OR ii) being partnership firm / joint venture (JV) /
registered society / registered trust etc have as one of its
partners/members a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, OR iii)
being an incorporated company have any such retired Engineer
of the gazetted rank or any other gazetted officer working before
his retirement as one of its directors AND in case where such
Engineer or officer had not retired from government service at
least 1 year prior to the date of submission of the tender THEN
the tenderer will give full information as to the date of
retirement of such Engineer or gazetted officer from the said
service and as to whether permission for taking such contract, or
if the Contractor be a partnership firm or an incorporated
company, to become a partner or director as the case may be,
has been obtained by the tenderer or the Engineer or officer, as
the case may be from the President of India or any officer, duly
authorized by him in this behalf, shall be clearly stated in writing
at the time of submitting the tender. b) In case, upon successful
Allowed
19 award of contract, should a tenderer depute for execution of the No No
(Optional)
works under or to deal matters related with this contract, any
retired Engineer of gazette rank or retired gazetted officer
working before his retirement in the Engineering or any other
department of any of the railways owned and administered by
the President of India for the time being, and now in his
employment, then the tenderer will ensure that retired Engineer
or retired gazetted officer had retired from government service
at least 1 year prior to the date of his employment with tenderer
and in case he had retired from service within a year then he
possesses the requisite permission from the President of India or
any officer, duly authorized by him in this behalf, to get
associated with the tenderer. c) Should a tenderer or Contractor
being an individual, have member(s) of his family or in the case
of partnership firm/ company / joint venture (JV) / registered
society / registered trust etc. one or more of his
partner(s)/shareholder(s) or member(s) of the family of
partner(s)/shareholder(s) having share of more than 1%in the
tendering entity employed in gazetted capacity in the
Engineering or any other department of the railway, then the
tenderer at the time of submission of tender, will inform the
authority inviting tenders the details of such persons. Note: -If
information as required as per 16.a), b), c) above has not been
furnished, contract is liable to be dealt in accordance with
provision of clause 62 of the Standard General Condition of
contract.

Page 9 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause 17 of GCC-2022 : 17. Participation of Joint Venture (JV) in


Works Tender: This para shall be applicable for works tenders
wherein tender documents provide for the same. 17.1 Separate
identity/name shall be given to the Joint Venture.17.2 Number of
members in a JV shall not be more than three, if the work
involves only one department (say Civil or S&T or Electrical or
Mechanical) and shall not be more than five, if the work involves
more than one Department. One of the members of the JV shall
be its Lead Member who shall have a majority (at least 51%)
share of interest in the JV. The other members shall have a share
of not less than 20% each in case of JV with upto three members
and not less than 10% each in case of JV with more than three
members. In case of JV with foreign member(s), the Lead
Member has to be an Indian firm/company with a minimum
share of 51%. 17.3 A member of JV shall not be permitted to
participate either in individual capacity or as a member of
another JV in the same tender. 17.4 The tender form shall be
purchased and submitted only in the name of the JV and not in
t h e name of any constituent member. The tender form can
however be submitted by JV or any of its constituent member or
any person authorized by JV through Power of Attorney to submit
tender. 17.5 Bid Security shall be submitted by JV or authorized
person of JV either as : (i) Cash through e-payment gateway or
as mentioned in tender document, or (ii) Bank Guarantee bond
either in the name of JV, or in the name of all members of JV as
per MOU irrespective of their share in the JV if the JV has not
20 been constituted legally till the date of submission of tender. No No Not Allowed
17.6 A copy of Memorandum of Understanding (MoU) duly
executed by the JV members on a stamp paper, shall be
submitted by the JV alongwith the tender. The complete details
of the members of the JV, their share and responsibility in the JV
etc. particularly with reference to financial, technical and other
obligations shall be furnished in the MoU. 17.7 Once the tender
is submitted, the MoU shall not normally be modified / altered /
terminated during the validity of the tender. In case the tenderer
fails to observe/comply with this stipulation, the full Bid Security
shall be liable to be forfeited. 17.8 Approval for change of
constitution of JV shall be at the sole discretion of the Railway.
The constitution of the JV shall not normally be allowed to be
modified after submission of the bid by the JV, except when
modification becomes inevitable due to succession laws etc.,
provided further that there is no change in qualification of
minimum eligibility criteria by JV after change of composition.
However, the Lead Member shall continue to be the Lead
Member of the JV. Failure to observe this requirement would
render the offer invalid. 17.9 Similarly, after the contract is
awarded, the constitution of JV shall not be normally allowed to
be altered during the currency of contract except when
modification become inevitable due to succession laws etc. and
minimum eligibility criteria should not get vitiated. Failure to
observe this stipulation shall be deemed to be breach of
contract with all consequential penal action as per contract
conditions.

Page 10 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to 17.9 of GCC-2022 : On award of contract to a


JV, a single Performance Guarantee shall be submitted by the JV
a s per tender conditions. All the Guarantees like Performance
Guarantee, Bank Guarantee for Mobilization Advance, Machinery
Advance etc. shall be accepted only in the name of the JV and no
splitting of guarantees amongst the members of the JV shall be
permitted.17.11 On issue of LOA (Letter of Acceptance), the JV
entity to whom the work has been awarded, with the same
shareholding pattern as was declared in the MOU/JV Agreement
submitted alongwith the tender, shall be got registered before
the Registrar of the Companies under 'The Companies Act -
2013' (in case JV entity is to be registered as Company) or
before the Registrar/Sub-Registrar under the 'The Indian
Partnership Act, 1932' (in case JV entity is to be registered as
Partnership Firm) or under 'The LLP Act 2008' (in case JV entity is
to be registered as LLP). A separate PAN shall be obtained for
this entity. The documents pertaining to this entity including its
PAN shall be furnished to the Railways before signing the
contract agreement for the work. In case the tenderer fails to
observe/comply with this stipulation within 60 days of issue of
LOA, contract is liable to be terminated. In case contract is
terminated railway shall be entitled to forfeit the full amount of
the Bid Security and other dues payable to the Contractor under
this contract. The entity so registered, in the registered
21 documents, shall have, inter-alia, following Clauses: 17.11.1 Joint No No Not Allowed
and Several Liability - Members of the entity to which the
contract is awarded, shall be jointly and severally liable to the
Railway for execution of the project in accordance with General
and Special Conditions of Contract. The members of the entity
shall also be liable jointly and severally for the loss, damages
caused to the Railways during the course of execution of the
contract or due to non-execution of the contract or part thereof.
17.11.2 Duration of the Registered Entity - It shall be valid
during the entire currency of the contract including the period of
extension, if any and the maintenance period after the work is
completed. 17.11.3 Governing Laws - The Registered Entity shall
in all respect be governed by and interpreted in accordance with
Indian Laws. 17.12 Authorized Member - Joint Venture members
in the JV MoU shall authorize Lead member on behalf of the Joint
Venture to deal with the tender, sign the agreement or enter into
contract in respect of the said tender, to receive payment, to
witness joint measurement of work done, to sign measurement
books and similar such action in respect of the said
tender/contract. All notices/correspondences with respect to the
contract would be sent only to this authorized member of the JV.
17.13 No member of the Joint Venture shall have the right to
assign or transfer the interest right or liability in the contract
without the written consent of the other members and that of
the Railway in respect of the said tender/contract.
Advance Correction slip No.03 of GCC-2022.Para 17.12, Part I of
GCC shall be read as under: Authorized Member - Joint Venture
members in the JV MoU shall authorize Lead member on behalf
of the Joint Venture to deal with the Contract, sign the
agreement or enter into contract in respect of the said tender, to
21.1 No Yes Not Allowed
receive payment, to witness joint measurement of work done, to
sign measurement books and similar such action in respect of
the said tender/contract. All notices/correspondences with
respect to the contract would be sent only to this authorized
member of the JV

Page 11 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to Clause 17.13 of GCC-2022 : 17.14 Documents


to be enclosed by the JV alongwith the tender: 17.14.1 In case
one or more of the members of the JV is/are partnership firm(s),
following documents shall be submitted: (i) A notarized copy of
the Partnership Deed or a copy of the Partnership deed
registered with the Registrar. (ii) A copy of consent of all the
partners or individual authorized by partnership firm, to enter
into the Joint Venture Agreement on a stamp paper, (iii) A
notarized or registered copy of Power of Attorney in favour of
the individual to sign the MOU/JV Agreement on behalf of the
partnership firm and create liability against the firm.(iv) An
undertaking by all partners of the partnership firm that they are
not blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders /
contracts as on the date of submission of bids, either in their
individual capacity or in any firm/LLP in which they were / are
partners/members. Any Concealment / wrong information in
regard to above shall make the bid ineligible or the contract shall
be determined under Clause 62 of the Standard General
Conditions of Contract. 17.14.2 In case one or more members
is/are Proprietary Firm or HUF, the following documents shall be
enclosed: (i) A copy of notarized affidavit on Stamp Paper
declaring that his Concern is a proprietary Concern and he is
sole proprietor of the Concern OR he who is signing the affidavit
on behalf of HUF is in the position of 'Karta' of Hindu Undivided
Family (HUF) and he has the authority, power and consent given
by other members to act on behalf of HUF. 17.14.3 In case one
22 No No Not Allowed
or more members of the JV is/are companies, the following
documents shall be submitted: (i) A copy of resolutions of the
Directors of the Company, permitting the company to enter into
a JV agreement, (ii) The copies of MOA (Memorandum of
Association) / AOA (Articles of Association) of the company (iii) A
copy of Certificate of Incorporation (iv) A copy of
Authorization/copy of Power of Attorney issued by the Company
(backed by the resolution of Board of Directors) in favour of the
individual, to sign the tender, sign MOU/JV Agreement on behalf
of the company and create liability against the company 17.14.4
In case one or more members of the JV is/are LLP firm/s, the
following documents shall be submitted: (i) A copy of LLP
Agreement (ii) A copy of Certificate of Incorporation of LLP (iii) A
copy of resolution passed by partners of LLP firm, permitting the
Firm to enter into a JV agreement (iv) A copy of Authorization
/copy of Power of Attorney issued by the LLP firm (backed by
resolution passed by the Partners) in favour of the individual, to
sign the tender and/or sign the MOU/ JV agreement on behalf of
the LLP and create liability against the LLP. (v) An undertaking
by all partners of the LLP that they are not blacklisted or
debarred by Railways or any other Ministry / Department of the
Govt. of India from participation in tenders / contracts as on the
date of submission of bids, either in their individual capacity or
in any firm/LLP or JV in which they were / are partners/members.
Any Concealment / wrong information in regard to above shall
make the contract liable for determination under Clause 62 of
the Standard General Conditions of Contract.

Page 12 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to Clause 17.14.4 of GCC-2022 : 17.14.5 In case


one or more members of the JV is/are Society/s or Trust/s, the
following documents shall be submitted: (i) A copy of Certificate
of Registration (ii) A copy of Memorandum of Association of
Society/Trust Deed.(iii) A copy of Rules & Regulations of the
Society (iv) A copy of Power of Attorney, in favour of the
individual to sign the tender documents and create liability
against the Society/Trust. 17.14.6 All other documents in terms
of Para 10 of the Tender Form (Second Sheet) above. 17.15
Credentials & Qualifying Criteria: Technical, financial eligibility
and Bid capacity of the JV shall be adjudged based on
satisfactory fulfillment of the following criteria: 17.15.1 Technical
Eligibility Criteria ('a' or 'b' mentioned hereunder): (a) For Works
without composite components The technical eligibility for the
work as per para 10.1 above, shall be satisfied by either the 'JV
in its own name & style' or 'Lead member of the JV'. Each other
(non-lead) member(s) of JV, who is/ are not satisfying the
technical eligibility for the work as per para 10.1 above, shall
have technical capacity of minimum 10% of the cost of work i.e.,
each non-lead member of JV member must have satisfactorily
completed or substantially completed during the last 07 (seven)
years, ending last day of month previous to the one in which
tender is invited, one similar single work for a minimum of 10%
of advertised value of the tender. (b) For works with composite
23 No No Not Allowed
components The technical eligibility for major component of
work as per para 10.1 above, shall be satisfied by either the 'JV
in its own name & style' or 'Lead member of the JV' and
technical eligibility for other component(s) of work as per para
10.1 above, shall be satisfied by either the 'JV in its own name &
style' or 'any member of the JV'. Each other (non-
lead)member(s) of JV, who is/ are not satisfying the technical
eligibility for any component of the work as per para 10.1 above,
shall have technical capacity of minimum 10% of the cost of any
component of work mentioned in technical eligibility criteria. i.e.,
each other (nonlead) member of must have satisfactorily
completed or substantially completed during the last 07 (seven)
years, ending last day of month previous to the one in which
tender is invited, one similar single work for a minimum of 10%
of cost of any component of work mentioned in technical
eligibility criteria. Note for Para 17.15.1: a) The Major component
of the work for this purpose shall be the component of work
having highest value. In cases where value of two or more
component of work is same, any one work can be classified as
Major component of work. b) Value of a completed work done by
a Member in an earlier JV shall be reckoned only to the extent of
the concerned member's share in that JV for the purpose of
satisfying his/her compliance to the above mentioned technical
eligibility criteria in the tender under consideration.
17.14.7 A Power of Attorney executed and issued overseas, the
document will also have to be legalized by the Indian Embassy
and notarized in the jurisdiction where the Power of Attorney is
23.1 being issued. However, the Power of Attorney provided by No No Not Allowed
Bidders from countries that have signed the Hague Legislation
Convention 1961 are not required to be legalized by the Indian
Embassy if it carries a conforming Appostille certificate.
In continuation to 17.15.1 of GCC-2022 : 17.15.2 Financial
Eligibility Criteria The JV shall satisfy the requirement of
"Financial Eligibility" mentioned at para 10.2 above. The
"financial capacity" of the lead member of JV shall not be less
than 51% of the financial eligibility criteria mentioned at para
10.2 above. The arithmetic sum of individual "financial capacity"
of all the members shall be taken as JV's "financial capacity" to
satisfy this requirement. Note: Contractual payment received by
24 No No Not Allowed
a Member in an earlier JV shall be reckoned only to the extent of
the concerned member's share in that JV for the purpose of
satisfying compliance of the above mentioned financial eligibility
criteria in the tender under consideration. 17.15.3 Bid Capacity
The JV shall satisfy the requirement of "Bid Capacity"
requirement mentioned at para 10.3 above. The arithmetic sum
of individual "Bid capacity" of all the members shall be taken as
JV's "Bid capacity" to satisfy this requirement.

Page 13 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause 18.10 of GCC-2022 : 18.10 The tenderer shall clearly


specify that the tender is submitted on behalf of a partnership
fi r m . The following documents shall be submitted by the
partnership firm, with the tender: (i) A notarized copy of the
Partnership Deed or a copy of the Partnership deed registered
w i t h the Registrar. GCC April 2022 2 7 (ii) A notarized or
registered copy of Power of Attorney in favour of the individual
to tender for the work, sign the agreement etc. and create
liability against the firm. (iii) An undertaking by all partners of
Allowed
25 the partnership firm that they are not blacklisted or debarred by No No
(Mandatory)
Railways or any other Ministry / Department of the Govt. of India
f r o m participation in tenders / contracts as on the date of
submission of bids, either in their individual capacity or in any
firm/LLP in which they were / are partners/members. Any
Concealment / wrong information in regard to above shall make
the bid ineligible or the contract shall be determined under
Clause 62 of the Standard General Conditions of Contract. (iv) All
other documents in terms of Para 10 of the Tender Form (Second
Sheet) above.
46A. Price Variation Clause (PVC): 46A.1 Applicability: Price
Variation Clause (PVC) shall be applicable only in tender having
advertised value above Rs. 2 Crores. Provided further that, in a
contract where PVC is applicable, following shall be outside the
purview of price adjustments (i.e. shall be excluded from the
gross value of the work for the purpose of price variation) : a)
26 Materials supplied by Railway to the Contractors, either free or No No Not Allowed
at fixed rate; b) Any extra item(s) included in subsequent
variation falling outside the purview of the Bill(s) of Quantities of
tender, under clause 39. (1)(b) of these Standard General
Conditions, unless applicability of PVC and 'Base Month' has
been specially agreed, while fixing the rates of such extra
item(s).
Correction slip no.2 of CLAUSE 6.1 of GCC 2022: The tenderers
shall submit a copy of certificate stating that all their
statements/documents submitted along with bid are true and
factual. Standard format of certificate to be submitted by the
bidder is enclosed as Annexure-V. In addition to Annexure-V, in
case of other than company/proprietary firm, Annexure-V(A)
shall also be submitted by the each member of a partnership
Allowed
27 firm/Joint venture(JV)/Hindu Undivided family (HUF)/Limited Yes Yes
(Mandatory)
Liability partnership(LLP) etc,. as the case may be Non
submission of above certificate(s) 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/digitally signed by
which they/he is qualifying the Qualifying Criteria mentioned in
the Tender Document.

Page 14 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause-5-GCC Bid Security:(1)(a)The tenderer shall be required


to submit the Bid Security with the tender for the due
performance with the stipulation to keep the offer open till such
date as specified in the tender, under the conditions of tender.
The Bid Security shall be as under: For works estimated to cost
up to 1 crore - Bid Security is 2% of the estimated cost of the
work For works estimated to cost more than 1 crore - Bid
Security is 2 lakh plus ½% (half percent) of the excess of the
estimated cost of work beyond 1 crore subject to a maximum of
1 crore. Note: (i) The Bid Security shall be rounded off to the
nearest 100. This Bid Security shall be applicable for all modes
of tendering.(ii)Any firm recognized by Department of Industrial
Policy and Promotion(DIPP) as 'Startups' shall be exempted from
payment of Bid Security detailed above.(iii) Labour Cooperative
Societies shall submit only 50% of above Bid Security detailed
above.(b)It shall be understood that the tender documents have
been issued to the tenderer and the tenderer is permitted to
tender in consideration of stipulation on his part, that after
submitting his tender he will not resile from his offer or modify
the terms and conditions thereof in a manner not acceptable to
the Engineer. Should the tenderer fail to observe or comply with
the said stipulation, the aforesaid amount shall be liable to be
forfeited to the Railway.(c) If his tender is accepted, this Bid
Security mentioned in sub Para (a) above will be retained as part
security for the due and faithful fulfillment of the contract in
terms of Clause 16 of the Standard General Conditions of
Contract. The Bid Security of other Tenderers shall, save as
herein before provided, be returned to them, but the Railway
Allowed
28 shall not be responsible for any loss or depreciation that may Yes Yes
(Mandatory)
happen thereto while in their possession, nor be liable to pay
interest thereon. (2) The Bid Security shall be deposited either in
cash through e-payment gateway or submitted as Bank
Guarantee bond from a scheduled commercial bank of India or
as mentioned in tender documents. The Bank Guarantee bond
shall be as per Annexure VIA and shall be valid for a period of
90days beyond the bid validity period.(3)In case, submission of
Bid Security in the form of Bank Guarantee, following shall be
ensured: i. A scanned copy of the Bank Guarantee shall be
uploaded on e-Procurement Portal(IREPS) while applying to the
tender. ii. The original Bank Guarantee should be delivered in
person to the official nominated as indicated in the tender
document before closing date for submission of bids (i.e.
excluding the last date of submission of bids). iii. Non
submission of scanned copy of Bank Guarantee with the bid on
e-tendering portal (IREPS) and/or non submission of original
Bank Guarantee within the specified period shall lead to
summary rejection of bid. iv. The Tender Security shall remain
valid for a period of 90 days beyond the validity period for the
Tender. v. The details of the BG, physically submitted should
match with the details available in the scanned copy and the
data entered during bid submission time, failing which the bid
will be rejected.vi. The Bank Guarantee shall be placed in an
envelope, which shall be sealed. The envelope shall clearly bear
the identification "Bid for the ***Project" and shall clearly
indicate the name and address of the Bidder. In addition, the Bid
Due Date should be indicated on the right hand top corner of the
envelope.
In continuation to BID SECURITY 3 of (i to vi) in General
Instructions : vii. The envelope shall be addressed to the officer
and address as mentioned in the tender document. viii. If the
envelope is not sealed and marked as instructed above, the
Railway assumes no responsibility for the misplacement or
Allowed
29 premature opening of the contents of the Bid submitted and Yes Yes
(Mandatory)
consequent losses, if any, suffered by the Bidder. Bid Security &
Performance Guarantee should be in favour of Beneficiary,
wherever it is applicable. Beneficiary: FA & CAO, Bhubaneswar,
East Coast Railway, Payable at Visakhapatnam.
( Click here to download Format)

General Instructions

Page 15 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
It shall not be obligatory on the said authority to accept the
1 lowest tender and no tenderer/tenderers shall demand any No No Not Allowed
explanation for the cause of rejection of his/their tender.
If the tenderers deliberately gives/give wrong information in
his/their tender or creates/create circumstances for the
2 No No Not Allowed
acceptance of his/their tender, the Railway reserves the right to
reject such tender at any stage.
No manual tenders sent by Post/FAX/Courier or in person shall
3 No No Not Allowed
be accepted.
Special Conditions of Contract for taking into account Imposition
of New Taxes/ Revision of Existing Taxes : Clause 6 of GCC 2022:
(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 state's 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
4 No No Not Allowed
tenderer who is liable to be registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN 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.
The Tenderer shall have to comply with the provisions contained
5 in Clause 14, 15 & 16 of Part I of Regulations for Tenders and No No Not Allowed
Contracts of General Conditions of Contract - 2022.
The Tenderers have to fill in the details in TENDER FORM FIRST
SHEET attached in the Documents Column and upload the same.
6 No No Not Allowed
(Please Click on Tender Notice No. to go to Documents Column
for "TENDER FORM FIRST SHEET").
Joint Ventures/MOUs. "Joint Ventures Firms" shall now be
applicable to the works tenders of value more than ' 10 Crore
7 No No Not Allowed
(Rupees ten crore only), as per Rly Board letter No.2002/CE-
I/CT/37 JV Pt.VIII, dtd.14.12.2012
No Technical and Financial credentials are required for tenders
8 No No Not Allowed
having advertised value upto Rs.50 Lakhs.
Provision of efficient and competent staff at work sites by
contractor & Deployment of qualified Engineers at work site by
9 No No Not Allowed
Contractors : Railway Board's letter No.2012/CE-I/CT/O/20,
DT.10.05.2013 is applicable to this contract.
Standard Schedule of Rates (SSOR) shall mean the schedule of
Rates adopted by the Railway, which includes1. "Unified
Standard Schedule of Rates of the Railway (USSOR)" i.e. the
Standard Schedule of Rates of the Railway issued under the
authority of the Chief Engineer from time to time, updated with
correction slips issued up to date of inviting tender or as
10 otherwise specified in the tender documents. 2. "Delhi Schedule No No Not Allowed
Of Rates (DSR)" i.e. the Standard Schedule of Rates published by
Director General/ Central Public Works Department, Government
of India, New Delhi, as adopted and modified by the Railway
under the authority of the Chief Engineer from time to time,
updated with correction slips issued up to date of inviting tender
or as otherwise specified in the tender documents.
"Contractor's authorized Engineer" shall mean a graduate
engineer or equivalent, having more than 3 years experience in
11 No No Not Allowed
the relevant field of construction work involved in the contract,
duly approved by the Engineer.

Page 16 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Date of inviting tender shall be the date of publishing tender


notice on IREPS website if tender is published on website or the
12 No No Not Allowed
date of publication in newspaper in case tender is not published
on website.
Clause-5-GCC Bid Security:(1)(a)The tenderer shall be required
to submit the Bid Security with the tender for the due
performance with the stipulation to keep the offer open till such
date as specified in the tender, under the conditions of tender.
The Bid Security shall be as under: For works estimated to cost
up to 1 crore - Bid Security is 2% of the estimated cost of the
work For works estimated to cost more than 1 crore - Bid
Security is 2 lakh plus ½% (half percent) of the excess of the
estimated cost of work beyond 1 crore subject to a maximum of
1 crore. Note: (i) The Bid Security shall be rounded off to the
nearest 100. This Bid Security shall be applicable for all modes
of tendering.(ii)Any firm recognized by Department of Industrial
Policy and Promotion(DIPP) as 'Startups' shall be exempted from
payment of Bid Security detailed above.(iii) Labour Cooperative
Societies shall submit only 50% of above Bid Security detailed
above.(b)It shall be understood that the tender documents have
been issued to the tenderer and the tenderer is permitted to
tender in consideration of stipulation on his part, that after
submitting his tender he will not resile from his offer or modify
the terms and conditions thereof in a manner not acceptable to
the Engineer. Should the tenderer fail to observe or comply with
the said stipulation, the aforesaid amount shall be liable to be
forfeited to the Railway.(c) If his tender is accepted, this Bid
Security mentioned in sub Para (a) above will be retained as part
security for the due and faithful fulfillment of the contract in
terms of Clause 16 of the Standard General Conditions of
Contract. The Bid Security of other Tenderers shall, save as
herein before provided, be returned to them, but the Railway
13 shall not be responsible for any loss or depreciation that may No No Not Allowed
happen thereto while in their possession, nor be liable to pay
interest thereon. (2) The Bid Security shall be deposited either in
cash through e-payment gateway or submitted as Bank
Guarantee bond from a scheduled commercial bank of India or
as mentioned in tender documents. The Bank Guarantee bond
shall be as per Annexure VIA and shall be valid for a period of
90days beyond the bid validity period.(3)In case, submission of
Bid Security in the form of Bank Guarantee, following shall be
ensured: i. A scanned copy of the Bank Guarantee shall be
uploaded on e-Procurement Portal(IREPS) while applying to the
tender. ii. The original Bank Guarantee should be delivered in
person to the official nominated as indicated in the tender
document before closing date for submission of bids (i.e.
excluding the last date of submission of bids). iii. Non
submission of scanned copy of Bank Guarantee with the bid on
e-tendering portal (IREPS) and/or non submission of original
Bank Guarantee within the specified period shall lead to
summary rejection of bid. iv. The Tender Security shall remain
valid for a period of 90 days beyond the validity period for the
Tender. v. The details of the BG, physically submitted should
match with the details available in the scanned copy and the
data entered during bid submission time, failing which the bid
will be rejected.vi. The Bank Guarantee shall be placed in an
envelope, which shall be sealed. The envelope shall clearly bear
the identification "Bid for the ***Project" and shall clearly
indicate the name and address of the Bidder. In addition, the Bid
Due Date should be indicated on the right hand top corner of the
envelope.
In continuation to BID SECURITY 3 of (i to vi) in General
Instructions : vii. The envelope shall be addressed to the officer
and address as mentioned in the tender document. viii. If the
14 envelope is not sealed and marked as instructed above, the No No Not Allowed
Railway assumes no responsibility for the misplacement or
premature opening of the contents of the Bid submitted and
consequent losses, if any, suffered by the Bidder.

Page 17 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Right of Railway to Deal with Tenders: The Railway reserves the


right of not to invite tenders for any of Railway work or works or
to invite open or limited tenders and when tenders are called to
accept a tender in whole or in part or reject any tender or all
15 No No Not Allowed
tenders without assigning reasons for any such action. In case if
tender is accepted in part by Railway administration, Letter of
Acceptance shall be issued as counter offer to the Tenderer,
which shall be subject to acceptance by the Tenderer.
Clarification of Bids: To assist in the examination, evaluation &
comparison and prequalification of the Tender, the Railway may,
at its discretion, ask any Bidder for a clarification of its Bid. Any
clarification submitted by a Bidder that is not in response to a
request by the Railway shall not be entertained or considered.
16 The Railway request for clarification and the response of the No No Not Allowed
bidder in this regard shall be in writing.However, if a Bidder does
not provide clarification of its bid by the date and time
communicated in the Railway request for clarification, the bid
shall be evaluated as per the documents submitted along with
the bid.
If any partner(s) of a partnership firm expires after the
submission of its tender or after the acceptance of its tender,
the Railway shall deem such tender as cancelled/contract as
terminated under clause 61 of the Standard General Conditions
of Contract, unless the firm retains its character as per
17 No No Not Allowed
partnership agreement. If a sole proprietor expires after the
submission of tender or after the acceptance of tender, the
Railway shall deem such tender as cancelled / contract as
terminated under clause 61 of the Standard General Conditions
of Contract.

Page 18 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

[Explanation for Para 10 of the Tender Form (Second Sheet)


including Para 10.1 to 10.5 - Eligibility Criteria: 1. Substantially
Completed Work means an ongoing work in which payment
equal to or more than 90% of the present contract value
(excluding the payment made for adjustment of Price variation
(PVC), if any) has been made to the contractor in that ongoing
contract and no proceedings of termination of contract on
Contractor's default has been initiated. The credential certificate
in this regard should have been issued not prior to 60 days of
date of invitation of present tender. 2. In case a work is started
prior to 07 (seven) years, ending last day of month previous to
the one in which tender is invited, but completed in last 07
(seven) years, ending last day of month previous to the one in
which tender is invited, the completed work shall be considered
for fulfillment of credentials. 3. If a work is physically completed
and completion certificate to this extent is issued by the
concerned organization but final bill is pending, such work shall
be considered for fulfillment of credentials 4. In case of
completed work, the value of final bill (gross amount) including
the PVC amount (if paid) shall be considered as the completion
cost of work. In case final bill is pending, only the total gross
amount already paid including the PVC amount (if paid) shall be
considered as the completion cost of work. In case of
substantially completed work, the total gross amount already
paid including the PVC amount (if paid), as mentioned in the
18 certificate, shall be considered as the cost of substantially No No Not Allowed
completed work. 5. If a bidder has successfully completed a work
as subcontractor and the work experience certificate has been
issued for such work to the subcontractor by a Govt.
Organization or public listed company as defined in Note for
Item 10.1 Para 10 of the Tender Form (Second Sheet), the same
shall be considered for the purpose of fulfillment of credentials.
6. In case a work is considered similar in nature for fulfillment of
technical credentials, the overall cost including the PVC amount
(if paid) of that completed work or substantially completed work,
shall be considered and no separate evaluation for each
component of that work shall be made to decide eligibility. 7. In
case of newly formed partnership firm, the credentials of
individual partners from previous propriety firm(s) or dissolved
previous partnership firm(s) or split previous partnership firm(s),
shall be considered only to the extent of their share in previous
entity on the date of dissolution / split and their share in newly
formed partnership firm. For example, a partner A had 30%
share in previous entity and his share in present partnership
firm is 20%. In the present tender under consideration, the
credentials of partner A will be considered to the extent of
0.3*0.2*value of the work done in the previous entity. For this
purpose, the tenderer shall submit along with his bid all the
relevant documents which include copy of previous partnership
deed(s), dissolution deed(s) and proof of surrender of PAN No.(s)
in case of dissolution of partnership firm(s) etc.

Page 19 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to 7 of [Explanation for Para 10 of the Tender


Form (Second Sheet) including Para 10.1 to 10.5 - Eligibility
Criteria of General Instructions: In case of existing partnership
firm, if any one or more partners quit the partnership firm, the
credentials of remaining partnership firm shall be re-worked out
i.e., the quitting partner(s) shall take away his credentials to the
extent of his share on the date of quitting the partnership
firm(e.g. in a partnership firm of partners A, B & C having share
30%, 30% & 40% respectively and credentials of Rs 10 crore; in
case partner C quits the firm, the credentials of this partnership
firm shall remain as Rs 6 crore). For this purpose, the tenderer
shall submit along with his bid all the relevant documents which
include copy of previous partnership deed(s), dissolution deed(s)
and proof of surrender of PAN No.(s) in case of dissolution of
partnership firm(s) etc. 9. In case of existing partnership firm if
any new partner(s) joins the firm without any modification in the
name and PAN/TAN no. of the firm, the credentials of partnership
firm shall get enhanced to the extent of credentials of newly
added partner(s) on the same principles as mentioned in item 6
above. For this purpose, the tenderer shall submit along with his
bid all the relevant documents which include copy of previous
partnership deeds, dissolution/splitting deeds and proof of
surrender of PAN No.(s) in case of dissolution of partnership firm
etc. 10. Any partner in a partnership firm cannot use or claim his
19 No No Not Allowed
credentials in any other firm without leaving the partnership firm
i.e., In a partnership firm of A&B partners, A or B partner cannot
use credentials of partnership firm of A&B partners in any other
partnership firm or propriety firm without leaving partnership
firm of A&B partners. 11. In case a partner in a partnership firm
is replaced due to succession as per succession law, the
proportion of credentials of the previous partner will be passed
on to the successor. 12. If the percentage share among partners
of a partnership firm is changed, but the partners remain the
same, the credentials of the firm before such modification in the
share will continue to be considered for the firm as it is without
any change in their value. Further, in case a partner of
partnership firm retires without taking away any credentials
from the firm, the credentials of partnership firm shall remain
the same as it is without any change in their value. 13. In a
partnership firm "AB" of A&B partners, in case A also works as
propriety firm "P" or partner in some other partnership firm
"AX", credentials of A in propriety firm "P" or in other
partnership firm "AX" earned after the date of becoming a
partner of the firm AB shall not be added in partnership firm AB.
14. In case a tenderer is LLP, the credentials of tenderer shall be
worked out on above lines similar to a partnership firm. 15. In
case company A is merged with company B, then company B
would get the credentials of company A also.]

Page 20 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

18. Participation of Partnership Firms in works tenders: 18.1 The


Partnership Firms participating in the tender should be legally
valid under the provisions of the Indian Partnership Act. 18.2 The
partnership firm should have been in existence or should have
been formed prior to submission of tender. Partnership firm
should have either been registered with the Registrar or the
partnership deed should have been notarized as per the Indian
Partnership Act, prior to submission of tender. 18.3 Separate
identity / name should be given to the partnership firm. The
partnership firm should have PAN / TAN number in its own name
and PAN / TAN number in the name of any of the constituent
partners shall not be considered. The valid constituents of the
firm shall be called partners. 18.4 Once the tender has been
submitted, the constitution of the firm shall not normally be
allowed to be modified / altered / terminated during the validity
of the tender as well as the currency of the contract except when
modification becomes inevitable due to succession laws etc., in
which case prior permission should be taken from Railway and in
any case the minimum eligibility criteria should not get vitiated.
The re-constitution of firm in such cases should be followed by a
notary certified Supplementary Deed. The approval for change
of constitution of the firm, in any case, shall be at the sole
discretion of the Railways and the tenderer shall have no claims
what-so-ever. Any change in the constitution of Partnership firm
after submission of tender shall be with the consent of all
partners and with the signatures of all partners as that in the
20 Partnership Deed. Failure to observe this requirement shall No No Not Allowed
render the offer invalid and full Bid Security shall be forfeited. If
any Partner/s withdraws from the firm after submission of the
tender and before the award of the contract, the offer shall be
rejected and Bid Security of the tenderer will be forfeited. If any
new partner joins the firm after submission of tender but prior to
award of contract, his / her credentials shall not qualify for
consideration towards eligibility criteria either individually or in
proportion to his share in the previous firm. In case the tenderer
fails to inform Railway beforehand about any such changes /
modification in the constitution which is inevitable due to
succession laws etc. and the contract is awarded to such firm,
then it will be considered a breach of the contract conditions
liable for determination of the contract under Clause 62 of the
Standard General Conditions of Contract. 18.5 A partner of the
firm shall not be permitted to participate either in his individual
capacity or as a partner of any other firm in the same tender.
18.6 The tender form shall be submitted only in the name of
partnership firm. The Bid Security shall be submitted by
partnership firm. The Bid Security submitted in the name of any
individual partner or in the name of authorized partner (s) shall
not be considered. 18.7 On issue of Letter of Acceptance (LOA)
to the partnership firm, all the guarantees like Performance
Guarantee, Guarantee for various Advances to the Contractor
shall be submitted only in the name of the partnership firm and
no splitting of guarantees among the partners shall be
acceptable.

Page 21 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to Clause 18.7 of GCC-2022 : 18.8 On issue of


Letter of Acceptance (LOA), contract agreement with partnership
firm shall be executed in the name of the firm only and not in
the name of any individual partner. 18.9 In case the Letter of
Acceptance (LOA) is issued to a partnership firm, the following
undertakings shall be furnished by all the partners through a
notarized affidavit, before signing of contract agreement. (a)
Joint and several liabilities: The partners of the firm to which the
Letter of Acceptance (LOA) is issued, shall be jointly and
severally liable to the Railway for execution of the contract in
accordance with General and Special Conditions of the Contract.
The partners shall also be liable jointly and severally for the loss,
damages caused to the Railway during the course of execution
of the contract or due to nonexecution of the contract or part
21 thereof. (b) Duration of the partnership deed and partnership No No Not Allowed
firm agreement: The partnership deed/partnership firm
agreement shall normally not be modified/altered/ terminated
during the currency of contract and the maintenance period
after the work is completed as contemplated in the conditions of
the contract. Any change carried out by partners in the
constitution of the firm without permission of Railway, shall
constitute a breach of the contract, liable for determination of
the contract under Clause 62 of the Standard General Conditions
of Contract. (c) Governing laws: The partnership firm agreement
shall in all respect be governed by and interpreted in
accordance with the Indian laws. (d) No partner of the firm shall
have the right to assign or transfer the interest right or liability in
the contract without the written consent of the other partner/s
and that of the Railway.
16.(1) Security Deposit: The Security Deposit shall be 5% of the
contract value. The Bid Security submitted by the Contractor
with his tender will be retained/encashed by the Railways as
part of security for the due and faithful fulfillment of the contract
by the Contractor. Provided further that, if Contractor submits
the Cash or Term Deposit Receipt issued from a Scheduled
commercial bank of India or irrevocable Bank Guarantee Bond
from a Scheduled commercial bank of India, either towards the
Full Security Depositor the Part Security Deposit equal to or
more than Bid Security, the Railway shall return the Bid Security,
to the Contractor. Balance of Security Deposit may be deposited
by the Contractor in cash or Term Deposit Receipt issued from
Scheduled commercial bank of India or irrevocable Bank
Guarantee bond issued from Scheduled commercial bank of
India, or may be recovered at the rate of 6% of the bill amount
till the full Security Deposit is recovered. Provided also that in
case of defaulting Contractor, the Railway may retain any
amount due for payment to the Contractor on the pending "on
account bills" so that the amounts so retained (including amount
22 No No Not Allowed
guaranteed through Performance Guarantee) may not exceed
10% of the total value of the contract. The Irrevocable Bank
Guarantee submitted towards Security deposit shall be initially
valid up to the stipulated date of Maintenance period plus 60
days and shall be extended from time to time, depending upon
extension of contract granted in terms of Clause 17A and 17B of
the Standard General Conditions of Contract. Note: Security
Deposit deposited in cash by the Contractor or recovered from
the running bills of a Contractor or submitted by contractor as
Term Deposit Receipt(s) can be refunded/returned to the
contractor, in lieu of irrevocable Bank Guarantee bond issued
from scheduled commercial bank of India, to be submitted by
him, for an amount equal to or more than the already available
Security Deposit, provided however that, in a contract of value
less than Rs. 50 Crore, such refund/ return of the already
available Security Deposit is permitted up to two times and in a
contract of value equal to or more than Rs. 50 Crore, such
refund / return of the already available Security Deposit is
permitted up to three times.

Page 22 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

16.(2) (i) Refund of Security Deposit: Security Deposit


mentioned in sub clause (1) above shall be returned to the
Contractor along with or after, the following: (a) Final Payment of
the Contract as per clause 51.(1) and (b) Execution of Final
23 No No Not Allowed
Supplementary Agreement or Certification by Engineer that
Railway has No Claim on Contractor and (c) Maintenance
Certificate issued, on expiry of the maintenance period as per
clause 50.(1), in case applicable.
16. (2) (ii) Forfeiture of Security Deposit: Whenever the contract
is rescinded as a whole under clause 62 (1) of these conditions,
the Security Deposit already with railways under the contract
24 No No Not Allowed
shall be forfeited. However, in case the contract is rescinded in
part or parts under clause 62 (1) of these conditions, the
Security Deposit shall not be forfeited.
16.(3) No interest shall be payable upon the Bid Security and
Security Deposit or amounts payable to the Contractor under the
25 Contract, but Government Securities deposited in terms of Sub- No No Not Allowed
Clause 16.(4)(b) of this clause will be payable with interest
accrued thereon.
16.(4) Performance Guarantee The procedure for obtaining
Performance Guarantee is outlined below: (a) The successful
bidder shall have to submit a Performance Guarantee (PG)
within 21 (Twenty one) days from the date of issue of Letter of
Acceptance (LOA). Extension of time for submission of PG
beyond 21 (Twenty one) days and upto 60 days from the date of
issue of LOA may be given by the Authority who is competent to
sign the contract agreement. However, a penal interest of 12%
p e r annum shall be charged for the delay beyond 21(Twenty
one) days, i.e. from 22ndday after the date of issue of LOA.
Further, if the 60thday happens to be a declared holiday in the
concerned office of the Railway, submission of PG can be
accepted on the next working day. In all other cases, if the
Contractor fails to submit the requisite PG even after 60 days
from the date of issue of LOA, the contract is liable to be
terminated. In case contract is terminated railway shall be
entitled to forfeit Bid Security and other dues payable to the
contractor against that particular contract, subject to maximum
of PG amount. In case a tenderer has not submitted Bid Security
on the strength of their registration as a Startup recognized by
Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to
this effect. The failed Contractor shall be debarred from
participating in re-tender for that work. (b) The successful bidder
shall submit the Performance Guarantee (PG) in any of the
26 following forms, amounting to 5% of the original contract value:- No No Not Allowed
(i) A deposit of Cash; (ii) Irrevocable Bank Guarantee;16.(4)
Performance Guarantee The procedure for obtaining
Performance Guarantee is outlined below: (a) The successful
bidder shall have to submit a Performance Guarantee (PG)
within 21 (Twenty one) days from the date of issue of Letter of
Acceptance (LOA). Extension of time for submission of PG
beyond 21 (Twenty one) days and upto 60 days from the date of
issue of LOA may be given by the Authority who is competent to
sign the contract agreement. However, a penal interest of 12%
p e r annum shall be charged for the delay beyond 21(Twenty
one) days, i.e. from 22ndday after the date of issue of LOA.
Further, if the 60thday happens to be a declared holiday in the
concerned office of the Railway, submission of PG can be
accepted on the next working day. In all other cases, if the
Contractor fails to submit the requisite PG even after 60 days
from the date of issue of LOA, the contract is liable to be
terminated. In case contract is terminated railway shall be
entitled to forfeit Bid Security and other dues payable to the
contractor against that particular contract, subject to maximum
of PG amount. In case a tenderer has not submitted Bid Security
on the strength of their registration as a Startup recognized by
Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to
this effect. The failed Contractor shall be debarred from
participating in re-tender for that work.

Page 23 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to Clause 16.4(a) of GCC-2022 :(iii) Government


Securities including State Loan Bonds at 5% below the market
value; (iv) Pay Orders and Demand Drafts tendered by any
Scheduled Commercial Bank of India; (v) Guarantee Bonds
executed or Deposits Receipts tendered by any Scheduled
Commercial Bank of India; (vi) Deposit in the Post Office Saving
Bank; (vii) Deposit in the National Savings Certificates; (viii)
Twelve years National Defence Certificates; (ix) Ten years
Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust
Certificates at 5% below market value or at the face value
whichever is less. Also, FDR in favour of FA&CAO (free from any
encumbrance) may be accepted. (c) The Performance Guarantee
shall be submitted by the successful bidder after the Letter of
Acceptance (LOA) has been issued, but before signing of the
contract agreement. This P.G. shall be initially valid upto the
stipulated date of completion plus 60 days beyond that. In case,
the time for completion of work gets extended, the Contractor
shall get the validity of P.G. extended to cover such extended
time for completion of work plus 60 days. (d) The value of PG to
be submitted by the Contractor is based on original contract
value and shall not change due to subsequent variation(s) in the
original contract value. (e) The Performance Guarantee (PG)
shall be released after physical completion of the work based on
'Completion Certificate' issued by the competent authority
stating that the Contractor has completed the work in all
respects satisfactorily. (f) Whenever the contract is rescinded,
27 No No Not Allowed
the Performance Guarantee already submitted for the contract
shall be encashed. (g) The Engineer shall not make a claim
under the Performance Guarantee except for amounts to which
the President of India is entitled under the contract (not
withstanding and/or without prejudice to any other provisions in
the contract agreement) in the event of: (i) Failure by the
Contractor to extend the validity of the Performance Guarantee
as described herein above, in which event the Engineer may
claim the full amount of the Performance Guarantee. (ii) Failure
by the Contractor to pay President of India any amount due,
either as agreed by the Contractor or determined under any of
the Clauses/Conditions of the Agreement, within 30 days of the
service of notice to this effect by Engineer. (iii) The Contract
being determined or rescinded under clause 62 of these
conditions. (iii) Government Securities including State Loan
Bonds at 5% below the market value; (iv) Pay Orders and
Demand Drafts tendered by any Scheduled Commercial Bank of
I n d i a ; (v) Guarantee Bonds executed or Deposits Receipts
tendered by any Scheduled Commercial Bank of India; (vi)
Deposit in the Post Office Saving Bank; (vii) Deposit in the
National Savings Certificates; (viii) Twelve years National
Defence Certificates; (ix) Ten years Defence Deposits; (x)
National Defence Bonds and (xi) Unit Trust Certificates at 5%
below market value or at the face value whichever is less. Also,
FDR in favour of FA&CAO (free from any encumbrance) may be
accepted.

Page 24 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to Clause 16.4 (b) of GCC-2022 : (iii) Government


Securities including State Loan Bonds at 5% below the market
value; (iv) Pay Orders and Demand Drafts tendered by any
Scheduled Commercial Bank of India; (v) Guarantee Bonds
executed or Deposits Receipts tendered by any Scheduled
Commercial Bank of India; (vi) Deposit in the Post Office Saving
Bank; (vii) Deposit in the National Savings Certificates; (viii)
Twelve years National Defence Certificates; (ix) Ten years
Defence Deposits; (x) National Defence Bonds and (xi) Unit Trust
Certificates at 5% below market value or at the face value
whichever is less. Also, FDR in favour of FA&CAO (free from any
encumbrance) may be accepted. (c) The Performance Guarantee
shall be submitted by the successful bidder after the Letter of
Acceptance (LOA) has been issued, but before signing of the
contract agreement. This P.G. shall be initially valid upto the
stipulated date of completion plus 60 days beyond that. In case,
the time for completion of work gets extended, the Contractor
shall get the validity of P.G. extended to cover such extended
time for completion of work plus 60 days. (d) The value of PG to
be submitted by the Contractor is based on original contract
28 value and shall not change due to subsequent variation(s) in the No No Not Allowed
original contract value. (e) The Performance Guarantee (PG)
shall be released after physical completion of the work based on
'Completion Certificate' issued by the competent authority
stating that the Contractor has completed the work in all
respects satisfactorily. (f) Whenever the contract is rescinded,
the Performance Guarantee already submitted for the contract
shall be encashed. (g) The Engineer shall not make a claim
under the Performance Guarantee except for amounts to which
the President of India is entitled under the contract (not
withstanding and/or without prejudice to any other provisions in
the contract agreement) in the event of: (i) Failure by the
Contractor to extend the validity of the Performance Guarantee
as described herein above, in which event the Engineer may
claim the full amount of the Performance Guarantee. (ii) Failure
by the Contractor to pay President of India any amount due,
either as agreed by the Contractor or determined under any of
the Clauses/Conditions of the Agreement, within 30 days of the
service of notice to this effect by Engineer. (iii) The Contract
being determined or rescinded under clause 62 of these
conditions.
46A. Price Variation Clause (PVC): 46A.1 Applicability: Price
Variation Clause (PVC) shall be applicable only in tender having
advertised value above Rs. 2 Crores. Provided further that, in a
contract where PVC is applicable, following shall be outside the
purview of price adjustments (i.e. shall be excluded from the
gross value of the work for the purpose of price variation) : a)
29 Materials supplied by Railway to the Contractors, either free or No No Not Allowed
at fixed rate; b) Any extra item(s) included in subsequent
variation falling outside the purview of the Bill(s) of Quantities of
tender, under clause 39. (1)(b) of these Standard General
Conditions, unless applicability of PVC and 'Base Month' has
been specially agreed, while fixing the rates of such extra
item(s).
59.(9) Restrictions on the Employment of Retired Engineers of
Railway Services Within One Year of their Retirement: The
Contractor shall not, if he is a retired Government Engineer of
Gazetted rank, himself engage in or employ or associate a
retired Government Engineer of Gazetted rank, who has not
completed one year from the date of retirement, in connection
30 No No Not Allowed
with this contract in any manner whatsoever without obtaining
prior permission of the President and if the Contractor is found to
have contravened this provision it will constitute a breach of
contract and administration will be entitled to terminate the
contract and forfeit his Performance Guarantee as well as
Security Deposit.

Page 25 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

The tenderers shall submit a copy of certificate stating that all


their statements/documents submitted along with bid are true
and factual. Standard format of certificate to be submitted by
the bidder is enclosed as Annexure-V. In addition to Annexure-V,
in case of other than company/proprietary firm, Annexure-V(A)
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 be . Non
submission of a copy of certificate 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 / digitally signed by
which they/he are/is qualifying the Qualifying Criteria mentioned
in the Tender Document. (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
31 required by the Railway, make available all such information, No No Not Allowed
evidence and documents as may be necessary for such
verification. Any such verification or lack of such verification, by
the Railway shall not relieve the bidder of its obligations or
liabilities hereunder nor will it affect any rights of the Railway
there under. (vi) (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 up to two 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. 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 up to
two years.
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,
32 No No Not Allowed
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.(The certificate is to be given by each
member of JV or partners of partnership firm/LLP/etc,.)
Advance Correction slip No.03 of GCC-2022.Para 11(vi) (a) &
11(vi) (b) Part I of GCC shall be read as under:vi.(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 two years. vi(b)
33 In case of any information submitted by tenderer is found to be No No Not Allowed
false, forged or incorrect after the award of contract, 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 two years.
Advance Correction slip No.03 of GCC-2022.Para 17.12, Part I of
GCC shall be read as under: Authorized Member - Joint Venture
members in the JV MoU shall authorize Lead member on behalf
of the Joint Venture to deal with the Contract, sign the
agreement or enter into contract in respect of the said tender, to
34 No No Not Allowed
receive payment, to witness joint measurement of work done, to
sign measurement books and similar such action in respect of
the said tender/contract. All notices/correspondences with
respect to the contract would be sent only to this authorized
member of the JV
Maintenance Period for the work is 06 (Six) months i.e. from
35 No No Not Allowed
date of issue of "Completion Certificate" by the Engineer.
A document has attached in the tender documents for
protection of cables during execution of work named as
36 No No Not Allowed
"Guidelines for Protection of Cables". Hence, tenderer (s) please
note.

Page 26 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

A document available in documents named as "Locations" for


37 execution of work at the required locations accordingly. Hence, No No Not Allowed
tenderer (s) please note.
As per Railway Board letter No: 2017/Trans/01/Policy, DT:
08.02.2018 if Multiple L-1: In case of more than one L-1 bidders,
tender may be awarded to tenderer having higher Bid Capacity.
In case Bid Capacity is also the same, tenderer having done
38 more value of similar work in last three previous financial years No No Not Allowed
and the current financial year up to the date of opening of the
tender, may be selected for the award. Instructions with respect
to Bid Capacity will follow. Hence, The Tenderer(s) shall furnish
the details as per Annexure-VI.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Railway BFRs will be arranged free of cost for transportation of
contractors materials connected to this work from the nearest
1 No No Not Allowed
Railway station to site of work where approach roads are not
available on certification of ADEN concerned.
The quantities specified in the tender schedule are only
2 No No Not Allowed
approximate and liable to vary.
(i) Contractor is to abide by the provisions of various labour laws
in terms of above clause 54, 55, 55-A and 55-B of Indian
Railways Standard General Conditions of Contract. In order to
ensure the same, an application has been developed and hosted
on website 'www.shramikkalyan.indianrailways.gov.in'.
Contractor shall register his firm/company etc. and upload
requisite details of labour and their payment in this portal. These
details shall be available in public domain. The Registration/
updation of Portal shall be done as under: (a) Contractor shall
apply for onetime registration of his company/firm etc. in the
Shramikkalyan portal with requisite details subsequent to issue
of Letter of Acceptance. Engineer shall approve the contractor's
registration in the portal within 7 days of receipt of such request.
(b) Contractor once approved by any Engineer, can create
password with login ID (PAN No.) for subsequent use of portal for
all Letter of Acceptances (LoAs) issued in his favour. (c) The
contractor once registered on the portal, shall provide details of
his Letter of Acceptances (LoAs) / Contract Agreements on
3 shramikkalyan portal within 15 days of issue of any LoA for No No Not Allowed
approval of concerned Engineer. Engineer shall update (if
required) and approve the details of LoA filled by contractor
within 7 days of receipt of such request. (d) After approval of LoA
by Engineer, contractor shall fill the salient details of contract
labours engaged in the contract and ensure updating of each
wage payment to them on shramikkalyan portal on monthly
basis. (e) It shall be mandatory upon the contractor to ensure
correct and prompt uploading of all salient details of engaged
contractual labour & payments made thereof after each wage
period. (ii) While processing payment of any 'On Account Bill' or
'Final Bill' or release of 'Advances' or 'Performance Guarantee /
Security deposit', contractor shall submit a certificate to the
Engineer or Engineer's representatives that "I have uploaded the
correct details of contract labours engaged in connection with
this contract and payments made to them during the wage
period in Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till ____Month,
____Year."

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 27 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Clause 10.1 of GCC-2022 Part-I :Technical Eligibility Criteria: (a)


The tenderer must have successfully completed or substantially
completed any one of the following categories of work(s) 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 costing not less than the amount
equal to 60% of advertised value of the tender. (b) (1) In case of
tenders for 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 one of
the following categories of work(s) 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 Allowed
1 No No
shall be clearly pre-defined with estimated tender cost of it, as (Mandatory)
part of the tender documents without any ambiguity. (b) (3) To
evaluate the technical eligibility of tenderer, only components of
work as stipulated in tender documents for evaluation of
technical eligibility, shall 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 General Conditions of Contractor
through subcontractor fulfilling the requirements as per clause 7
of the Standard General Conditions of Contract 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 f o l l o w s : 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.

Page 28 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

In continuation to 10.1(b) (3) : 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 General Conditions of Contract, with prior approval of
Chief Engineer in writing. Note for Item 10.1: 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
Allowed
2 financial year, listed on National Stock Exchange or Bombay Yes Yes
(Mandatory)
Stock Exchange, incorporated/registered at least 5 years prior to
the date of closing of tender, shall also be considered provided
the work experience certificate has been issued by a person
authorized by the Public listed company to issue such
certificates. In case tenderer submits work experience certificate
issued by public listed company, the tenderer shall also submit
along with work experience certificate, the relevant copy of work
order, bill of quantities, bill wise details of payment received
duly certified by Chartered Accountant, TDS certificates for all
payments received and copy of final/last bill paid by company in
support of above work experience certificate.
The tenderers shall submit a copy of certificate stating that all
their statements/documents submitted along with bid are true
and factual. Standard format of certificate to be submitted by
the bidder is enclosed as Annexure-V. In addition to Annexure-V,
in case of other than company/proprietary firm, Annexure-V(A)
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 be . Non
submission of a copy of certificate 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 / digitally signed by
which they/he are/is qualifying the Qualifying Criteria mentioned
in the Tender Document. (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
Allowed
3 required by the Railway, make available all such information, Yes Yes
(Mandatory)
evidence and documents as may be necessary for such
verification. Any such verification or lack of such verification, by
the Railway shall not relieve the bidder of its obligations or
liabilities hereunder nor will it affect any rights of the Railway
there under. (vi) (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 up to two 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. 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 up to
two years.

Page 29 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

Advance Correction slip No.03 of GCC-2022.Para 15 Part I of GCC


shall be read as under: The tenderer whether sole proprietor / a
company or a partnership firm/registered society / registered
trust / HUF/LLP etc if they want to act through aban agent or
individual partner(s), should submit along with the tender, a
copy of power of attorney duly stamped and authenticated by a
Notary Public or by Magistrate in favour of the specific person
whether he/they be partner(s) of the firm or any other person,
specifically authorizing him/them to sign the tender, submit the
tender and further to deal with the Tender/ Contract up to the
stage of signing the agreement except in case where such
specific person is authorized for above purposes through a
provision made in the partnership deed / Memorandum of
Understanding / Article of Association /Board resolution, failing Allowed
4 Yes Yes
which tender shall be summarily rejected. A separate power of (Mandatory)
attorney duly stamped and authenticated by a Notary Public or
by Magistrate in favour of the specific person whether he/they
be partner(s) of the firm or any other person, shall be submitted
after award of work, specifically authorizing him/them to deal
with all other contractual activities subsequent to signing of
agreement, if required. Note: A Power of Attorney executed and
issued overseas, the document will also have to be legalized by
the Indian Embassy and notarized in the jurisdiction where the
Power of Attorney is being issued. However, the Power of
Attorney provided by Bidders from countries that have signed
the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming
Appostille certificate.

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 accepted General Conditions of the Contract (GCC) -2022
2 along with all corrections slips from time to time is applicable to No No Not Allowed
this contract.
I/We have read the various Special conditions attached and
3 referred letters like RDSO's & Railway Board's, in this tender No No Not Allowed
document and I/We agree to abide by the said conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 BidcapacityAnnexureVIofGCC2022.pdf Annexure VI
2 PVCClauseGCCcorrectionslip1.pdf PVC clause
3 GCC-2022-ACS-1to08.pdf GCC correction Slips 01 to 08
4 TenderFormFirstSheet.pdf Tender Form First Sheet
5 SpecialConditionsforCivilWorks.pdf Special conditions for civil works
6 ANNUALCONTRACTUALTURNOVERDATA.pdf ANNEXURE VI B
Boardletter-GraduateEngineer-
7 Deployment of qualified engineers at work site
DiplomaEngineer.pdf
8 GCC-2022.pdf GCC 2022
9 SpecialConditionCementandSteel.pdf Cement and Steel Conditions
10 Anx-I-GuaranteeBond_1.pdf GUARANTEE BOND
11 InstructionstotheTenderer_2.pdf Instructions to tenderers
12 EFTFORM.pdf EFT FORM
13 BIDSECURITYBGBOND_1.pdf ANNEXURE VI A
14 Locations-02-2025.pdf Locations
15 Annexure-VandAnnexure-VA.pdf Annexure V and VA
JPO-Circular-
16 Guidelines for Protection of Cables
GuidelinesforprotectionofCables.pdf

Page 30 of 31 Run Date/Time: 07/01/2025 18:33:10


WALTAIR DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eT-Central-WAT-02-2025 Closing Date/Time: 31/01/2025 15:00

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: BIJENDRA MEENA

Designation : Sr.DEN Central/WAT.

Page 31 of 31 Run Date/Time: 07/01/2025 18:33:10

You might also like