0% found this document useful (0 votes)
106 views25 pages

NIT-Mutation - KGP

The Kharagpur Division of the South Eastern Railway is inviting e-tenders for the mutation of railway land in the Santragachi-Amta section, with a closing date of 27/02/2025 at 15:00. The total advertised value of the tender is ₹4,675,000, and the work includes the survey and supply of boundary maps along with the acquisition of ownership papers. Bidders must comply with GST regulations and are required to submit their bids electronically, as manual offers will not be accepted.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
106 views25 pages

NIT-Mutation - KGP

The Kharagpur Division of the South Eastern Railway is inviting e-tenders for the mutation of railway land in the Santragachi-Amta section, with a closing date of 27/02/2025 at 15:00. The total advertised value of the tender is ₹4,675,000, and the work includes the survey and supply of boundary maps along with the acquisition of ownership papers. Bidders must comply with GST regulations and are required to submit their bids electronically, as manual offers will not be accepted.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 25

KHARAGPUR DIVISION-ENGG/SOUTH

EASTERN RLY TENDER


Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

SR.DEN/CO acting for and on behalf of The President of India invites E-Tenders against Tender No E-
KGP-EAST-12- 2025 Closing Date/Time 27/02/2025 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

Mutation of Railway land, duly converting the ownership details, survey of


mutated Railway land and supply of Railway land boundary maps in
Name of Work
Kharagpur division at Santragachi-Amta section on Howrah district under
the jurisdiction of ADEN/SRC. (1st phase)
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet
System
Tender Closing Date Time Of Uploading
27/02/2025 15:00 06/02/2025 12:10
Date Time Tender
Pre-Bid Conference Pre-Bid Conference
No Not Applicable
Required Date Time
Advertised Value 4675000.00 Tendering Section DEN E
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 93500.00 Validity of Offer ( Days) 60
Tender Doc. Cost 0.00 Period of Completion 18 Months
(Rs.)
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 13/02/2025
Number of JV Member
Are JV allowed to bid No 0
Allowed
Are Consortium Number of Consortium
No 0
allowed to bid Member Allowed
Ranking Order For Lowest to Highest Expenditure Type Revenue
Bids

2. SCHEDULE

S.No. Ite Ite Qty Uni Basic Escl. Amount Bidding


m m Unit t Value (%) Unit
Cod Qt Rat
e y e
Above/
Schedule () A-Execution of all works covered under Schedule-A 4675000.00
Below/Pa
r
Please see Item Breakup for details. 4675000.0 AT 4675000.00
1 0 Par
Description:- Mutation of Railway land with all acquisition papers.

3. ITEM BREAKUP

Schedu Schedule A-Execution of all works covered under Schedule-A


le
Item- 1 Mutation of Railway land with all acquisition papers.
S No. Ite Description of Item Unit Qty Rate Amount
m
No

Page 1 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

1 1 Supplying and carry out Mutation Process of all Each 275.0 17000.0 4675000.0
Acquired Railway land along with all 0 0 0
Acquisition Papers/ownership papers from
each respective Departments/offices of States,
Procuring of ownership papers from concerned
City Survey Offices/Tehsil Office of Concerned
District which shown in Favour of Railways,
Converting of Old Railway names as BNR etc.
in revenue records as Indian Railway/South
Eastern Railway, Collection of All records of
right of Railway land available with State
Government Department/offices, collection of
mouja maps of different location, Carry out
survey of mutated land and provide Railway
land boundary maps in hardcopy and digitized
format. This item is including of GST @ 18.00%
and excluding of State Govt. land related fees.:
In Santragachi- Amta section at Howrah district
under the jurisdiction of ADEN/SRC. [Unit
'Each' = 'Per Hectare']
Total 4675000.0
0

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Commercial-Compliance

S.No Description Confirmati Remar Documen


. on ks ts
Required Allowe Uploadin
d g
Compliance with the GST Act, 2017 - Change in para (a)
1 of clause 6, part I of Indian Railway Standard General Yes Yes Not Allowed
Conditions of Contract, April'2022.
Before submitting a tender, the tenderer will be deemed
to have satisfied himself by actual inspection of the site
and locality of the works, that all conditions liable to be
encountered during the execution of the works are taken
1.1 Yes No Not Allowed
into account and that the rates he enters in the tender
forms are adequate and all inclusive to accord with the
provisions in Clause-37 of the Standard General
Conditions of Contract for the completion of works to the
entire satisfaction of the Engineer.
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)/
1.2 respective state's State Goods and Services Tax Act Yes No Not Allowed
(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.
The successful tenderer who is liable to be registered
under CGST/IGST/UTGST/SGST Act shall submit GSTIN
along with other details required under
1.3 CGST/IGST/UTGST/SGST Act to railway immediately after Yes No Not Allowed
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.
In case the successful tenderer is not liable to be
registered under CGST/IGST/UTGST/ SGST Act, the railway
1.4 shall deduct the applicable GST from his/their bills under Yes No Not Allowed
reverse charge mechanism (RCM) and deposit the same
to the concerned authority.
All the bidders / tenderers should ensure that they are
2 No No Not Allowed
GST compliant and their quoted rates are as per GST law.
Tender value is inclusive of GST. Agencies must quote
3 Yes No Not Allowed
their rates including GST.
Page 2 of Run Date/Time: 06/02/2025
25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

In the instant tender GST is applicable at rate of


3.1 Yes No Not Allowed
Eighteen percent (18%).
However, inter se ranking will be done on the quoted
3.2 Yes No Not Allowed
value including GST applicable on the date of opening.

In case of increase or decrease in GST rate, same will be


4 either paid by railway or recovered from the agency as Yes No Not Allowed
the case may be.
Please enter the percentage of local content in the
material being offered. Please enter 0 for fully imported
Allowed
5 items, and 100 for fully indigenous items. The definition No Yes
(Optional)
and calculation of local content shall be in accordance
with the Make in India policy as incorporated in the tender
conditions.

General Instructions

S.No. Description Confirmati Remar Documen


on ks ts
Required Allowe Uploadin
d g
EPF and ESI registration would be mandatory wherever
applicable and documents towards EPF and ESI
registration shall be submitted before execution of the
agreement failing which contract will be terminated. The
1 labours deployed by the contractor for the entire work No No Not Allowed
should have individual Bank account in the their own
name. The payment to the labour by the contractor
should as far as possible be made through bank
accounts of the individual labour as per the latest
minimum wages issued from Chief labour commissioner
(C).
The drawings for the works can be seen in the office of
2 the Divisional Railway Manager/ Engineering /South No No Not Allowed
Eastern Railway/Kharagpur at any time during office
hours.
The Railway reserves the right of not to invite tenders
for any of the railway work or works or to invite open or
3 limited tenders and when tenders are called, to accept a No No Not Allowed
tender in whole or in part or reject any tender or all
tenders without assigning reasons for such action.
In terms of provisions of new clause 26A.1 to the
General Conditions of Contract, contractor shall also
employ following Qualified Engineers during execution
of the allotted work:- a. Cost of work Rs.200 Lakhs
and above- One Graduate Engineer. b.Cost of work
more than Rs.25 Lakhs but less than Rs.200 Lakhs- One
Diploma Holder Engineer. Note:- Track related
contractual works of values as specified in para-b,
individuals having Diploma in Railway Engineerig
4 No No Not Allowed
awarded by IPWE- India shall also be considered as
qualified Diploma Holder Engineers and contractors for
track contract works can employ such individuals at
their worksite on Indian Railway vide Rly. Bds letter No.
2012-CE-I-CT-O-20, Dt- 12.07.2013. In case the
contractor fails to employ the Qualified Engineer, as
aforesaid in para above, he or him in terms of provisions
of clause 26A.2 to the General Conditions of Contract,
shall be liable to pay an amount of Rs.40,000 and
Rs.25,000 for each month or part thereof for the default
period for the provisions as mentioned in para-a and b
above respectively.

Page 3 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

[Clause 55 of GCC April'2022] Provisions of Payments of


Wages Act: The Contractor shall comply with the
provisions of the Payment of Wages Act, 1936 and the
rules made thereunder in respect of all employees
employed by him either directly or through petty
Contractors or sub-contractors in the works. If in
compliance with the terms of the contract, the
Contractor directly or through petty Contractors or sub-
contractors shall supply any labour to be used wholly or
partly under the direct orders and control of the
Engineer whether in connection with the works to be
executed hereunder or otherwise for the purpose of the
5 Engineer, such labour shall nevertheless be deemed to No No Not Allowed
comprise persons employed by the Contractor and any
moneys which may be ordered to be paid by the
Engineer shall be deemed to be moneys payable by the
Engineer on behalf of the Contractor and the Engineer
may on failure of the Contractor to repay such money to
the Railways deduct the same from any moneys due to
the Contractor in terms of the contract. The Railway
shall be entitled to recover the same from Contractor's
bills/Security Deposit or any other dues of Contractor
with the Government of India all moneys paid or payable
by the Railway by way of compensation of aforesaid or
for costs of expenses in connection with any claim
thereto and the decision of the Engineer upon any
question arising out of the effect or force of this Clause
shall be final and binding upon the Contractor.
55-A. Provisions of Contract Labour (Regulation and
Abolition) Act, 1970: 55-A.(1) The Contractor shall
comply with the provision of the contract labour
(Regulation and Abolition) Act, 1970 and the Contract
labour (Regulation and Abolition) Central Rules 1971 as
modified from time to time, wherever applicable and
shall also indemnify the Railway from and against any
claims under the aforesaid Act and the Rules. 55-A.
(2) The Contractor shall obtain a valid license under the
aforesaid Act as modified from time to time before the
commencement of the work and continue to have a
valid license until the completion of the work. Any failure
to fulfill the requirement shall attract the penal provision
of the Act. 55-A.
(3) The Contractor shall pay to the labour employed by
him directly or through subcontractors the wages as per
provision of the aforesaid Act and the Rules wherever
applicable. The Contractor shall notwithstanding the
provisions of the contract to the contrary, cause to be
paid the wages to labour, indirectly engaged on the
works including any engaged by sub- contractors in
connection with the said work, as if the labour had been
immediately employed by him. 55-A.(4) In respect of all
5.1 labour directly or indirectly employed in the work for No No Not Allowed
performance of the Contractor's part of the contract, the
Contractor shall comply with or cause to be complied
with the provisions of the aforesaid Act and Rules
wherever applicable. 55-A.(5) In every case in which, by
virtue of the provisions of the aforesaid Act or the rules,
the Railway is obliged to pay any amount of wages to a
workman employed by the Contractor or his
subcontractor in execution of the work or to incur any
expenditure on account of the contingent, liability of the
Railway due to the Contractor's failure to fulfill his
statutory obligations under the aforesaid Act or the
rules, the Railway will recover from the Contractor, the
amount of wages so paid or the amount of expenditure
so incurred and without prejudice to the rights of the
Railway under the Section 20, Sub-Section
(2) and Section 2, Sub-Section (4) of the aforesaid Act,
the Railway shall be at liberty to recover such amount or
part thereof from Contractor's bills/Security Deposit or
any other dues of Contractor with the Government of
India. The Railway shall not be bound to contest any
claim made against it under Sub-Section (1) of Section
Page 4 of Run Date/Time: 06/02/2025
25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

20 and Sub-Section (4) of Section 21 of the aforesaid Act


except on the written request of the Contractor and
upon his giving to the Railway full security for all costs
for which the Railway might become liable in contesting
such claim. The decision of the Chief Engineer regarding
the amount actually recoverable from the Contractor as
stated above shall be final and binding on the
Contractor.

55-B.Provisions of Employees Provident Fund and


Miscellaneous Provisions Act, 1952:The Contractor
shall comply with the provisions of Para 30 & 36-B of the
Employees Provident Fund Scheme, 1952; Para 3 & 4 of
Employees' Pension Scheme, 1995; and Para 7 & 8 of
5.2 No No Not Allowed
Employees Deposit Linked Insurance Scheme, 1976; as
modified from time to time through enactment of
"Employees Provident Fund & Miscellaneous Provisions
Act, 1952", wherever applicable and shall also indemnify
the Railway from and against any claims under the
aforesaid Act and the Rules.
55-C (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 the 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/ updationin 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
5.3 registered on the portal, shall provide details of his No No Not Allowed
Letter of Acceptances (LoAs) / Contract Agreements on
shramikkalyan portal within 15 days of issue of any LoA
for 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."

Page 5 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Order of Precedence of Documents: In a contract


agreement, in case of any difference, contradiction,
discrepancy, with regard to conditions of tender/contract,
specifications, drawings, Bill(s) of Quantities etc., forming
part of the tender/contract, the following shall be the order
of precedence:
i. Letter of Award/Acceptance(LOA) ii. Bill(s) of Quantities
iii. Special Conditions of Contract iv. Technical
Specifications as given in tender documents v. Drawings
vi. Indian Railways Standard General Conditions of
Contract updated with correction slips issued up to date of
inviting tender or as otherwise specified in the tender
documents. vii. Indian Railways Unified Standard
6 Specification (IRUSS-2019) updated with correction slips No No Not Allowed
issued up to date of inviting tender or as otherwise
specified in the tender documents, if applicable in the
contract. viii. CPWD Specifications 2019 Vol I & II updated
with correction slips issued up to date of inviting tender or
as otherwise specified in the tender documents, if
applicable in the contract. ix. Indian Railways Unified
Standard Specifications (Works and Material) 2010
updated with correction slips issued up to date of inviting
tender or as otherwise specified in the tender
documents, if applicable in the contract. x. IR
Specifications/Guidelines updated with correction slips
issued up to date of inviting tender or as otherwise
specified in the tender documents. xi. Relevant B.I.S. Codes
updated with correction slips issued up to date of
inviting tender or as otherwise specified in the tender
documents.
Interpretation: These Instructions to Tenderers shall be
read in conjunction with the Standard General Conditions of
Contract which are referred to herein and shall be
7 No No Not Allowed
subject to modifications additions or suppression by
Special Conditions of Contract and/or Special
Specifications, if any, annexed to the Tender Forms.
Omissions & Discrepancies: Should a tenderer find
discrepancies in or omissions from the drawings or any
of the Tender Forms or should he be in doubt as to their
meaning, he should at once notify the authority inviting
tenders. The tender inviting authority may, if deemed
8 necessary, clarify the same to all tenderers. It shall be No No Not Allowed
understood that every endeavour has been made to
avoid any error which can materially affect the basis of
tender and successful tenderer shall take upon himself
and provide for the risk of any error which may
subsequently be discovered and shall make no
subsequent claim on account thereof.
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
9 conditions of tender. The Bid Security shall be as under: No No Not Allowed
For works estimated to cost up to Rs.1 crore: 2% of the
estimated cost of the work and For works estimated to
cost more than Rs.1 crore: Rs.2 lakh plus ½% (half
percent) of the excess of the estimated cost of work
beyond Rs.1 crore subject to a maximum of Rs.1 crore.
Note: (i) The Bid Security is rounded off to the nearest
100. (ii) Any firm recognized by Department of Industrial
Policy and Promotion (DIPP) as 'Startups' shall be
exempted from payment of Bid Security detailed above.
9.1 Proper documents in this regards shall have to be No No Not Allowed
submitted by the tenderer during his bid. (iii) Labour
Cooperative Societies shall submit only 50% of above
Bid Security detailed above. Proper documents in this
regards shall have to be submitted by the tenderer
during his bid.
(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
9.2 No No Not Allowed
Page 6 of Run Date/Time: 06/02/2025
25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

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
9.3 No No Not Allowed
Contract. The Bid Security of other Tenderers shall, save
as herein before provided, be returned to them, but the
Railway shall not be responsible for any loss or
depreciation that may 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
9.4 No No Not Allowed
India or as mentioned in tender documents. The Bank
Guarantee bond shall be as per Annexure-VIA of GCC
April'2022 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 by whom the tender has been invited 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
9.5 Security shall remain valid for a period of 90 days No No Not Allowed
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. 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
premature opening of the contents of the Bid
submitted and consequent losses, if any, suffered by
the Bidder.
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
10 by the Railway shall not be entertained or considered. No No Not Allowed
The Railway request for clarification and the response of
the 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.

Page 7 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Execution of Contract Document: The Tenderer whose


tender is accepted shall be required to appear in person
at the office of General Manager/General Manager
(Construction), Chief Administrative Officer
(Construction), Divisional Railway Manager or concerned
Engineer, as the case may be, or if tenderer is a firm or
corporation, a duly authorized representative shall
appear (there would be no need for appear in person if
agreement is signed digitally) and execute the contract
agreement within seven days of notice from Railways
11 that the Contract Agreement is ready. Failure to do so No No Not Allowed
shall constitute a breach of the agreement affected by
the acceptance of the tender. The Contract Agreement
shall be entered into by Railway only after submission of
valid Performance Guarantee by the Contractor. In such
cases the Railway may determine that such tenderer
has abandoned the contract and there upon his tender
and acceptance thereof shall be treated as cancelled
and the Railway shall be entitled to forfeit the full
amount of the Bid Security and other dues payable to
the Contractor under this contract. The failed Contractor
shall be debarred from participating in the re-tender for
that work.
The Tenderer(s) shall keep the offer open for a minimum
period of 60 days (in case of two packet system of
tendering 90days) from the date of closing of the
Tender. It is understood that the tender documents have
been issued to the Tenderer(s) and the Tenderer(s), is /
are permitted to tender in consideration of the
stipulation on his / their part that after submitting his /
12 No No Not Allowed
their tender subject to the period being extended
further, if required by mutual agreement from time to
time, he will not resile from his offer or modify the terms
and conditions thereof in a manner not acceptable to
Railway. Should the tenderer fail to observe or comply
with the foregoing stipulation, the amount deposited or
Bank guarantee bond submitted as Bid Security for the
due performance of the above stipulation, shall be
forfeited to the Railway.
Rights of the Railway to deal with Tender: The authority
for the acceptance of the tender will rest with the
Railway. It shall not be obligatory on the said authority
13 to accept the lowest tender or any other tender, and No No Not Allowed
tenderer(s) shall neither demand any explanation for the
cause of rejection of his/ their tender nor the Railway to
assign reasons for declining to consider or reject any
particular tender or tenders.
If the tenderer(s) deliberately gives / give wrong
information in his / their tender or creates / create
14 No No Not Allowed
circumstances for the acceptance of his / their tender, the
Railway reserves the right to reject such tender at any
stage.
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
15 No No Not Allowed
retains its character as per 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 8 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Credentials if submitted in foreign currency shall be


converted into Indian currency i.e., Indian Rupee as
under: The conversion rate of US Dollars into Rupees
shall be the daily representative exchange rates
published by the Reserve Bank of India or entity
authorized by RBI to do so for the relevant date or
immediately previous date for which rates have been
published. Where, relevant date shall be as on the last
16 No No Not Allowed
day of month previous to the one in which tender is
invited. In case of any other currency, the same shall
first be converted to US Dollars as on the last day of
month previous to the one in which tender is invited,
and the amount so derived in US Dollars shall be
converted into Rupees at the aforesaid rate. The
conversion rate of such currencies shall be the daily
representative exchange rates published by the
International Monetary Fund for the relevant date or
immediately previous date for which rates have been
published.
The Railway reserves the right to verify all statements,
information and documents submitted by the bidder in
his tender offer, and the bidder shall, when so required
by the Railway, make available all such information,
17 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.
(a) In case of any information submitted by tenderer is
found to be false, forged or incorrect at any time during
process for evaluation of tenders, it shall lead to
forfeiture of the tender Bid Security besides banning of
business for a period of upto five years. (b) In case of
any information submitted by tenderer is found to be
18 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 five years.
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. The tenderer(s) shall
19 No No Not Allowed
enclose the attested copies of the 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.
20 Following documents shall be submitted by the tenderer: No No Not Allowed
(a) Sole Proprietorship Firm: All documents in terms
20.1 No No Not Allowed
eligibility criteria required for this instant tender.
(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
20.2 No No Not Allowed
Family (HUF) and he has the authority, power and
consent given by other members to act on behalf of
HUF. (ii) All documents in terms eligibility criteria
required for this instant tender.
(c) Partnership Firm: (i) A notarized copy of the
Partnership Deed or a copy of the Partnership deed
registered with the Registrar. (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 the partnership firm that
20.3 they are not blacklisted or debarred by Railways or any No No Not Allowed
other Ministry / Department of the Govt. of India from
participation in tenders / contracts as on the date of
Page 9 of Run Date/Time: 06/02/2025
25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

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 documents in terms eligibility criteria
required for this instant tender.

Page 10 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

1. The Partnership Firms participating in the tender should


be legally valid under the provisions of the Indian
Partnership Act. 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
20.3.1 No No Not Allowed
partnership deed should have been notarized as per the
Indian Partnership Act, prior to submission of tender. 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.
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
20.3.2 partners as that in the Partnership Deed. Failure to No No Not Allowed
observe this requirement shall 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.

Page 11 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

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. 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
20.3.3 authorized partner (s) shall not be considered. 7. On No No Not Allowed
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. 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.
Evaluation of eligibility of a partnership firm: Technical
and financial eligibility of the firm shall be adjudged
20.3.4 No No Not Allowed
based on satisfactory fulfillment of the eligibility criteria
laid as above for the instant tender.
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 non-execution of the contract or part thereof. (b)
Duration of the partnership deed and partnership firm
20.3.5 No No Not Allowed
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.
(d) Joint Venture (JV): The below mentioned documents
20.4 No No Not Allowed
to be enclosed by the JV along with the tender:
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
20.4.1 on behalf of the partnership firm and create liability No No Not Allowed
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

Page 12 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Contract.

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
20.4.2 No No Not Allowed
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.
3. In case one 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
20.4.3 Association) of the company (iii) A copy of Certificate of No No Not Allowed
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.
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
20.4.4 No No Not Allowed
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.
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
20.4.5 Memorandum of Association of Society/Trust Deed (iii) A No No Not Allowed
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.
In addition to all documents as mentioned in para 20.4.1
to 20.4.5, all documents in terms eligibility criteria
required for this instant tender. Note: A Power of
Attorney executed and issued overseas, the document
will also have to be legalized by the Indian Embassy
20.4.6 No No Not Allowed
and notarized in the jurisdiction where the Power of
Attorney is being used. However, the Power of Attorney
provided by the 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 13 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Credentials & Qualifying Criteria: Technical, financial


eligibility and Bid capacity of the JV shall be adjudged
based on satisfactory fulfillment of the following criteria: 1.
Technical Eligibility Criteria: The technical eligibility for the
work as said 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 as said
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. Value of a
20.4.7 completed work done by a Member in an earlier JV shall No No Not Allowed
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. 2.
Financial Eligibility Criteria: The JV shall satisfy the
requirement of "Financial Eligibility" mentioned as above.
The "financial capacity" of the lead member of JV shall
not be less than 51% of the financial eligibility criteria
mentioned as 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 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.
3. Bid Capacity: The JV shall satisfy the requirement of
"Bid Capacity" requirement mentioned as above. The
20.4.8 No No Not Allowed
arithmetic sum of individual "Bid capacity" of all the
members shall be taken as JV's "Bid Capacity" to satisfy
this requirement.

Page 14 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Participation of Joint Venture(JV) in Works Tender: This


para shall be applicable for works tenders:
1. Separate identity/name shall be
given to the Joint Venture. 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%. 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. 4. The tender form
shall be purchased and submitted only in the name of
the JV and not in the 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. 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
20.4.9 MOU irrespective of their share in the JV if the JV has not No No Not Allowed
been constituted legally till the date of submission of
tender. 6. A copy of Memorandum of Understanding (MoU)
duly executed by the JV members on a stamp paper, shall
be submitted by the JV along with 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. 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. 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. 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. 10. On award of contract to a JV, a single
Performance Guarantee shall be submitted by the JV as 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.

Page 15 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

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
20.4.1 liable to be terminated. In case contract is terminated No No Not Allowed
0
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 documents, shall have, inter-alia, following
Clauses: 11.1 Joint 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. 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. 11.3
Governing Laws - The Registered Entity shall in all
respect be governed by and interpreted in accordance
with Indian Laws.
12. 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 receive payment, to witness joint
measurement of work done, to sign measurement books
20.4.1 No No Not Allowed
and similar such action in respect of the said
1
tender/contract. All notices/correspondences with
respect to the contract would be sent only to this
authorized member of the JV. 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.
(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
20.5 Authorization/Power of Attorney issued by the Company No No Not Allowed
(backed by the resolution of Board of Directors) in favour
of the individual to sign the tender on behalf of the
company and create liability against the company. (iv)
All documents in terms eligibility criteria required for this
instant tender.
(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
20.6 No No Not Allowed
/ 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. Concealment /
wrong information in regard to above shall make the

Page 16 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

contract liable for determination under Clause 62 of the


Standard General Conditions of Contract. (v) All
documents in terms eligibility criteria required for this
instant tender.

(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
20.7 Attorney in favour of the individual to sign the tender No No Not Allowed
documents and create liability against the Society/Trust.
(iv) A copy of Rules & Regulations of the Society (v) All
documents in terms eligibility criteria required for this
instant tender.
If it is NOT mentioned in the submitted tender that tender
is being submitted on behalf of a Sole Proprietorship firm /
21 Partnership firm / Joint Venture / Registered Company No No Not Allowed
etc., then the tender shall be treated as having been
submitted by the individual who has signed the tender.
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 neither
22 asked nor considered, if submitted. Further, no suo No No Not Allowed
moto 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.
A tender from JV shall be considered only where
23 No No Not Allowed
permissible as per the tender conditions.
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,
24 No No Not Allowed
however, recognize such power of attorney and changes
after obtaining proper legal advice, the cost of which will
be chargeable to the Contractor.
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
25 partnership deed / Memorandum of Understanding / No No Not Allowed
Article of Association /Board resolution, failing which
tender shall be summarily rejected. A separate 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, 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.
General conditions of contract and specifications for
materials and works are laid down in the South Eastern
Railway Unified Standard Schedule of rates -2010 Works
materials , Indian Railways Unified Standard

Page 17 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Specifications Works materials Volume-I Volume-II of


26 2010 and S.E.Railway Standard General Conditions of No No Not Allowed
contract-2022 with upto date correction slip which can
be seen at the office of the Divl. Rly. Manager / Engg.
/S.E.Rly/ Kharagpur as the same are binding on the
contract and shall form part and parcel of the contract
unless otherwise stated in the special condition and
specifications in the tender papers.
Price Variation Clause (PVC) shall be applicable only in
27 No No Not Allowed
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)
Materials supplied by Railway to the Contractors, either
27.1 No No Not Allowed
free or 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).
If any discrepancy arises between special conditions of
contract and CPWD DSR-2021, CPWD Horticulture-2020
and SER-IR-USSOR-2021, Indian Railways Unified
28 No No Not Allowed
Standard Specifications- Works and Materials -2010 and
S.E.Railway Standard GCC-2022 with updated correction
slips, in such case the decision of DRM-Engg or PCE,SER
will be final and binding.
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% per
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
29 No No Not Allowed
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 following forms, amounting
to 5% of the original contract value:- (i)A deposit of
Cash; (ii)Irrevocable Bank Guarantee; (iii)Insurance
Surety Bond as per Annexure-XVII. Note: 1.The provision
of Insurance Surety Bond shall be for all contracts
having DOC within 36 months only. 2.In case DOC
extends beyond 36 months, fresh Insurance Surety
Bond or any other form of Performance Guarantee
prescribed in GCC for the balance amount shall be
submitted by agency, otherwise necessary action will be
29.1 No No Not Allowed
taken as per terms of Agreement. (iv)Government
Securities including State Loan Bonds at 5% below the
market value; (v)Pay Orders and Demand Drafts
tendered by any Scheduled Commercial Bank of India;
(vi)Guarantee Bonds executed or Deposits Receipts
tendered by any Scheduled Commercial Bank of India;
Page 18 of Run Date/Time: 06/02/2025
25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

(vii)Deposit in the Post Office Saving Bank; (viii)Deposit


in the National Savings Certificates; (ix)Twelve years
National Defence Certificates; (x)Ten years Defence
Deposits; (xi)National Defence Bonds and (xii)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
29.2 Contractor has completed the work in all respects No No Not Allowed
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.
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
30 retain any amount due for payment to the Contractor on No No Not Allowed
the pending "on account bills" so that the amounts so
retained (including amount 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
Page 19 of Run Date/Time: 06/02/2025
25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

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.

Special Conditions

Page 20 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

S.No Description Confirmati Remar Documen


. on ks ts
Required Allowe Uploadin
d g
In case damage is caused to OFC / Quad cable / signaling
cable during execution of the work, the contractor is liable
to pay a penalty for damaging the cable. Penalty shall not
be levied in case of the following: (i) Detailed cable route
plan not provided by concerned department or cable is
not protected as per laid down procedures, (ii) The
alignment of the cable does not tally with the information
provided to the contractor, (iii) The cable depth is found
to be less than 800 mm from normal ground level, (iv) No
1 No No Not Allowed
representative of S&T department / Rail Tel was available
at site guarding the cables on the fixed pre determined
date and time. Penalty to be imposed for damages to
cable shall be as under: (a) Only Quad cable or Signaling
cable Rs.1.00
Lakh per location, (b) Only OFC ----- Rs.1.25 Lakh per
location, (c) Both OFC & Quad ----- Rs.1.50 Lakh per
location, (d) Electrical Cable ----- Rs.1.00 Lakh per
location. (Telecom Circular No. 17/2013 issued by Railway
Board vide No. 2003/Tele/RCIL/1 Pt.IX dated 24.06.2013 is
binding to this contract and should be followed in
spirit).
One Graduate Engineer and One qualified surveyor must
2 be deputed exclusively for this contract and they must No No Not Allowed
not be engaged to supervise any other work.
3 Mutation of land is involvements of activities such as: No No Not Allowed
Already acquired plots by Railways: Revenue Map/Mouza
3.1 Map duly signed from DC/DLAO of State Govt. & Railway No No Not Allowed
i.e. the Certified Land Plan.
After Certified Land Plan, following process/documents
3.2 No No Not Allowed
are required for mutation work:
Revenue details such as Khata Number, Khatian, type of
3.2.1 land, details of Khatiyani and present Rayat including No No Not Allowed
other details from Revenue Offices and Record room etc.
Doing field/joint survey with Revenue/Railway Officials
3.2.2 No No Not Allowed
and locating Railway land boundary on ground.
Tabulation/details: Details of land/additional land acquired by
Railway according to the acquisition map with Railway in
village/mouza , Thana , Thana No. ,
3.2.3 No No Not Allowed
District
, Sl. No. , Khata No., Plot No., Name of Khatiyani
Rayat, Name of present Rayat, Total area of plot in acre,
area acquired by Railway in acre, periphery (chouhaddi),
Remarks.
Apply at DLAO/CO (Circle Officer) at Block Office: (i)
Arrange/request for joint inspection by Amin and Railway
Engineer. (ii) Amin will report to Karmachari. (iii) Karmachari
will report to circle officer for public notice then publish a
3.2.4 notice. (iv) A public notice issued from circle officer will No No Not Allowed
be pasted in locality, take receiving or photograph. (v) After
60 days circle officer will order for online mutation to
Karmachari. (vi) Circle Officer/Karmachari will give it to
Computer Operator for entry in State Govt. land portal.
IF required, contractor should mobillse to do night
working for which they will be required to have their own
4 No No Not Allowed
sufficient lighting arrangement. No extra payment will be
admissible on this account.
The Contractor with the help of his Engineer or Diploma
holder , as the case be , shall make necessary Drawings,
5 No No Not Allowed
sketches, plotting, peg markings etc. as desired by the
Engineer-in-charge. No extra cost shall be claimed on this
account.
The quantities specified in the tender schedule are
6 No No Not Allowed
only approximate and liable to vary.

Technical-Compliances

Page 21 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

S.No Description Confirmati Remar Documen


. on ks ts
Required Allowe Uploadin
d g

The tenderer 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 each member of a partnership firm/ Joint
Venture (JV)/ Hindu Undivided Family (HUF)/ Limited
Liability Partnership (LLP) etc. as the case may be. Allowed
1 No No
Non submission of above certificates(s) by the bidders (Optional)
shall result in summarily rejection of his/their bid. It
shall be mandatory 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. Format of the said Annexure-V and
Annexure-V(A) can be found vide name ACS-2 to
GCC- 2022_2022-CE-1-CT-GCC-2022-POLICY_13.12.2022
(i.e. Railway
Board's letter No. 2022/CE-l/CT/GCC-2022/Policy
Dated 13.12.2022) in attachment documents.
Tenderer has to submit declaration regarding employment/
Allowed
2 partnership etc. of retired railway employees. as per Yes No
(Optional)
attached format in document tab.
16. (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
2.1 No No Not Allowed
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 award of contract, should a
tenderer depute for execution of the 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
2.2 administered by the President of India for the time being, No No Not Allowed
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.

Page 22 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

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
2.3 partner(s)/shareholder(s) or member(s) of the family of No No Not Allowed
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 2.1, 2.2, 2.3


above has not been furnished, contract is liable to be dealt
2.4 Yes No Not Allowed
in accordance with provision of clause 62 of the Standard
General Condition of contract.
Terms and Condition mentioned in the all uploaded
3 Yes No Not Allowed
documents are applicable and binding in this contract.
The tenderer shall submit along with the tender document,
documents in support of his/their claim to fulfill the eligibility
criteria as mentioned in the tender document. Each page of
4 Yes No Not Allowed
the copy of documents/certificates in support of
credentials, submitted by tenderer, shall be
self-attested/digitally signed by the tenderer or authorised
representative of the tendering firm.
Only relevant documents should be uploaded towards
5 eligibility criteria. All documents uploaded towards Yes No Not Allowed
eligibility criteria must be legible.
When work is tendered for by a firm or company, the
Allowed
6 tender shall be signed by the individual legally authorized Yes Yes
(Optional)
to enter into commitments on their behalf.
The Railway will not be bound by any power of attorney
granted by the tenderer or by changes in the composition
of the firm made subsequent to the execution of the
6.1 No No Not Allowed
contract. It may, however, recognize such power of
attorney and changes after obtaining proper legal advice,
the cost of which will be chargeable to the Contractor.
The tenderers shall submit a copy of certificate stating
that all their statements/documents submitted alongwith
bid are true and factual. Standard format of certificate to
be submitted by the bidder is enclosed as Annexure-V in
Eligibility Criteria. Non submission of above certificate by
7 Yes Yes Not Allowed
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.
Make in India Policy: Provisions of Make in India Policy
8 2017 issued by Govt. of India, as amended from time to Yes Yes Not Allowed
time, shall be followed for consideration of tenders.
Permission to Bid for a bidder from a country which shares
Land boundary with India: Any bidder from the countries
sharing a land border with India will be eligible to bid in
any procurement of works (including turnkey projects)
only if the bidder is registered with the Competent
9 Authority. The Competent Authority for registration will be No No Not Allowed
the Registration Committee constituted by the Department
for Promotion of Industry and Internal Trade (DPIIT),
Government of India. For interpretation of this para,
Department of Expenditure, Ministry of Finance, Government
of India letter F.No.6/18/2019-PPD dated 23/07/2020 shall
be referred.
The tenderer along with his offer should submit the list of
Allowed
10 personnel / organization on hand and proposed to be No No
(Optional)
engaged for the tendered work.
The tenderer along with his offer should submit list of
Allowed
11 Plant & Machinery available on hand and proposed to be No No
(Optional)
inducted and hired for the tendered work.

Page 23 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

Incase multiple L1 is found for this instant tender then


the tender will be dealt as per Railway Board's letter No. Allowed
12 No No
2017/Trans/01/Policy dated 08.02.2018 and other guidelines (Optional)
available from time to time.
'No suo moto cognizance of any document available in
public domain (i.e., on interest etc.) or in Railway's
record/office files etc. will be taken for consideration of
12.1 No No Not Allowed
the tender, if no such mention is available in tender offer
submitted.' Tender will only be evaluated on the basis of
the documents submiteed by the tenderer during their
bids.

Undertakings

Page 24 of Run Date/Time: 06/02/2025


25 12:10:48
KHARAGPUR DIVISION-ENGG/SOUTH
EASTERN RLY TENDER
Tender No: E-KGP-EAST-12- DOCUMENT Closing Date/Time: 27/02/2025
2025 15:00

S.No Description Confirmati Remar Documen


. on ks ts
Required Allowe Uploadin
d g
I/ We have visited the works site and I / We am / are
1 No No Not Allowed
aware of the site conditions.
It shall not be obligatory on the said authority to accept
2 the lowest tender and no tenderer/ tenderers shall No No Not Allowed
demand any explanation for the cause of rejection of
his/their tender.
If the tenderer gives wrong information in its tender or
3 creates circumstances for the acceptance of its tender, No No Not Allowed
the Railway reserves the right to reject such tender at any
stage.
I/We have gone through the conditions and instructions
4 mentioned in tender and same are understood and No No Not Allowed
accepted by me/us.

6. Documents attached with tender

S.No Document Name Document Description


.
1 AnnexureVIA.pdf Annexure VIA
2 AnnexureVIB.pdf Annexure VIB
3 VENDERMANDATEFORM.pdf Vendor Mandate form
4 MinimumwagesPFESIShramikKalyanPortal.pdf Shramik Kalyan Portal
5 Annexure-II.pdf Annexure II
6 2018_CE-I_CT_9Date04_06_2018.pdf Letter of credit
7 SpecialconditionofContractforallcontract.pdf Special Condition for all contract
8 2003_Tele_RCIL_1Pt.IXdated24.06.2013.pdf Cable cutting penalty circular
9 CivilSpecialCondition.pdf Civil Special Condition
10 ACS1to9GCCApril2022.pdf ACS 1 to 9 GCC April 2022
Declaration regarding Employment of
11 CertificateofInformationregardingEmployment_2
Retired railway employee
.pdf
12 BidCapacity.pdf Bid Capacity

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: SUYASH YADAV

Designation : DEN/EAST

Page 25 of Run Date/Time: 06/02/2025


25 12:10:48

You might also like