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