0% found this document useful (0 votes)
1K views12 pages

2022 - CE-I - CT - GCC-2022Policy 14 - 07 - 2022

This document provides an advance correction slip for the Indian Railways Standard General Conditions of Contract from April 2022. It modifies two paragraphs - Paragraph 10.2 regarding financial eligibility criteria, increasing the minimum average annual contractual turnover requirement. And Paragraph 17.15.1 regarding technical eligibility criteria, modifying requirements for Joint Ventures. It also provides a new Annexure V with a format for a certificate to be submitted by the tenderer along with tender documents.

Uploaded by

tendersee00
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
1K views12 pages

2022 - CE-I - CT - GCC-2022Policy 14 - 07 - 2022

This document provides an advance correction slip for the Indian Railways Standard General Conditions of Contract from April 2022. It modifies two paragraphs - Paragraph 10.2 regarding financial eligibility criteria, increasing the minimum average annual contractual turnover requirement. And Paragraph 17.15.1 regarding technical eligibility criteria, modifying requirements for Joint Ventures. It also provides a new Annexure V with a format for a certificate to be submitted by the tenderer along with tender documents.

Uploaded by

tendersee00
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 12

7rry

ollvfIfi+r -
sTT{iI {ITiDT{ Governmentof India
ta rraraq Ministry of Railways
(tad ctd Raiiway Board)
7*
AZQCII g46
AmritMahOtSaV
srgd E6fc$q

No. 2022ICE-I/CT I GCC -2022IP olicy New Dclhi, Dated 14.07.2022

To,
As per list attached

Sub: Indian Railways Standard General Conditions of Contract, Apil-2022


(Advance Correction Slip No. 1)

Enclosed herewith please find Advance Correction Slip No. I to Indian Railways Standard
General Conditions of Contract, Apil-2022.

2) This Shall be applicable to Works Contact of Indian Railways with prospective effect.

3) This issues with concurrence of the Finance Directorate of the Ministry of Railways.

DA: As above.

h); s"\{l*
tsrffooqnvu
6T{qffio.fr t{m/fu trdt$.@l/tdailg
[Phone: 030-44803: Rly: 0l l-23383379:MTNL]
e-mail address : [email protected]

N o. 2022I CE-ll CT I GCC-2022 tP olicy New Delhi, Dated 14.07.2022

Copy forwarded for information to:

(i) The PFAs, All Indian RailwaYs.

(ii) Dy. comptroller and Auditor General of India @ailways), Room No. 224, Rail Bhawan, New
Delhi.

fi*f
For Member Finance
(Advance Correction Slip No. 1)

A. Para 10.2., Part I of GCC shall be read as under:

10.2. Finenciel Eligibility Criteria:


ThetenderermusthaveminimumaverageannualcontracfualturnoverofWffi&*ffi;where

V= Advertised value of the tender in crores of Rupees

N= Number ofyears prescribed for completion ofwork for which bids have been invited.

The average annual conaactual tumover shall be calculated qs an average of 'total contractual payments" in
the previous three financial years, as per the audited balance sheet. However, in case balance sheet of the
p.euious year is yet to be prepared/ audited, tho audited balance sheet of the fourth previous year shall be
considered for calculating average annual bontractual turnover.

The tenderers shall submit requisite information as per Annexure-MB, along with copies of Audited Balance
Sheets duly certified by the Chartered Accountant/ Certificate from Chartered Accountant duly supported by
Audited Balance Sheet

B. Para 17.15.1, Part I ofGCC shall be read as under:

17.15.1 Technical Eligibility Criteria ('a' or'b' mentioned hereunder):


(a) For Works without composite components

The technical eligibility for the work as per'para 10.1 above, shall be satisfied by either the 'w in
its own name & style' or 'Lead member of the IV'.
Each other (nonJead) membe(s) of JV, who iV are not satis$ing the technical eligibility for the
work as per para l0.l above, shall have technical capacity of minimum m of the cost of work
i.e., each nonJead 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 offfi of advertised value ofthe tender'

(b) For works *ith composite components

The technical eligibility for major comoonent of work as per para l0.l above, shall be satisfied
by
either the
.IV in its own name & style' or 'Lead member of the JV' and technical eligibility for
other comoonen{s) of work as per para 10.1 above, shall be satisfied by either the 'JV
in its own
name& style' or 'any member of the W'.
Eachother(non-lead)membe(s)ofJv,whoiVarenotsatisffingthetechnicaleligibilityforany
component of the work as per-pam l0.l above, shall have technical capacity
of minimum ffiffi of
i.e., each other (non-
the cost of any component of work mentioned in technical eligibility criteria.
lead)memberofmusthavesatisfactorilycompletedorsubstantiallycompletedduringthelast0T
one similar
(seven) years, ending last day of monlh previous to the one in which tender is invited,
in technical
,irgt" ',rorr for a mlinimum- of ffi oi cost of any compon€nt of work mentioned
eligibility criteria.

Notefor Pma 17.15.1:


having higlu*
a)Tie Maior component of the workfor this pttpose shall be the component ofwork
of work is same' any one wotk can be
value. In cases where vatue of two o'
^o'" "o*po'"nt
classiJied as Major component of work

b)VatueofacompletedworkdonebyaMemberinanearlierJVshallbereckonedonlytothe
pltpose of satisfying his/her
extent of the concemed n"^bi,, shoe in that JV for the
compliancetotheabovementionedteclmicaleligibilitycriteriainthetenderwder
consideration. ynT
6ni't
*1, ) t+'+'>v 2ottL
e. Annexure-V, Part I ofGCC shall be read as under:
AIYNEXURE-V
Reference -para 6.I of ITT
FORMAT FOR CERTIFICATE TO BE SUBIIIITTED / BY TENDERDR ALONGWTIII THE
TENDER DOCTJMENTS
I.......... :......... ................(Name and designation)a*appointed as the attorney/authorized
signatory of
the tenderer (including its constituenb),
N{/s (hereinafter called the tenderer) for the purpose ofthe Tender documents for
the work of as per the tender No.
**, do hereby solemnly alIirm and of
state on thebehalfofthetendererincluding-iiiioiii is as
under:

l. vwe the tenderer (s) am/are signing this document after carefulry reading the contents.
2' We the tendere(s) also accept all the conditions of the tender and have signed all the pages in confirmation
thereof.
3' Vwe hereby declare that Uwe have downloaded the tender documents from Indian
Railway website
wPw'ireos,sov.in . Vwe have verified the contpnt of the document from the website and
there is no addition,
no deletion or no alteration to the'content of the tender document. In case of any discrepancy
noticed at any
stage i.e. evaluation oftenders, execution of work or frral payment ofthe contract, the
master copy available
with the railway Administration shall be final and binding upon me/us.
4' awe declare and certi| that Uwe have not made any misleading or false representation in the forms,
statements and attachments in proof ofthe qualification requirements.
5. I/We also underctand that my/our olfer will be eveluated based on the
submitted along with the offer and same shall be binding upon me/us.
6- I/We declare that the information and documents submitted along with the tender by me./us are correct
and Uwe are fully rcsponsible for the contctness ofthe information and documents, submitted by us.
7. Vwe certif that Vwe the tendere(s) iVare not btacklisted or debarred by Railways or any other Ministry /
Department of Govt. of India from participation in tender on the date of submission of bids, either in
individual capacity or as a HUF/ member ofthe partnership firm/LlplJv/society/Trust.
8. Vwe understand tlnt ifthe contents ofthe submitted by us are found to be forged/false or incorrect
at any time during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security besides
banning of business for a period of upto five year. Further, ywe (insert name of tte
tenderer) and all my/our constituents understand that mylour offer shall be summarily
rejected.
9. llwe also understand that if the contents of the submittpd by us are found to be false./forged or
incorrect at any time after the award of the contract it will lead to termination of the contract, along with
forfeiture of Bid Security/Security Deposit and Performance guarantee besides any other action provided in
the contract including banning of business for a period of upto five year.
10. UWe have read the clause regarding restriction on procurement from a bidder of a country which shares a
land border with India and certifr that I am/We are not from such a countr5r or,
if from such a country, have been registered with the competent Authority. UWe hereby certif
that Vwe fulfil
all the requirements in this regard and am/are eligible to be considered (evidence ofvalid registration by the
competent authority is enclosed)

SEALAND SIGNATURE
OF T}IE TENDERER
Place:
Dated

*iThe contents in Italics are only for guidance purpose. Details as appropriate are to be filled in suitably by tenderer.

bl; 4nfu h, )
) t+'\+v 3ofu
D. Annexure-Vl, Part I of GCC shall be read as under:
AI\INEXURE-VI
Reference -Para 10.3 & 17.15.3 ofTender Form (Second Sheet) of Annexure I of ITT

TENDERER'S CREDENTIALS (BID CAPACITY)

For tenders having advertised value more than Rs 20 crore wherein eligibility eriu i."f.a", uia *pu"il["fJ,lnl
"ri total value ofthe present tender.
tenderer will be qualified only if its available bid capacity is equal to or more than the
The available bid capacity shall be calculated as under:

Available Bid Capaclly = [A x N x 2] - 0.33xNxB

Where,
A = Maximum value of construction works executed and payment received in any one of the previous thlee financial
years or the current financial year (up to date of inviting tender), taking into account the completed as well as
works in progress.
N= Number ofyears prescribed for completion of work for which bids has been invited.
B=

Note:
(a) The Tenderer(s) shall furnish the details of-
(i) Maximum value of oonstruction works executed and payment received in any one of the previous
three financial years or the current frnancial year (up to date of inviting tender) for calculating A,
and
(ii) Existing commitments and balance amount of ongoing works with tenderer as per the prescribed
proforma of Railway for statement ofall works in progress and also the works which are awarded to
tenderer but yet not started upto the date of inviting of tender for calculating B' In case ofno
works
in hand, a 'NIL' statement should be furnished.
The submitted deails for (i) and (ii) above should be duly verified by chartered Accountant.

(b) In case if a bidder is W, the tenderer(s) must fumish the details of


(i) Maximum value of construction works executed and payment received in any one of the pevious
three financial years or the current financial year (up to date of inviting tender)
by each member of
W for calculating A, and
(ii) Existing commitnents and balance amount of ongoing works with each mernber of w either in
individual capacity or as a member of other JV as per the prescribed proforma
of Railway for
statementofallworksinprogressandalsotheworkswhichareawardedtoeachmemberofry
yet not started upto the date of inviting
either in individual capacity oi as u me-be, of other JV but
should be furnished'
oftender for calculatiig B.-In case ofno works in hand, a 'NIL' statement
by Chartered Accountant'
The submitted details for (i) and (ii) above should be duly verified
yet not started for a Member in an earlier w
(c) value of a completed work/work in progess/work awarded but
share in that Jv for the purpose of satisfuing
shall be reckoned only to the extent ;f the concemed membet's
hiJhercompliancetotheabovementionedbidcapacityinthetenderunderconsideration.
shall be taken as W's "bid capacity"'
(d) The arithmetic sum of individual "bid capacity" oi dt ttre members
with offer, their/his offer shall be considered
(e) In case, the tenderer/s failed to submit the above statement along
as incomplete and will be rejected summarily'
on the details submitted by the tenderer' In case'
(0 The available bid capacity oftenderer shall be assessed based
his offer shall not be considered
the available bid capacity is lesser than estimated cost of work put to tender,
requirement'
even if he has been iound eligible in other eligibility criteria/tender

,rii
9,24 gn., t+'v-LL-
4of11
E. Clause 17 A, Part II of GCC shall be read as under:

l7A Extension of rime in contracts: subject to any requirement


in the contract as to completion ofany
portion or portions of the works before completion or
oe wtrole, the contractor shall fuli and finally
complete the whole of the works comprised in the contract (with jirect"d
such modifications as *de"
conditions of this contract) by the date entered in the -ay be
contact or extended date in terms of the following
clauses:
(i) Extension due to Modifrcation: If any modifications have been
ordered which in the opinion of the
Engineer have materially increased the magnitude of the work,
then such extension of the contracted
date of completion 'may be granted as shall appe.ar to the Engineer
to be reasonabre in the
circumstanc€s, provided moreover that tlle Contractor
shall be responsible for requesting such
extension ofthe date as may be considered necessary as soon
as the thereofshall arise.
(iD Extension for Delay not due to Raihrvay or controctor: If incouse the opinion of the Engineer, the
progress of work has any time been delayed by any act
or neglect of Ra way's employees or by other
Contractor employed by the Railway under Sub-.Clause (4) of
Clause 20 of these Conditions or in
executing the work not forming part of the conhact but on which Contractofs
performance necessarily
depends or by reason ofproceeding taken or threatened by or dispute
with adjoining or to neighbouring
owners or public authority arising otherwise thrbugh the Contractor's
own defaultlc. or by the delay
authorized by the Engineer pending arbitation or in consequences of
the contractor not having
received in due time necessary instructions from the Railway for which
he shall have specially applied
in writing to the Engineer or his authorized rtpresentative then upon happening of 'any
such event
causing delan the Contractor shall immediately give notice thereof in w.itirg
to the rnginler within l5
days of such happening but shall nevertheless make constantly his best endeavours
to bring down or
make good the delay and shall do all that may be reasonably
ryquired of him to the satisfaction of the
Engineer to proceed with the works. The Contractor may also indicate the period for
which the work is
likely to be delayed and shall be bound to ask for necessary extcnsion oftime.
(iii) Extension for Delay due to Raihrays: In the event of any failure or delay by the Railway to hand
over the Contractor possession of the lands nocessary for the execution of the works or to give
the
necessary notice to commence the works or to provide the nec€ssary drawings or instructions
or any
other delay caused by the Railway due to any other cause whatsoever, then such failure or delay
shall
in no way affect or vitiate the contract or alter the character ther€ofor entitle the confractor
to damages
or compensation thelefor, but in any such case, the Railway may grant such extension or extensions
of
the completion date as may be considered reasonable.

The Contractor shall indicate the period for which the work is likely to be delayed and shall seek
extension oftime as may be considered necessary under clause l7A(i) or/and l7A(ii) orl and l7A(iii) above,
as soon as the cause thereof shall arise and, in any case, not less than
ffi before the expiry ofthe date
fixed for completion of the works. The Engineer shall consider the same and shall grent and communicate
such extension of time as in his opinion is reasonable having regard to the nature and period of delay and the
type and quantum of work affected thereby. No other compensation shall be payable for works so carried
forward to the extended period of time; the same rates, t€rms and conditions of contract being applicable, as
if such extended period of time was originally provided in the original contract itself.
The non-submission of request for extension or submission of request within less th* ffiffi
before the expiry ofthe date fixed for complaion ofthe works, shall make him ineligible for extension under
these sub clauses, subject to final decision ofEngineer.

u)o ttntv rt)


)
w'?t'vv
w+
5of11
F Clause 17B, Part II of GCC shall be read as under:
l7B Extension of Time with Liquidated Damages (LD) for deley due to Contractor: The time for the
execution of the work or part of the works specified in the contract documents shall be deemed to be the
the contract'
essence of the contract and the works must be completed not later than the dat{s) as sp€cified in
If the Contractor fails to complete the works within the time as specified in the contract for the reasons other
than the rcasons spec ified in Clause 17 arrd l7A, the Railway may, if satisfied that the works can be
completed by the Contractor within reasonable short time ther€after, allow the contractor for further extension
of time (Proforma at Annexure-VII) as the Engineer may decide. On such extension the Railway will be
entitled without prejudice to anY other right and rcmedy available on that behalf, to recover
from the
part of the week, a sum calculated
Contractor as agreed damages and not by way of penaltY for each week or
at the

For the purpose of this Clause, the contract value of the wofks shall be taken as value of
work as per
also' that the
contract agroement including any supplementary work order/oontraot agfeement issued' Provided
value or of the
total amount of liquidated damages under this condition shall not exceed 5% of the contract
period is specified
total value of the item or groups of items of work for which a separate distinct completion
in the contract.
by the contractor
Provided further, that if the Railway is not satisfied that the works can be completed
within fiifiher extension of time
and in the event of failure on the part of the contractor to complete the work
right or rernedy available in
allowed as aforesaid, the Railway shall be entitled without prejudice to any other
contract under Clause 52 of these
that behalf, to appropriate the contractor's Security Deposit and rescind the
Conditions, wliether or not actual damage is caused by such default'

NOTE:
clause 17B, furthor reques(s) for
In a contract, where extension(s) of time have been allowed once under
utrder exc€ptional circumstances' Such
extension of time under clause l7A can also be considered
damages, but the Liquidated damages
extension(s) of time under olause t7A shall be without any Liquidated
already recovered during extension(s) of time grsnted
previously under clause l7B shall not be waived'
extension(s) of time under
However, Price variation during such extension(9 shall be dealt as applicable for
clause 17B.

hl, )
&rn L
";f
,+ r'a-1"
W
6of11
G. Clause 19 (3), Part II of GCC shall be reid as under:

19.(3) Accepted programme of Work The Contractor who


has been awarded the work shall as soon as
possible but not later than 30 days after the date
of receipt ofthe acc€ptance lett€r in respect of contracts with
initial completion period of two yea6 or less or not later than
90 days for other contracts have to submit the
detailed programme of work indicating the time schedule
of various items of works in the form of Bar
Chart/PERT/CPM. He shall also submit the details of
organisation (in terms of labour and supervisors), plant
and machinery that he intends to utilize (from time
to time ) for execution ofthe work within stipulated date of
completion. The programme of work amended as necessary
by discussions with the Engineer, shall be treated
as the agreed programme of the work for the purpose
of this contract and the Contractor shall endeavor to
ftlfill this programme of work. The progress of work will be watched accordingly
and the liquidated damages
will be with reference to the overall completion date. Nothing stated herein
shall preclude the Contractor in
achieving earlier completion of item or whole of the works
than indicated in the programme.
In Contracts for works of New Line/Gauge
Electrifi cation, finalized
through Tenders having advertised value more than
the Contractor shall submit a detailed time
programme to the Engineer within 30 days after issue of
LOA. The program shall include the physical and
Financial Progress vis-d-vis progra.m and forecast cash flow adopting
Project Management Software such as
Primavenr/Sure Track/lUS prcject etc. The program must identift the rnilestones,
interface requfuements
and program reporting elements. The Contraotor shall supply, free
of cost one set of authorized software to
the Engineer and the soft copy of structurcd program for the project. This
shall be updated every month. The
Contractor shall also submit a revised programme whenever the previous programme
is inconsistent with
actual progress. Each programme shall include:

The order in which the contractor int€nds to carry out the Works, including the anticipated
timing of
each stage, Conaactor's Documents, procurement, manufacture of plang delivery to
Site,
constuction, erection and testing each of these stages for work by eaoh Subcontractor, if any,
the
sequence and timing of inspections and tests specified in the Contrac! and a supporting report
which
includes:

a general description of the methods which the Contractor intends to adopt, and of the major
stages, in the execution ofthe Works, and

details showing the contractor's reasonable estimate for the number of each class of
Contractor's Personnel &Equipment, required on the Site for each major stage.

Unless the Engineer, within 2l days after receiving a programme, gives notice to tlte Contractor stating the
extent to which it does not comply with the Contract, the Contractor shall proceed in accordance with the
programme, subject to his other obligations under the Contract. Tlie Engineer shall be entitled to rely upon the
programme when planning their activities.

If, at any time, the Engineer gives notice to the Contractor that a programme fails (to the extent stated) to
comply with the Contract or to be consistent with actual progress and the Contractor's stated intentions, the
Contractor shall submit a revised programme to the Engineer within 15 days in accordance with this Sub-
Clause.

z); r Vrir' ''r) -\/'l/


t+'t

Tofll
H. Clause 39(1), Part II of GCC shall be read as under:

39.(1) Rates for Extra Item(s) of Works:


(a) Standard Schedule of Rates (SSOR) Items: Any item of work carried out by the Contractor on the
inskuctions ofthe Engineer which is not included in the accepted Bil(s) of Quantities but figures in the
of
Standard Schedule ofRates (SSOR), shall be executed at the rates set forth in the "Standard Schedule
Rates (SSOR)" modified by the tender percentage as accepted in the contract for that chapter of
Standard Schedule ofRates (SSOR).

For item(s) not covered in this sub clause, the rate shall be decided as agreed upon between the
Engineer and the Contrsctor b€fore the execution of such iterns ofwork as per sub clause (b).

(b) Other Items: For any itern of work to be carried out by the Contractor but not included in the accepted
Bill(s) of Quantities and also not covered under sub clause (a) above, the conhctor shall be bound to
notiry the Engineer at least seven days before the necessity arises for the exeeution of such items of
works that the accepte<l Bill(s) of Quantities do€s not include rate or rates for such extra work involved.
The rates payable for such items shall be decided at the meeting to be held between the Engineer and
notice. In
Contractor, in as short s p€riod as possible after the need for the special item has come to the
case the contactor fails to attend the meeting after bei4g notified to do so or in tlre event of no
means and
settlement being arrived a! the Railway shall be entitled to execute the extra works by other
ptocedure.
the contractor shall have no claim for loss or damage that may result from such
rates of
The assessment of rates for extra item(s) shall be arrived at based on the prevailing market
labour, machinery & materials and by taking guidance from the following documents
in order of
priority:
i. AnalysisofRatesfor..UnifiedStandardScheduleofRatesoflndianRailways(USSoR)''
ii. Analysis of Rates for 'Delhi Schedule of Rates issued by CPWD (DSR)"

iii. Market Analysis

I. Clause 46A.1., Part II of GCC shall be read as under:


value
45A.1 Variation Clause (PVC) shall be applicable only in tender having advertised
shall be outside
Provided further that, in a contract wherc PVC is applicable, following
gross value of the work for the PurPose of
the purview .of price adjustments (i.e. shall be excluded frorq the
price variation) :

at fixed rate;
a) Materials supplied by Railway to the Contractors' either free or

the purview of the Bill(s) of Quantities


b) Any extra item(s) included in subsequent variation falling outside
unless applicability ofPVC and
of tender, under clause:s. irrcl oithese Standard General Conditions,
.Base Month' has Ueen speciatly agreed, while fxing the rates ofsuch exha item(s)'

f\rL
vii
h/fi ) C'n

W'7tr''

8of11
J. Clause 46&.6rpart II of GCC shall be read as under:
46A'6 The percentages of various- components in various
t5pe of works shall be as specified for all item (s/
Quantities in tender document and the same shafl be fixed as per table
Bill(s) of
& classifications given below:
(I). For Civit Ensineerins Works

Classification
la rI]
\o
d €
S
€ d, te
-o\ 9cE
\o
da r.i
\o
N c.l \o t-
CA $q dg o^ ieiI acr rri
{ dg sts E]+
Components
tri
dg d tri
I Fixed 15 15 15 15 15
.

15 15 t5 15 t5 t5
2 Labour L" ffi ffi ffi ffi ffi ffi 20 x x l0 25
J Ste€l s" 0 0 0 0
4 Cement c"
ffi 0 0 ffi 0 50 0
0 0 ffi 0 0 0 0
5 Plant
0 ffi 0 0

Machinery & PIr4 ffi l5 * ffi ffi 20 30 0 0 t0 30


Spares
6 Fuel &
Lubricants 4 25 15 # ffi ffi ffi 15 x tr 10 20
7 Other materials
M" ffi l5 ffi ffi s ffi 20 0 0 5 l0
E Detonators &
Explosive
E" 0 ffi 0 0 0 0 0 0 0 0 0
Total 100 100 100 100 100 100 100 r00 100 100 100

+ It shall not be considered for any price variation.

The classification mentioned in the table above represents following type of item(s) in the work(s)
-
I Earthwork in Formation
lA All.Item(s) excluding 18 orland lC
1B Item(s) for supply of Steel
1C Item(s) for supply of Cement
2 Ballast Supply Works

3 Tunnelling Works (Without Erplosives)


3A All Item(s) excluding 38 or/and 3C orland 3D orland 3E
38 Item(s) for supply of Steel
3C Item(s) for supply ofCement orland Grout
3D Item(s) for Fabrication & Erection of Structures including supply of Steel
3E Item(s) for Fabrication & Erection of Structures excluding supply of Steel.
4 Tunnelling Works (With explosives)
4A All Item(s) excluding 4B orland 4C orland 4D or/and 4E
48 Item(s) for supply of Steel
4C Item(s) for supply ofCement orland Grout
0
a, AnfitV
'D,
v1 l15 , ft->+v 9of11
4D Item(s) for Fabrication & Erection of Structures including supply of Steel
4E Item(s) for Fabrication & Erection of Structures excluding supply of Ste€l'

5 Building Works
5A All Item(s) excluding 5B orland 5C or/and 5D or/and 5E
5B ltem(s) for supPlY of Srcel
5C ltem(s) for suPPlY ofCement
5D Item(s) for Fabrication & Erection of Structures including supply of Steel
5E ltem(s) ior Fabrication & Erection of Structures excluding supply of Steel'
6 Bridges & Protcction work
6A All Item(s) excluding 68 or/and 6C or/and 6D orland 6E
68 ltem(s) for suPPlY of Steel
6C Item(s) for suPPlY ofCement
6DItem(s)forFabrication,Assembly,Erection&LaunchingofGirdersincludingsupplyofSteel
6EItem(s)forFabrication,Assembly,Erection&I,aunohingofGirdersexcludingsupplyofSteel

7 Permanent WaY linking

8 Platform, Passenger Amenities


8A All Item(s) excluding 8B or/and EC or/and 8D or/and 8E
8B Item(s) for supply of Steel item/fittings
8C Item(s) for supply of Cement Item
8D Item(s) for Fabrication & Erection of Structures including supply of Steel
8E Item(s) for Fabrication & Erection of Structures excluding supply of Steel
9 Any Other Works not covered in Cl$sifrcation I to 8

9A All Item(s) excluding 9B or/and 9C or/and 9D or/and 9E


9B Item(s) for suPPlY of Steel
gC Item(s) for supply of Cement or/and Grout
9D Item(s) for Fabrioation & Erection of Structures including supply of Steel
gE ltem(s) for Fabrication & Erection of Structures excluding supply of Steel

?,),
L
9'n t+-7.rv
tl)i
W
10 of 11
K. Clause 46A.7 Formulae, part II of GCC shall be read as under:

46A'7 Formulae: The Amount of variation in prices in various components


(labour, material etc.)
shall be worked out by the following formulae:

ffi

n i'r, bl
h ),, I q'' t

11 of11
LIST FOR DISTRIBUTION (I*tter ZO22tCE_UCTtcCC_2022lpoticy, Dated t1.07.202t)
l. General Managers, All Indian Railways & production
- -
Units
2. General Manager (Con), N.F. Railway, Guwahati
3. Ceneral Manager /CORE, Allahabad.
4. Chief Administrative Ofiicers (Con), Atl Indian Railways (Except
N.F. Railway)
5. Principal ChiefEngineers, All Indian Railways

(A)
l CAO, COFMOW, Tilak Bridge, New Delhi
2. Principal CAO, Diesel Loco Modemization Works, patiala
@unjab)
3. cAo (wort<shop projects), chamber nnawan, rudle,s Court nouq.qra
crr"t, paha_800001, Bihar
(B)
l. Director General, RDSO, Manak Nagar, Lucknow
2. Director General, NAIR, Vadodara
3. Director, IRICEN, pune - 4l I 001 (Mahamshtra)
4. Director, IRIEEN, pB No.._233, Nasik Road422i0t (Maharashtra)
5. Director, IRISE! Taa Naka Road, Lalla Guda, Secunderabad-500Ol7
pIN-811214 (Bihar).
9.
7. Pf"t"r, ryYEE, Jamalpur Distr-Jamalpur,
Dfuector, IRITM, Sarswati Residential E;tate, IRI-IM Campus, Manak Nagar, Lucknow

(c)
L MD, CONCOR, Concor Bhawan, C-3, Mathura Road, Opp. Apollo Hospital, New Delhi-
I10076.
2. IRCON Intemational Limited, C-4, District Cetrtre, Sakei New Dethi- I 10017
3. MD, RITES Ltd., RITES Bhawan, plot No. I , Sector_29, 6*suon.
4. CMD, RVI{L, August Kmnti Bhawaqplot No.25, to ftoor, i'n*aii Cama place, New
Delhi.
5. MD, MRVC Ltd., Churchgate Station Bld& Mumbai- 400020
q. CMD, KONKAN Railway Corporation Ltd, Rail Bhawan, New Delhi-l lOO0l.
7. MD, DFcclL, 5h Floor, Pragati Maidan Meho Station Building comprex, New Dethi-l 10001
8. MD, RLDA, Near Safdarjung Railway Starion, Moti Bagh, phase-I, Niw Delhi_ I 10021
9. MD, CRIS, Chanakyapur, New Delhi.
19.91,!?,-YlTgCo.*ryorationoflndiaLrd.plotNo. 143, rnstitutional Area, Sector-44, curgao n _ 122003.
I l. CME, IROAF, l2u Floor, Core-I, Scope Minar, Distt. Centre, Laxmi Nagar, Delhi- I100i92
12' Managing Dfuector, IRFC Limited, UG Floor, EastTower, NBCC pl;, Bhisham piramah Mar& IrdhiRoad, pragari
Vihar, New Delhi.
13. CMD, IRCTC ttd., 8-148, I lth Floor, Statesman House, Barakhamba Road, New Delhi I t0001
14. CMD, Braithwaite & Co. limited 5 Hide Road Kolkata 700043,

Coov to:
(A)
l. General Secretary, IRCA, DRM Oftice, New Delhi.
2. General Secretary, AIRF, Rail Bhawan, New Delhi
3. General Secretary, NFIR, Rail Bhawan, New Delhi
4. General Secretary, IRPOF, Rail Bhawan, New Delhi
5. General Secretary, FROA, Rail Bhawan, New Delhi
6. General Secretary, AIRPA, Rail Bhawan, New Delhi
7. General Secretary, AISC & STREA, Rail Bhawan, New Delhi
8. The Secretary, RBSS, Group (A) Offices Associarion, Rail Bhawan
9. The Secretary, RBSS, Group (B) Offices Associatiog Rail Bhawan
10. General Secretary, RBSSS Association, Rail Bhawan
I l.
The Secretary, RBMSA, Rail Bhawan
12. The Secretary, Railway, Group @) Employees Association, Rail Bhawan

(B)
I. Concemed PSO for kind information of Chairman cum CEO, M/Infr4 IWT&RS lvIlO&BD, M/Finance, Railway Board
2. Adv./lvl& EDPGA/fi, OSDitvIR, OSR(Co-ord/IvIR
3. Chief Vigilance Offrcers, All Indian Railways.
4. DG(RHS), DG(RPF), AM(CE), AM(works), AM(B), AM(Elec.), AM(RS), AM(ME), Alvl/Tele, Alvl/C&IS, Alv7Sig.,
AM(Plg.), PED(B&S), PED(Vigilance), PEDCE(P), EDCE(G), EDTK(M&MC), EDCE(B&S), EDF(X)-I, EDF(x)-u,
ED(Wo*s), EDW(Plg.), ED/Projec(Mon.), ED(I^&A), ED(PSLD, EDVE, ED(Safety), ED(Sig. Dev.), ED( Tele),
EDRS(G), EDRE, EDEE(G), EDFE, EDE(N), ED(Accounts), ED/T&MPP, EDME(Chg.), EDME(FrI.), ED/Plg.,
JS(conf), JS(P), JS(G), JS(D), Vigilance-Ill, Vig(Conf) ofRailway Board.

v 6
2,) I )hrf\t
trr-?->W

You might also like