You are on page 1of 13

RANGIYA DIVISION-ENGINEERING/N F RLY

TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

Sr.DEN/Co/RNY acting for and on behalf of The President of India invites E-Tenders against Tender No 03-ENGG-RNY-2021-22
Closing Date/Time 03/06/2021 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.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

At RNY & BPRD-Provision of Effluent Treatment Plant (ETP) of 50 KLD capacity with other
Name of Work
ancillary civil works with one year operation and maintenance.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 03/06/2021 15:00 Date Time Of Uploading Tender 06/05/2021 18:58
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 5143283.82 Tendering Section TRACK1
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money /Bid Security
0.00 Validity of Offer ( Days) 45
(Rs.)
Obtain Bid Security Declaration in lieu of Bid Security Yes
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 20/05/2021 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A1-At RNY - Provision of filtered water storage tank of 10 KL capacity with pipe Above/
749351.09
line and staging arrangement. Below/Par
Please see Item Breakup for details. 742819.09 AT Par 742819.09
1
Description:- Schedule-A
Please see Item Breakup for details. 6532.00 AT Par 6532.00
2
Description:- Schedule-B

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A2-At BPRD - Provision of filtered water storage tank of 10 KL capacity with Above/
708898.29
pipe line and staging arrangement. Below/Par
Please see Item Breakup for details. 702366.29 AT Par 702366.29
1
Description:- Schedule-A
Please see Item Breakup for details. 6532.00 AT Par 6532.00
2
Description:- Schedule-B

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A3-At RNY-Provision of pump house (5mx8m) at RNY for ETP 851317.22
Below/Par
Please see Item Breakup for details. 535770.94 AT Par 535770.94
1
Description:- Schedule-A
Please see Item Breakup for details. 204386.28 AT Par 204386.28
2
Description:- Schedule- B
Please see Item Breakup for details. 111160.00 AT Par 111160.00
3
Description:- Schedule-C

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A4-At BPRD - Provision of pump house (5mx8m) at RNY for ETP. 851317.22
Below/Par

Pa g e 1 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

Please see Item Breakup for details. 535770.94 AT Par 535770.94


1
Description:- Schedule-A
Please see Item Breakup for details. 204386.28 AT Par 204386.28
2
Description:- Schedule-B
Please see Item Breakup for details. 111160.00 AT Par 111160.00
3
Description:- Schedule-C

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B1-At RNY - Supply and installation of 50KLD effluent treatment plant(ETP) Above/
991200.00
including maintenance and operation for the period of 12 month. Below/Par
NS 1 1.00 Job 854910.00 854910.00 AT Par 854910.00
Description:- Supplying and installing and commissioning of 50 KLD effluent treatment plant (ETP).The effluent
treatment plant consist filter feed pump, Media filter, activated carbon filter, filter feed tank, Chlorine dosing
system, Tube settler media,chemical treatment with suitable suitable dosing of poly electrolyte alum and lime
tube settler for setting as sludge removal,secondary treatment comparising of media filter and activated carbon
filter etc. complete in all respect as per direction of the engineer in charge or his authorised representatives at
site the rate includes transportation, taxes and installation of plant and commissioning of plant upto one month
1 from the date of commissioning of plant by his own cost. Alum and lime to supplied by the agency to smooth run
the machinery up to one moth. the treatment plant consist of following integrated spare parts. anaerobic bacteria
also to be added in the primary treatment tank about 120kg. aerobic bacteria to be added in secondary tank as
per requirement .,Primary treatment section-Bar screen =1 nos, Sewage transfer pump=2 nos, Air blower=2 nos,
Aeration grids=1 nos, Packaged treatment unit=1 nos, Recirculation pump=2 nos, Chemical dosing system=1
nos, Secondary treatment section-Filter feed pump=2 nos, Media filter=1 nos, Activated carbon filter=1 nos, Filter
feed tank=1 nos, Chlorine dosing system=1 no, Tube settler media=1 nos, Others item- Piping &
instrumentation=2 nos, control panel & internal cabling=1 no, Diffuser=1 nos, Air pipe line=1 nos, carbon=1no,
Media=1nos, Butter fly valve=1 no, NRB=2 nos, Chemical=80 nos, Pressure gauge=2 nos.
NS 2 1.00 Job 136290.00 136290.00 AT Par 136290.00
Description:- Maintenance and operation of 50 KLD sewage treatment plant for the period of 11 months after
2 one month from the date of commissioning . The rate includes all the labour, operational materials and tools
plants and petty repairing of machinary time to time for smooth working of machine . lodging and fooding
arrangement of working staff for sewage treatment plant also to be done by the agency at his own cost.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B2-At BPRD - Supply and installation of 50KLD effluent treatment plant(ETP) Above/
991200.00
including maintenance and operation for the period of 12 month. Below/Par
NS 1 1.00 Job 854910.00 854910.00 AT Par 854910.00
Description:- Supplying and installing and commissioning of 50 KLD effluent treatment plant (ETP).The effluent
treatment plant consist filter feed pump, Media filter, activated carbon filter, filter feed tank, Chlorine dosing
system, Tube settler media,chemical treatment with suitable suitable dosing of poly electrolyte alum and lime
tube settler for setting as sludge removal,secondary treatment comparising of media filter and activated carbon
filter etc. complete in all respect as per direction of the engineer in charge or his authorised representatives at
site the rate includes transportation, taxes and installation of plant and commissioning of plant upto one month
1 from the date of commissioning of plant by his own cost. Alum and lime to supplied by the agency to smooth run
the machinery up to one moth. the treatment plant consist of following integrated spare parts. anaerobic bacteria
also to be added in the primary treatment tank about 120kg. aerobic bacteria to be added in secondary tank as
per requirement .,Primary treatment section-Bar screen =1 nos, Sewage transfer pump=2 nos, Air blower=2 nos,
Aeration grids=1 nos, Packaged treatment unit=1 nos, Recirculation pump=2 nos, Chemical dosing system=1
nos, Secondary treatment section-Filter feed pump=2 nos, Media filter=1 nos, Activated carbon filter=1 nos, Filter
feed tank=1 nos, Chlorine dosing system=1 no, Tube settler media=1 nos, Others item- Piping &
instrumentation=2 nos, control panel & internal cabling=1 no, Diffuser=1 nos, Air pipe line=1 nos, carbon=1no,
Media=1nos, Butter fly valve=1 no, NRB=2 nos, Chemical=80 nos, Pressure gauge=2 nos.
NS 2 1.00 Job 136290.00 136290.00 AT Par 136290.00
Description:- Maintenance and operation of 50 KLD sewage treatment plant for the period of 11 months after
2 one month from the date of commissioning . The rate includes all the labour, operational materials and tools
plants and petty repairing of machinary time to time for smooth working of machine . lodging and fooding
arrangement of working staff for sewage treatment plant also to be done by the agency at his own cost.

3. ITEM BREAKUP

Schedule A1-At RNY - Provision of filtered water storage tank of 10 KL capacity with pipe line and staging
Schedule
arrangement.

Pa g e 2 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

Item- 1 Schedule-A
S No. Item Description of Item Unit Qty Rate Amount
No
Earth work in excavation as per approved drawings and
dumping at embankment site or spoil heap, within railway
land, including 50m lead and 1.5m lift, the lead to be
measured from the centre of gravity of excavation to centre of
gravity of spoil heap: the lift to be measured from natural
ground level and paid for in layers of 1.5m each, including
incidental work, as per specifications-in
1 011011 All kinds of soils cum 120.00 99.13 11895.60
Open timbering in trenches for foundations and shafts, wells,
cesspits, manholes, underground tanks & the like - including
strutting and shoring complete :
2 012071 Depth upto 1.5m Sqm 72.00 84.27 6067.44
Providing and laying cement concrete, up to plinth in retaining
walls, walls (any thickness) including attached plasters,
columns, pillars, posts, struts, buttresses, string or lacing
courses, parapets, coping, bed blocks, anchor blocks, plain
window sills, fillets etc, excluding the cost of cement and of
shuttering, centering.
3 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm cum 6.00 3016.75 18100.50
nominal size)
Providing and laying in position M 20 Grade concrete for
reinforced concrete structural elements but excluding cost of
centering, shuttering, reinforcement and Admixtures in
recommended proportion (as per IS:9103) to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer
in charge
4 041011 All work upto plinth level, including raft foundation of washable cum 6.00 3562.39 21374.34
aprons, HS tank, pile cap, footings of FOB, and Platform
shelter etc.
Centering and shuttering including strutting, propping etc. and
removal of form for :
5 042011 Foundations, footings, bases of columns, raft foundation of Sqm 36.00 161.10 5799.60
washable aprons, Pile caps, Footings of FOB etc.
Structural steel work welded in built up sections, trusses and
framed work, girders, stagings, racks, etc including cutting,
bending, straightening, hoisting, fixing in position, including
applying a priming coat of approved steel primer, complete -
upto 6m height above GL
6 081031 In RSJ, tees, angles and channels Kg 977.20 105.23 102830.76
7 081032 In flats, plates , round or square bars Kg 502.18 101.40 50921.05
Providing and fixing 3 layer PP-R (Poly Propylene Random
copolymer) pipes, approved by CBRI and conforming to
IS:15801; U V stabilized & anti-microbial fusion welded,
having thermal stability for hot & cold water supply including
all PP-R plain & brass threaded polypropylene random fittings
including trenching, refilling & testing of joints complete as per
direction of Engineer-in-Charge. External work
8 131069 PN-16 Pipe, 90mm OD (SDR-7.4) Metre 100.00 1909.39 190939.00
Providing and fixing 3 layer PP-R (Poly Propylene Random
copolymer) designated as PN-10 pipes, approved by CBRI
and conforming to IS:15801; U V stabilized & anti-microbial
fusion welded, having thermal stability for hot & cold water
supply including all PP-R plain & brass threaded
polypropylene random fittings including trenching, refilling &
testing of joints complete as per direction of Engineer-in-
Charge. External work (higher dia)
9 131071 PN-10 Pipe, 110mm OD (SDR-11) Metre 100.00 2135.89 213589.00

Pa g e 3 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

Providing and fixing C.I. sluice valves (with cap) complete with
bolts, nuts, rubber insertions etc. 80 mm dia. (the tail pieces if
required will be paid separately)
10 133191 Class I Each 2.00 5010.36 10020.72
Providing and fixing C.I. sluice valves (with cap) complete with
bolts, nuts, rubber insertions etc. 100 mm dia (the tail pieces
if required will be paid separately)
11 133201 Class I Each 4.00 6113.78 24455.12
Providing and fixing C.I. sluice valves (with cap) complete with
bolts, nuts, rubber insertions etc. 150 mm dia (the tail pieces
if required will be paid separately)
12 133221 Class I Each 2.00 8853.62 17707.24
13 136150 Providing and placing on terrace/staging (at all heights) Litre 10000.00 6.43 64300.00
polyethylene water storage tank ISI : 12701 marked with
cover and suitable locking arrangement and making
necessary holes for inlet, outlet and overflow pipes but
without fittings and the base support for tank
Hoisting, fitting and fixing in position plastic moulded water
storage tank including making connection of intake, delivery,
outlet and overflow .pipes etc. with all lead and lift upto all
stories. Cost of tanks/fittings to be paid separately
14 138046 5000 ltr Capacity tank Each 2.00 2409.36 4818.72
Total 742819.09
Item- 2 Schedule-B
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using cement at worksite :
1 033061 OPC 43 grade Tonne 1.00 6532.00 6532.00
Total 6532.00
Schedule A2-At BPRD - Provision of filtered water storage tank of 10 KL capacity with pipe line and staging
Schedule
arrangement.
Item- 1 Schedule-A
S No. Item Description of Item Unit Qty Rate Amount
No
Earth work in excavation as per approved drawings and
dumping at embankment site or spoil heap, within railway
land, including 50m lead and 1.5m lift, the lead to be
measured from the centre of gravity of excavation to centre of
gravity of spoil heap: the lift to be measured from natural
ground level and paid for in layers of 1.5m each, including
incidental work, as per specifications-in
1 011011 All kinds of soils cum 120.00 99.13 11895.60
Open timbering in trenches for foundations and shafts, wells,
cesspits, manholes, underground tanks & the like - including
strutting and shoring complete :
2 012071 Depth upto 1.5m Sqm 72.00 84.27 6067.44
Providing and laying cement concrete, up to plinth in retaining
walls, walls (any thickness) including attached plasters,
columns, pillars, posts, struts, buttresses, string or lacing
courses, parapets, coping, bed blocks, anchor blocks, plain
window sills, fillets etc, excluding the cost of cement and of
shuttering, centering.
3 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate 20mm cum 6.00 3016.75 18100.50
nominal size)

Pa g e 4 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

Providing and laying in position M 20 Grade concrete for


reinforced concrete structural elements but excluding cost of
centering, shuttering, reinforcement and Admixtures in
recommended proportion (as per IS:9103) to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer
in charge
4 041011 All work upto plinth level, including raft foundation of washable cum 6.00 3562.39 21374.34
aprons, HS tank, pile cap, footings of FOB, and Platform
shelter etc.
Centering and shuttering including strutting, propping etc. and
removal of form for :
5 042011 Foundations, footings, bases of columns, raft foundation of Sqm 36.00 161.10 5799.60
washable aprons, Pile caps, Footings of FOB etc.
Structural steel work welded in built up sections, trusses and
framed work, girders, stagings, racks, etc including cutting,
bending, straightening, hoisting, fixing in position, including
applying a priming coat of approved steel primer, complete -
upto 6m height above GL
6 081031 In RSJ, tees, angles and channels Kg 977.20 105.23 102830.76
7 081032 In flats, plates , round or square bars Kg 502.18 101.40 50921.05
Providing and fixing 3 layer PP-R (Poly Propylene Random
copolymer) pipes, approved by CBRI and conforming to
IS:15801; U V stabilized & anti-microbial fusion welded,
having thermal stability for hot & cold water supply including
all PP-R plain & brass threaded polypropylene random fittings
including trenching, refilling & testing of joints complete as per
direction of Engineer-in-Charge. External work
8 131069 PN-16 Pipe, 90mm OD (SDR-7.4) Metre 90.00 1909.39 171845.10
Providing and fixing 3 layer PP-R (Poly Propylene Random
copolymer) designated as PN-10 pipes, approved by CBRI
and conforming to IS:15801; U V stabilized & anti-microbial
fusion welded, having thermal stability for hot & cold water
supply including all PP-R plain & brass threaded
polypropylene random fittings including trenching, refilling &
testing of joints complete as per direction of Engineer-in-
Charge. External work (higher dia)
9 131071 PN-10 Pipe, 110mm OD (SDR-11) Metre 90.00 2135.89 192230.10
Providing and fixing C.I. sluice valves (with cap) complete with
bolts, nuts, rubber insertions etc. 80 mm dia. (the tail pieces if
required will be paid separately)
10 133191 Class I Each 2.00 5010.36 10020.72
Providing and fixing C.I. sluice valves (with cap) complete with
bolts, nuts, rubber insertions etc. 100 mm dia (the tail pieces
if required will be paid separately)
11 133201 Class I Each 4.00 6113.78 24455.12
Providing and fixing C.I. sluice valves (with cap) complete with
bolts, nuts, rubber insertions etc. 150 mm dia (the tail pieces
if required will be paid separately)
12 133221 Class I Each 2.00 8853.62 17707.24
13 136150 Providing and placing on terrace/staging (at all heights) Litre 10000.00 6.43 64300.00
polyethylene water storage tank ISI : 12701 marked with
cover and suitable locking arrangement and making
necessary holes for inlet, outlet and overflow pipes but
without fittings and the base support for tank
Hoisting, fitting and fixing in position plastic moulded water
storage tank including making connection of intake, delivery,
outlet and overflow .pipes etc. with all lead and lift upto all
stories. Cost of tanks/fittings to be paid separately
14 138046 5000 ltr Capacity tank Each 2.00 2409.36 4818.72
Total 702366.29
Item- 2 Schedule-B

Pa g e 5 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

S No. Item Description of Item Unit Qty Rate Amount


No
Supply and using cement at worksite :
1 033061 OPC 43 grade Tonne 1.00 6532.00 6532.00
Total 6532.00
Schedule Schedule A3-At RNY-Provision of pump house (5mx8m) at RNY for ETP
Item- 1 Schedule-A
S No. Item Description of Item Unit Qty Rate Amount
No
Providing and laying in position cement concrete of specified
proportion excluding cost of cement, centering and shuttering
- All works upto Plinth level :
1 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm cum 25.38 2834.07 71928.70
nominal size)
Providing and laying in position M 20 Grade concrete for
reinforced concrete structural elements but excluding cost of
centering, shuttering, reinforcement and Admixtures in
recommended proportion (as per IS:9103) to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer
in charge
2 041011 All work upto plinth level, including raft foundation of washable cum 24.00 3562.39 85497.36
aprons, HS tank, pile cap, footings of FOB, and Platform
shelter etc.
3 041012 All work in buildings above plinth level upto floor two level. cum 21.70 3886.46 84336.18
Centering and shuttering including strutting, propping etc. and
removal of form for :
4 042011 Foundations, footings, bases of columns, raft foundation of Sqm 32.00 161.10 5155.20
washable aprons, Pile caps, Footings of FOB etc.
5 042013 Suspended floors, roofs, landings, balconies, FOB slabs, Sqm 65.00 247.89 16112.85
walkway slabs and access platform
6 042014 Lintels, beams, plinth beams, bed blocks, girders, bressumers Sqm 110.00 212.14 23335.40
and cantilevers
7 042015 Columns, pillars, , posts and struts Sqm 95.00 321.00 30495.00
Brick work with non-modular (FPS) bricks of class designation
7.5 in foundation and plinth in :
8 051017 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 12.80 3167.91 40549.25
Half brick masonry with bricks of class designation 7.5 in
foundations and plinth in :
9 051182 Cement mortar 1:4 (1 Cement : 4 coarse sand) Sqm 122.00 375.95 45865.90
10 051190 Extra for half Brick masonry in superstructure above plinth Sqm 122.00 46.67 5693.74
level upto floor two level
Making plinth protection with bricks of class designation 75
laid on edge in cement mortar 1:6 (1cement: 6coarse sand)
with 12mm thick bed of cement mortar 1:6 (1cement: 6coarse
sand) over 75mm bed of cement dry brick aggregate 40mm
nominal size rammed, consolidated and grouted with fine
sand and the top of bricks pointed with cement mortar 1:3
(1cement: 3fine sand.)
11 057121 With non-modular (FPS) bricks Sqm 15.60 544.85 8499.66
Providing wood work in frames of doors, windows, clerestory
windows and other frames and trusses, wrought, framed and
fixed in position :
12 071012 Sal wood cudm 125.00 51.20 6400.00
Providing and fixing flush door shutters to IS: 2202 Part-I non-
decorative type, core of block board construction with frame
of 1st class hard wood and well matched commercial 3ply
veneering with vertical grains or cross bands and face
veneers on both faces of shutters

Pa g e 6 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

13 072151 35mm thick including ISI marked stainless steel butt hinges Sqm 7.50 1263.98 9479.85
with necessary screws
Providing and fixing M.S. grills of required pattern in frames of
windows etc. with M.S. flats, square or round bars etc. all
complete
14 074232 Fixed to opening/ wooden frames with rawl plugs screws etc. Kg 125.00 81.89 10236.25
Providing hand packed dry flat brick flooring, class
designation 7.5 (FPS Bricks), excluding pointing with joints
filled with sand over a bed of dry sand (ordinary)of average
thickness 25 mm including ramming sub grade :
15 091032 Flat brick Sqm 140.00 255.74 35803.60
Cement concrete flooring 1:2:4 (1cement: 2coarse sand:
4graded stone aggregate) finished with a floating coat of neat
cement including cement slurry, but excluding the cost of
nosing of steps etc. complete
16 092014 75mm thick with 20mm nominal size stone aggregate Sqm 40.00 273.62 10944.80
12 mm cement plaster of mix -
17 111011 1:4 (1cement: 4 fine sand) Sqm 244.00 80.67 19683.48
18 115160 Finishing walls with Acrylic Smooth exterior paint with Silicone Sqm 92.00 79.96 7356.32
additives of required shade on new work (Two or more coats
applied @ 1.67ltr/10 sqm over and including one coat of
water proofing cement paint applied @ 2.20 kg/10sqm
19 115170 Finishing walls with Acrylic Smooth Interior paint of required Sqm 92.00 106.14 9764.88
shade on new work (Two or more coats applied @ 1.67 ltr/10
sqm over and including base coat of water proofing cement
paint applied @ 2.20 kg/10sqm
Applying Priming Coat :
20 121011 With ready mixed pink or grey primer of approved brand and Sqm 25.00 22.68 567.00
manufacture on woodwork (hard and soft wood)
21 121013 With ready mixed red oxide zinc chromate primer of approved Sqm 20.00 21.94 438.80
brand and manufacture on steel galvanized iron/steel works
22 121020 Painting wood work with Deluxe Multi Surfaces Paint of Sqm 25.00 70.48 1762.00
required shade. Two or more coat applied @ 0.90ltr/ 10sqm
over an under coat of primer, applied @ 0.75ltr/ 10sqm of
approved brand or manufacture
23 121030 Painting Steel work with Deluxe Multi Surface Paint to give an Sqm 20.00 70.65 1413.00
even shade. Two or more coats applied @ 0.90ltr/ 10sqm
over an under coat of primer applied @ 0.80ltr/ 10sqm of
approved brand or manufacture
Providing and laying each layer of flat brick soling hand
packed and joints filled with ordinary sand
24 231032 With Jhama bricks Sqm 28.00 158.99 4451.72
Total 535770.94
Item- 2 Schedule- B
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using cement at worksite :
1 033061 OPC 43 grade Tonne 31.29 6532.00 204386.28
Total 204386.28
Item- 3 Schedule-C
S No. Item Description of Item Unit Qty Rate Amount
No
Supplying Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and binding
all complete.
1 045014 High yield strength deformed bars Kg 2000.00 55.58 111160.00
Total 111160.00
Schedule Schedule A4-At BPRD - Provision of pump house (5mx8m) at RNY for ETP.
Item- 1 Schedule-A

Pa g e 7 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

S No. Item Description of Item Unit Qty Rate Amount


No
Providing and laying in position cement concrete of specified
proportion excluding cost of cement, centering and shuttering
- All works upto Plinth level :
1 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate 20mm cum 25.38 2834.07 71928.70
nominal size)
Providing and laying in position M 20 Grade concrete for
reinforced concrete structural elements but excluding cost of
centering, shuttering, reinforcement and Admixtures in
recommended proportion (as per IS:9103) to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of Engineer
in charge
2 041011 All work upto plinth level, including raft foundation of washable cum 24.00 3562.39 85497.36
aprons, HS tank, pile cap, footings of FOB, and Platform
shelter etc.
3 041012 All work in buildings above plinth level upto floor two level. cum 21.70 3886.46 84336.18
Centering and shuttering including strutting, propping etc. and
removal of form for :
4 042011 Foundations, footings, bases of columns, raft foundation of Sqm 32.00 161.10 5155.20
washable aprons, Pile caps, Footings of FOB etc.
5 042013 Suspended floors, roofs, landings, balconies, FOB slabs, Sqm 65.00 247.89 16112.85
walkway slabs and access platform
6 042014 Lintels, beams, plinth beams, bed blocks, girders, bressumers Sqm 110.00 212.14 23335.40
and cantilevers
7 042015 Columns, pillars, , posts and struts Sqm 95.00 321.00 30495.00
Brick work with non-modular (FPS) bricks of class designation
7.5 in foundation and plinth in :
8 051017 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 12.80 3167.91 40549.25
Half brick masonry with bricks of class designation 7.5 in
foundations and plinth in :
9 051182 Cement mortar 1:4 (1 Cement : 4 coarse sand) Sqm 122.00 375.95 45865.90
10 051190 Extra for half Brick masonry in superstructure above plinth Sqm 122.00 46.67 5693.74
level upto floor two level
Making plinth protection with bricks of class designation 75
laid on edge in cement mortar 1:6 (1cement: 6coarse sand)
with 12mm thick bed of cement mortar 1:6 (1cement: 6coarse
sand) over 75mm bed of cement dry brick aggregate 40mm
nominal size rammed, consolidated and grouted with fine
sand and the top of bricks pointed with cement mortar 1:3
(1cement: 3fine sand.)
11 057121 With non-modular (FPS) bricks Sqm 15.60 544.85 8499.66
Providing wood work in frames of doors, windows, clerestory
windows and other frames and trusses, wrought, framed and
fixed in position :
12 071012 Sal wood cudm 125.00 51.20 6400.00
Providing and fixing flush door shutters to IS: 2202 Part-I non-
decorative type, core of block board construction with frame
of 1st class hard wood and well matched commercial 3ply
veneering with vertical grains or cross bands and face
veneers on both faces of shutters
13 072151 35mm thick including ISI marked stainless steel butt hinges Sqm 7.50 1263.98 9479.85
with necessary screws
Providing and fixing M.S. grills of required pattern in frames of
windows etc. with M.S. flats, square or round bars etc. all
complete
14 074232 Fixed to opening/ wooden frames with rawl plugs screws etc. Kg 125.00 81.89 10236.25

Pa g e 8 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

Providing hand packed dry flat brick flooring, class


designation 7.5 (FPS Bricks), excluding pointing with joints
filled with sand over a bed of dry sand (ordinary)of average
thickness 25 mm including ramming sub grade :
15 091032 Flat brick Sqm 140.00 255.74 35803.60
Cement concrete flooring 1:2:4 (1cement: 2coarse sand:
4graded stone aggregate) finished with a floating coat of neat
cement including cement slurry, but excluding the cost of
nosing of steps etc. complete
16 092014 75mm thick with 20mm nominal size stone aggregate Sqm 40.00 273.62 10944.80
12 mm cement plaster of mix -
17 111011 1:4 (1cement: 4 fine sand) Sqm 244.00 80.67 19683.48
18 115160 Finishing walls with Acrylic Smooth exterior paint with Silicone Sqm 92.00 79.96 7356.32
additives of required shade on new work (Two or more coats
applied @ 1.67ltr/10 sqm over and including one coat of
water proofing cement paint applied @ 2.20 kg/10sqm
19 115170 Finishing walls with Acrylic Smooth Interior paint of required Sqm 92.00 106.14 9764.88
shade on new work (Two or more coats applied @ 1.67 ltr/10
sqm over and including base coat of water proofing cement
paint applied @ 2.20 kg/10sqm
Applying Priming Coat :
20 121011 With ready mixed pink or grey primer of approved brand and Sqm 25.00 22.68 567.00
manufacture on woodwork (hard and soft wood)
21 121013 With ready mixed red oxide zinc chromate primer of approved Sqm 20.00 21.94 438.80
brand and manufacture on steel galvanized iron/steel works
22 121020 Painting wood work with Deluxe Multi Surfaces Paint of Sqm 25.00 70.48 1762.00
required shade. Two or more coat applied @ 0.90ltr/ 10sqm
over an under coat of primer, applied @ 0.75ltr/ 10sqm of
approved brand or manufacture
23 121030 Painting Steel work with Deluxe Multi Surface Paint to give an Sqm 20.00 70.65 1413.00
even shade. Two or more coats applied @ 0.90ltr/ 10sqm
over an under coat of primer applied @ 0.80ltr/ 10sqm of
approved brand or manufacture
Providing and laying each layer of flat brick soling hand
packed and joints filled with ordinary sand
24 231032 With Jhama bricks Sqm 28.00 158.99 4451.72
Total 535770.94
Item- 2 Schedule-B
S No. Item Description of Item Unit Qty Rate Amount
No
Supply and using cement at worksite :
1 033061 OPC 43 grade Tonne 31.29 6532.00 204386.28
Total 204386.28
Item- 3 Schedule-C
S No. Item Description of Item Unit Qty Rate Amount
No
Supplying Reinforcement for R.C.C. work including
straightening, cutting, bending, placing in position and binding
all complete.
1 045014 High yield strength deformed bars Kg 2000.00 55.58 111160.00
Total 111160.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 9 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

The tenderer must have received contractual payments in the previous three financial
years and the current financial year upto the date of opening of tender, at least 150% of
Allowed
1 the advertised value of the tender. The tenderers shall submit Certificates to this effect No No
(Mandatory)
which may be an attested Certificate from the concerned department / client and/or
Audited Balance Sheet duly certified by the Chartered Accountant etc.

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have successfully completed any of the following during last 07
(seven) years, ending last day of month previous to the one in which tender is invited:
Three similar works costing not less than the amount equal to 30% of advertised value Allowed
1 No No
of the tender, or Two similar works costing not less than the amount equal to 40% of (Mandatory)
advertised value of the tender, or One similar work costing not less than the amount
equal to 60% of advertised value of the tender.
Defination of Similar Work :- Any Water treatment plant or Effluent Treatment Plant or
1.1 No No Not Allowed
Pipe laying and concrete work or Building work.

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Check list should be as per the annexure-XXIII as given in the tender
document attached. Note: Tenderer's attention is invited to clause 1 of Section
1 No No Not Allowed
VII and other relevant clauses of Section I and II whereby in case of
nonsubmission/ non compliance, the tender offer is likely to be rejected.
Tenderer should verify the documents attached with the check list as per
2 annexure-XXIII. Foot note of the annexure-XXIII should be seen before final No No Not Allowed
submission of the tender.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Following documents are common for all types of firms i.e. Sole proprietorship, Allowed
1 No No
Partnership, Limited Company or JV. (Optional)
Allowed
2 (a)Tender Form (First Sheet) as per Annexure-I No No
(Mandatory)
Allowed
3 (b) Firm details as per Annexure-II No No
(Optional)
Allowed
4 (c)Affidavit as per proforma given in Annexure-III No No
(Mandatory)
(d)List of works of similar nature physically completed as per GCC/2020 Allowed
5 No No
Clause no.10-(Pt-I) - proforma given in Annexure-IV (Optional)
(e)Attested copy of Completion Certificate of works mentioned in para (d)
Allowed
6 above from the Organizations with whom they worked as per proforma given No No
(Mandatory)
in Annexure-V as applicable.
Allowed
7 (f)List of works on hand as per proforma given in Annexure-VI No No
(Optional)

Pa g e 10 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

(g)List of plants & Machinery available on hand (own) and proposed to be


Allowed
8 inducted (own and hired to be given separately) for the subject work in No No
(Optional)
Annexure-VII.
(h)List of Personnel, Organization available on hand and proposed to be Allowed
9 No No
engaged for the subject work in Annexure -VIII. (Optional)
(i)Total contract amount during the last three financial years and in the current
financial year with supporting documents at least 150% advertised value of the Allowed
10 No No
tender required as per Para 22(i). (m)Contractual Receipt of the year on the (Mandatory)
Letter Head of Chartered /Cost accountant. Annexure-IX.
(j)Self attested copy of Permanent Account Number (PAN) issued by Income Allowed
11 No No
Tax Department. (Optional)
(k)The tenderer(s) are required to submit the test report of the stone ballast
conforming to railways specifications as given in the condition no.7.2.2 of
Allowed
12 section-VI along with their offer, issued from the approved laboratory as listed No No
(Optional)
in condition no 7.1.1(a) of section-VI in the tender documents. (This item will
be applicable only for the tenders of supply of ballast).
Allowed
13 (l)Any other document in support of his/their credentials/scheme. No No
(Optional)
1.2 In addition to Para 1.1 above certain more documents are to be submitted
14 No No Not Allowed
by tenderers as per status of their firms. These documents are listed below -
1.2.1 For Sole Proprietorship firm a) Affidavit as per 'Annexure -X'. b) Special
power of Attorney as per proforma given in 'Annexure-XI' to be submitted by Allowed
15 No No
sole proprietor firm duly notarized.(Not required if tender documents are (Mandatory)
submitted by proprietor himself)
1.2.2For Partnership firm a)Self/Notary attested copies of Partnership deed.
b)Special Power of Attorney as per proforma given in 'Annexure-XII' to be
submitted by Partnership firm. (Not required if one or more partners are
authorized in Parternership deed to sign on behalf of the firm.) The tenderer
shall clearly specify that the tender is submitted on behalf of a partnership firm.
The following documents shall be submitted by the partnership firm, with the
tender: (a)A notarized copy of partnership deed. (b)A notarized or registered
copy of Power of Attorney (duly registered as per prevailing law) in favour of Allowed
15.1 No No
the individual to tender for the work, sign the agreement etc. and create (Mandatory)
liability against the firm. (c)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 / any State Govt. from participation in
tenders / contracts as on the date of opening of bids, either in their individual
capacity or in any firm in which they were / are partners. Concealment / wrong
information in regard to above shall make the contract liable for determination
under Clause 62 of the General Conditions of Contract.
1.2.3 For Limited Company a) Copy of Memorandum & Articles of Association
of Company. b)Self /Notary attested copy of resolution passed by Board of
Directors authorizing its Director/Employee to deal with tender on behalf of Allowed
15.2 No No
company. c) Attested copy of Notarized Special Power of Attorney including (Mandatory)
ratification clause duly signed by person authorized by the company vide (b)
above as per proforma given in 'Annexure-XIII'.
16 " No No Not Allowed
1.3 The bidder to mandatorily submit the following declaration along with his
offer:Bid Security declaration:-As per Rly L/No. 2020/CE-I/CT/3E/GCC/Policy
dtd. 30.12.2020 following bid security declaration is mandatory. "I/We, M/s.......
(Name of bidder) am/are aware that I/We have been exempted from
submission of Bid Security/Earnest Money Deposit in lieu of this of this Bid
Security Declaration. I/We understand and accept that if I/We withdraw my/our
bid within bid validity period or if awarded the tender and on being called upon Allowed
16.1 No No
to submit the Performance Guarantee/Performance Security fail to submit the (Mandatory)
same within the stipulated time period mentioned in tender documents or on
being called upon to sign the contract agreement fail to sign the same within
stipulated period mentioned in tender documents, I/We ie., the bidder shall be
banned from submission of bids in any Works/ Service tender issued by Indian
Railways for a period of 12 months from the date of such banning done on e-
platform IREPS."

Pa g e 11 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

1.4) An undertaking that the company is not blacklisted or debarred by


Railways or any other Ministry / Department of Govt, of India from participation
in tender on the date of opening of bids, either in individual capacity or as a Allowed
16.2 No No
member of the partnership firm or JV in which he was / is a partner/member. (Mandatory)
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
1.5 Tenderer has to sumit relevant drawing/plan for 50 KLD ETP plant at time Allowed
16.3 No No
of participation/bidding of tender itself. (Mandatory)
16.4 NOTE: BE IT KNOWN TO THE TENDERER THAT :- No No Not Allowed
All mandatory documents are required to be submitted by the bidder/tenderer
16.5 at the time of bidding, in case of nonsubmission/ noncompliance, the tender No No Not Allowed
offer is likely to be rejected.
(a)No post tender submission of documents shall be permitted in respect of
item mentioned in item (b) below. However, only clarification can be called for
by Railway in respect of any part / document submitted by the tenderer which
17 No No Not Allowed
shall be responded to by the tenderer within 10 working days of the date of
issue of such letter for clarifications, failing which the offer shall be dealt with
as per available documents.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
18 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
For those conditions for which standard formats have been given in the
1 uploaded document titled-Formats for uploading of various format. The No No Not Allowed
information should only be submitted in these standard formats.
Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
2 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
In addition to General condition of contract 2020and Indian Railways Unified
3 standard specification Works Materials Volume I II 2010, revised upto date, No No Not Allowed
special condition attached shall also apply.
Sales tax/Business tax, Royalty etc. will be recovered as per extant instruction
4 No No Not Allowed
on the subject.
5 Payment of Earnest Money will be as follows:- No No Not Allowed
Bid Security declaration:1.3)As per Rly L/No. 2020/CE-I/CT/3E/GCC/Policy dtd.
30.12.2020 following bid security declaration is mandatory. "I/We, M/s (Name
of bidder) am/are aware that I/We have been exempted from submission of
Bid Security/Earnest Money Deposit in lieu of this of this Bid Security
Declaration. I/We understand and accept that if I/We withdraw my/our bid
within bid validity period or if awarded the tender and on being called upon to
5.1 submit the Performance Guarantee/Performance Security fail to submit the No No Not Allowed
same within the stipulated time period mentioned in tender documents or on
being called upon to sign the contract agreement fail to sign the same within
stipulated period mentioned in tender documents, I/We ie., the bidder shall be
banned from submission of bids in any Works/ Service tender issued by Indian
Railways for a period of 12 months from the date of such banning done on e-
platform IREPS."
Tender will be opened at the specified time and date. In case the specified
6 date is declared a holiday, the tender would be opened at the same time on No No Not Allowed
next working day.
6.1 Joint venture will not be permitted for the tenders. No No Not Allowed
6.2 Any conditional offer will be summarily rejected No No Not Allowed
The tender will be opened on date 03.06.2021 at 15:00 hrs. at DRM/W/RNY's
6.3 No No Not Allowed
office.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 12 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43
RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 03-ENGG-RNY-2021-22 Closing Date/Time: 03/06/2021 15:00

For the tenders opening after roll out of GST - All the bidders/ tenders should
1 ensure that they are GST compliant and their quoted tax structure/rates are as No No Not Allowed
per GST Law.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
An undertaking that the company is not blacklisted or debarred by Railways or
any other Ministry / Department of Govt, of India from participation in tender
on the date of opening of bids, either in individual capacity or as a member of
2 No No Not Allowed
the partnership firm or JV in which he was / is a partner/member. Concealment
/ wrong information in regard to above shall make the contract liable for
determination under Clause 62 of the General Conditions of Contract.

6. Documents attached with tender

S.No. Document Name Document Description


1 TD.pdf Tender Document

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: GAURAV SINGH

Designation : DEN/I

Pa g e 13 o f 13 Ru n Da te/Time: 0 6 /0 5 /2 0 2 1 18 :5 8 :43

You might also like