You are on page 1of 32

SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Chief Administrative Officer / CON acting for and on behalf of The President of India invites E-Tenders against Tender No 34-CAO-C-
SC-2022 Closing Date/Time 17/05/2022 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

SCR Construction Organozation - Guntur Division - Guntur-Guntakal Section:- Proposed


Double line work between Donakonda-Nandyal stations - Proposed laying and linking of BG
track, assembling and insertion of points and crossings, supplying, leading and dumping of
stone ballast, dismantling and slewing of existing track and points & crossings and execution
Name of Work
of other miscellaneous works from Ch.170777.00m to 215877m (45.10 kms) between
Cumbum (excl.Cumbum yard) and Diguvametta (incl. Diguvametta Yard) stations (incl.
Jaggambotla Krishnapuram, Somidevipalle, Gudimetta(H), Yadavalli(H), Giddalur,
Krishnamsettypalle(H) stations)
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 17/05/2022 15:00 Date Time Of Uploading Tender 21/04/2022 16:56
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 231390165.60 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1307000.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 24 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 03/05/2022 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A-ITEMS THAT ARE COVERED UNDER USSOR 2019 168813458.80
Below/Par
011011 1000.00 cum 131.37 131370.00 AT Par 131370.00
Description:- Earthwork in cutting (classified) in formation, trolley refuges, side drains, level crossing approaches,
platforms, catch water drains, diversion of nallah & finishing to required dimension and slopes to obtain a neat
appearance to standard profile inclusive of all labour, machine & materials and removing & leading all cut spoils
either to make spoil dumps beyond 10m from cutting edge or for filling in embankment with leads within 2 km on
either side of cutting edge, lifts, ascent, descent, loading, unloading, all taxes / royalty, clearance of site and all
1 incidental charges, bailing & pumping out water, if required, etc. complete as per directions of the Engineer-in-
Charge. The work is to be executed as per latest / updated edition of "Guidelines for Earthwork in Railway
Projects" issued by RDSO, Lucknow. Cut trees shall be property of Railways and to be deposited in the railway
godown unless specified otherwise in the Special Conditions of Contract. {Note - (i) All usable earth arising from
cut spoils shall be led into bank formation and Unusable spoils shall be dumped / stacked (ii) All hard rock /and
boulders not fit for filling will be stacked by the contractor and will be property of the Railways.} In all conditions and
classifications of soil except rock
012010 4000.00 cum 273.91 1095640.00 AT Par 1095640.00
Description:- Earthwork in filling in embankment , guide bunds, around buried type abutments, bridge gaps,
trolley refuges, rain bunds, if provided, platforms etc. with earth, suitable for embankment as per RDSO latest
Specifications and guidelines GE: G-14 of Soil Quality Class SQ1, excavated from outside railway boundary
entirely arranged by the contractor at his own cost including all leads, lifts, ascents, descents, crossing of nallahs
2 or any other obstructions. The item shall include demarcation and setting out of profile, site clearance, removing of
shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling,
spreading in layers with motor grader, bringing the moisture content to OMC, mechanical compaction to specified
density and dressing of bank to final profile as a complete job. The payment shall be made as per finished profile
and the rate shall include all costs including taxes, octroi, royalty etc. except for mechanical compaction which shall
be paid extra under relevant item. Cut trees shall be property of railways and to be deposited in the railway
godown unless specified otherwise in the Special Conditions of Contract.
012020 2000.00 cum 295.35 590700.00 AT Par 590700.00

Pa g e 1 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Earthwork in filling in embankment , guide bunds, around buried type abutments, bridge gaps,
trolley refuges, rain bunds, if provided, platforms etc. with earth, suitable for embankment as per RDSO latest
Specifications and guidelines GE: G-14 of Soil Quality Class SQ2, excavated from outside railway boundary
entirely arranged by the contractor at his own cost including all leads, lifts, ascents, descents, crossing of nallahs
or any other obstructions. The item shall include demarcation and setting out of profile, site clearance, removing of
3 shrubs, roots of vegetations growth, heavy grass, benching of existing slope of old bank, all handling/re-handling,
spreading in layers with motor grader, bringing the moisture content to OMC, mechanical compaction to specified
density and dressing of bank to final profile as a complete job. The payment shall be made as per finished profile
and the rate shall include all costs including taxes, octroi, royalty etc. except for mechanical compaction which shall
be paid extra under relevant item. Cut trees shall be property of railways and to be deposited in the railway
godown unless specified otherwise in the Special Conditions of Contract. Note: Payment under this item shall be
made only upto the thickness as approved by Engineer-in-Charge. Any additional thickness executed shall be paid
under the item of Earthwork in filling in embankment for Soil Quality Class SQ1.
012040 7000.00 cum 17.88 125160.00 AT Par 125160.00
Description:- Extra for mechanical compaction of soil in embankment with contractor's rollers of suitable capacity,
4 type and size to achieve specified density as per specification, testing as per IS codes including cost of water, T&P,
consumable and all labour as a complete job. The work is to be executed as per Latest edition of "Guidelines for
Earthwork in Railway Projects" issued by RDSO, Lucknow.
012050 1000.00 cum 1758.64 1758640.00 AT Par 1758640.00
Description:- Providing of Blanketing over finished formation as per latest RDSO specifications and procedures by
supplying materials of approved quality, spreading in layers not exceeding in 30cm in thickness in loose conditions
and leveling by motor grader and compacting by vibro roller of required capacity upto desired degree of
compaction, finishing to correct profile with all lead and lift, complete in all respect to the satisfaction of the
Engineer-in-Charge. R a t e includes all labour, material, tools, plants, machinery, testing equipment, testing
charges, taxes, Royalties, Octroi etc. and all other incidental charges including compaction. Note:( i) The work
shall be carried out as per RDSO Guidelines and specifications for Design of Formation for Heavy Axle Load
5 (Report No. RDSO/2007/GE: 0014 of November, 2009) for mechanically produced blanketing material for Railway
Formation. (ii) The Quality Control tests as prescribed vide RDSO/2007/ GE:0014 with up to date ammendment
shall be arranged at site by the Contractor, for which no separate payment will be made. (iii) The tenderer is
requested to go through specifications of blanketing material as per GE-0014 RDSO specifications. The blanketing
material is expected to be manufactured in quarry/ site with pug mill type blender from stone crushed material of
required quality as per specification with the grading falling in the enveloping curve. The rate includes the CBR
tests, Los Angels Abrasion test, Impact tests, Atterberg limits, Grain size analysis, MDD and all quality tests as per
specifications to be carried as per the laid down frequency on blanketing material/ compacted finished blanket
surface. (iv) Measurement will be made on finished profile after compaction.
013020 10000.00 100 metre 276.28 27628.00 AT Par 27628.00
Description:- Earthwork for repairing to cess by cutting or raising of existing cess upto 4 metre from centre of
track on both sides of embankment with Railway's earth including cutting of earth, leading, benching, filling,
6 dressing including cutting of grass / shrubs / trees etc.; watering, compaction by ramming and leveling of earth for
required longitudinal & cross-sectional profile, as directed Note: [Rate also includes repairs of trolley refuges
including pulling ballast back upto formation level to avoid impounding of ballast and there after putting the pulled
ballast back after cess repairs etc.]
013080 3000.00 cum 173.88 521640.00 AT Par 521640.00
Description:- Earth work in filling in embankment from Railway land for repairing of cess/formation/level crossing,
7 rain cuts etc. to make the surface to the desired level and slope to the entire satisfaction of Engineer-in-charge.
The rate will include free lead upto 200m, all lifts, descends, ascends, crossing of track/road/nallah etc. including
breaking of clods etc and compaction by rollers/rammers etc. Note - This item is only to be paid when specially
ordered in writing if situation so demands.
022011 500.00 cum 166.33 83165.00 AT Par 83165.00
Description:- Earthwork in excavation by mechanical means (Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including setting out, dressing of sides, ramming of bottom, getting
out the excavated material, back filling in layers with approved material and consolidation of the layers by ramming
8 and watering etc. including all lift, disposal of surplus soil upto a lead of 300m, all types of shoring and strutting
with all labour and material complete as per drawing and technical specification as directed by Engineer in charge.
Note: This item will be used for excavation work in connection with other miscellaneous works also. like side
drains, foundation for OHE masts and other miscellaneous structures in connection with Gauge Conversion,
Doubling, New lines All kinds of soils
022035 250.00 cum 2608.76 652190.00 AT Par 652190.00
Description:- Providing and laying in position Plain cement concrete of specified Nominal Mix for miscellaneous
9 works like side drains, foundation for OHE masts and other miscellaneous structures excluding the cost of Cement,
centering and shuttering - All work up to plinth level : 1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 graded stone
aggregate 40 mm nominal size)
025062 55.00 MT 6689.69 367932.95 AT Par 367932.95
10

Pa g e 2 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Supply and using Cement at Worksite Ordinary Portland Cement 53 grade
Running
061021 4000.00 25.71 102840.00 AT Par 102840.00
Metre

11 Description:- Removing rail of all types & length from track, laid on any type & density of sleeper by removing fish
plates, fastenings & fish bolts and other materials alongwith keeping released rail and all materials safely on cess,
as directed by Engineer in-charge. (cutting & drilling of rail shall be paid separately and work to be done under
traffic block & Railway's supervision) BG Track - For Through Renewal work
061031 2000.00 Track metre 53.72 107440.00 AT Par 107440.00
Description:- Insertion of rails of all types & length in track, laid on any type & density of sleeper to the specified
12 gauge. Rates include fastening of rail with sleepers with standard set of fastenings and fixing of fish plates and
bolts or, if required, providing gap for welding. (drilling and cutting of rail to be paid separately) BG Track - For
Through Renewal work
061061 3500.00 Each 173.36 606760.00 AT Par 606760.00
Description:- Removing from track the existing PSC sleepers with fittings in running track conditions for TSR / ISD
13 works & stacking the same neatly at specified places with contractor's tools & labour, as directed by Engineer in-
charge. (For ISD work only identified unserviceable sleepers to be covered) For location of work not involving deep
screening
061071 1000.00 Each 222.57 222570.00 AT Par 222570.00
Description:- Inserting in track the PSC sleepers lying along the cess / formation / slope / toe with all fittings
14 complete for TSR / ISD work to specified gauge with contractor's tools including one packing to make track fit for
20 kmph speed and dressing of ballast, as directed by Engineer in-charge For location of work not involving deep
screening
061110 1000.00 Each 141.91 141910.00 AT Par 141910.00
Description:- Fixing of fish plates and fish bolts (of 4 fish bolts) on a joint created in rail of 90R, 52Kg or 60Kg of
15 all UTS, duly lubricating fish plates/bolts with contractor grease graphite in running track condition including
transportation of fish plates and fish bolts from nearest station / store / level crossing. (rail cutting & drilling to be
paid separately)
061111 200.00 Each 48.77 9754.00 AT Par 9754.00
Description:- Fixing of fish plates and fish bolts (of 4 fish bolts) on a joint created in rail of 90R, 52Kg or 60Kg of
16 all UTS, duly lubricating fish plates/bolts with contractor grease graphite in running track condition including
transportation of fish plates and fish bolts from nearest station / store / level crossing. (rail cutting & drilling to be
paid separately) Extra to Item no. 061110 for using fish plates of 6 bolts
061120 40000.00 Each 17.41 696400.00 AT Par 696400.00
Description:- Through renewal of Metal / GFN liners in running track condition including removing, cleaning &
17
lubrication of ER Clip & Insert Eye and re-driving the same with contractor's grease graphite of approved quality
with all lead & lift
061121 40000.00 Each 7.76 310400.00 AT Par 310400.00

18 Description:- Through renewal of Metal / GFN liners in running track condition including removing, cleaning &
lubrication of ER Clip & Insert Eye and re-driving the same with contractor's grease graphite of approved quality
with all lead & lift Extra to item no. 061120 for lubrication of metal liner and rail foot at liner seat
061222 1000.00 Each 157.40 157400.00 AT Par 157400.00
19 Description:- Gas cutting of rail of various sections with contractor's tools & plants, as directed by engineer in-
charge : Rail section of 52Kg and above
061240 50.00 Each 79.33 3966.50 AT Par 3966.50

20 Description:- Stacking of glued joints in single layer for electrical testing, in such a manner that glued joints - (a)
shall not touch ground, (b) shall not touch one another, (c) shall not touch any rail or any metallic body, (d) shall
not be water-logged from any side and (e) end post shall not rest on supports of glued joint
071022 40.00 Set 43195.32 1727812.80 AT Par 1727812.80
Description:- Assembling complete BG Turnout including symmetrical split on staging or on formation / ballast
bed to correct gauge and alignment as per standard drawing on all types of rails over PSC sleepers at specified
21 locations, duly leading special size sleepers, switches, crossings, fittings, fastenings etc. with maximum lead of
250m & all lift and testing points with S&T staff for throw of switch etc. at station yard after levelling surface
complete and as directed by engineer in-charge NOTE: (Rail cutting and Drilling shall be paid separately) 1 in 12
Turnout
071023 3.00 Set 46985.69 140957.07 AT Par 140957.07

22

Pa g e 3 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

22
Description:- Assembling complete BG Turnout including symmetrical split on staging or on formation / ballast
bed to correct gauge and alignment as per standard drawing on all types of rails over PSC sleepers at specified
locations, duly leading special size sleepers, switches, crossings, fittings, fastenings etc. with maximum lead of
250m & all lift and testing points with S&T staff for throw of switch etc. at station yard after levelling surface
complete and as directed by engineer in-charge NOTE: (Rail cutting and Drilling shall be paid separately) 1 in 16
Turnout
071026 6.00 Set 7443.28 44659.68 AT Par 44659.68
Description:- Assembling complete BG Turnout including symmetrical split on staging or on formation / ballast
bed to correct gauge and alignment as per standard drawing on all types of rails over PSC sleepers at specified
23 locations, duly leading special size sleepers, switches, crossings, fittings, fastenings etc. with maximum lead of
250m & all lift and testing points with S&T staff for throw of switch etc. at station yard after levelling surface
complete and as directed by engineer in-charge NOTE: (Rail cutting and Drilling shall be paid separately) Derailing
switch
071031 8.00 Set 34651.92 277215.36 AT Par 277215.36
Description:- Dismantling of existing BG turnouts and trap switches with all types of rails on other than PSC
24 sleeper layout, removing fish plates & fastenings, leveling of ballast to correct profile & stacking all the released
materials, sleepers, fastenings, rails, switches & crossings including segregating & stacking at specified locations in
a neat & countable manner, as directed by Engineer in-charge : 1 in 8.5 Turnout
071032 16.00 Set 39658.75 634540.00 AT Par 634540.00
Description:- Dismantling of existing BG turnouts and trap switches with all types of rails on other than PSC
25 sleeper layout, removing fish plates & fastenings, leveling of ballast to correct profile & stacking all the released
materials, sleepers, fastenings, rails, switches & crossings including segregating & stacking at specified locations in
a neat & countable manner, as directed by Engineer in-charge : 1 in 12 Turnout
071033 2.00 Set 44427.16 88854.32 AT Par 88854.32
Description:- Dismantling of existing BG turnouts and trap switches with all types of rails on other than PSC
26 sleeper layout, removing fish plates & fastenings, leveling of ballast to correct profile & stacking all the released
materials, sleepers, fastenings, rails, switches & crossings including segregating & stacking at specified locations in
a neat & countable manner, as directed by Engineer in-charge : 1 in 16 Turnout
071036 7.00 Set 7232.46 50627.22 AT Par 50627.22
Description:- Dismantling of existing BG turnouts and trap switches with all types of rails on other than PSC
27 sleeper layout, removing fish plates & fastenings, leveling of ballast to correct profile & stacking all the released
materials, sleepers, fastenings, rails, switches & crossings including segregating & stacking at specified locations in
a neat & countable manner, as directed by Engineer in-charge : Derailing Switch
071043 26.00 Set 12634.15 328487.90 AT Par 328487.90
28
Description:- 1 in 20 Turnout Extra over Items 071031 to 071035 and 071037 to 071041 for PSC sleeper layout
071044 7.00 Set 3321.10 23247.70 AT Par 23247.70
29
Description:- 1 in 20 Turnout Extra over Items 071036 and 071042 for PSC sleeper layout
071152 6.00 Set 17136.31 102817.86 AT Par 102817.86
Description:- Lifting of points & crossing layouts on all types of sleepers upto 75mm or part thereof including
30 approach and exit sleepers including one round of packing, adjustment to sleeper spacing, tightening of fittings
and ramping out on either side at slope not steeper than 1 in 1000 or as directed {Note : Item will be paid only
when lifting is 25mm or more} 1 in 12 Points & Crossing
081032 1000.00 Track metre 374.90 374900.00 AT Par 374900.00
Description:- Deep screening of track in terms of Para-238 of Indian Railways Permanent Way Manual on PSC
sleepers of any density and screening of complete ballast section. It includes opening of ballast, digging down to
specified depth below bottom of sleeper to provide formation slope of 1:40 towards drain or any prescribed
direction, taking out caked ballast, muck etc. from entire ballast section, putting back clean ballast as per required
ballast profile, throwing away screened muck arising out of screening on toe of bank or on cess, if low or on spoil
31 banks above top of cutting (including throwing and leveling, if required beyond minimum 5m from the edge of
cutting which are upto 3m deep or alternatively carting it upto 50m for disposing it off beyond cutting or platforms)
as per direction of Engineer in-charge, including cutting cess, if required for effective drainage upto a distance of
3.5m from centre line of track on both sides and including one round of kutcha packing with screened ballast
including attending to track parameters to make track fit for 20 kmph speed. Necessary wooden blocks shall be
brought by the contractor. {Note : Cess cutting beyond 3.5m from centre line of track shall be paid extra as per
relevant item for earthwork} Depth of 200 mm below bottom of sleeper
081051 85000.00 cum 124.98 10623300.00 AT Par 10623300.00
Description:- Running out / Putting of railway's stone ballast from existing stacks available along alignment either
32 on top of cutting or on formation or at toe of bank by head leads or by any other means and spreading to the
required profile with contractor's labour, tools & plants, as directed by Engineer in-charge. {Payment shall be made
based on ballast stack measurement} For lead upto 50m and lift up to 5m
081052 65000.00 Each 30.71 1996150.00 AT Par 1996150.00

Pa g e 4 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Running out / Putting of railway's stone ballast from existing stacks available along alignment either
33 on top of cutting or on formation or at toe of bank by head leads or by any other means and spreading to the
required profile with contractor's labour, tools & plants, as directed by Engineer in-charge. {Payment shall be made
based on ballast stack measurement} Extra over item no. 081051 for each additional lead of 50m or part thereof
when total lead exceeds 50m, but upto 250m for each Cum.
081053 11000.00 Each 25.46 280060.00 AT Par 280060.00
Description:- Running out / Putting of railway's stone ballast from existing stacks available along alignment either
34 on top of cutting or on formation or at toe of bank by head leads or by any other means and spreading to the
required profile with contractor's labour, tools & plants, as directed by Engineer in-charge. {Payment shall be made
based on ballast stack measurement} Extra to item no. 081051 for each additional lift of 2m or part thereof when
total lift exceeds 5m for each Cum.
081061 1000.00 Track metre 145.02 145020.00 AT Par 145020.00
Description:- Lifting and packing for regrading the existing BG track to required height / level in stages not
exceeding 75mm or part thereof at a time, providing permissible ramp for the track, insertion of moorum / sand /
35 stone ballast uniformly under the existing track and placing the same to safe approved gradient, gauge, cushion
including levelling and one round of through packing to allow train movement at restricted speed of 30 kmph for a
specified length with all leads & lifts and fixing, marking, painting rail level posts, tiebars at every 30m interval.
{Note : Lifting of track shall be done in stages as per procedure laid down in Para 233 of IRPWM to get the
proposed final level as per approved working profile, as directed by engineer in-charge} - In PSC sleeper track
081080 500.00 Track metre 194.68 97340.00 AT Par 97340.00
Description:- Regrading the existing BG track by lowering upto required depth in stages, not exceeding 75mm in
one stage including one round of through packing and making track fit for 30kmph speed at each stage of lowering
36 as per Para 234 of IRPWM and subsequent picking up of sags / slacks and attending to misalignment / cross level
defects during train operation, providing required ramp-in and ramp-out for safe passage of trains, including
cutting trenches across track at every 30m interval to the required final formation level complete, and fixing,
marking, painting rail level posts, tiebars at every 30m interval. as directed by engineer in-charge
081100 49000.00 Track metre 23.51 1151990.00 AT Par 1151990.00
Description:- Boxing of ballast as per profile mentioned in IR's LWR Manual including cess dressing on both sides
37 of track. The work will include removing excess ballast from track and putting the same in crib and shoulder by
leading to a maximum of 50m including crossing of track, deweeding on ballast section etc and as directed by
Engineer-In charge
081120 30000.00 cum 38.39 1151700.00 AT Par 1151700.00
Description:- Leading and loading Railway's ballast, collected at yard / depot / mid-section into Railway's BOB /
38 BKH / any other type of open wagon, using JCB or any other approved mechanised method with all ascents,
descents, taxes etc. with lead of 250m & all lifts complete as per specifications and as directed by Engineer in-
charge
081150 30000.00 cum 65.26 1957800.00 AT Par 1957800.00
39 Description:- Unloading of ballast from Railway's Hopper Wagons and distributing the unloaded ballast uniformly
over the track and profiling and boxing {it also includes taking out jammed ballast}
111040 48000.00 Sqm 11.76 564480.00 AT Par 564480.00
Description:- Dressing and levelling the formation top surface in cutting or embankment, removing vegetation /
shrubs / any debris, duly making good the isolated undulations etc. of upto 300mm depth with Railway's blanketing
material, disposal of surplus soil on slopes by spreading uniformly, rolling formation top in between or adjacent to
40 running track with 10MT roller for 5 to 8 passes including watering while rolling to obtain uniform desired formation
top, as directed by engineer in-charge Note: 1) No payment will be made for any stretch attended without prior
approval of Engineer-in-charge. Prior approval of Engineer-in-charge shall be obtained for undertaking the
dressing work for each stretch of formation. 2) 50% of payment will be made on dressing of formation to plane
surface 3) Balance 50% of payment will be made on rolling of formation to desired number of passes.
121030 30.00 Set 9101.70 273051.00 AT Par 273051.00
Description:- Dismantling & removing existing SEJ (Switch Expansion Joint) assembly during line block and its
replacement with plain track as of adjoining section with all fittings and stacking the released materials, including
41 rail cutting and drilling of holes, as directed and aligning rails, providing temporary connection with adequate
welding gap with adjoining rail and ensuring proper track geometry for 30 kmph speed Note: 1.Except rails,
sleepers and P.Way fittings to be supplied by Railway. 2.Welding will be paid separately. 3.This item includes Rail
cutting and hole drilling
Running
121071 50000.00 297.75 14887500.00 AT Par 14887500.00
Metre

42

Pa g e 5 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Provision of barricading with contractor's bamboos / balli vertical post of 75 to 100mm dia. planted
at every 2m interval, projecting at least 1.5m above ground level and driven firmly (minimum 0.5m) inside ground
and including painting verticals & horizontals with red luminous paints / strips at alternative bay on barricade.
Barricades shall be completely removed when no longer required by engineer in-charge. @ 40<37@ payment
shall be made on provision of barricading at work-site) With 3 horizontal bamboo / balli members of minimum
50mm dia. spaced equally
121080 500.00 MT 1669.91 834955.00 AT Par 834955.00
Description:- Providing Rail Barricading with rails supplied by Railways with verticals provided at every 1.5m
43 interval, height of barricade being upto 1.5m above ground / termination level and one row of horizontal rail, duly
cutting rails and drilling holes as required, assembling necessary accessories to required length, including
earthwork excavation for foundation, fixing posts in cement concrete 1:3:6 base of size 0.45m x 0.45m x 0.60m
and one coat of red oxide painting of steel work (excavation and concrete work will be paid separately)
Running
121091 4000.00 29.36 117440.00 AT Par 117440.00
Metre
Description:- Shifting & pairing of rails / panels unloaded alongside existing running track to adjoining formation
44 including crossing of track, duly lifting & pushing rail / panel without damaging it and taking all necessary
precautions, so as not to infringe the running track, as directed by Engineer in-charge. NOTE: The disturbed rail
barricading should be restored to its original condition by the agency including re-fixing & concreting as required.
Rail length upto 13m.
Running
121093 90000.00 44.40 3996000.00 AT Par 3996000.00
Metre
Description:- Shifting & pairing of rails / panels unloaded alongside existing running track to adjoining formation
45 including crossing of track, duly lifting & pushing rail / panel without damaging it and taking all necessary
precautions, so as not to infringe the running track, as directed by Engineer in-charge. NOTE: The disturbed rail
barricading should be restored to its original condition by the agency including re-fixing & concreting as required.
For rails/panels of more than 40m length
121101 1400.00 Each 111.17 155638.00 AT Par 155638.00
Description:- Providing Centre Line / Rail Level Pegs on formation at an interval of 30 metres on one side or at
centre of proposed / existing track, as directed by engineer in-charge for linking of new track / CTR / Deep
46 Screening / Lifting / Lowering works, duly embedding in formation including marking with contractor's paint (rails &
tie bar pegs of suitable size will be supplied by Railways) [Note: (1) Rails/tie bar shall be supplied by the Railways
within free lead of 250m Stores Depot. In case of hard wood peg, the hard wood will be supplied by the contractor.
(2) Excavation and concrete work will be paid separately.] With Rail pegs
121120 49000.00 Track metre 31.22 1529780.00 AT Par 1529780.00
Description:- Compaction of ballast in layer, laid on new formation at all the locations with smooth wheeled power
roller of 8-10 tonne capacity to sufficient number of passes to form consolidated ballast bed of 100mm - 150mm
47 thickness to a width of 3.5m to 4.5m symmetrical to centre line of proposed track, to suit finished formation to
correct line & level with all ascents & descents, as directed by Engineer in-charge. {Note : (1) Rate is inclusive of
(a) providing ramp for taking roller to formation and removing the same & making good formation after completion
of work; (b) redistribution & leveling of excess ballast while rolling to obtain uniform plane cambered surface; (2)
1.6 times to linear length of turnout shall be paid for work on turnout}
121131 45100.00 Track metre 243.04 10961104.00 AT Par 10961104.00
Description:- Linking of BG track on prepared formation to correct gauge & alignment with Railway's track
48 materials including spreading sleepers at specified spacing, squaring, pairing & fixing rails to sleepers with all types
of rail fittings & fastenings including their lubrication as per IRPWM standards. Rate is inclusive of kutcha packing
to make track fit for 20 kmph speed : (NOTE: Rail cutting and Hole drilling shall be paid seperately) (a) For sleeper
density of 1660 sleepers per km
121132 5000.00 Track metre 225.44 1127200.00 AT Par 1127200.00
Description:- Linking of BG track on prepared formation to correct gauge & alignment with Railway's track
49 materials including spreading sleepers at specified spacing, squaring, pairing & fixing rails to sleepers with all types
of rail fittings & fastenings including their lubrication as per IRPWM standards. Rate is inclusive of kutcha packing
to make track fit for 20 kmph speed : (NOTE: Rail cutting and Hole drilling shall be paid seperately) (b) For sleeper
density of 1540 sleepers per km
121140 55.00 Set 5797.95 318887.25 AT Par 318887.25
Description:- Laying of BG new IRS SEJ (Switch Expansion Joint) on PSC / Wooden sleepers with cutting of rails,
as required and lubrication including gauging, aligning rails, providing temporary connection with adequate welding
50 gap with adjoining rail and ensuring proper track geometry for 30 kmph speed Note:[The rates will include leading
of SEJ sleepers, SEJ fittings for a free lead of 250 metres and providing reference posts with kachcha and first
packing and making ballast profile as per IRPWM, Welding, Cutting of rails & Drilling of holes will be paid
seperately.]
121150 200.00 Track metre 609.87 121974.00 AT Par 121974.00

Pa g e 6 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Linking of BG track on prepared formation at Level Crossing locations with fixing of level crossing
51 blocks, plate screws, check rails, drilling of holes, as necessary to correct gauge & alignment with Railway's track
materials including spreading sleepers at specified spacing, squaring, pairing & fixing rails to sleepers with all types
of rail fittings & fastenings including their lubrication as per IRPWM standards. Rate is inclusive of kutcha packing
to make track fit for 20 kmph speed and also for anti-corrosive painting of rails. Note1.: Rate includes greasing of
pandrol clips with contractors grease of approved quality. 2. Drilling of holes shall be paid seperately]
121170 15.00 Each 54726.69 820900.35 AT Par 820900.35
Description:- Carrying out cut & connection to the existing PSC sleeper track under line block to connect the
52 same to newly linked track which is laid by the side, duly carrying out cutting of rails, insertion of additional PSC
sleepers, if required, providing fish plated joints including drilling of holes, slewing required length of both tracks to
prescribed alignment, adjusting sleeper spacing, providing continuity to track, spreading of ballast to provide
cushion, shoulder ballast to the track stretch, giving one round of packing to make track fit for 20 kmph speed
121181 2000.00 Track metre 240.80 481600.00 AT Par 481600.00
Description:- Shifting / Slewing the existing or newly assembled track under line block to correct locations &
53
alignment and attending to one round kutcha packing during line block or non-block period, as directed by
Engineer in-charge Maximum Shifting / Slewing upto 1 metre
121182 1000.00 Track metre 302.60 302600.00 AT Par 302600.00

54 Description:- Shifting / Slewing the existing or newly assembled track under line block to correct locations &
alignment and attending to one round kutcha packing during line block or non-block period, as directed by
Engineer in-charge Maximum Shifting / Slewing for more than 1 metre & upto 2 metres
121261 600.00 Each 2716.01 1629606.00 AT Par 1629606.00
Description:- Working of the Railway Push Trolley by arranging required semi-skilled manpower as per Railway's
55 rules and stipulations for conducting inspections by Railway officials and as directed by Engineer in-charge. Note:
1) Labourers supplied should be capable of pushing trolley in all gradients, and levels duly observing all safety
precautions as per the manual. 2) The labour engaged should be strong and literate 3) Minimum of one head
Trolley man along with 3 assistant men shall be engaged at each time of Trolley run.] For Full day
121262 300.00 Each 1432.93 429879.00 AT Par 429879.00
Description:- Working of the Railway Push Trolley by arranging required semi-skilled manpower as per Railway's
56 rules and stipulations for conducting inspections by Railway officials and as directed by Engineer in-charge. Note:
1) Labourers supplied should be capable of pushing trolley in all gradients, and levels duly observing all safety
precautions as per the manual. 2) The labour engaged should be strong and literate 3) Minimum of one head
Trolley man along with 3 assistant men shall be engaged at each time of Trolley run.] For Half day (upto 4 hours)
121271 1200.00 Each 565.95 679140.00 AT Par 679140.00
Description:- Providing Caution Watchman at a rate of one caution watchman per 8 hours shift with prescribed
protection equipments from contractor at location where caution order is imposed; (Detonators, Banner Flags / HS
Flags will be supplied by Railways) watchman to be on continuous vigil and exhibit necessary hand signals to the
57 trains for their passage over caution spot : [ NOTE: 1) The above rate is for one location per day for 3 shifts of 8
hours each. 2) Banner flags and HS flags will be supplied by Railways. Contractor has to arrange 3 cell electric
torch and tricolor light. 3) If Contractor fails to post watchman at any time during one day, penalty at double the
accepted rates will be levied 4) The watchman nominated by the contractor will be screened for suitability as per
Railway norms.] For One Shift
121283 45.00 Kilometre 8689.91 391045.95 AT Par 391045.95
Description:- Preparation & submission of completion drawings of yard, showing all the details, such as circulating
area, approach road, platform shelter, platform, FOB etc. with computer, showing relevant particulars to
appropriate scale as per IR's Engineering Code on approved quality, transparent media as per details supplied by
58 Railways, including submission of check print for proof checking, duly incorporating the suggested corrections and
modifications and supplying the final plot on approved quality & transparent media with six copies of ammonia
prints complete and soft copy, as directed by Engineer in-charge {Note : (i) Drawings shall be prepared by using
latest drawing making softwares (AutoCad, Work station etc.) and printing shall be done on high end latest
plotters. (ii) Stage Payment - (a) For check print - 40% (b) For Paper tracing - 40% (c) For Ammonia print & soft
copy - 20%} Completion drawing of land plan
121284 3.00 Each 5168.45 15505.35 AT Par 15505.35
Description:- Preparation & submission of completion drawings of yard, showing all the details, such as circulating
area, approach road, platform shelter, platform, FOB etc. with computer, showing relevant particulars to
appropriate scale as per IR's Engineering Code on approved quality, transparent media as per details supplied by
59 Railways, including submission of check print for proof checking, duly incorporating the suggested corrections and
modifications and supplying the final plot on approved quality & transparent media with six copies of ammonia
prints complete and soft copy, as directed by Engineer in-charge {Note : (i) Drawings shall be prepared by using
latest drawing making softwares (AutoCad, Work station etc.) and printing shall be done on high end latest
plotters. (ii) Stage Payment - (a) For check print - 40% (b) For Paper tracing - 40% (c) For Ammonia print & soft
copy - 20%} Completion drawing of way side station
131031 98000.00 Track metre 103.48 10141040.00 AT Par 10141040.00

Pa g e 7 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- First or Second Through Packing of track for all sleeper density including giving a general lift, as
60 desired to eliminate sag after Deep Screening work, as described in Para-238 of Indian Railways Permanent Way
Manual {Notes : (1) Rate is for track laid to 1540 sleepers/km density; (2) 10% extra to the rate shall be paid in
case of 1660 sleepers/km density; (3) Only 80% of the rate shall be paid in case of 1340 sleepers/km density} - 4)
General lift is normally 25 mm and isolated lift may be upto 50 mm. For PSC Sleeper Track (BG)
131083 40.00 Set 21547.49 861899.60 AT Par 861899.60

61 Description:- First and second through packing of points and crossing including gauging, fittings recoupment,
elimination of sag and to the required alignment as per provisions of Indian Railways Permanent Way Manual 1 in
12 PSC layout
131085 3.00 Set 26563.41 79690.23 AT Par 79690.23

62 Description:- First and second through packing of points and crossing including gauging, fittings recoupment,
elimination of sag and to the required alignment as per provisions of Indian Railways Permanent Way Manual 1 in
16 PSC layout
131086 6.00 Set 4171.02 25026.12 AT Par 25026.12
Description:- First and second through packing of points and crossing including gauging, fittings recoupment,
63
elimination of sag and to the required alignment as per provisions of Indian Railways Permanent Way Manual 1 in
8.5 Derailing Switch
131187 1000.00 Track metre 150.97 150970.00 AT Par 150970.00
Description:- Slewing and realigning of curves on existing Broad Gauge track under running traffic condition, as
64 directed by Engineer in-charge with contractor labour, tools & plants, as required with general lift upto 25mm
including one round of through packing, loosening/tightening of P.Way fittings, if required and other incidental
works : [Note:- Payment will be made based on average slew calculated in each 50m length of track by averaging
absolute values of positive and negative value of slews.] Maximum slew more than 100mm and upto 150mm
131188 1000.00 Track metre 172.84 172840.00 AT Par 172840.00
Description:- Slewing and realigning of curves on existing Broad Gauge track under running traffic condition, as
65 directed by Engineer in-charge with contractor labour, tools & plants, as required with general lift upto 25mm
including one round of through packing, loosening/tightening of P.Way fittings, if required and other incidental
works : [Note:- Payment will be made based on average slew calculated in each 50m length of track by averaging
absolute values of positive and negative value of slews.] Maximum slew more than 150mm
151440 100.00 Hour 627.95 62795.00 AT Par 62795.00
Description:- Providing lighting arrangements for about 100 meters length for block working during night time
66 involving arranging 2.5 kVA generator, 40 CFL / tube lights of 40 Watts (approx.) each fixed to the bullies at
required locations on both sides of track including cost of consumables, such as diesel and engine oil etc. with all
contractor's labour, tools, plants, machinery, electric wire, switches and connected materials etc. including shifting
of generators after each block, all lead and lift complete and as directed by the Engineer in-charge
131231 50.00 Set 109.83 5491.50 AT Par 5491.50
67 Description:- Fixing Joggled Fish Plates with bolt / clamp (supplied by Railway) in running track conditions at
welds on rail, as directed by engineer in-charge (drilling of holes in rail will be paid separately) : With 2 bolts
131233 80.00 Set 159.98 12798.40 AT Par 12798.40
68 Description:- Fixing Joggled Fish Plates with bolt / clamp (supplied by Railway) in running track conditions at
welds on rail, as directed by engineer in-charge (drilling of holes in rail will be paid separately) : With Clamps
131241 2000.00 Each 13.94 27880.00 AT Par 27880.00
69 Description:- End cutting & grinding of Railway's Metal / GFN liner and providing the same at joints with
contractor's tools & plants, labour, consumable etc. complete as directed : GFN Liners
131242 1500.00 Each 29.08 43620.00 AT Par 43620.00
70 Description:- End cutting & grinding of Railway's Metal / GFN liner and providing the same at joints with
contractor's tools & plants, labour, consumable etc. complete as directed : Metal Liners
131270 250.00 Day 13392.76 3348190.00 AT Par 3348190.00
Description:- Maintenance of track on main line & loops, Points & crossings etc. including special attention to
section for carrying out various maintenance works listed in Indian Railways P.Way Manual / Bridge Manual / LWR
71 Manual for safe running of goods and passenger trains with contractor's tools / labours etc. complete, as directed
by Engineer in-charge. {Note : (1) Contractor shall arrange one gang at any point of time comprising of minimum
20 labours with sufficient experience in P.Way working and one P.Way Supervisor. (2) In case, contractor provides
less no. of Labour / Supervisor, payment will be deducted @ 10% of the accepted rate per person}
131320 1000.00 Each 41.36 41360.00 AT Par 41360.00

72 Description:- Removing seized ERC from SGCI inserts of existing track by using suitable approved chemicals and
/ or heavy duty extractor and re-fixing it with lubrication of insert eye and ERC, as directed by engineer in-charge
(due care shall be taken to avoid any damage to the sleeper)
Running
131330 12000.00 5.07 60840.00 AT Par 60840.00
Metre
73

Pa g e 8 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

73
Description:- Lubrication of gauge face of rail on sharp curves, cross overs, points & crossings and turn-in curves
with contractor's grease graphite of approved quality
131360 130.00 Each 2928.75 380737.50 AT Par 380737.50
Description:- Removing existing glued joints from running track under traffic condition, duly cutting rails, inserting
74 transported cut rails / glued joints of required length by providing gap for carrying out welding or joining rails with
fish plates, duly drilling holes in cut rail and approach rail, if required as directed by engineer in-charge NOTE:
1.Drilling holes & rail cutting will be paid separately) (2) Rails, fish plates will be made available within free lead of
250m in yard (3) One set consists of two numbers of two joints
131372 165.00 Each 1123.41 185362.65 AT Par 185362.65
75 Description:- Fixing of wooden distance pieces for platforms with contractor's labour, tools and plants of size
Wooden Block (size : 1.0m x 0.3m x 0.15m) With Contractor's hard wood block
131400 1800.00 Each 276.12 497016.00 AT Par 497016.00
76 Description:- Drilling holes of 16mm to 22mm dia. on PSC sleepers including special layout sleepers and fixing
the dowels with adhesive of approved quality for fixing check rails & guard rails, as directed by engineer in-charge
131491 250.00 Each 586.02 146505.00 AT Par 146505.00
Description:- Patrol man for monsoon / security patrolling whenever required for protection of track with all
contractor's labour, tools and plants etc. complete and as directed by Engineer in-charge and as per IRPWM (for a
duration of 12 hours) NOTE:- 1.The person deployed for patrolling must have the following items: - Valid certificate
of competency issued by Railways. - Medical certificate issued by Railway fit for A-3 medical category. 2.The
following equipment will be supplied by Railways per each patrol man and required to be handed over back to
77 Railways in good condition: - Detonators - 10nos.(in a tin case), if used, bursted detonators to be handed over
back with reasons for use. - Tri Colour Torch - 1no. - Patrol chart. - Patrol book. 3.The following equipment to be
arranged by contractor for each patrol man: - H.S.flags green - 1no.(standard size) - H.S. flags red - 2nos. .
(standard size) - Torch (3 cell) - 1no. - Staff for flags - 1no. - Whistle thunder - 1no. protective cloth to withstand
the climate Gum boots Haver sack 4. Wherever 2 or more tracks are parallel with in track centres 50m. one patrol
man will be sufficient. - Wherever the track centers are more than 50m. Separate patrol man to be deputed for
each track & extra payment will be made for such case. 5. Route KM means including both UP & DN.] For Day shift
131492 250.00 Each 727.50 181875.00 AT Par 181875.00
Description:- Patrol man for monsoon / security patrolling whenever required for protection of track with all
contractor's labour, tools and plants etc. complete and as directed by Engineer in-charge and as per IRPWM (for a
duration of 12 hours) NOTE:- 1.The person deployed for patrolling must have the following items: - Valid certificate
of competency issued by Railways. - Medical certificate issued by Railway fit for A-3 medical category. 2.The
following equipment will be supplied by Railways per each patrol man and required to be handed over back to
78 Railways in good condition: - Detonators - 10nos.(in a tin case), if used, bursted detonators to be handed over
back with reasons for use. - Tri Colour Torch - 1no. - Patrol chart. - Patrol book. 3.The following equipment to be
arranged by contractor for each patrol man: - H.S.flags green - 1no.(standard size) - H.S. flags red - 2nos. .
(standard size) - Torch (3 cell) - 1no. - Staff for flags - 1no. - Whistle thunder - 1no. protective cloth to withstand
the climate Gum boots Haver sack 4. Wherever 2 or more tracks are parallel with in track centres 50m. one patrol
man will be sufficient. - Wherever the track centers are more than 50m. Separate patrol man to be deputed for
each track & extra payment will be made for such case. 5. Route KM means including both UP & DN.] For Night
shift
071133 3.00 Set 43279.21 129837.63 AT Par 129837.63
Description:- Insertion and linking with track, the already assembled BG PSC turnout by slewing with the help of
79 manual labour or by cranes including crossing of one track in traffic block without any damage to track
components including preparing ballast bed and providing one round of kutcha packing of ballast under bottom of
sleepers to make track fit for 20 kmph speed to required alignment and longitudinal level, as directed by engineer
in-charge for - 1 in 16 Turnout
071136 6.00 Set 7007.28 42043.68 AT Par 42043.68
Description:- Insertion and linking with track, the already assembled BG PSC turnout by slewing with the help of
80 manual labour or by cranes including crossing of one track in traffic block without any damage to track
components including preparing ballast bed and providing one round of kutcha packing of ballast under bottom of
sleepers to make track fit for 20 kmph speed to required alignment and longitudinal level, as directed by engineer
in-charge for - Derailing Switch
131551 3.00 Set 1845.35 5536.05 AT Par 5536.05
Description:- Marking, inscribing, painting, writing, bordering etc. on new / old iron surface at various locations of
Points & Crossings with details of turn-in / turn-out reference station mark on rail web for one set, duly preparing
81 surface with contractor's wire brush and applying two coats of yellow synthetic enamel paint of approved quality as
background and stenciling the details to suitable size, as described for every curve reference station mark / switch
/ crossing details with black enamel paint of approved quality complete, as directed : [NOTE: Stenciling of letters is
only permitted. No hand written letters are accepted.] 1 in 16 Turnout
131552 40.00 Set 1227.33 49093.20 AT Par 49093.20

Pa g e 9 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Marking, inscribing, painting, writing, bordering etc. on new / old iron surface at various locations of
82 Points & Crossings with details of turn-in / turn-out reference station mark on rail web for one set, duly preparing
surface with contractor's wire brush and applying two coats of yellow synthetic enamel paint of approved quality as
background and stenciling the details to suitable size, as described for every curve reference station mark / switch
/ crossing details with black enamel paint of approved quality complete, as directed : [NOTE: Stenciling of letters is
only permitted. No hand written letters are accepted.] 1 in 12 Turnout
131554 6.00 Set 393.62 2361.72 AT Par 2361.72
Description:- Marking, inscribing, painting, writing, bordering etc. on new / old iron surface at various locations of
Points & Crossings with details of turn-in / turn-out reference station mark on rail web for one set, duly preparing
83 surface with contractor's wire brush and applying two coats of yellow synthetic enamel paint of approved quality as
background and stenciling the details to suitable size, as described for every curve reference station mark / switch
/ crossing details with black enamel paint of approved quality complete, as directed : [NOTE: Stenciling of letters is
only permitted. No hand written letters are accepted.] Derailing Switch
131561 145.00 Each 80.41 11659.45 AT Par 11659.45
84 Description:- Painting of P.Way Reference Post, Structures etc. with enamel paint of approved make with
different colours & letters, as directed by Engineer in-charge : Kilometre & Gradient post
131562 450.00 Each 93.12 41904.00 AT Par 41904.00
85 Description:- Painting of P.Way Reference Post, Structures etc. with enamel paint of approved make with
different colours & letters, as directed by Engineer in-charge : Hectometre Post
131570 1600.00 Each 45.15 72240.00 AT Par 72240.00
86
Description:- Curve details, SE, Versine, Station Nos. etc.
151300 150.00 Day 1091.76 163764.00 AT Par 163764.00
Description:- Doing various miscellaneous works for proper upkeep of crew rest van, rest room and tamping
87 machine as directed by machine in-charge (CSM/Duomatic/3X) by : (1) Daily cleaning machine with water jet or
any suitable means; (2) Fuelling machine duly bringing diesel / hydraulic oil from stacked drums; (3) Bringing water
to staff rest van or staff rest room, cleaning rest van / rest room, cooking food for Track Machine staff or bringing
food from outside (cost of food shall be borne by the staff concerned)
151311 80000.00 Track metre 31.00 2480000.00 AT Par 2480000.00
Description:- Carrying out pre-tamping, during tamping and post-tamping work for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, which include : (1) Re-adjustment of ballast,
heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from stacks / shoulders / crib of
adjoining track upto lead of 50 m to ensure effective packing; (2) Clearing of ballast on sleepers to make them
visible to operator, (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers of TTM; (4) Digging,
screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib location; (5) Tightening of
88 loose fittings immediately before & after tamping; (6) Replacement of broken / missing fittings supplied by Railway;
(7) Correcting displaced sleepers to position alongwith squaring; (8) Re-setting of worked-out / fallen fittings; (9)
Removing and re-fixing joggled fish plates & wooden blocks, wherever necessary; (10) Manual consolidation of
ballast in crib / shoulders; (11) Removing and refixing of traction bonds during the block in electrified sections (12)
Dressing of ballast NOTE: 1. Contractor to provide minimum 30 men with 2 supervisors for carrying out above
work. 2. Tamping blocks are not identical & it may be given at any time either during day or night. 3. Stages of
payment a) 30% of the rate will be paid on completion of pre tamping attention, b) Balance 70% of the rate will be
paid on completion of post tamping. 4. Recovery at the rate of twice the above applicable rate will be effected in
case contractor fails to carry out pre/during/post operation. (a) For day time block working
151312 10000.00 Track metre 37.49 374900.00 AT Par 374900.00
Description:- Carrying out pre-tamping, during tamping and post-tamping work for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, which include : (1) Re-adjustment of ballast,
heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from stacks / shoulders / crib of
adjoining track upto lead of 50 m to ensure effective packing; (2) Clearing of ballast on sleepers to make them
visible to operator, (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers of TTM; (4) Digging,
screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib location; (5) Tightening of
89 loose fittings immediately before & after tamping; (6) Replacement of broken / missing fittings supplied by Railway;
(7) Correcting displaced sleepers to position alongwith squaring; (8) Re-setting of worked-out / fallen fittings; (9)
Removing and re-fixing joggled fish plates & wooden blocks, wherever necessary; (10) Manual consolidation of
ballast in crib / shoulders; (11) Removing and refixing of traction bonds during the block in electrified sections (12)
Dressing of ballast NOTE: 1. Contractor to provide minimum 30 men with 2 supervisors for carrying out above
work. 2. Tamping blocks are not identical & it may be given at any time either during day or night. 3. Stages of
payment a) 30% of the rate will be paid on completion of pre tamping attention, b) Balance 70% of the rate will be
paid on completion of post tamping. 4. Recovery at the rate of twice the above applicable rate will be effected in
case contractor fails to carry out pre/during/post operation. (b) For night time block working
151322 20.00 Each 23117.96 462359.20 AT Par 462359.20

90

Pa g e 10 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

90
Description:- Pre, during & post tamping operations, as mentioned in Item no. 151310 at level crossing portion
alongwith opening the road, removing and re-fixing of check rails & fittings, renewal of unserviceable sleepers,
painting of running rail & check rail, completing road surface to motorable smooth condition after packing is over,
as directed for - (b) Level crossing with asphalted surface
151330 1800.00 Track metre 100.57 181026.00 AT Par 181026.00

91 Description:- Removing and refixing of guard Rails over slab bridges during machine packing with all contractor's
men and materials duly removing fittings, leading to bridge approaches, lifting, dragging, positioning and crossing
of track etc, and as directed by Engineer In charge
151340 90.00 Day 1091.76 98258.40 AT Par 98258.40
Description:- Carrying out various miscellaneous works for proper upkeep of crew rest van / rest room, as
92 directed by machine in-charge (DGS) by : (1) Daily cleaning machine with water jet or any suitable means; (2)
Fuelling machine duly bringing diesel / hydraulic oil from stacked drums; (3) Bringing water to staff rest van or staff
rest room, cleaning rest van / rest room, cooking food for Track Machine staff or bringing food from outside (cost
of food shall be borne by staff concerned)
151352 120.00 Set 15163.25 1819590.00 AT Par 1819590.00
Description:- Carrying out pre-tamping, during tamping and post-tamping works for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, which include : (1) Re-adjustment of ballast,
heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from stacks / shoulders / crib of
adjoining track upto lead of 50 m to ensure effective packing; (2) Clearing of ballast on sleepers to make them
93 visible to operator; (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers of TTM; (4) Digging,
screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib location; (5) Tightening of
loose fittings including check rails immediately before & after tamping; (6) Replacement of broken / missing fittings
supplied by Railway; (7) Correcting displaced sleepers to position alongwith squaring; (8) Re-setting worked-out /
fallen fittings; (9) Removing and re-fixing joggled fish plates & wooden blocks, OHE bonds & other obstructions,
wherever necessary; (10) Removing and re-fixing stretcher bar, as directed; (11) Adjustment in opening and
housing of switch for testing operation of points for - 1 in 12 Turnouts
151353 9.00 Set 20277.52 182497.68 AT Par 182497.68
Description:- Carrying out pre-tamping, during tamping and post-tamping works for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, which include : (1) Re-adjustment of ballast,
heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from stacks / shoulders / crib of
adjoining track upto lead of 50 m to ensure effective packing; (2) Clearing of ballast on sleepers to make them
94 visible to operator; (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers of TTM; (4) Digging,
screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib location; (5) Tightening of
loose fittings including check rails immediately before & after tamping; (6) Replacement of broken / missing fittings
supplied by Railway; (7) Correcting displaced sleepers to position alongwith squaring; (8) Re-setting worked-out /
fallen fittings; (9) Removing and re-fixing joggled fish plates & wooden blocks, OHE bonds & other obstructions,
wherever necessary; (10) Removing and re-fixing stretcher bar, as directed; (11) Adjustment in opening and
housing of switch for testing operation of points for - 1 in 16 Turnouts
151355 10.00 Set 9542.71 95427.10 AT Par 95427.10
Description:- Carrying out pre-tamping, during tamping and post-tamping works for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, which include : (1) Re-adjustment of ballast,
heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from stacks / shoulders / crib of
adjoining track upto lead of 50 m to ensure effective packing; (2) Clearing of ballast on sleepers to make them
95 visible to operator; (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers of TTM; (4) Digging,
screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib location; (5) Tightening of
loose fittings including check rails immediately before & after tamping; (6) Replacement of broken / missing fittings
supplied by Railway; (7) Correcting displaced sleepers to position alongwith squaring; (8) Re-setting worked-out /
fallen fittings; (9) Removing and re-fixing joggled fish plates & wooden blocks, OHE bonds & other obstructions,
wherever necessary; (10) Removing and re-fixing stretcher bar, as directed; (11) Adjustment in opening and
housing of switch for testing operation of points for - Derailing Switch
151357 40.00 Set 2274.49 90979.60 AT Par 90979.60
Description:- Carrying out pre-tamping, during tamping and post-tamping works for tamping track with all types of
rails, sleepers & sleeper density by various Track Tamping machines, which include : (1) Re-adjustment of ballast,
heaping-up of ballast, filling-up of cavities in tamping zone by picking ballast from stacks / shoulders / crib of
adjoining track upto lead of 50 m to ensure effective packing; (2) Clearing of ballast on sleepers to make them
visible to operator; (3) Clearing of ballast over rail foot to facilitate holding of rail by rollers of TTM; (4) Digging,
96 screening and replenishment of ballast at mud pumping / rounded ballast in sleeper crib location; (5) Tightening of
loose fittings including check rails immediately before & after tamping; (6) Replacement of broken / missing fittings
supplied by Railway; (7) Correcting displaced sleepers to position alongwith squaring; (8) Re-setting worked-out /
fallen fittings; (9) Removing and re-fixing joggled fish plates & wooden blocks, OHE bonds & other obstructions,
wherever necessary; (10) Removing and re-fixing stretcher bar, as directed; (11) Adjustment in opening and
housing of switch for testing operation of points for - Extra to Item no. 151352 for night block working (15% of
relevant item rate)
151360 4.00 Set 1431.41 5725.64 AT Par 5725.64
97
Pa g e 11 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49
SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

97
Description:- Extra to Item no. 151355 for night block working (15% of relevant item rate)
151370 90.00 Day 1091.76 98258.40 AT Par 98258.40
Description:- Carrying out various miscellaneous works for proper upkeep of crew rest van, rest room and Unimat
98 as directed by machine in-charge by : (1) ) Daily cleaning machine with water jet or any suitable means; (2)
Fuelling machine duly bringing diesel / hydraulic oil from stacked drums; (3) Bringing water to staff rest van or staff
rest room, cleaning rest van / rest room, cooking food for Track Machine staff or bringing food from outside (cost
of food shall be borne by staff concerned)
Track
151450 45.00 1619.80 72891.00 AT Par 72891.00
Kilometre
99
Description:- Recording field data of Existing Track with theodolite / total station for designed mode tamping by
track tamping machine
161012 600.00 Each 260.36 156216.00 AT Par 156216.00
Description:- Quick cutting with abrasive rail cutter of all types of rail sections including wear resistant, head
100 hardened rails upto 110 UTS, with contractors tools & plants, equipment, consumable with all lead & lift etc.
complete as directed by Engineer in-charge. Abrasive Rail Cutter will be as per RDSO Specification No. TM/SM/1
(Rev. 01 of 2007) with latest status of RDSO; Rail Cutting Wheel Abrasive Disc will be as per RDSO Specification
No. TM/SM/2 ( Rev. 01 of 2007) - 60 Kg - 90 UTS
161013 400.00 Each 249.95 99980.00 AT Par 99980.00
Description:- Quick cutting with abrasive rail cutter of all types of rail sections including wear resistant, head
101 hardened rails upto 110 UTS, with contractors tools & plants, equipment, consumable with all lead & lift etc.
complete as directed by Engineer in-charge. Abrasive Rail Cutter will be as per RDSO Specification No. TM/SM/1
(Rev. 01 of 2007) with latest status of RDSO; Rail Cutting Wheel Abrasive Disc will be as per RDSO Specification
No. TM/SM/2 ( Rev. 01 of 2007) - 52 Kg - 90 UTS
161016 300.00 Each 298.69 89607.00 AT Par 89607.00
Description:- Quick cutting with abrasive rail cutter of all types of rail sections including wear resistant, head
102 hardened rails upto 110 UTS, with contractors tools & plants, equipment, consumable with all lead & lift etc.
complete as directed by Engineer in-charge. Abrasive Rail Cutter will be as per RDSO Specification No. TM/SM/1
(Rev. 01 of 2007) with latest status of RDSO; Rail Cutting Wheel Abrasive Disc will be as per RDSO Specification
No. TM/SM/2 ( Rev. 01 of 2007) - 60 Kg - 90 UTS
161017 10.00 Each 286.74 2867.40 AT Par 2867.40
Description:- Quick cutting with abrasive rail cutter of all types of rail sections including wear resistant, head
103 hardened rails upto 110 UTS, with contractors tools & plants, equipment, consumable with all lead & lift etc.
complete as directed by Engineer in-charge. Abrasive Rail Cutter will be as per RDSO Specification No. TM/SM/1
(Rev. 01 of 2007) with latest status of RDSO; Rail Cutting Wheel Abrasive Disc will be as per RDSO Specification
No. TM/SM/2 ( Rev. 01 of 2007) - 52 Kg - 90 UTS
161021 3000.00 Each 80.18 240540.00 AT Par 240540.00
Description:- Drilling holes of 16 mm to 32 mm dia. with Rail Drilling machine in all types of rail section with
104 contractor's tools & plants, equipment, consumable with all lead & lift etc. complete, as directed by Engineer in-
charge. Rail Drilling Machine will be as per RDSO Specification No. TM/SM/3, dated 24.04.1991 for - Outside
Track
161022 800.00 Each 110.84 88672.00 AT Par 88672.00
Description:- Drilling holes of 16 mm to 32 mm dia. with Rail Drilling machine in all types of rail section with
105 contractor's tools & plants, equipment, consumable with all lead & lift etc. complete, as directed by Engineer in-
charge. Rail Drilling Machine will be as per RDSO Specification No. TM/SM/3, dated 24.04.1991 for - On Running
Line
161050 3000.00 Each 14.06 42180.00 AT Par 42180.00
Description:- Chamfering of drilled fish bolt holes in rails of any section and any UTS with chamfering kit and with
106
contractor's tools & plants, equipment, consumable with all lead & lift etc. complete, as directed by Engineer in-
charge. Chamfering Kit will be as per RDSO's Specification No. TM-53 Rev. 01 of 2004
171014 250.00 MT 110.99 27747.50 AT Par 27747.50

107 Description:- Loading of rails of any section and length upto 14 metres in Wagons / Truck / Trailor including lead
upto 50 metres and lift upto 5 metres - In Wagon where mechanical handling is possible and traffic block is not
required or in Truck/Trailor.
171031 1800.00 MT 217.31 391158.00 AT Par 391158.00
Description:- Loading of tongue rail, stock rail, switch assembly and crossings of any section and length,
108 SEJ,Glued joint etc. with / without P.way fittings and fastenings, in Wagon / Truck / Trailor including lead upto 250
metre and lift upto 5 metre - In wagons during period of traffic block where handling by mechanical means is not
possible
171063 1800.00 MT 65.61 118098.00 AT Par 118098.00

Pa g e 12 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

109 Description:- Unloading of rails of any section and length upto 13 metre, in neat manner for Railway usage from
departmental material train (DMT) or contractor's / Railway's Truck/Trailor including lead upto 250 metre, lift upto 5
metre and stacking in prescribed manner - In Wagon where mechanical handling is possible and traffic block is not
required or in Truck / Trailor
171081 5430.00 MT 29.85 162085.50 AT Par 162085.50

110 Description:- Unloading of all type of rails of length 130 metre and beyond from end unloading rake - NOTE:
Contractor has to keep Oxygen and Acetylene gas with cutter as standby during the period of work During period
of traffic block
171082 300.00 MT 22.85 6855.00 AT Par 6855.00
Description:- Unloading of all type of rails of length 130 metre and beyond from end unloading rake - NOTE:
111
Contractor has to keep Oxygen and Acetylene gas with cutter as standby during the period of work Not involving
traffic block
Running
171093 35000.00 47.98 1679300.00 AT Par 1679300.00
Metre
112 Description:- Shifting of rail panel unloaded on other side of the existing track to double line side under running
traffic conditions in between trains and keeping rails without any infringement to running track - Rails more than 40
m length
Running
171096 4000.00 11.99 47960.00 AT Par 47960.00
Metre
113 Description:- Shifting of rail panel unloaded on other side of the existing track to double line side under running
traffic conditions in between trains and keeping rails without any infringement to running track - Extra over item No
171093 for crossing each additional line
171104 29500.00 MT 95.26 2810170.00 AT Par 2810170.00
Description:- Loading of 52kg / 60kg PSC line and special sleepers upto 2.7 metre length including existing
fittings and fastenings in Depot / Station / Mid-section between stations in a neat manner to departmental material
114 train (DMT) or contractor's / Railway's Truck/Trailer with crane or any other means including crossing of one track
with free lead upto 250 metre and lift upto 5 metre, if required with contractor's labour, tools & plants, machinery,
consumables etc. - In Wagon where mechanical handling is possible and traffic block is not required or in Truck /
Trailor
171114 2260.00 MT 107.88 243808.80 AT Par 243808.80
Description:- Loading of 52kg / 60kg PSC line and special sleepers beyond 2.7 metre length including existing
fittings and fastenings in Depot / Station / Mid-section between stations in a neat manner to departmental material
115 train (DMT) or contractor's / Railway's Truck/Trailor with crane or any other means including crossing of one track
with free lead upto 250 metre and lift upto 5 metre, if required with contractor's labour, tools & plants, machinery,
consumables etc. - In Wagon/Truck / Trailor where mechanical handling is possible a n d traffic block is not
required.
171131 36612.00 MT 102.47 3751631.64 AT Par 3751631.64
116 Description:- Leading all types of P.Way materials by road vehicles to destination excluding loading / unloading,
with contractor's vehicle, crew, consumables, labour, tools & plants etc. Lead upto 10 Km
171132 654359.00 MT 31.31 20487980.29 AT Par 20487980.29

117 Description:- Leading all types of P.Way materials by road vehicles to destination excluding loading / unloading,
with contractor's vehicle, crew, consumables, labour, tools & plants etc. Extra to Item no. 171131 for additional
lead over 10 Km for every 5 Km lead or part thereof upto 100 Kms
171133 1817516.00 MT 14.48 26317631.68 AT Par 26317631.68

118 Description:- Leading all types of P.Way materials by road vehicles to destination excluding loading / unloading,
with contractor's vehicle, crew, consumables, labour, tools & plants etc. Extra to Items no. 171131 & 171132 for
additional lead beyond 100 Km for every 5 Km or part thereof upto 400 Kms
171143 29500.00 MT 70.80 2088600.00 AT Par 2088600.00
Description:- Unloading of 52kg / 60kg PSC line and special sleepers upto 2.7 metre length in Depot / Station /
119 Mid-section between stations in neat manner for Railway usage from departmental material train (DMT) or
contractor's / Railway's Truck/Trailer with crane or any other means including crossing of one track and lead upto
250 metre & lift upto 5 metre with contractor's labour, tools & plants, machinery, consumables etc. - From Truck /
Trailer
171153 2260.00 MT 80.75 182495.00 AT Par 182495.00
Description:- Unloading of 52kg / 60kg PSC special sleepers beyond 2.7 metre length in Depot / Station / Mid-
120 section between stations in neat manner for Railway usage from departmental material train (DMT) or contractor's
/ Railway's Truck/Trailer with crane or any other means including crossing of one track and lead upto 250 metre &
lift upto 5 metre with contractor's labour, tools & plants, machinery, consumables etc. - From Truck / Trailer
171160 80000.00 Each 43.89 3511200.00 AT Par 3511200.00

121
Pa g e 13 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49
SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

121
Description:- Spreading of New / SH PSC sleepers along track on either side manually or mechanically including
loading, unloading & transportation, if required with lead of every 250m or part thereof upto total lead of 1000m
and all lifts
171161 30000.00 Each 24.15 724500.00 AT Par 724500.00
Description:- Spreading of New / SH PSC sleepers along track on either side manually or mechanically including
122 loading, unloading & transportation, if required with lead of every 250m or part thereof upto total lead of 1000m
and all lifts Extra to Item no. 171160 for additional lead of every 500m or part thereof beyond 1 km and upto 3 km
with all lift
171172 1570.00 MT 93.21 146339.70 AT Par 146339.70
123 Description:- Loading all types of P. Way fittings and fastenings into Wagons / Truck / Trailer - Not involving traffic
block
171183 550.00 MT 93.92 51656.00 AT Par 51656.00

124 Description:- Unloading of Switches / Crossings / SEJ Rails / Glued Joints of any rail section and length with or
without P.Way fittings & fastenings in neat manner for Railway usage from departmental material train (DMT) or
contractor's / Railway's Truck/Trailer with lead upto 250 metre & lift upto 5 metre - From Truck / Trailer
171192 1570.00 MT 79.44 124720.80 AT Par 124720.80
Description:- Unloading all types of P.Way fittings and fastenings for Railway usage from departmental material
125
train (DMT) or contractor's / Railway's Truck/Trailer with lead upto 250 metre & lift upto 5 metre - Not involving
traffic block
171201 100.00 MT 318.76 31876.00 AT Par 31876.00
Description:- Collection and stacking of various P.Way materials at nominated stacking location with serviceable
126 and un-serviceable ones separately within a lead upto 500 metre and lift upto 5 metre including crossing of
track(s) wherever necessary as directed by Engineer-in-Charge for Rails, switches, crossings, SEJ, Glued Joints,
Check Rails etc.
171202 200.00 MT 346.39 69278.00 AT Par 69278.00
Description:- Collection and stacking of various P.Way materials at nominated stacking location with serviceable
127
and un-serviceable ones separately within a lead upto 500 metre and lift upto 5 metre including crossing of
track(s) wherever necessary as directed by Engineer-in-Charge for All type of PSC sleepers
Running
181121 480.00 1245.91 598036.80 AT Par 598036.80
Metre
128 Description:- Fabricating (cutting,drilling and machining) and fixing of check rails of all sections as per drawing
and directions of engineer in-charge with all contractor's labour, tools and materials complete. Rails shall be
supplied by Railways For rails of 90 UTS and above
181140 500.00 Each 414.89 207445.00 AT Par 207445.00
129 Description:- Manufacture & supply of stoppers & other accessories, such as grip expansion bolts, brackets,
packing pieces, bolts etc. as per standard drawing for fixing check rail at level crossing
181181 200.00 Sqm 139.93 27986.00 AT Par 27986.00
130 Description:- Painting speed breakers with paint of approved quality & colour over the Bituminous surface near
approaches to level crossing, as directed - With Normal paint (two coats)
181210 300.00 Each 135.91 40773.00 AT Par 40773.00
131 Description:- Dismantling existing Rail Post including demolishing base concrete and stacking released materials
within free lead of 250 metre at location including clearing of debris, as directed by engineer in-charge
181220 220.00 Each 524.81 115458.20 AT Par 115458.20
Description:- Fixing Rail Posts at locations shown in relevant Drawing including earthwork / excavation for
foundation, fixing rail posts in cement concrete of 30cm x 30cm x 30cm size and painting posts with two coats with
132 paint of approved quality & colour, clearing area and preparing surface area of posts within 250m lead and lift of 5
metre complete, as directed {Note : (1) All labour, materials and tools & plants to be arranged by contractor; (2)
Rails of required section and overall length will be supplied by Railway within free lead of 250 metre. (3)
Excavation and concrete work for foundation will be paid separately}
181232 11.00 Each 11110.56 122216.16 AT Par 122216.16
Description:- Providing Rail Height Gauge at approaches of level crossings as per approved drawings in cement
133 concrete foundation using Railway's rails of all sections including cutting, bending, drilling holes, erecting in
position with clamps, bolts & nuts including painting with one coat of enamel paint of specified colour over one coat
of primer. {Note : excavation and concrete work will be paid separately} - (b) Above 5 metre width of level crossing
181243 6.00 Set 219875.73 1319254.38 AT Par 1319254.38

134

Pa g e 14 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

134
Description:- Manufacture, supply, assembly, erection, commissioning and testing of Lifting Barrier assembly,
having fragmented boom, boom light boxes with suitable gate lamps, bell, boom supports (stay wires) with
adjusters, counter weight, pedestal and lock posts with foundation of 'A' type as required, turn-union wheel with
brackets, balance and auxiliary weights clamps etc. to approved standard drawing nos. SA 7973 to 7980 with all
fittings and fastenings complete with contractor's men, equipments and materials, as per specifications and as
directed (this item is excluding fringes) - Above 8m and upto 10m long Lifting Barrier
181250 7.00 Each 51561.30 360929.10 AT Par 360929.10
Description:- Manufacture, supply, assembly, erection, commissioning and testing of Winch Arrangement for
operation of level crossing lifting barriers, as per RDSO's approved layout, having standard covering arrangement,
135 foundation of 'A' type as required and pulleys, pulley guides & stakes, horizontal rope wheel, vertical rope wheel,
wire adjusting screws, wire ropes 6 x 6 x 19 with all fittings, fixtures & accessories to RDSO's approved drawings
with all parts including painting of steel work as per specification, as directed with cement concreting complete
{Excavation and concrete work will be paid separately}
181261 7.00 Each 112839.66 789877.62 AT Par 789877.62
Description:- Manufacture, supply, assembly, erection, commissioning and testing of auto boom locking
arrangement for existing lifting barriers, consisting of interlocking ground frame near gate lodge, foundation of 'A'
136 type, as required and connecting ground frame to lock posts of gate booms with stipulated rodding on guide
rollers, supported on trestles including required excavation, foundation, providing RCC NP-2 Class pipes of
100mm dia. for road / rail crossing, as per RDSO's drawings complete {Excavation, concrete work and NP-2 pipe
will be paid separately} - Single lever
181292 600.00 Sqm 1369.25 821550.00 AT Par 821550.00
Description:- Manufacturing, supplying and laying at specified locations factory made CC block pavers for road
137 surface of level crossings to RDSO Drg.No. M.00003, manufactured using 20mm size graded hard stone
aggregates of approved quality with all contractor's cement, labour, tools/plant and curing with all lead & lift as per
specifications and as directed by Engineer in-charge : 120mm thick blocks of M-40 grade for heavy traffic
181320 300.00 Sqm 40.77 12231.00 AT Par 12231.00
138 Description:- Removal of RCC slab in existing level crossing portion and in between tracks alongwith stacking
them in countable manner, as directed.
Running
181330 120.00 326.37 39164.40 AT Par 39164.40
Metre
139 Description:- Fixing of speed breaker on approaches of level crossings with pre-cast concrete blocks (M-25) of
parabolic shape for entire road width with 125 mm central rise, 2m wide in the middle including painting two coats
with paint of approved quality and colour
Running
181340 120.00 662.95 79554.00 AT Par 79554.00
Metre
140
Description:- Provision of one Asphalt Speed Breaker Rumble Strip on each side of the approaches of manned
level crossings as per approved drawing including painting two coats with paint of approved quality and colour
181350 500.00 Kg 468.28 234140.00 AT Par 234140.00
141 Description:- Manufacture & supply of tested GI wire rope of 6mm dia. and 6 ply to suit lifting barrier gates at
nearby P.Way Stores / Depot / Level Crossing gate, as directed
181400 14.00 Each 422.65 5917.10 AT Par 5917.10

142 Description:- Supplying and driving into ground 'C' class G.I. pipes of 20mm dia. x 150mm length for planting red
flags and lamp at 5 metre on both sides from the centre of road at level crossings with all leads & lifts. Payment
shall be made for complete work at one Level Crossing.
181430 28.00 Each 658.85 18447.80 AT Par 18447.80
Description:- Provision of Emergency Chain Posts for level crossings as per Annexure 9/2 of Para 905 of IRPWM,
duly cutting rail to suitable length & drilling holes, providing hooks & links / rings with necessary locking
143 arrangements to fix emergency chain, duly excavating pit and fixing rail posts in vertical position, concreting base
with cement, base painting two coats with paint of approved quality & colour over one coat of primer complete, as
directed. {Note : (1) Rails & chain will be supplied by Railways, (2) Excavation and concrete work will be paid
separately}
181440 8.00 Each 3856.27 30850.16 AT Par 30850.16
Description:- Fabrication, supplying and fixing Stop Boards of 600mm dia. to lifting barriers approved drawing,
144 made of 3mm thick plate, using MS clamps, providing 6 nos. of 50mm dia. red reflector on stop board, painting
iron works with two coats of synthetic enamel paint over one coat of red lead primer of approved quality & colour
and writing STOP mark over the board
181450 7.00 MT 69483.56 486384.92 AT Par 486384.92

145 Description:- Manufacturing, supplying and fixing Wicked Gate of size 1025mm x 1025mm x 1000mm at manned
level crossings, as per approved drawing including painting with 2 coats of specified enamel colour paint over 1
coat of primer including earthwork in excavation etc. complete, as per specifications and as directed
181460 20.00 Each 694.49 13889.80 AT Par 13889.80

Pa g e 15 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Providing rail reference posts by cutting rails of length for 60cm above & 30cm below ground level,
146 excavation for foundation, fixing post in foundation in cement concrete base of size 0.3m x 0.3m x 0.6m in 1:3:6
mix, painting two coats with paint of approved quality & colour and marking, as directed {Note : (1) Rails will be
supplied free by Railways in available length at nearest stores depot; (2) Excavation and concrete work will be paid
separately}
181472 28.00 Each 1192.91 33401.48 AT Par 33401.48
147 Description:- Fixing of wooden blocks of approximate size of 150mm x 300mm x 1000mm on end of check rails
at level crossings with contractor's labour, tools & plants and as directed : With Contractor's hard wood block
191170 10.00 Set 7155.96 71559.60 AT Par 71559.60
Description:- Manufacture of flared portion of Guard Rail by cutting and bending to required shape & RDSO's
148
approved drawings {Note : (1) Rails shall be supplied by Railways; (2) Rate is for one set, i.e. bending of two rails -
left and right}
191180 10.00 Set 3722.81 37228.10 AT Par 37228.10
Description:- Fixing of flared portion of guard rail including fixing of rail screws, fish plates, rubber or MS packing
149
plate, as directed complete as per RDSO's approved drawing. (Rail screw, plate screw, fish plates etc. will be
supplied by Railways)
191210 200.00 Each 112.71 22542.00 AT Par 22542.00
150 Description:- Making notches in guard rail of specified dimension to accommodate dog spike / rail screws / guard
rail bolts for bridge timber / steel channel sleeper
201070 100.00 Metre 113.56 11356.00 AT Par 11356.00
Description:- Manufacturing & supplying linked chain made of 8mm dia. rods with joints welded with links of
151
length not exceeding 40mm with ring & bolt at one end and hook & locking arrangement at other end, painted with
two coats of PO red paint of various length of 5.5 m to 11 m of approved quality, as directed
201111 14.00 Each 5601.78 78424.92 AT Par 78424.92
Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
152 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Bilingual Whistle Boards for level crossing
201112 14.00 Each 4355.76 60980.64 AT Par 60980.64
Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
153 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Speed Breaker / Rumble Strips Board
201114 14.00 Each 5053.56 70749.84 AT Par 70749.84
Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
154 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Manned Level Crossing Indicator Board
201115 28.00 Each 3531.82 98890.96 AT Par 98890.96

Pa g e 16 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
155 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Single Strip / Double Strip Level Crossing Road
Warning Board
201116 50.00 Each 4988.00 249400.00 AT Par 249400.00
Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
156 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Caution Indicator Board
201117 50.00 Each 4238.72 211936.00 AT Par 211936.00
Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
157 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Speed Indicator Board
201119 50.00 Each 6492.68 324634.00 AT Par 324634.00
Description:- Manufacturing, fabricating and supplying retro-reflective sign boards, made of 2mm thick aluminum
sheet or 3mm thick aluminium composite sheet, face to be fully covered with high intensity encapsulated type heat
activated retro-reflective sheeting conforming to type-IV of ASTM-D4956-01 in yellow & black or other colour
combination including subject matter, message, symbols, borders etc. as approved by Engineer In-charge or as
158 per IRPWM guidelines, pasted on substrate by an adhesive backing which shall be activated by applying heat and
pressure conforming to class-2 of ASTM-D-4956-01 and fixing the same with suitable sized aluminium alloy rivets
@ 20 cm c/c to back-support frame of M.S. angle iron of size 25mm x 25mm x 3mm alongwith theft resistant
measures, mounted and fixed with 2 nos. M.S. angles of size 35mm x 35mm x 5mm to a vertical post made up of
M.S. Tee section ISMT 50mm x 50mm x 6mm, back side of board shall be with non-peelable weather-proof paint,
consisting of one coat of zinc chromate primer and two coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as directed Termination Indicator Board
201121 14.00 Each 3609.35 50530.90 AT Par 50530.90
159 Description:- Flag Station Board Circular Stop Disc of 600mm dia. with vertical holding stand for fixing on
emergency chain at level crossing
201130 14.00 Each 991.01 13874.14 AT Par 13874.14
Description:- Manufacturing and supplying Trolley Refuge Indicator Boards / Level Crossing No. Boards, made of
160 MS sheet of 2mm thick of size 240mm dia. and 50mm x 50mm x 6mm angle, welded to MS sheet, duly painting
with 2 coats of ready mixed yellow enamel paint over one coat of red oxide with all lead & lift as per specification
and as directed by Engineer in-charge
201140 300.00 Each 749.78 224934.00 AT Par 224934.00
Description:- Manufacturing, supplying and fixing Curve Indicator / Point Indicator / SEJ Boards to be provided at
161 various locations on formation, made out of MS sheet 2mm thick of size 450mm x 300mm duly fixed with MS
frame of 25mm x 25mm x 3mm angle welded to 50mm x 50mm x 3mm MS angle, 1000mm long post split and
bent 100mm at bottom end with all lead & lift as per specification and including painting of details with enamel
paint, as directed by Engineer in-charge (Earthwork & concreting will be paid separately)
211011 150.00 Each 282.64 42396.00 AT Par 42396.00

Pa g e 17 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

162 Description:- Fixing MS Indicator Boards as per standard design including excavation, refilling, concreting in
foundation and painting with enamel and luminous paints as directed by Engineer in-charge Notes : (1) Supply of
steel for posts & boards shall be paid separately; (2) Excavation & concrete work will be paid separately} - Boards
with single post
211021 100.00 Each 201.16 20116.00 AT Par 20116.00
163 Description:- Erection or removal of temporary Engineering Indicator Board or any other board at specified
locations without causing infringement to track etc. complete and as directed For erection
211022 100.00 Each 163.09 16309.00 AT Par 16309.00
164 Description:- Erection or removal of temporary Engineering Indicator Board or any other board at specified
locations without causing infringement to track etc. complete and as directed For removal
211050 20.00 cum 7188.40 143768.00 AT Par 143768.00
Description:- Casting and positioning of pre-cast cement concrete Fouling Mark as per approved drawing at
165
station yard, duly painting letters of Fouling Mark, complete in all respects with all labour, materials including
cement, tools and plants etc.
211071 500.00 Day 61.50 30750.00 AT Par 30750.00

166 Description:- Provision of furniture temporarily for site work in good condition at different locations as per
direction of Engineer In-charge, for a specific period of time & removing the same after completion of work Office
Table of size 1.2m x 0.9m
211072 500.00 Day 41.90 20950.00 AT Par 20950.00
Description:- Provision of furniture temporarily for site work in good condition at different locations as per
167
direction of Engineer In-charge, for a specific period of time & removing the same after completion of work Office
Chairs with cushioned seat, back and arms
211130 400.00 Each 118.19 47276.00 AT Par 47276.00
168 Description:- Fixing vertically the unserviceable PSC sleepers at locations of tress-passing, railway boundary or
to make temporary store by excavating trench, fixing PSC sleeper in trench and filling back open trench
211140 240.00 Each 425.13 102031.20 AT Par 102031.20
169 Description:- Making Trolley Refuge of size 2.75m x 2.75m and placing released unserviceable PSC sleepers at
all four sides of refuge (Earth-work to be paid separately)
211220 600.00 Hour 1284.42 770652.00 AT Par 770652.00
Description:- Hiring of JCB/Hitachi for levelling and dressing ground/dismantling structures ,Removal of jungle,
clearing of earth, lowering high cess etc., along side the track between up and down lines obstructing drainages of
170 rain water, clearing of bushes obstructing visibility at curves and Level Crossings with all lead and lift etc. complete
and as directed by the Engineer-in-charge .All labour, tools and plants consumables stores including supply of
JCB/Hitachi with crew to be provided by the contractor at his own cost. The contractor shall arrange road permit
for vehicle for all the States of operation, as per instructions of engineer in-charge and vehicle shall not be more
than three years old. Payment shall be made for actual working hours at site.
211230 1400.00 Day 552.57 773598.00 AT Par 773598.00
Description:- Arranging labour as and when required by the Engineer incharge,for various works under
SSE/P.Way, with contractor's T&P, equipments, hand signal flags, etc. as per specifications, special conditions and
171 detailed scope of work as furnished in the tender and as directed by the Engineer incharge. Note ; For the paying
quantity, a total of 12 hours duty of a man will be counted as one manday and nothing extra shall be payable for
night working. However, in a day, total working hours shall not exceed 12 hours. In case, working hours exceed 12
hours, separate manday shall be counted. Note :- Location shall be identified in advance.100% test check in
advance to be done by concerned ADEN as a proof of identification and got signed by him.
211270 15.00 Each 13543.94 203159.10 AT Par 203159.10
Description:- Manufacturing and fixing buffer stop with Railway supplied rails, cutting, including bending of rails as
172 per plan ,with all contractor's labour,materials, tools, plants etc. and all lead and lift including crossing of track
where necessary and as directed by Engineer in charge at site. NOTE:Excavation,fixing rails in cement concrete,
drilling of holes will be paid seperately
121281 4.00 Each 16744.29 66977.16 AT Par 66977.16
Description:- Preparation & submission of completion drawings of yard, showing all the details, such as circulating
area, approach road, platform shelter, platform, FOB etc. with computer, showing relevant particulars to
appropriate scale as per IR's Engineering Code on approved quality, transparent media as per details supplied by
173 Railways, including submission of check print for proof checking, duly incorporating the suggested corrections and
modifications and supplying the final plot on approved quality & transparent media with six copies of ammonia
prints complete and soft copy, as directed by Engineer in-charge {Note : (i) Drawings shall be prepared by using
latest drawing making softwares (AutoCad, Work station etc.) and printing shall be done on high end latest
plotters. (ii) Stage Payment - (a) For check print - 40% (b) For Paper tracing - 40% (c) For Ammonia print & soft
copy - 20%} Completion drawing of yard at junction station
071132 40.00 Set 39005.30 1560212.00 AT Par 1560212.00

Pa g e 18 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- Insertion and linking with track, the already assembled BG PSC turnout by slewing with the help of
174 manual labour or by cranes including crossing of one track in traffic block without any damage to track
components including preparing ballast bed and providing one round of kutcha packing of ballast under bottom of
sleepers to make track fit for 20 kmph speed to required alignment and longitudinal level, as directed by engineer
in-charge for - 1 in 12 Turnout
Lump Sum 2980000.00 AT Par 2980000.00
175
Description :- Lumpsum provision for USSR-2019 items which are not covered under the above schedule-A

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule B-(OTHER THANUSSOR2019ITEMS&CPWD DSR 2018) NS Items 392410.00
Below/Par
NSCON23004 200.00 Each 1346.00 269200.00 AT Par 269200.00
Description:- Description : Casting of Gradient Posts of size 1.65x0.60 m and 75mm thick in RCC 1:2:4 mix,
1 leading and fixing the post in position with CC 1:3:6 concrete, painting the post with three coats, writing the
gradient and direction of arrow on both sides of the post as per IRPWM/Railways drawings (No.GM/W/SC/3554)
complete with contractor's materials, cement, steel, labour, tools, plant with all lead and lifts etc., complete as per
specifications and as directed by the Engineer.
NSCON17003 9.00 Each 9140.00 82260.00 AT Par 82260.00
Description:- Description : Preparation and submission of Completion working plan and section (5 KM project
sheets) showing longitudinal section for every 5.00 Kms length duly marking kilometres, chainages, existing
ground levels, completed formation levels, rail levels, completed/ existing bridges, level crossings, gradients,
2 curves, notes and other relevant particulars to appropriate scale as per Railway Engineering code, prepared in
AUTO CAD on 75 Micron thickness film including submission of check print for proof check, to incorporate
corrections and modifications, as suggested by the Railway administration as per details given by Railway with
contractor's materials, labour, tools, plant etc., as per special conditions and as directed by the Engineer-in-
charge.
NSCON17004 45.00 Kilometre 910.00 40950.00 AT Par 40950.00
Description:- Description : Preparation and submission of LWR/CWR plans and Track diagrams separately in
duplicate in originals for Construction of new BG line between Satulur and Savalyapuram stations from Km 36.00
to Km 71.00 showing details of weldings, location of SEJs, track details, P-way material details, notes and other
3 relevant particulars as per Railway Engineering code to appropriate scale prepared in AUTO CAD on 75 Micron
thickness film of appropriate thickness along with six copies of ammonia prints showing the existing particulars in
Indian Ink and completed in Red ink as per the details given by Railway with contractor's materials, labour, tools,
plant etc., including incorporation of corrections and modiications as suggested by Railway administration,
including submission of check prints for proof check and obtaining approval of drawing from competent authority
as required sizes by railways as per special conditions and as directed by the Engineer-in-charge.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule C-ITEMS THAT ARE COVERED UNDER CPWD DSR-2019 6021296.80
Below/Par
10.2 4000.00 Kg 101.75 407000.00 (-) 20.00 325600.00
Description:- STEEL WORK // Structural steel work riveted, bolted or welded in built up sections, trusses and
1
framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer all
complete.
15.43.2 3600.00 Sqm 306.65 1103940.00 (-) 20.00 883152.00
Description:- DISMANTLING AND DEMOLISHING // Dismantling manually/ by mechanical means including
2
stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of
Engineer-in-charge : // bituminous road
16.1 3600.00 Sqm 156.75 564300.00 (-) 20.00 451440.00
Description:- ROAD WORK // ROADS // Preparation and consolidation of sub grade with power road roller of 8
3 to 12 tonne capacity after excavating earth to an average of 22.5 cm depth, dressing to camber and consolidating
with road roller including making good the undulations etc. and re-rolling the sub grade and disposal of surplus
earthwith lead upto 50 metres.
16.79 972.00 cum 2641.40 2567440.80 (-) 20.00 2053952.64
Description:- ROAD WORK // MISCELLANEOUS // Providing, laying, spreading and compacting graded stone
4 aggregate (size range 53 mm to 0.075 mm ) to wet mix macadam (WMM) specification including premixing the
material with water at OMC in for all leads & lifts, laying in uniform layers with mechanical paverfinisher in sub-
base / base course on well prepared surface and compacting with vibratory roller of 8 to 10 tonne capacity to
achievethe desired density, complete as per specifications and directions of Engineer-in-Charge.
16.30.1 3240.00 Sqm 42.05 136242.00 (-) 20.00 108993.60

Pa g e 19 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Description:- ROAD WORK // PREMIX CARPET // Providing and applying tack coat using hot straight run
5 bitumen of grade VG - 10, including heating the bitumen, spraying the bitumen with mechanically operated spray
unit fitted on bitumen boiler, cleaning and preparing the existing road surface as per specifications : // On W.B.M.
@ 0.75 Kg / sqm
16.55.1 324.00 cum 7743.55 2508910.20 (-) 20.00 2007128.16
Description:- ROAD WORK // MISCELLANEOUS // Providing and laying bituminous macadam using crushed
stone aggregates of specified grading premixed with bituminous binder, transported to site by tippers, laid over a
6 previously prepared surface with paver finisher equiped with electronic sensor to the required grade, level and
alignment and rolling with smooth wheeled, vibratory and tandem rollers as per specifications to achieve the
desired compaction and density, complete as per specificatons and directions of Engineer-in-Charge. // 50 to 100
mm average compacted thickness with bitumen of grade VG-30 @ 3.50% (percentage by weight of total mix)
prepared in Batch Type Hot Mix Plant of 100-120 TPH capacity.
16.40 3240.00 Sqm 73.70 238788.00 (-) 20.00 191030.40
Description:- ROAD WORK // SEAL COAT // Providing and laying seal coat of premixed fine aggregate ( passing
7 2.36 mm and retained on 180 micron sieve) with bitumen using 128 kg of bitumen of grade VG - 10 bitumen per
cum of fine aggregate and 0.60 cum of fine aggregate per 100 sqm of road surface, including rolling and finishing
with road roller all complete.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule D-OTHER THAN USSOR 2019 ITEMS&CPWD DSR 2018 (NS ITEMS BALLAST) 56163000.00
Below/Par
NSCON19004 10000.00 cum 91.00 910000.00 AT Par 910000.00
Description:- Description : Description: Extra for Leading Railway's stone ballast onto bank/trucks from existing
1
stacks laying water logged/ slushy area by head loads with all contractor's labour,tools, all lead and lift
etc.,complete as per specifications and as directed by the Engineer-in-charge.
NSCON19005 100000.00 cum 182.00 18200000.00 AT Par 18200000.00
Description:- Description : Transportation of Railway's stone Ballast by means of contractor's own rail lorry that
2 can run on BG track/ Road lorry including loading by mechanical means or manually. Leading and unloading the
same at required site including ballast profile with all contractor's men and materials, lorry, fuel, consumables,
tools, all leads and lifts etc., complete as per specifications and as directed by the Engineer-in-charge.(a. Lead
upto 5Km)
NSCON19006 50000.00 cum 214.00 10700000.00 AT Par 10700000.00
Description:- Description : Transportation of Railway's stone Ballast by means of contractors own rail lorry that
can run on BG track/ Road lorry including loading by mechanical means or manually available between specified
3 stations for a lead beyond 5 Km. and up to 15 Km. with all leads and lifts including crossing of track, if any
transporting and unloading the same within Railway limits along the side of alignment of track and dumping the
unloaded ballast in locations including ballast profile etc., complete with all contractor's lorry, fuel, consumables,
labour, tools, all leads and lifts etc., as per specifications and as directed by the Engineer-in-charge.
NSCON19001 25000.00 cum 1054.12 26353000.00 AT Par 26353000.00

4
Pa g e 2 0 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49
SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

4
Description:- Description : Supply stacking on Railway ground alongside the alignment at specified locations/at
depot machine crushed, clean hard,angular and durable stone ballast for railway,track not inferior in quality to the
approved samples includi ng collection from outside Railway limits and leading by the contractor's vehicles
including loading unloading and stacking in specified quantities with all contractor's labour,tools,vehicles,crew,
consumbles with all lead and lifts,rehanding, crossing of alignment, if required etc.,complete as per specifications
and special conditions of contract and as directed by the Engineer-in-charge.NOTE:i)payment will be made on
actual stack measurements.No deductions will be made towards voids.ii)The contractor has to make his own
service roads wherever requored if not available or if the existing service roads are not sufficient for leading the
ballast.iii)At some locations it may be necessary to rehandle the ballast by crossing of embankment if required as
there is no direct access to the place of stacking. The rate quoted is inclusive of these charges.iv)The contractor
should supply measuring boxes,wire claws,sieves of required gauges and labour for the purpose of sieve analysis
as directed by the Engineer-in charge.No extra rate will be paid and the rate quoted is inclusive of the same.v)The
ballast has to supplied and stacked at locations as directed by yhe Engineer-in charge without causing
infringement to the proposed formation.vi)The rate provided includes cleaning the bushes and shrubs,cuttilng the
ground and making the approaches for stacking the ballast.vii)The contractors attention is drawn to para 2.3 of
specifications for track ballast, IRS-GE-1,June,2004 for size specified in Annexure-A i.e., Retained on 65mm
sq.mesh sieve-5%max Retained on 40mm sq.mesh sieve-40% to 60% max.retained on 20mm sq.mesh sieve not
less than 98% for machine crushed ballast. Payment for over sized ballast will be made as per para 2.3.2 of
Specifications for track ballast, IRS-GE-1, JUne 2004.Viii) The Tender(s)are required to submit Ballast Test
Report/certificate from any testing laboratory as mentioned at Annexure-A of Special conditions-Technical, for
abrasion, Impact and water absorption value as per provisions of "Specifications for track ballast, IRS-GE-1,
June,2004" along with tender, failing which their tender will be summarily rejected. Such test report should not be
older than 03 (Three) months before the date of opening of Tender. Name of the quarry, location and distance by
road from quarry to ballast depot are to be indicated. Ballast test certificate submitted from other that the testing
lab at Annexure-A of Special conditions Technical, will be summarily rejected.

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have received contractual payments in the previous three financial
years and the current financial year upto the date of inviting of tender, at least 150% of
the advertised value of the tender. The tenderers shall submit Certificates to this effect
which may be an attested Certificate from the concerned department/client or Audited Allowed
1 No No
Balance Sheet duly certified by the Chartered Accountant/Certificate from Chartered (Mandatory)
Accountant duly supported by Audited Balance Sheet. Note: Client certificate from other
than Govt Organisation should be duly supported by Form 16A/26AS generated through
TRACES of Income Tax Department of India.
If JV firms are allowed to participate; Financial eligibility of the JV Firm shall be adjudged
1.1 based on satisfactory fulfillment of the Para No.17.15.2 of Part-I of IRSGCC-2020 for J.V No No Not Allowed
guide lines [with upto date correction slip].
NOTE: If the tender is not accompanied by the certificate(s) in support of financial
1.2 eligibility as above, the tender shall be rejected. No post-tender correspondence will be No No Not Allowed
entertained.

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

Pa g e 2 1 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(a)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[Even though the work might have commenced before the qualifying period]:
Allowed
1 Three similar works each costing not less than the amount equal to 30% of advertised No No
(Mandatory)
value of the tender, or Two similar works each costing not less than the amount equal to
40% of advertised value of the tender, or One similar work each costing not less than
the amount equal to 60% of advertised value of the tender.
In case of tenders for composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works
etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must
have successfully completed 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
Allowed
1.1 each costing not less than the amount equal to 30% of advertised value of each No No
(Mandatory)
component of tender, or Two similar works each costing not less than the amount equal
to 40% of advertised value of each component of tender, or One similar work each
costing not less than the amount equal to 60% of advertised value of each component of
tender. Note: Separate completed works of minimum required values for each
component shall also be considered for fulfillment of technical eligibility criteria.
The total value of similar nature of work completed during the qualifying period and not
the payments received within qualifying period alone, shall be considered. In case, final
Bill of similar nature of work has not been passed and final measurements have not been
recorded, the paid amount including statutory deductions will be considered. If final
1.2 measurements have been recorded and work has been completed with negative No No Not Allowed
variation, then also the paid amount including statutory deductions will be considered.
However, if final measurements have been recorded and work has been completed with
positive variation but variation has not been sanctioned, original agreement value or last
sanctioned agreement value whichever is lower shall be considered for judging eligibility.
In case JV firms are allowed to participate, Technical Eligibility of the JV Firm shall be
1.3 adjudged based on satisfactory fulfillment of the Para No.17.15.1 of Part-I of IRSGCC- No No Not Allowed
2020 for J.V. guide lines [read with upto date correction slip].
The value of work completed will not include the cost of any materials issued free of
1.4 cost by the Railway/ Department concerned. Price Variation amount, if any; if indicated / No No Not Allowed
incorporated in the experience certificate will also be considered towards eligibility.
The works executed by tenderer for any Govt. / Govt. bodies / PSUs and public listed
1.5 company (as detailed in Note for Para No.10.1 of part-I of IRSGCC 2020) shall only be No No Not Allowed
considered for fulfilling of Technical Eligibility Criteria.
The work experience certificate shall be in the name and style of the tenderer
participating or as per provisions under Clause 17.15 of Part-I of IRSGCC 2020 for JV
Firm, if eligible to participate. However, in case the tenderer is submitting the certificate
1.5.1 No No Not Allowed
issued to a JV firm of which the tenderer is a member, the credentials proportionate to
his share in the JV will be considered. The tenderer shall submit an attested copy of
relevant JV Agreement along with the Tender.
The work experience certificate shall be issued by an officer not below the rank of JA
Grade or Bill passing Officer in Railways and Bill passing Officer/Executive In-charge of
1.5.2 No No Not Allowed
work in other Govt. / Govt. bodies / PSUs. The certificate should bear the signature and
seal of the issuing officer, name of the department etc.
Note for Para No.10.1 of Part-I of IRSGCC; Work experience certificate from private
individual shall not be considered. However, in addition to work experience certificates
issued by any Govt. Organisation, work experience certificate issued by Public listed
company having average annual turnover of Rs 500 crore and above in last 3 financial
years excluding the current financial year, listed on National Stock Exchange or Bombay
Stock Exchange, incorporated / registered atleast 5 years prior to the date of opening of
Allowed
1.5.3 tender, shall also be considered provided the work experience certificate has been No No
(Mandatory)
issued by a person authorized by the Public listed company to issue such certificates. In
case tenderer submits work experience certificate issued by public listed company, the
tenderer shall also submit along with work experience certificate, the relevant copy of
work order, bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and copy of final/last
bill paid by company in support of above work experience certificate.
In case of Tender with Ballast Supply - Ballast Test Certificate should be attached with Allowed
1.5.4 No No
the tender offer as envisaged in the description of ballast supply item . (Mandatory)
1.6 Defination of Similar Work :- Any Railway track work or track maintenance work. No No Not Allowed

5. COMPLIANCE

Pa g e 2 2 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 TENDER SHALL BE REJECTED if it is not accompanied by the following. No No Not Allowed
Uploading of Certificate in support of Technical Eligibility (As detailed in
1.1 No No Not Allowed
Standard Technical Criteria).
1.1.1 In case of Tender with Ballast Supply - Ballast Test Certificate. No No Not Allowed
Submission of Certificate(s) in support of Financial Eligibility (As detailed in
1.2 No No Not Allowed
Standard financial criteria).
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: Bid capacity is applicable, the tenderers should submit proforma
1.2.1 attached in DOCUMENTS. In case, the tenderer/s failed to upload BID No No Not Allowed
CAPACITY PROFORMA along with offer, their/his offer shall be considered as
incomplete and will be rejected summarily.
In case tenderer is other than sole proprietorship firm, following documents
1.3 No No Not Allowed
shall be uploaded by the tenderer:
In case the Tenderer is a Partnership Firm: [i] Partnership deed [ii]Power of
Attorney (duly registered as per prevailing law) in favour of an individual to
sign the tender documents and create liability against the Firm. [iii] PAN / TAN
1.3.1 No No Not Allowed
number of Partnership firm (PAN / TAN number in the name of any of the
constituent partners shall not be considered)(iv)All other documents as
mentioned under clause no.18 part I of IRSGCC 2020
In case the Tenderer is a LLP Firm registered under LLP Act-2008:(i) A copy
of LLP Agreement, (ii) A copy of Certificate of Incorporation; and (iii) A copy of
Power of Attorney/Authorisation issued by the LLP Firm in favour of the
individual to sign the tender on behalf of the LLP Firm and create liability
against the LLP. (iv) An undertaking that the LLP is not blacklisted or debarred
by Railways or any other Ministry/Department of Govt. of India from
1.3.2 No No Not Allowed
participation in tender on the date of opening of bids, either in individual
capacity or as member of JV in which the LLP was / is a member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
(iv) All other documents interms of explanatory notes in clause 10 part I of
IRSGCC 2020.
In case the Tenderer is a Company registered under Companies Act-2013:(i)
The copies of MOA (Memorandum of Association) and AOA (Articles of
Association) of the company; ii) A copy of Certificate of Incorporation and (iii) A
copy of Authorization/Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender on behalf of the company and create liability against the company (iv)
An under taking that the Company is not blacklisted or debarred by Railways
1.3.3 No No Not Allowed
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
the partnership firm or JV in which the Company was/ is a partner/member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under clause 62 of General Conditions of contract.(v)
All other documents in terms of explanatory notes in clause 10 of part I of
IRSGCC 2020.
In case the Tenderer is a Registered Society & Registered Trust: (i) A copy of
the Certificate of Registration, (ii) A copy of Deed of Formation; and (iii) A copy
1.3.4 of Power of Attorney in favour of the individual to sign the tender documents No No Not Allowed
and create liability against the Society/Trust. (iv) All other documents in terms
of explanatory notes in clause 10 part I of IRSGCC 2020.
Incase JV Firms are allowed to participate: JV firm should upload
Memorandum of Understanding[MOU] as per the format attached as annexure
1.4 to the tender in DOCUMENTS. Submission of all other documents by JV firm / No No Not Allowed
Members of JV should also be as per Cl.No.17.14 of Part-I of IRSGCC-2020
and also below documents.

Pa g e 2 3 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

In case one or more members is/are Proprietary Firm or HUF, the following
documents shall be enclosed:A copy of notarized affidavit on Stamp Paper
1.4.1 declaring that he who is signing the affidavit on behalf of HUF is in the position No No Not Allowed
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.
In case one or more of the members of the JV is/are partnership firm(s),
following documents shall be submitted:(a) A notarized copy of the Partnership
Deed, (b) A copy of consent of all the partners or individual authorized by
1.4.2 partnership firm, to enter into the Joint Venture Agreement on a stamp paper, No No Not Allowed
(c) A notarized or registered copy of Power of Attorney (duly registered as per
prevailing law) in favour of the individual to sign the MOU/JV Agreement on
behalf of the partnership firm and create liability against the firm.
In case one or more members of the JV is/are companies, the following
documents shall be submitted: (a) A copy of resolutions of the Directors of the
Company, permitting the company to enter into a JV agreement, (b) The
copies of MOA (Memorandum of Association) / AOA (Articles of Association) of
1.4.3 the company . (c) A copy of Certificate of Incorporation . (d)A copy of No No Not Allowed
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.
IN CASE THE TENDER VALUE MORE THAN RS. 50 LAKHS; The tenderers
shall submit a copy of certificate stating that all their statements/ documents
submitted along with bid are true and factual as per standard format as per
1.5 No No Not Allowed
Annexure V part I of IRSGCC 2020.Non submission of this certificate by the
bidder shall result in summarily rejection of his/ their bid. It is a mandatory
document.
In case of Sole Proprietorship Firm the documents to be attached with the
tender are: (i) An undertaking that he 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 a
1.6 member of the partnership firm, or JV in which he was /is a partner/member, No No Not Allowed
concealment /wrong information in regard to above shall make the contract
vale liable for determination under Clause 62 of the General Conditions of
Contract. (ii) All other documents in terms of explanatory notes in clause 10
part I of IRSGCC 2020.
In case of tenderer is bidding on behalf of HUF the documents to be attached
with the tender are : (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 Fami9ly (HUF) and he has the authority, power and
consent given by other members to act on behalf of HUF. (ii)An undertaking
that the HUF is not blacklisted or debarred by Railways or any other
1.7 No No Not Allowed
Ministry/Department of Govt. of India from participation in tender on the date
of opening of bids, either in individual capacity or as member of JV in which
the HUF was / is a member. Concealment/wrong information in regard to
above shall make the contract liable for determination under Clause 62 of the
General Conditions of Contract.(iv) All other documents interms of explanatory
notes in clause 10 part I of IRSGCC 2020
Uploading of Declaration regarding Employment of Retired Engineer/Retired
Railway Officer as per clause no.16 of Part-I of IRSGCC 2020. [in the format
attached in - Documents]. Note: Information as required as per clause 16 (a),
2 No No Not Allowed
(b) and (c) of part I of IRSGCC 2020, contract is liable to be dealt in
accordance with provision of clause 62 of Standard General Conditions of
contract
Uploading of NEFT FORM - as per the format attached with the tender
3 No No Not Allowed
document.
The list of personnel / organization on hand and proposed to be engaged for
4 No No Not Allowed
the tendered work.
List of Plant & Machinery available on hand and proposed to be inducted and
5 No No Not Allowed
hired for the tendered work.
Uploading of Statement Showing the particulars of Works on Hand & Works
6 No No Not Allowed
Completed as per the format attached to the tender document.

Pa g e 2 4 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

Uploading of certificate by local suppliers in regard to meeting the Minimum


Local Content requirement to avail benefits under Public Procurement Policy
Order-2017 (A) for procurement order of value less than Rs. 10 crores: self-
certificate in accordance with Para-9(a) of Public Procurement(Preference to
7 No No Not Allowed
Make in India) Order 2017. (B) For Procurement Order of value more than Rs.
10 crores, the certificate from Statutory auditor/cost auditor/practicing CA as
the case may be in accordance with Para-9(b) of Public Procurement
(Preference to Make in India) Order 2017.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
1 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.
Uploading of other relevant documents connected to the tender; such as
Declaration regarding employment of Retired Engineer/ Retired Railway
Allowed
2 officer, NEFT Form, List of Personnel/Organization, List of Plant/machinery, No No
(Optional)
Particulars of works on hand and completed (As per the formats attached in
the list of Documents)etc.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: Bid capacity is applicable, the tenderers should submit proforma
Allowed
3 attached in DOCUMENTS. In case, the tenderer/s failed to upload BID No No
(Mandatory)
CAPACITY PROFORMA along with offer, their/his offer shall be considered as
incomplete and will be rejected summarily.
4 Following documents shall be enclosed No No Not Allowed
In case of Sole Proprietorship Firm the documents to be attached with the
tender are: (1) An undertaking that he 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 a
Allowed
4.1 member of the partnership firm, or JV in which he was /is a partner/member. No No
(Mandatory)
concealment /wrong information in regard to above shall make the contract
vale liable for determination under Clause 62 of the General Conditions of
Contract. (ii) All other documents in terms of explanatory notes in clause 10
part I of IRSGCC 2020
In case of tenderer is bidding on behalf of HUF the documents to be attached
with the tender are : (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 Fami9ly (HUF) and he has the authority, power and
consent given by other members to act on behalf of HUF. (ii)An undertaking
that the HUF is not blacklisted or debarred by Railways or any other Allowed
4.2 No No
Ministry/Department of Govt. of India from participation in tender on the date (Mandatory)
of opening of bids, either in individual capacity or as member of JV in which
the HUF was / is a member. Concealment/wrong information in regard to
above shall make the contract liable for determination under Clause 62 of the
General Conditions of Contract.(iv) All other documents in terms of
explanatory notes in clause 10 part I of IRSGCC 2020
In case the Tenderer is a Partnership Firm: [i] Partnership deed [ii]Power of
Attorney (duly registered as per prevailing law) in favour of an individual to
sign the tender documents and create liability against the Firm. [iii] PAN / TAN Allowed
4.3 No No
number of Partnership firm (PAN / TAN number in the name of any of the (Mandatory)
constituent partners shall not be considered)(iv)All other documents as
mentioned under clause no.18 part I of IRSGCC 2020

Pa g e 2 5 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

In case the Tenderer is a LLP Firm registered under LLP Act-2008:(i) A copy
of LLP Agreement, (ii) A copy of Certificate of Incorporation; and (iii) A copy of
Power of Attorney/Authorisation issued by the LLP Firm in favour of the
individual to sign the tender on behalf of the LLP Firm and create liability
against the LLP. (iv) An undertaking that the LLP is not blacklisted or debarred
by Railways or any other Ministry/Department of Govt. of India from Allowed
4.4 No No
participation in tender on the date of opening of bids, either in individual (Mandatory)
capacity or as member of JV in which the LLP was / is a member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the General Conditions of Contract.
(iv) All other documents interms of explanatory notes in clause 10 part I of
IRSGCC 2020.
In case the Tenderer is a Company registered under Companies Act-2013:(i)
The copies of MOA (Memorandum of Association) and AOA (Articles of
Association) of the company; ii) A copy of Certificate of Incorporation and (iii) A
copy of Authorization/Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender on behalf of the company and create liability against the company (iv)
An under taking that the Company is not blacklisted or debarred by Railways Allowed
4.5 No No
or any other Ministry/Department of Govt. of India from participation in tender (Mandatory)
on the date of opening of bids, either in individual capacity or as a member of
the partnership firm or JV in which the Company was/ is a partner/member.
Concealment/wrong information in regard to above shall make the contract
liable for determination under clause 62 of General Conditions of contract.(v)
All other documents in terms of explanatory notes in clause 10 of part I of
IRSGCC 2020.
In case the Tenderer is a Registered Society & Registered Trust: (i) A copy of
the Certificate of Registration, (ii) A copy of Deed of Formation; and (iii) A copy
Allowed
4.6 of Power of Attorney in favour of the individual to sign the tender documents No No
(Mandatory)
and create liability against the Society/Trust. (iv) All other documents in terms
of explanatory notes in clause 10 part I of IRSGCC 2020
Incase JV Firms are allowed to participate: JV firm should upload
Memorandum of Understanding[MOU] as per the format attached as annexure
Allowed
4.7 to the tender in DOCUMENTS. Submission of all other documents by JV firm / No No
(Mandatory)
Members of JV should also be as per Cl.No.17.14 of Part-I of IRSGCC-2020
and also below documents.
Uploading of other relevant documents connected to the tender; such as
Declaration regarding employment of Retired Engineer/ Retired Railway
Allowed
5 officer, NEFT Form, List of Personnel/Organization, List of Plant/ machinery, No No
(Optional)
(As per the formats attached in the list of Documents whatever attached and
remaining in their own format to be submitted)etc

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The General Conditions of Contract governing the performance of the works
covered by this tender are the Indian Railway Standard General Conditions of
Contract [IRSGCC] as amended from time to time up to date. A soft copy of
the Indian Railway Standard General conditions of Contract is uploaded in the
attached documents to the tender for reference. Hard copy of IRSGCC (with
up-to-date correction slip) may be perused in the office of the Chief
1 No No Not Allowed
Administrative Officer/ Construction/ South Central Railway / Secunderabad -
500071. The tenderer/s is/are deemed to have kept himself/themselves fully
Informed of the provisions of the IRS General conditions of Contract including
all corrections and Amendments issued up to date while submission of offer
and any claim that he/they is/are not aware of any amendment or correction
slip to the IRSGCC shall not be entertained.

Pa g e 2 6 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the


works can be seen in the office of the Chief Administrative Officer,
Construction, S.C.Railway, Secunderabad - 500071 or in the office of the
concerned field Deputy Chief Engineer / Construction / S.C.Railway . It should
be noted that these drawings are meant for general guidance only and
Railway may suitably modify them during the execution of work according to
the circumstances without making the Railways liable for any claims on
account of such changes. If there is any variation between the description in
the tender and the detailed plans, the Engineer-in-Charge will operate the
2 correct description and his decision is final and binding on the tenderer/ No No Not Allowed
Contractor. The Tenderer/Contractor is required to inspect the sites of works
and acquaint himself with the site conditions, availability of approaches for
transporting of men and materials, space and other factors relating to the
works, availability of labour, electricity and water, etc., before quoting his rates.
The extent of lead and lift involved in the execution of works and any
difficulties involved in the execution of work should also be examined before
formulating the rates for complete items of works described in the schedule.
The Tender submitted will be deemed to have been made after such
inspection.
DRAWINGS FOR WORKS: The percentage rates for the schedule items and
itemized rates for the non-scheduled items quoted by the tenderer as may be
accepted by the railways will, hold good irrespective of any changes,
modifications, alterations, additions, omissions in the locations of structures
and detailed drawings, specifications and/or the manner of executing the work.
It should be specifically noted that some of the detailed drawings may not have
been finalised by the Railway and will, therefore, be supplied to the contractor
3 as and when they are finalised on demand. No compensation whatsoever on No No Not Allowed
this account shall be payable by the Railway Administration. No claim
whatsoever will be entertained by the Railway on account of any delay or hold
up of the works arising out of delay in approval of drawings, changes,
modifications, alterations, additions, omission and the site layout plans or
detailed drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
Manual tenders, supporting documents etc., sent by Post/FAX/Courier or in
4 No No Not Allowed
Person SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only and the
4.1 bidders should ensure that the content of the documents uploaded is distinctly No No Not Allowed
legible/readable.
CORRIGENDUM NOTICE ON IREPS: [I]Railway may modify the tender
document by issuing online corrigendum through "www.ireps.gov.in" 15 days
prior to the tender closing date. For the purpose of CORRIGENDUM in the
5 tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD: The No No Not Allowed
time during which all information pertaining to tender shall be available but
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer.
If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer's
estimate of the cost of work to be performed under the contract, the Railways
6 may require the tenderer to produce detailed price analysis for any or all items No No Not Allowed
of the Tender Schedule, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.
Applicable for the tenders with eligibility criteria: The offer of Tenderer(s) who
do not enclose Work Experience Certificate & Financial eligibility Certificate
7 with requisite details, and supporting documents along with their Tender to No No Not Allowed
establish their credentials shall be summarily rejected, even though they are
working contractors or contractors on approved list.
The offer shall be evaluated only from the certificates/documents submitted
7.1 No No Not Allowed
along with the tender offer.
Any Certificate /Documents offered / submitted / received after the tender
7.2 No No Not Allowed
opening shall not be given any credit and shall not be considered.
Attestation of documents may be self attested or attested by a Gazetted
7.3 No No Not Allowed
Officer.
Railway reserves the right to verify the authenticity of the
7.4 No No Not Allowed
documents/information furnished.

Pa g e 2 7 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

TAXES: if rates of existing GST or cess on GST for Works Contract is


increased or any new tax /cess on Works Contract is imposed by Statute after
the date of opening of tender but within the original date of completion/date of
completion extended under clause 17 & 17A of Part-II of IRSGCC-2020 and
the Contractor thereupon properly pays such taxes/cess, the Contractor shall
8 No No Not Allowed
be reimbursed the amount so paid. Further, if rates of existing GST or cess on
GST for Works Contract is decreased or any tax/cess on Works Contract is
decreased / removed by Statute after the date of opening of tender, the
reduction in tax amount shall be recovered from Contractor's bills/Security
Deposit or any other dues of Contractor with the Government of India.
This tender complies with PUBLIC PROCUREMENT POLICY ORDER-2017
dated 15.06.2017. Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100 for fully
9 No No Not Allowed
indigenous items. The definition and calculation of local content shall be in
accordance with the Make in India policy as incorporated in the tender
conditions.
The amount of Earnest Money Deposit (E.M.D.) to be paid as stipulated in NIT
HEADER should be paid online only through the NET BANKING or PAYMENT
GATEWAY FACILITY provided in the IREPS web portal. Any other mode of
10 payment is not acceptable and any deviation from these instructions will No No Not Allowed
render the offer invalid. Fixed Deposit Receipts(FDRs) submitted after award
of tender towards Security Deposit/Performance Guarantee should be with
automatic renewal facility only.
Non-Submission of copy of certificate stating that all their
statements/documents submitted along with true and factual as per standard
11 No No Not Allowed
format for tenders valuing more than Rs. 50 lakhs will lead to summarily
rejection of offer.
Tenderer(s) shall note that conditional/alternate offer will not be considered
12 and will summarily be rejected, even though such condition makes them as the No No Not Allowed
lowest tenderer.
After opening of tender, any document pertaining to the constitution of the sole
proprietorship Firm/Partnership Firm/ Registered Company/ Registered Trust/
Registered Society/ HUF etc. shall be neither asked nor considered, if
13 submitted. Further, no suo moto cognizance of any document available in No No Not Allowed
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 the
tender offer submitted{Asper clause no. 14(iv) Part I of IRSGCC 2020}
As per clause no.5 part I of IRSGCC 2020 the details of exemptions/discount
14 No No Not Allowed
of Earnest Money payment is as follows:
i) Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
14.1 No No Not Allowed
as 'Startups' shall be exempted from payment of earnest money deposit
ii) 100% Govt owned PSUs shall be exempt from payment of earnest money
14.2 No No Not Allowed
deposit
iii) Labour Cooperative Societies shall deposit only 50% of earnest deposit as
14.3 No No Not Allowed
mentioned in the tender

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Bidders should carefully read all the conditions and the Special Conditions
alongwith Special Conditions - General & Technical, which are annexed to the
tender document in the DOCUMENTS attached to the tender. These special
1 conditions form part of the tender document and will supplement to the No No Not Allowed
conditions of IRSGCC-2020 along with updated correction slips. Where the
provisions of these special conditions are at variance with IRSGCC and other
documents mentioned above, these Special Conditions shall prevail.
Incase of Tender schedule having item for SUPPLY OF BALLAST; Ballast test
2 No No Not Allowed
report as detailed in foot note of ballast item
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 10
3 CRORES, JOINT VENTURE (JV) FIRMS ARE ALSO CONSIDERED FOR No No Not Allowed
ELIGIBILITY.

Pa g e 2 8 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20


CRORES, The tender/technical bid will be evaluated based on bid capacity
formula detailed as Annexure-VI of IRSGCC 2020. NOTE: i)The Tenderer(s)
shall furnish the details of existing commitments and balance amount of
ongoing works with tenderer as per the prescribed proforma of Railway for
statement of all works in progress and also the works which are awarded to
tenderer but yet not started upto the date of opening of tender. In case of no
4 works in hand, a 'NIL' statement should be furnished. This statement should No No Not Allowed
be submitted duly verified by Chartered Accountant.(ii) The available bid
capacity of tenderer shall be assessed based on the details submitted by the
tenderer. In case, the available Bid Capacity is lesser than estimated cost of
work put to tender, his offer shall not be considered even if he has been found
eligible in other eligibility criteria/tender requirement. (iii) In case, the
tenderer/s failed to submit the above statement along with offer, their/his offer
shall be considered as incomplete and will be rejected summarily.
Price Variation Clause (PVC)(46A.1 of IRSGCC-2020) is applicable only for
5 Tender value (NIT value) Rs.5.0 crs and more irrespective of the contract No No Not Allowed
completion period.
In this tender for calculation of Price Variation, the percentages of labour
5.1 component, material component, fuel component etc is considered under the No No Not Allowed
type of Engineering Contract of "Permanent Way linking Contracts (manual)"
6 Issue/consideration of experience certificate of sub-contract No No Not Allowed
Issue of sub-contract completion certificate: The work experience certificate
6.1 can be issued to the sub contractor on successful completion of the portion of No No Not Allowed
the work only after completion of work by the main contractor.
Consideration of the sub contract work experience certificate :The work
experience certificate issued to the sub-contractor by competent authority and
submitted in response to tender invitation can be considered towards
6.2 No No Not Allowed
evaluation of eligibility criteria if the entire work awarded to the main contractor
is completed in the qualifying period as mentioned in Technical Eligibility
criteria.
Rates of Earth work items: As per IRU standard specifications for formation
works, Bridge works and P.Way works IRUSSOR 2019 & CPWD specifications
2019 for DSR 2018/19, the specification of GE:G-0014 has been superseded
7 by RDSOs latest specification GE:IRS-0004. Accordingly, wherever GE:G-0014 No No Not Allowed
is mentioned in item description, the same should be read as GE:IRS-0004
and work shall be executed as per GE:IRS-0004 specifications and no
additional payment will be made in this regard.
This work involves measurement of works by contractor (cost of tender is
more than Rs. 5 crs). Contractor has to make his own arrangements for
8 No No Not Allowed
recording measurements from time to time. No additional payments will be in
this regard.

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.

Pa g e 2 9 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

[1]I/We have read the various conditions of the tender attached hereto and
hereby agree to abide by the said conditions. I/We also agree to keep this
tender open for acceptance for the period mentioned in the tender document
[NIT HEADER] from the date fixed for opening the same and in default thereof,
I/We will be liable for forfeiture of my/our Earnest Money Deposit submitted. [2]
I/We offer to do the work at the percentage rates quoted by me/us in the
attached schedule and bind myself/ourselves to complete the work within the
period of completion given in this tender document[NIT HEADER] from the
date of issue of letter of acceptance of this tender. I/We also hereby agree to
abide by the IRS GCC and Special Conditions of contract and to carry out the
works according to the IRU Standard Specifications for formation works,
Bridge works and P.Way Works 2019 laid down by Indian Railway, CPWD
2 Specifications 2018 for Horticulture, Land scaping and CPWD Specifications No No Not Allowed
2019 Volume 1 and Volume 2 laid down by Central Public Works Department,
New Delhi for the present contract. [3]. The full value of the earnest money
paid shall stand forfeited without prejudice to any other rights or remedies of
the railway if [a]I/We do not submit the Performance Guarantee within the time
specified in the Tender document; [b] I/We do not execute the contract
document within seven days after receipt of notice issued by the Railway that
such documents are ready: and [c] I/We do not commence the work within
fifteen days after receipt of orders to that effect. [4]. Until a formal agreement
is prepared and executed, acceptance of this tender shall constitute a binding
contract between us subject to modifications, as may be mutually agreed to
between us and indicated in the letter of acceptance of my/our offer for this
work.
I/We fail to submit the requisite Performance Guarantee [P.G] in the
prescribed format even after 60 (Sixty days) from the date of issue of Letter of
Acceptance, we are aware that the contract shall be terminated duly forfeiting
3 EMD and other dues, if any payable against the contract. Also, I/We shall be No No Not Allowed
debarred from participating in the retender for this work. In addition necessary
action will be taken as per Railway Board letter no.2020/CE-
I/CT/3E/GCC/Policy dated 30.12.20 issued in this regard.
I/We understand that no post-tender correspondence will be entertained,
however, if any clarification is required by the Railway, the same will be sought
4 from the tenderer. Also, I/We are aware that any Certificate/ Documents No No Not Allowed
offered after the tender opening shall not be given any credit and shall not be
considered.
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
5 No No Not Allowed
constituents as under:
[i] I/We the tenderer(s) am/are signing this document after carefully reading
the contents. [ii]I/We the tenderer(s) also accept all the conditions of the
tender and have signed all the pages in confirmation thereof.[iii]I/we hereby
declare that I/we have downloaded the tender documents from Indian Railway
website www.ireps.gov.in . I/we have verified the content of the document from
the website and there is no addition, no deletion or no alteration to the content
of the tender document. In case of any discrepancy noticed at any stage i.e.
evaluation of tenders, execution of work or final payment of the contract, the
5.1 master copy available with the railway Administration shall be final and binding No No Not Allowed
upon me/us. [iv] I/We declare and certify that I/We have not made any
misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. [v] I/We also understand
that my/our offer will be evaluated based on the documents/credentials
uploaded along with the offer and the same shall be binding upon me/us. [vi]
I/We declare that the information and the documents attached alongwith the
tender by me/us are correct and I/We are fully responsible for the correctness
of the information and the documents submitted by us.
I/We understand that, if any of the certificates regarding eligibility criteria
submitted by us are found to be forged / false / incorrect will lead to banning of
business with the tenderer/all the partners in case of partnership firm/all the
members of a JV in case of a Joint Venture on entire Indian Railways for 5
5.2 years. i) if it is found during the process of evaluation of tender, it shall lead to No No Not Allowed
forfeiture of the EMD, and my/our offer shall be summarily rejected. ii) If it is
found after the award of the contract, it will lead to termination of contract
along with forfeiture of EMD/SD and PG besides any other action provided in
the contract.

Pa g e 30 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

It is certified that I/We have not been blacklisted or debarred by railways or


any other ministry/department/public sector undertaking of the government of
India/State Government from participation in tenders/contract on the date of
opening of bids, EITHER in their individual capacity or in any firm in which we
6 No No Not Allowed
are/were partners or as a member of JV firm in which I/We were/are members.
I/We understand if above declaration found to be false/incorrect at any time
during process of evaluation of bid or after the award of contract, will lead to
determination under Clause 62 of the General Conditions of Contract.
I/We indemnify and save harmless the Railway from and against all actions,
suit proceedings losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the Railways by
reason of any act or omission of the Contractor, his agents or employees, in
7 No No Not Allowed
the execution of the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to
bring down the rates, the tenderer called for negotiations should furnish the
following form of declaration before commencement of negotiations. I/We ------
------------------- do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No. opened on
dt:.......... my original tender shall remain open for acceptance on its original
terms and condition. I also declare that I am aware that during this
8 negotiations, I cannot increase the originally quoted rates against any of the No No Not Allowed
individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not
be considered and in lieu my originally quoted rates alone would be
considered and my offer would be evaluated accordingly. I/We are also aware
that the validity of such negotiated offer will be 30 days from the date of
negotiations or the validity of original offer, whichever is later.
17 C of part-II of IRSGCC 2020: Bonus for Early Completion of Work: In case
of open tenders having value more than Rs 20 crore and original period of
completion 12 months or more, when there is no reduction in original scope of
work by more than 10%, and no extension granted on either railway or
9 Contractor's account, Contractor shall be entitled for a bonus of 1% for each No No Not Allowed
30 days early completion of work. The period of less than 30 days shall be
ignored while working out bonus. The maximum bonus shall be limited to 3%
of original contract value. The completion date shall be reckoned as the date
of issuance of completion certificate by engineer.

6. Documents attached with tender

S.No. Document Name Document Description


IRGCC2020 with
1 IRGCC2020withcorrectionslips.pdf
Correction slips
2 AFFIDAVITformat.pdf AFFIDAVIT
3 APSPECIALCONDITIONSGENERALWITHIRGCC202010.03.20221_1.pdf general
AGREEMENT
4 AGTFormatforJVfirms17.01.2019.pdf
FORMAT for JV Firms
Spl conditions
Mesasurement of works
5 SpecialConditions-Measurementofworksbycontractor28.08.21-Ver-1.pdf
by Conbtractor 28 08 21
ver 1
Special conditions
6 SpecialconditionsTechnicalforSupplyofballastver5-25.03.21.pdf Technical for Supply of
ballast ver 5 - 25.03.21
7 MOUFormatforJVfirms_1.pdf MOU for JV firms
Format for Bank
8 FormatforBankGuarantee11.10.2019ver-2.pdf Guarantee 11.10.2019
ver-2

Pa g e 31 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: 34-CAO-C-SC-2022 Closing Date/Time: 17/05/2022 15:00

PUBLIC
PROCUREMENT
9 PublicProcurementPolicy-2017.pdf 9PREFERENCE TO
MAKE IN INDIA0
ORDER - 2017
10 NEFTFORM.pdf NEFT FORM
RETIRED RAILWAY
OFFICIALS
11 EMPLOYMNTOFRETIREDRAILWAYOFFICERSCERTIFICATEFORMAT.pdf
EMPLOYMENT
FORMAT
DETAILS OF
PERSONNEL,
12 DETAILSOFPERSONNEL,PLANTANDMACHINERYWORKSONHANDFORMATS.pdf
MACHINERY WORKS
ON HAND FORMAT
13 ProformaforBidCapacity.pdf bid capacity
14 SPECIALCONDITIONS-TECHNICALforLINKING13.04.2022.pdf TECHNICAL

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: VANKANA KANAKA SAILESH

Designation : Dy.CEC-G1-SC

Pa g e 32 o f 32 Ru n Da te/Time: 2 1/0 4/2 0 2 2 16 :5 7:49

You might also like