You are on page 1of 7

KHURDA ROAD DIVISION-ENGINEERING/ECOR

TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

Divl. Railway Manager - E n g g acting for and on behalf of The President of India invites E-Tenders against Tender No
etendernorthkur-116-2023 Closing Date/Time 12/07/2023 15:00 Hrs. Bidders will be able to submit their original/revised bids upto
closing date and time only. Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Construction of Boundary wall near Stations & its approaches as measure to safeguard track
Name of Work and establishments avoiding encroachments under the jurisdiction of DEN(North) of Khurda
Road division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 12/07/2023 15:00 Date Time Of Uploading Tender 19/06/2023 12:31
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 82367186.85 Tendering Section WORKS
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 561800.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 28/06/2023 No
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 Unit
Code
Schedule A-Execution of all works covered under CPWD DSR-2018 Volume- 1 & 2 ( Above/
81424122.75
Except item No-2.27 ) Below/Par
Please see Item Breakup for details. 108565497.00 (-) 25.00 81424122.75
1
Description:- Please see item Breakup for details.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-NOTE:- Unless otherwise specified, the unit rates for the Items of Sch -B shall
include the cost of following. a)All labour and materials, tools and plants, equipments,
machinery etc. b)All lead, lift, ascent, descent etc. c)All handling, rehandling, loading, Above/
943064.10
unloading, freight, transportation, vehicles, diplorring and when & where required and Below/Par
crossing one or more lines if necessary. d)All taxes including GST, royalty and all incidental
charges complete.
1 120.00 Day 9273.00 1112760.00 (-) 15.25 943064.10

1 Description:- Hiring of Hydraulic Excavator (3D) with driver and fuel for dismantaling structures alongwith
levelling and dressing of ground with all contractor's machinaries, operator & fuel etc. Payment shall be made for
actual working hours at site. (Cost for 1 day i.e.8 working hours).

3. ITEM BREAKUP

Schedule Schedule A-Execution of all works covered under CPWD DSR-2018 Volume- 1 & 2 ( Except item No-2.27 )
Item- 1 Please see item Breakup for details.
S No. Item Description of Item Unit Qty Rate Amount
No
2.0 EARTH WORK

Pa g e 1 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2
KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

Earth work in excavation by mechanical means (Hydraulic


excavator)/manual means over areas (exceeding 30 cm in
2.6 depth, 1.5 m in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead upto 50 m
and lift upto 1.5 m, as directed by Engineer-in-charge.
1 2.6.1 All kinds of soil cum 4620 181.85 840147
Earth work in excavation by mechanical means (Hydraulic
excavator)/manual means over areas (exceeding 30 cm in
2.7 depth, 1.5 m in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead upto 50 m
and lift upto 1.5 m, as directed by Engineer-in-charge.
2 2.7.1 Ordinary rock cum 1980 352.45 697851
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of specified
4.1 grade excluding the cost of centering and shuttering - All
work up to plinth level :
4.1.6 1:3:6 (1 Cement : 3 coarse sand (zone-III): 6 graded stone cum 540 6126.25 3308175
3
aggregate 40 mm nominal size)
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting, propping etc.
5.9
and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 13800 284.85 3930930
4
concrete
5.12S PRE-CAST RCC
5.12 Providing, hoisting and fixing above plinth level up to floor cum 4200 8886.35 37322670
five level precast reinforced cement concrete work in string
courses, bands, copings, bed plates, anchor blocks, plain
5 window sills and the like, including the cost of required
centering, shuttering but , excluding cost of reinforcement
with 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded
stone aggregate 20 mm nominal size).
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including straightening,
5.22 cutting, bending, placing in position and binding all complete
upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 408000 83.5 34068000
6
more.
5.33S DESIGN MIX CONCRETE
Providing and laying in position machine batched and
machine mixed design mix M-25 grade cement concrete for
reinforced cement concrete work, using cement content as
per approved design mix, including pumping of concrete to
site of laying but excluding the cost of centering, shuttering,
5.33
finishing and reinforcement, including admixtures in
recommended proportions as per IS: 9103 to accelerate,
retard setting of concrete, improve workability without
impairing strength and durability as per direction of
Engineer-in-charge.
7 5.33.1 All works upto plinth level cum 2880 7997.3 23032224
13.0 FINISHING
13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement paint of required
13.44
shade :
8 13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) Sqm 58800 91.25 5365500
Total 108565497.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

Pa g e 2 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2
KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: The tenderer must have minimum average annual
contractual turnover of V/N or 'V' whichever is less; where V= Advertised value of the
tender in crores of Rupees. N= Number of years prescribed for completion of work for
which bids have been invited. The average annual contractual turnover shall be
calculated as an average of "total contractual payments" in the previous three financial
years, as per the audited balance sheet. However, in case balance sheet of the previous Allowed
1 No No
year is yet to be prepared/ audited, the audited balance sheet of the fourth previous year (Mandatory)
shall be considered for calculating average annual contractual turnover. The tenderers
shall submit requisite information as per Annexure-VIB, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet. (For details refer tender
documents)

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


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

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria: (a) The tenderer must have successfully completed or
substantially completed any one of the following categories of work(s) during last 07
(seven) years, ending last day of month previous to the one in which tender is invited: (i)
Three similar works each costing not less than the amount equal to 30% of advertised
value of the tender, or (ii) Two similar works each costing not less than the amount equal
to 40% of advertised value of the tender, or (iii) One similar work costing not less than
the amount equal to 60% of advertised value of the tender. For composite work refer
Tender documents. Note for Item 10.1: 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 Allowed
1 No No
company having average annual turnover of Rs 500 crore and above in last 3 financial (Mandatory)
years excluding the current financial year, listed on National Stock Exchange or Bombay
Stock Exchange, incorporated/registered at least 5 years prior to the date of closing of
tender, shall also be considered provided the work experience certificate has been
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.
1.1 Defination of Similar Work :- Execution of any Civil Engineering Works. No No Not Allowed

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Whether History sheet of tenderers (Annexure-2 of Part-II of Tender
1 No No Not Allowed
documents) uploaded duly filled in with supportive documents.
Whether the details of facilities available vis-a-vis the requirements mentioned
2 in STR in a tabular/narrative form if you are not on the approved list of RDSO, No No Not Allowed
if required in the Annexed Document, is submitted.
Whether, EACH PAGE of the copy of documents/certificates in support of
3 credential is self attested/digitally signed by tenderer/authorised representative No No Not Allowed
with signature, stamp & date.
Whether all the documents related "Mandatory Requirement", as applicable
4 No No Not Allowed
and mentioned in the bid documents are enclosed with the tender.

Pa g e 3 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2
KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit bank details as per enclosed Annexure-12 of Part -II of Tender
Allowed
1 Documents or photo copy of a "Cancelled Cheque". (For details refer tender Yes No
(Optional)
documents)
Please submit Certificate of Familiarisation as per Annexure-1 of Part-II of Allowed
2 Yes No
Tender Documents. (For details refer tender documents) (Optional)
Please submit required details as required from Annexure 2 to 11 of Part-II of
Tender documents duly filled in and signed. Supportive documents/separate
sheet are to be submitted, if required. Annex-2: HISTORY SHEET OF THE
TENDERER, Annex-3: TECHNICAL EIGIBILITY CRITERIA, Annex-4: DETAILS
OF CONSTRUCTIONS MACHINERIES, TOOLS & PLANTS, VEHICLES ETC.
AVAILABLE (ON HAND AND PROPOSED TO BE UTILISED, Annex-5:
DETAILS OF TECHNICAL AND OTHER PERSONNELS AVAILABLE ON HAND Allowed
3 Yes No
& PROPOSED TO BE ENGAGED. Annex- 6: DETAILS OF WORKS (Optional)
COMPLETED DURING PREVIOUS THREE FINANCAIL YEARS & CURRENT
YEAR, Annex-7: DETAILS OF WORKS ON HAND, Annex- 8: DECLARATION
REGARDING ASSOCIATION OF RAILWAY OFFICER (S) WITH
TENDERER(S), Annex-9: LIST OF COURT CASES, Annex-10: LIST OF
ARBITRATION CASES. Annex- 11: BROAD PLAN FOR EXECUTION OF THIS
WORK. (For details refer tender documents)
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
4 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.
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / Hindu Undivided Family
(HUF)/ Limited Liability Partnership (LLP) etc. If it is NOT mentioned in the
submitted tender that tender is being submitted on behalf of a Sole
Proprietorship firm/Partnership firm/Joint Venture/Registered Company etc.,
then the tender shall be treated as having been submitted by the individual
who has signed the tender . The tenderer(s) shall enclose the attested copies Allowed
5 Yes Yes
of the constitution of their concern and copy of PAN card along with the tender. (Mandatory)
Tender Documents in such cases are to be signed by such persons as may be
legally competent to sign them on behalf of the firm, company, association,
trust or society, as the case may be. (for details refer tender documents)
NOTE: Any document containing PAN number of the tenderer(s) shall also be
considered in lieu of PAN card. However, if no document having mention of
PAN number is uploaded, offer will be summarily rejected. (For details refer
Tender documents)
For all tenders having advertised cost of Rs.10 lakh or above, the contractor
shall have to submit the option to take payment from Railways through a letter
of credit (LC) arrangement. The tenderer shall affirm having read over and
agreed to the terms and conditions of the LC option. The option of taking
Allowed
6 payment through LC arrangement, once exercised by tenderer at the time of Yes Yes
(Optional)
bidding, shall be final and no change shall be permitted, thereafter, during
execution of contract. (The tenderer have to submit the option to take payment
from Railway through a Letter of Credit arrangement) (For details refer Tender
documents)
The list of personnel / organization on hand and proposed to be engaged for
the tendered work. Similarly, list of Plant & Machinery available on hand and Allowed
7 Yes Yes
proposed to be inducted and hired for the tendered work. (For details refer (Optional)
tender documents)
Documents to be submitted as per Clause 14 of GCC-April 2022 in support of
(a)Sole Proprietorship firm (b) HUF (c) Partnership Firm (d) Joint Venture (JV)
(e) Company registered under Companies Act 2013 (f) LLP (Limited Liability Allowed
8 Yes No
Partnership) (g) Registered Society & Registered Trust. (for details refer (Mandatory)
tender documents) NOTE: Non submission of above documents will lead to
summarily rejection of the offer.

General Instructions

Pa g e 4 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2
KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please read carefully the entire e-tender document before submission of
1 No No Not Allowed
tender offer.
Rates quoted by the tenderer in the relevant fields of the Financial Bid
Page/Financial offer only will be the ruling terms for deciding inter-se-ranking
2 No No Not Allowed
and any condition having financial repercussions, if quoted anywhere else
shall not be considered for deciding the inter-se-ranking.
The quantities specified in the tender schedule are only approximate and liable
3 No No Not Allowed
to vary.
Standard General Conditions of Contract April-2022 corrected upto date of the
closing of tender, SOR-1992, USSOR East Coast Railway-2010, 2019,
4 No No Not Allowed
CPWD's DSR corrected up to date of the closing of tender, CPWD DSR and
the Annexed documents are part of the tender document and applicable.
Tender offer should accompany with scanned copies of all the required
5 No No Not Allowed
documents.
GUIDELINES/SPECIAL CONDITIONS FOR AWARD OF TENDERS IN SUB
SECTIONING WORK, Ref: Railway Board letter No. 2018/CE-I/CT/AP/2 dtd.
17.04.2018. If sub-sectioning has been done with a view to expedite the work,
6 then only one tender will be awarded to one firm, or alternatively, if the same No No Not Allowed
firm becomes L-1 in all the subsections, then evaluation of the firm for its
fitness for award of all the works should be done for the work as a whole. This
will avoid over-loading of the firms beyond their financial capability.
The validity of tender offer if mentioned elsewhere in the bid document is
different from the number of days shown in the "NIT HEADER", then the
7 No No Not Allowed
validity of offer as indicated in the "NIT HEADER" shall prevail and considered
binding.
Railway reserves the right to ask clarification with respect to documents
8 No No Not Allowed
available/attached with the E-tender, if required.
Mandatory Special Condition of contracts on Police Verification of Staff/labour
deployed by the contractors on Railway premises applicable for both Works
9 and Service Contracts. (Required during execution of work)[ Authority: No No Not Allowed
GM/E.Co.Rly/BBS's letter No. ECoR /GA /PVR /MSCC /98 dtd. 24.02.2020 ]
(For details please refer Part-II Tender documents)
Tenderer(s) are allowed to make payments against this tender towards tender
document cost and Bid security(wherever applicable as per NIT HEADER')
only through online payment modes available on IREPS portal like net
10 No No Not Allowed
banking, debit card, credit card etc. Manual payments through Demand draft,
Banker's cheque, Deposit receipts, FDR etc. are not allowed. (For details refer
Tender documents)

Pa g e 5 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2
KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

Assignment or Subletting of Contract (Para-7 of GCC): The Contractor shall


not assign or sublet the contract or any part thereof or allow any person to
become interested therein in any manner whatsoever without the special
permission in writing of the Chief Engineer, save as provided below. Any
breach of this condition shall entitle the Railway to rescind the contract under
Clause 62 of these Conditions and also render the Contractor liable for
payment to the Railway in respect of any loss or damage arising or ensuing
from such cancellation; provided always that execution of the details of the
work by petty Contractor under the direct and personal supervision of the
Contractor or his agent shall not be deemed to be sub-letting under this
clause. In case Contractor intends to subcontract part of work, he shall submit
a proposal in writing seeking permission of Chief Engineer for the same. While
submitting the proposal to railway, Contractor shall ensure the following: (a) (i)
Total value of work to be assigned to sub-contractor(s) shall not be more than
11 No No Not Allowed
50% of total contract value. (ii) The subcontractor shall have successfully
completed at least one work similar to work proposed or subcontract in last 5
years, ending date of submission of proposal by Contractor to Railway, costing
not less than 35% value of work to be subletted, through a works contract. For
fulfilment of above, Work Experience Certificate issued by a Govt.
Department/Organisation shall be considered. Further, Work Experience
Certificate issued by a Public listed company shall be considered provided the
company is 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, registered at least 5 years back from
the date of submission of proposal by Contractor to Railway and work
experience certificate issued by a person authorised by the Public Listed
Company to issue such certificates. (For details please refer Tender
Documents)

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.
I/We have read the various conditions attached/referred to in this tender
2 No No Not Allowed
document and agree to abide by the said conditions.
I/We hereby confirm that the rates, rebates and/or other financial terms, if any,
quoted by us in the relevant fields of the Financial Bid page will only be the
3 ruling terms for deciding the inter-se-ranking and any such conditions having No No Not Allowed
financial repercussions, if quoted by us anywhere else including attached
documents shall not be considered for deciding inter-se-ranking.
Until a formal agreement is prepared and executed, acceptance of this tender
shall constitute a binding contract between us subject to modifications, as may
4 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer to this work.
I/we hereby confirm that I/we have satisfied myself/ourselves by actual
inspection of the site and locality of the work that all conditions liable to be
encountered during execution of the work are taken into account and that the
5 No No Not Allowed
rates entered in the tender are adequate and all inclusive, in accordance to
the provision in Clause-37 of the Indian Railway Standard General Conditions
of Contract-April-2022 with corrections up to the date of closing of tender.
6 I/We have submitted all the relevant documents as required in the bid. No No Not Allowed
I/We undertake that I/We have purchased/Conversant myself/ ourselves with
SOR-1992, East Coast Railway Unified Standard Schedule of Rates(USSOR-
2010 & 2019), Indian Railways Standard General Conditions of Contract April-
7 No No Not Allowed
2022 with all up to date correction slips and amendments. I/We undertake that
I/We have purchased/Conversant myself/ ourselves CPWD DSR and all other
manuals/documents referred/ adopted in this tender.

6. Documents attached with tender

S.No. Document Name Document Description


TenderconditionsasonACS-
1 etender conditions
3wef15.05.2023.pdf

Pa g e 6 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2
KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: etendernorthkur-116-2023 Closing Date/Time: 12/07/2023 15:00

2 Scopeofworkboundarywall.pdf Scope for Work


3 Spl.ConditionsofContract-1.pdf Special conditions of contract

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: VINEET KUMAR YADAV

Designation : DEN/NORTH/KUR

Pa g e 7 o f 7 Ru n Da te/Time: 19 /0 6 /2 0 2 3 12 :33:2 2

You might also like