You are on page 1of 6

CAO-C-WR-ENGINEERING/WESTERN RLY

TENDER DOCUMENT
Tender No: CAO-C-Works-PMS-01 Closing Date/Time: 04/08/2023 15:00

DY CE/C/WORKS acting for and on behalf of The President of India invites E-Tenders against Tender No CAO-C-Works-PMS-01
Closing Date/Time 04/08/2023 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

CAO(C)/Works/PMS/01-REQUEST FOR PROPOSAL (For EPC & BOQ Contracts)


Name of Work Appointment of Authority Engineer for Providing Project Management Services for New line,
Gauge Conversion and Doubling Projects in Construction Organization of Western Railway.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 04/08/2023 15:00 Date Time Of Uploading Tender 05/06/2023 16:41
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 481923312.00 Tendering Section WORKS
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 2559600.00 Validity of Offer ( Days) 120
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 21/07/2023 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
Schedule A1-Key Personnels 481923312.00
Please see Item Breakup for details. 257642232.00 AT Par 257642232.00
1
Description:- Details of Key Personnel
Please see Item Breakup for details. 224281080.00 AT Par 224281080.00
2
Description:- Non-Key Personnel

3. ITEM BREAKUP

Schedule Schedule A1-Key Personnels


Item- 1 Details of Key Personnel
S No. Item Description of Item Unit Qty Rate Amount
No
1 01 Projects Leader Month 24.00 297493.00 7139832.00
2 02 Team leader Cum Project Manager Month 240.00 258689.00 62085360.00
3 03 Design Experts Month 240.00 200200.00 48048000.00
4 04 Resident Engineer (Bridge) Month 72.00 169804.00 12225888.00
5 05 Resident Engineer (Track) Month 120.00 164868.00 19784160.00
6 06 Resident Engineer (Civil) Month 216.00 164868.00 35611488.00
7 07 Resident Engineer (S&T) Month 216.00 160084.00 34578144.00
8 08 Resident Engineer (Electrical) Month 240.00 159039.00 38169360.00
Total 257642232.00
Item- 2 Non-Key Personnel
S No. Item Description of Item Unit Qty Rate Amount
No
1 09 Design Assistants Month 96.00 140140.00 13453440.00
2 10 Site Engineer (Bridge) Month 192.00 76516.00 14691072.00

Pa g e 1 o f 6 Ru n Da te/Time: 0 6 /0 7/2 0 2 3 14:5 0 :32


CAO-C-WR-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: CAO-C-Works-PMS-01 Closing Date/Time: 04/08/2023 15:00

3 11 Site Engineer (Track) Month 336.00 76497.00 25702992.00


4 12 Site Engineer (Civil) Month 264.00 76516.00 20200224.00
5 13 Site Engineer (Bridge / Civil / Track) Month 216.00 76516.00 16527456.00
6 14 Section Engineer (Works) Month 72.00 56043.00 4035096.00
7 15 Design Engineer (Civil) Month 24.00 42246.00 1013904.00
8 16 Quality Assurance / Control manager Month 72.00 74195.00 5342040.00
9 17 Technical Assistants Month 144.00 73131.00 10530864.00
10 18 Railway Operations and Safety Expert Month 144.00 64133.00 9235152.00
11 19 Site Surveyor Month 216.00 63141.00 13638456.00
12 20 Site Engineer (S&T) Month 264.00 74112.00 19565568.00
13 21 Section Engineer (Electrical) Month 240.00 47159.00 11318160.00
14 22 Design Engineer (Electrical) Month 24.00 47159.00 1131816.00
15 23 Site Engineer (OHE / Power) Month 288.00 69025.00 19879200.00
16 24 Site Engineer (Power) Month 144.00 70055.00 10087920.00
17 25 Site Surveyor / Estimator / Designer (Electrical) Month 72.00 63874.00 4598928.00
18 26 Assistant Section Officer (Finance) Month 72.00 63874.00 4598928.00
19 27 Data Operator Month 288.00 26950.00 7761600.00
20 28 CAD Operators / Draftsman Month 144.00 33049.00 4759056.00
21 29 Accountant Month 72.00 47159.00 3395448.00
22 30 Office Attendant / Chainmen Month 144.00 19540.00 2813760.00
Total 224281080.00

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

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(A)Technical Capacity: For demonstrating technical capacity, the Bidder shall have, over
the past 5 (five) Financial Years and including the current Financial Year preceding the
Bid Due Date, completed or substantially completed one Eligible Assignment of value
equal to or more than 35% of the estimated cost of the Project Management Services
Allowed
1 mentioned in item No. 2 of the KIT (clause 1.1.2) (the "Technical Capacity"). For No No
(Mandatory)
evaluation, substantially completed means that the Bidder has received at least 90% of
the professional fees /agreement value towards undertaking such Eligible Assignment.
Provided further, that in case of a Consortium, experience of the Consortium as a whole
or any of its constituent Members shall be considered
(C)Availability and conditions of Eligibility for Key Personnel: The Bidder shall offer and
make available all Key Personnel meeting the requirements specified in Clause 10
related to Manpower Deployment under the Terms of Reference of this RFP. If more than
25% of the Key Personnel proposed by the bidder fail to meet the eligibility criteria, the
bidder shall be considered to have failed to meet the eligibility criteria with regard to Key
Personnel. However, in case of failure up to 25% of Key Personnel to meet eligibility
criteria, zero marks will be awarded to such Key Personnel during evaluation of technical
1.1 No No Not Allowed
score as per clause 3.2.2 and the bidder will have to replace such Key Personnel with
eligible Key Personnel within a period of three days from communication made by
Authority in this regard. If the bidder fails to replace such Key Personnel within the
aforesaid time, Authority reserves the right to reject the offer of such bidder(s) and
proceed for opening the Financial Bids. Failure of Team Leader to meet the eligibility
criteria as per Clause 10 related to Manpower Deployment under the Terms of Reference
of this RFP shall result in summary rejection of the offer.

Pa g e 2 o f 6 Ru n Da te/Time: 0 6 /0 7/2 0 2 3 14:5 0 :32


CAO-C-WR-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: CAO-C-Works-PMS-01 Closing Date/Time: 04/08/2023 15:00

3.1.3.Eligible Assignment For the purpose of Technical Capacity and evaluations, the
Project Management Consultancy/ Services (technical consultancy and/or supervision)
contracts shall qualify as Eligible Assignment, (the "Eligible Assignment"), if: (a)the
assignment is directly awarded to the Bidder by a Govt. Department / PSUs; or by a
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, registered at least 5 years back from the date of
1.1.1 submission of Bid by the Bidder to the Authority. In case of foreign assignment, work No No Not Allowed
experience for only Government bodies shall be considered. (b)the nature of the projects
for which the above Project Management Consultancy/ Services have been engaged for
development and/or construction, falls under the following categories: (i)Any engineering
project of railway / metro / Any SPV with Ministry of Railways / DFCCIL / multi modal
transport hub / Airport / Regional Rapid Transit System (RRTS) / High Speed Rail (HSR)
/ monorail; or (ii)airport terminals (with or without related airport infrastructure works),
ports, integrated check posts, and bus terminals

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(B)Financial Capacity: The Bidder shall have received total income equal to 150 % of the
estimated cost of the Project Management Services mentioned in item No. 2 of the KIT
(para 1.1.2) from professional (consultancy) fees in the 3 (three) financial years
preceding the Bid Due Date. For the avoidance of doubt, professional fees refer to fees Allowed
1 No No
received by the Bidder for providing consultancy and/or supervision to its clients. In case (Mandatory)
of Consortium, the Financial Capacity of only the Lead Member will be considered.
Moreover, each member of the Consortium should have at least 25% of the Financial
Capacity for the purpose of further evaluation for the eligibility of the Consortium.

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)

5. COMPLIANCE

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

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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
For those conditions for which standard formats have been given in the
1 uploaded document titled-Formats for uploading of various format. The No No Not Allowed
information should only be submitted in these standard formats.
Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
2 No No Not Allowed
leviable by State, Central Govt. and/or any other local authority.
In addition to General condition of contract 2014 and Indian Railways Unified
3 standard specification Works Materials Volume I II 2010, revised upto date, No No Not Allowed
special condition attached shall also apply.

Pa g e 3 o f 6 Ru n Da te/Time: 0 6 /0 7/2 0 2 3 14:5 0 :32


CAO-C-WR-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: CAO-C-Works-PMS-01 Closing Date/Time: 04/08/2023 15:00

Sales tax/Business tax will be recovered as per extant instruction on the


4 No No Not Allowed
subject.
It shall not be obligatory on the said authority to accept the lowest tender and
5 no tenderer/tenderers shall demand any explanation for the cause of rejection No No Not Allowed
of his/their tender.
If the tenderers deliberately gives/give wrong information in his/their tender or
6 creates/create circumstances for the acceptance of his/their tender, the No No Not Allowed
Railway reserves the right to reject such tender at any stage.
The Railway reserves the right of not to invite tenders for any of the railway
work or works or to invite open or limited tenders and when tenders are called,
7 No No Not Allowed
to accept a tender in whole or in part or reject any tender or all tenders without
assigning reasons for such action.
8 Price Variation Clause No No Not Allowed
PVC is applicable as per GCC Clause 46A and as detailed in the tender
8.1 No No Not Allowed
document.
9 Permission of Joint Venture No No Not Allowed
The Joint Venture [JV] is permitted for the work as per the guidelines in the
tender document. In case of joint venture firms participating in the tender, all
conditions mentioned in Para 15 of Chapter II[A] [Guidelines for participation of
joint venture [JV] Firms] are to be strictly adhered to, and all necessary
documents should be enclosed by JV Firm along with the tender. EMD and
9.1 cost of tender document in acceptable form as mentioned in the tender No No Not Allowed
document must be submitted in Technical Bid Document Envelope only.
Technical Bid and Price Bid must be submitted in two different sealed
envelopes clearly super scribing on each envelope type of bid i.e. Technical
Bid or Price Bid alongwith the name of firm/tenderer, Tender Notice No and
Name of Work as per requirement given in the tender document.
10 General Instructions for Participation in E-Tendering No No Not Allowed
For Single Packet System Tender- Check List of Important Documents,
Declaration from Tenderers, Vendor Mandate Form, Top Sheet, Certificate of
Familiarisation, Self Certificate in support of site visit, Instructions to
10.1 Tenderers, General Conditions of Contract, Notes on Schedules, Safety Rules, No No Not Allowed
Special Conditions etc. have been uploaded which are integral part of the e-
tender. Tenderers are requested to see the above uploaded documents and
act accordingly.
All documents in support of fulfilment of eligibility criteria with respect to
completion of Similar nature of work for Technical Eligibility Criteria and Total
contract value for Financial Eligibility Criteria should be furnished along with
the tender and should be submitted online at the time of tender bidding.
11 Tenders not accompanied by documentary evidence in support of eligibility No No Not Allowed
criteria will be summarily rejected. No post tender communication, in any form
will be made or entertained, after opening of tender box, in this regard.
Railways may however call for the originals of the credentials for verification or
any clarifications/confirmations on the contents of the documents submitted.
The Earnest money and cost of tender document should be paid through
online payment or in manual mode by giving the details on the webportal as
designated place along with uploading the scanned copy of financial
instrument i.e. through cash/Bankers cheques/FDR/Demand Drafts in favour
of ........... If payment for EMD and cost of tender document is made through
manual mode i.e./ through Cash/Bankers cheques/FDR/Demand Drafts, THE
ORIGINAL COPIES SHOULD REACH THE OFFICE OF ............... ON OR
12 No No Not Allowed
BEFORE THE TENDER CLOSING TIME AND DATE, OTHERWISE THE
OFFER SHALL BE SUMMARILY REJECTED. IF THERE IS DESCREPANCY IN
ORIGINAL COPY AND SCANNED COPY OF UPLOADED FINANCIAL
INSTRUMENTS, THE OFFER WILL BE SUMMARILY REJECTED.Such
financial instruments should be sent in a sealed cover, with the name of work
and tender number clearly written over the envelope. Railway will not be
responsible for any postal/other delay.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 4 o f 6 Ru n Da te/Time: 0 6 /0 7/2 0 2 3 14:5 0 :32


CAO-C-WR-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: CAO-C-Works-PMS-01 Closing Date/Time: 04/08/2023 15:00

Unless specifically mentioned in the schedule of rates all materials required for
1 execution of work will be supplied by the contractor free of cost as per No No Not Allowed
standard specifications and approved by the Engineer-in-charge.
All works are to be done as per programme fixed by the Engineer-in-charge or
2 No No Not Allowed
his authorised representative and as per their direction only.
All materials to be supplied by the contractor should be got approved by the
3 No No Not Allowed
Engineer-in-charge before use in the work.
No compensation towards any accident what s o ever will be paid by the
4 No No Not Allowed
Railway.
Contractor shall not start any work without the presence of the IOW or PWI at
site. In case the contractors representative starts any work in absence of IOW
5 No No Not Allowed
or PWI, it shall be treated as unauthorised and illegal tampering with the track
and shall be liable for action.
The contractor should mobillse to do night depot working for which they will be
6 required to have their own sufficient lighting arrangement. No extra payment No No Not Allowed
will be admissible on this account.
All the works,which are to be done under traffic block,in electrified territory,
7 contractor will have to take all precautions for safety of track and running trains No No Not Allowed
as well as safety of his labour in terms of Indian Railways P.Way manual.
The Contractor with the help of his Engineer or Diploma holder , as the case
be , shall make necessary Drawings, sketches, plotting, peg markings etc. as
8 No No Not Allowed
desired by the Engineer-in-charge. No extra cost shall be claimed on this
account.
The work will be executed under supervision of Railway Engineer- in charge or
9 No No Not Allowed
his authorized representative at site.
The agency should depute a trained and certified supervisor duly certified by
10 No No Not Allowed
AXEN/XEN.
The Contractor should be make available all the necessary tools, plants and
11 No No Not Allowed
equipment for execution of the above work at site during execution of work.
The vehicles and equipment of contractors can be drafted by Railway
Administration in case of Accidents or Natural calamities involving human lives,
12 No No Not Allowed
and payment in respect of that would be made by operating the item as a non
scheduled item.
Tenderer or contractor will have to execute the work taking necessary
13 No No Not Allowed
precautions for safety of works,Passenger,traffic etc.

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 have gone through the particulars , conditions,instructions and these are
2 No No Not Allowed
understood and accepted by me or us.

6. Documents attached with tender

S.No. Document Name Document Description


1 060723RevisedPMSRFPmerged.pdf Revised Corrected RFP
2 PMSPreBidMeetingQueriesReplies.pdf PMS Pre Bid Meeting Queries Replies

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.

Pa g e 5 o f 6 Ru n Da te/Time: 0 6 /0 7/2 0 2 3 14:5 0 :32


CAO-C-WR-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: CAO-C-Works-PMS-01 Closing Date/Time: 04/08/2023 15:00

Signed By: PRASHANT KRISHNARAO NAIK

Designation : Dy.CE/C/WORKS

Pa g e 6 o f 6 Ru n Da te/Time: 0 6 /0 7/2 0 2 3 14:5 0 :32

You might also like