You are on page 1of 11

RANGIYA DIVISION-ENGINEERING/N F RLY

TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

Sr.DEN/Co/RNY acting for and on behalf of The President of India invites E-Tenders against Tender No 75-ENGG-RNY-2023-24
Closing Date/Time 16/11/2023 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

P-Way works in connection with the work "Rangiya Jn. - Murkongselek (SL) - TBR - 21.500
Name of Work
Tkm" under ADEN/RPAN in BG-III section of Rangiya Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 16/11/2023 15:00 Date Time Of Uploading Tender 20/10/2023 17:20
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 14970380.00 Tendering Section TRACK3
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 224900.00 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 02/11/2023 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A-USSOR Items for P-Way Works/Chapter-6/Rails, Sleepers and Fittings
Above/
Renewal in connection with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under 1490940.00
Below/Par
the jurisdiction of ADEN/RPAN. (Project ID - 08.04.31.23.1.53.005)
Please see Item Breakup for details. 1490940.00 AT Par 1490940.00
1
Description:- USSOR Items for P-Way Works/Chapter-6/Rails, Sleepers and Fittings Renewal

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-USSOR Items for P-Way Works/Chapter-8/Deep Screening and Ballast
Above/
Related Activities in connection with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 2158256.00
Below/Par
Tkm under the jurisdiction of ADEN/RPAN. (Project ID - 08.04.31.23.1.53.005)
Please see Item Breakup for details. 2158256.00 AT Par 2158256.00
1
Description:- USSOR Items for P-Way Works/Chapter-8/Deep Screening and Ballast Related Activities

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule C-USSOR Items for P-Way Works/Chapter-9/Welding Activities in connection
Above/
with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of 1124512.50
Below/Par
ADEN/RPAN. (Project ID - 08.04.31.23.1.53.005)
Please see Item Breakup for details. 1124512.50 AT Par 1124512.50
3
Description:- USSOR Items for P-Way Works/Chapter-9/Welding Activities

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule D-USSOR Items for P-Way Works/Chapter-13/ Maintenance Activities in
Above/
connection with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under the 2084185.00
Below/Par
jurisdiction of ADEN/RPAN. (Project ID - 08.04.31.23.1.53.005)
Please see Item Breakup for details. 2084185.00 AT Par 2084185.00
1
Description:- USSOR Items for P-Way Works/Chapter-13/ Maintenance Activities

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Pa g e 1 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

Schedule E-USSOR Items for P-Way Works/Chapter-15/Heavy Track Machines in


Above/
connection with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under the 7946711.00
Below/Par
jurisdiction of ADEN/RPAN. (Project ID - 08.04.31.23.1.53.005)
Please see Item Breakup for details. 7946711.00 AT Par 7946711.00
1
Description:- USSOR Items for P-Way Works/Chapter-15/Heavy Track Machines

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule F-USSOR Items for P-Way Works/Chapter-16/Small Track Machines in
Above/
connection with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under the 165775.50
Below/Par
jurisdiction of ADEN/RPAN. (Project ID - 08.04.31.23.1.53.005)
Please see Item Breakup for details. 165775.50 AT Par 165775.50
1
Description:- USSOR Items for P-Way Works/Chapter-16/Small Track Machines

3. ITEM BREAKUP

Schedule A-USSOR Items for P-Way Works/Chapter-6/Rails, Sleepers and Fittings Renewal in connection with
Schedule Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of ADEN/RPAN. (Project ID -
08.04.31.23.1.53.005)
Item- 1 USSOR Items for P-Way Works/Chapter-6/Rails, Sleepers and Fittings Renewal
S No. Item Description of Item Unit Qty Rate Amount
No
Replacement of any type of sleepers in track with PSC
sleepers lying on cess or at Bridge Approaches for casual
renewal at isolated locations with all fittings complete to
specified gauge & cross level with contractor's tools including
packing and dressing of ballast, as directed by Engineer in-
charge. Released materials shall be neatly stacked and
handed over at specified location within an average lead of
250 m or near either side of Bridge approaches as directed.
1 062031 Locations other than Ballasted Deck Bridge Each 800.00 532.70 426160.00
2 062032 Ballasted Deck Bridge Each 200.00 629.53 125906.00
3 063020 Through renewal of Metal / GFN liners in running track Sleeper 33110.00 28.00 927080.00
condition after cleaning of rail foot at liner seat, greasing of
liner, liner seat and sealing of liner contact area at rail foot
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.
4 063060 Opening and refixing of Joggled fish plates provided to weld Set 200.00 58.97 11794.00
joints/rail of any rail section under traffic to enable
examination of weld/rail by departmental official nominated
by Engineer In charge and lubrication of fishplates by
applying departmental Grease graphite grade 'O' (IS:408) to
fishing planes and bolts by departmental black oil as per
procedure laid down in latest version of IRPWM, including all
tools required and as directed by Engineer-in-charge. Note:
1. Grease Graphite, black oil, fish bolts, K.Oil, wire brush,
required for work shall be given by department and issued at
concerned SSE/PW Stores. 2.Jammed fish bolts shall be cut
using chisel and hammer and replaced with new bolt.
Total 1490940.00
Schedule B-USSOR Items for P-Way Works/Chapter-8/Deep Screening and Ballast Related Activities in
Schedule connection with Rangiya Jn. - Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of ADEN/RPAN.
(Project ID - 08.04.31.23.1.53.005)
Item- 1 USSOR Items for P-Way Works/Chapter-8/Deep Screening and Ballast Related Activities
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 2 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

1 083030 Boxing and profiling of ballast as per procedure prescribed in TRM 21500.00 29.56 635540.00
latest edition of IRPWM including cess dressing on both sides
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.
Unloading of ballast from Railway's Hopper Wagons, quantity
distribution as per pre-defined site requirement, clearing
infringements/jammed ballast, distributing the unloaded
ballast uniformly over the track, profiling and boxing following
all prescribed safety norms.
2 084041 Under Traffic Block Conditions: cum 25800.00 59.02 1522716.00
Total 2158256.00
Schedule C-USSOR Items for P-Way Works/Chapter-9/Welding Activities in connection with Rangiya Jn. -
Schedule Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of ADEN/RPAN. (Project ID -
08.04.31.23.1.53.005)
Item- 3 USSOR Items for P-Way Works/Chapter-9/Welding Activities
S No. Item Description of Item Unit Qty Rate Amount
No
25mm gap 'in-situ' welding during traffic block and finishing of
weld to meet the prescribed tolerances and pass all
stipulated tests with all required labour, materials,
consumables, tools, equipments etc. to complete the work in
all respect as per IR's "Manual for Fusion Welding of Rails by
Alumino - Thermic Process" with latest correction slips,
including marking of welded joint, painting weld collar with
anticorrosive paint, restoration of track near weld joint to
original position and fixing of joggled fish plate at new weld,
to be removed after passing of weld in USFD test as directed
by Engineer in charge. Note: 1. Welding shall be carried out
only by trained welder having valid competency certificate
using RDSO approved Alumino Thermit Welding Portions, 3
piece prefabricated mould (ZIRCON WASHED) manually
pressed, Single shot crucible fitted with auto tapping thimble
and Compressed Air Petrol/LPG preheating technique as per
RDSO Specification No IRST/19-2020 with latest
amendment. 2. Hydraulic Weld trimmer shall be used for
chipping and profile Grinder for finishing. 3. Only required
nos. of Joggled fish plates shall be supplied by Railway at
nearest P. Way Stores and the same shall be returned at
nearest P. Way Store or at other location as per direction of
Engineer-in-Charge after release from track. All other items
required shall be supplied by the Contractor.
1 092013 For 52 Kg - 90/72 UTS Rail Each 150.00 7496.75 1124512.50
Total 1124512.50
Schedule D-USSOR Items for P-Way Works/Chapter-13/ Maintenance Activities in connection with Rangiya Jn. -
Schedule Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of ADEN/RPAN. (Project ID -
08.04.31.23.1.53.005)
Item- 1 USSOR Items for P-Way Works/Chapter-13/ Maintenance Activities
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 3 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

De-stressing of LWR/CWR track of any density under traffic


line block with contractor's labours, tools, equipments and
consumables inclusive of all lead & lift. Activities include
cutting of LWR/CWR into convenient panels of specified
length, removal of ERCs, liners, greasing of ERCs and liner
contact area, lifting rails and keeping them on rollers
provided at every 15 sleepers, working out elongation of rail
ends depending on prevailing site conditions, pulling rails with
the help of Hydraulic Tensor to achieve the desired
elongation, cutting rails, as required, removing rollers and
placing rail in position, re-fixing ERCs & liners and adjustment
of gap at SEJs : Note: (1) Welding of rail joints will be paid
separately. (2) Rail cutting and Hole drilling shall be paid
separately. (3) Opening and closing of LC if required will be
paid separately. (4) As per procedure prescribed in latest
edition of IRPWM & CE's Circulars for destressing of
LWR/CWR, if any.
1 135013 Without Rail tensor TRM 21500.00 50.06 1076290.00
Anti-corrosive painting of rail on running track of any sleeper
d e n sity on web, foot etc. including liner contact area
(excluding bottom of foot) and fishing plane as per
requirement with two coats of thickness of 100 microns each
by bituminous black paint confirms to IS-9862 of reputed
make including painting of liners, ERCs and including surface
preparation, as a complete job as per procedure prescribed
in latest edition of IRPWM Note: 60% of payment shall be
made if painting on only gauge face side is done.
2 137022 For 52 Kg Rails TRM 10500.00 95.99 1007895.00
Total 2084185.00
Schedule E-USSOR Items for P-Way Works/Chapter-15/Heavy Track Machines in connection with Rangiya Jn. -
Schedule Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of ADEN/RPAN. (Project ID -
08.04.31.23.1.53.005)
Item- 1 USSOR Items for P-Way Works/Chapter-15/Heavy Track Machines
S No. Item Description of Item Unit Qty Rate Amount
No
1 154010 Carrying out preparatory works for operation of Ballast TRM 21500.00 17.72 380980.00
Cleaning Machine (BCM) which includes making trench in
track for inserting cutter bar, supporting track on wooden
block supplied by Railway, removal of ballast along with muck
from shoulder which is out of reach of cutter chain and
putting the same in cutting width or between rails. Rate
includes all miscellaneous works, e.g. opening and re-fixing
of joggled fish plates, OHE Bonds, dismantling & removing
obstructions etc.
2 154020 Carrying out various works during operation of BCM, like TRM 21500.00 44.07 947505.00
filling up of ballast at deficient location from locations where
ballast is excess or from adjoining tracks, required initial
packing, adjustment of PSC Sleepers, provision wooden
blocks supplied by department and attending track
parameters etc. complete so as to make track fit for 20 kmph
speed.
3 154030 Removal of screened muck discharged by BCM, where muck TRM 21500.00 33.48 719820.00
disposal on side slope is restricted due to platform, cutting,
OHE mast etc. and disposing it beyond 5m from edge of
cutting up to 3m deep or alternatively carting it up to 50m for
disposing off beyond the end of cutting / platform and making
up cess wherever low.
4 154040 Removal of screened muck discharged by FRM/SBCM where TRM 21500.00 22.32 479880.00
muck disposal on side slope is restricted due to platform,
cutting, OHE mast etc. and disposing it beyond 5m from edge
of cutting up to 3m deep or alternatively carting it up to 50m
for disposing off beyond the end of cutting / platform and
making up cess wherever low.

Pa g e 4 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

5 154050 Extra to item nos. from 154030 and 154040 for disposal of TRM 21500.00 3.12 67080.00
muck at a distance beyond 50m for every additional lead of
50 metres or part thereof up to 500 metres.
6 154070 Removing the ballast from shoulders, left over after BCM TRM 21500.00 23.17 498155.00
working, screening the same removing the muck and putting
back the screened ballast into track, boxing the ballast to
profile and using released muck for cess making or throwing
away within 50m lead and 3m lift when not required for cess
repairs and as directed by the Engineer-in-charge. Note: This
item shall be used only when BRM is not available.
7 154080 Ballast equalisation & ballast profiling after completion of TRM 21500.00 41.58 893970.00
deep screening work by BCM and/or after unloading of
ballast by DMT (Ballast Train), as directed by Site Engineer
as per IRPWM including heaping of ballast in tamping zone
keeping rails & sleeper top free from ballast, spacing and
squaring of sleeper, gauging, cleaning of muck, proper fixing
of fastening, attention during each round of sleeper tamping
in relation to pre & post working Note: Payment shall be
made only once in irrespective of numbers of TTRM packing
round and after restoration of normal speed and restoration
of complete ballast profile and cess profile.
8 154090 Making cess in deep screened track by using screened muck TRM 21500.00 37.06 796790.00
discharged by BCM where cess is low or cutting cess to
required depth up to 4m from centre of track, where cess is
high and disposing off extra muck beyond 5m from edge of
cutting which are up to 3m deep or alternatively carting it up
to 50m for disposing it off beyond cutting or platforms, so as
to make cess as per standard profile including providing
proper slope.
9 154100 Carrying out Through packing of sleepers to make track fit for TRM 3000.00 95.65 286950.00
30 KM speed as per procedure stipulated in latest version of
IRPWM, behind BCM including filling ballast when only lifting
is carried out by BCM.
10 154110 Pulling the left over ballast to the shoulders and dumping TRM 21500.00 34.79 747985.00
excess ballast in the cribs and shoulders including
boxing/profiling as per IRPWM of track together with left over
stretches at fixed structures/masts immediately after FRM
work, leveling the muck for making up cess and side slopes
including removing and re-fixing of traction bonds during line
block with all contractors labour, tools, plant, all lead, lift,
crossing of track etc. complete and as directed by the
Engineer-in-charge.

Pa g e 5 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

11 154120 Pre, during, and post BCM works for deep screening of TRM 1200.00 470.81 564972.00
ballast in Points and crossings with all contractor's labour,
tools and plants as required to carry out the work to the
standards in specific time including crossing of tracks etc.
complete and as directed by the Engineer - in - charge. I.
Pre-BCM Operation : a) making trenches for insertion of
cutter bars at various locations as per the directions of
engineer in charge. i.e.., one trench ahead of one rail length
from SRJ and second trench near sleeper No 62 ( 1in 12)
etc., b) Filling up ballast up to sleeper level. c) Tightening of
fittings/ plate screws, ERCs, Stud bolts, check rail bolts. II.
During BCM Operation : a) Assistance to S&T Department :
Opening of cables at approach of Points & Crossings, TLD
Boxes/ removing of Point motor and refixing the same and
covering cables after passing of BCM in block period with
S&T Staff. b) Engineering : c) Removing of two long sleepers
i.e.., sleeper No 3 & 4 and refixing the same in position
during block after passage of BCM. d) Removing obstruction
i.e.., S&T CC block duly digging with crow bars and breaking
with chisel/ hammer, cutting of rail pegs with gas. e) To
remove, excess ballast on rail table for free movement of
BCM and for packing purpose. f) Extension of cutter bar
wherever required in assisting machine staff. g) Removing of
cutter bar/ Chain links from the trenches after screening work
by BCM. III . Post BCM Operation : a) Packing switch portion
including Motor long sleeper i.e.., SRJ to heel joint to reset
Point for train movement & initial packing of lead portion to
allow train at 20KMPH and lifting the track in two stages
(50mm to 75mm in each lift) wherever required for correcting
the longitudinal surfacing b) Dumping of ballast in the
deficient portion in crib, on main line turnout side for initial
packing purpose. c) Boxing / Levelling of muck duly ensuring
levelling of muck on cess side and lowering of cess to the
deep screened depth and removing of muck in between the
lines and leading up to 250mts. Note: 1. For technical
reasons, some of the points and crossings cannot be deep
screened either fully or partially by BCM, in which case, the
left over length will be deep screening manually. 2. The
length of points and crossings assembly for payment of this
item should be taken from SRJ to longest concrete sleeper
available just beyond heel of crossing along main line.

Pa g e 6 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

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, like
CSM,DUO/3X 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 up to 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 TTRM; (4) Digging, screening and
replenishment of ballast at mud pumping / rounded ballast in
sleeper crib location; (5) Tightening of loose fittings
immediately before & after tamping; (6) Replacement of
broken / missing fittings supplied by Railway; (7) Correcting
displaced sleepers to position along with 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. Tamping blocks are not identical & it may be given at
any time either during day or night. 2. 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. 3. Recovery at the rate of twice
the above applicable rate will be effected in case contractor
fails to carry out pre/during/post operation. 4.Payment shall
be made only once in irrespective of numbers of TTRM
packing round and after restoration of normal speed and
restoration of complete ballast profile.
12 155011 For day time block working TRM 48000.00 21.32 1023360.00
13 155012 For night time block working TRM 16500.00 23.90 394350.00
Pre, during & post tamping operations, for tamping of track
on level crossing portion on all types of track structure and
density, during traffic block, duly opening the road surface by
digging up to the required width and up to 50mm below
bottom of sleeper to facilitate tamping, removing and refilling
ballast, adjustment of deficient ballast if necessary by picking
from adjoining track/shoulder/cribs, removing and refixing all
inter locking gears interfering, removing and re-fixing of
check rails and painting of running rail & check rail with coal
tar emulsion, completing road surface to smooth motorable
condition after tamping is over, including tightening of loose
fittings, replacement of broken/missing fittings, correction of
displaced sleepers to correct position and as directed by
Engineer in charge.
14 155022 Level crossing with CC block surface Sqm 200.00 370.84 74168.00
15 155030 Removing and refixing of guard Rails over slab bridges TRM 600.00 117.91 70746.00
d u r in g machine packing with all contractor's men and
materials duly removing fittings, leading guard rails to bridge
approaches, lifting, dragging, positioning and crossing of
track etc, and as directed by Engineer In charge.
Total 7946711.00
Schedule F-USSOR Items for P-Way Works/Chapter-16/Small Track Machines in connection with Rangiya Jn. -
Schedule Murkongselek (SL) - TBR - 21.500 Tkm under the jurisdiction of ADEN/RPAN. (Project ID -
08.04.31.23.1.53.005)
Item- 1 USSOR Items for P-Way Works/Chapter-16/Small Track Machines
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 7 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

Quick cutting with abrasive rail cutter of all types of rail


sections including wear resistant, head hardened rails up to
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 2012) with latest
status of RDSO; Rail Cutting Wheel Abrasive Disc will be as
per RDSO Specification No.TM/SM/2 (Rev. 01 of 2020)
1 161015 52 Kg - 90 UTS- On Running Line Each 350.00 334.53 117085.50
Drilling holes of 16 mm to 32 mm dia. with Rail Drilling
machine including chamfering with appropriate chamfering
tools in all types of rail section with 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.
2 161042 On Running Line Each 600.00 81.15 48690.00
Total 165775.50

4. ELIGIBILITY CONDITIONS

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have successfully completed or substantially 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 each costing not less than the amount equal Allowed
1 No No
to 30% of advertised value of the tender, or Two similar works each costing not less (Mandatory)
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.
1.1 Defination of Similar Work :- Any P-Way works. No No Not Allowed

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
Allowed
1 sheet. However, in case balance sheet of the previous year is yet to be prepared/ No No
(Mandatory)
audited, the audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-XIVA, of STD/June/22 along with copies of Audited Balance
Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
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
3
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 master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.

Pa g e 8 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


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

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1.1) Following documents are common for all types of firms i.e. Sole Allowed
1 No No
proprietorship, Partnership, Limited Company or JV. (Optional)
Allowed
2 (a)Tender Form (First Sheet) as per 'Annexure-I' (Mandatory) No No
(Mandatory)
Allowed
3 (b) Firm details as per Annexure-II No No
(Optional)
(c)Format for Certificate as per proforma given in 'Annexure-III & III A' Allowed
4 No No
(Mandatory) (Mandatory)
(d) List of works of similar nature physically completed in all respects in Allowed
5 No No
current and last three financial year as per proforma given in 'Annexure-IV' (Optional)
(e)Work Completion Certificate of works mentioned in para (d) above from the
Allowed
6 Organizations with whom they worked as per proforma given in 'Annexure-V' No No
(Mandatory)
as applicable. (Mandatory)
Allowed
7 (f)List of works on hand as per proforma given in Annexure-VI No No
(Optional)
(g)List of plants & Machinery available on hand (own) and proposed to be
Allowed
8 inducted (own and hired to be given separately) for the subject work in No No
(Optional)
Annexure-VII.
(h)List of Personnel, Organization available on hand and proposed to be Allowed
9 No No
engaged for the subject work in Annexure -VIII. (Optional)

Pa g e 9 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

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 Allowed
10 No No
sheet of the previous year is yet to be prepared/ audited, the audited balance (Mandatory)
sheet of the fourth previous year shall be considered for calculating average
annual contractual turnover. The tenderers shall submit requisite information
as per Annexure-XIVA, of STD/June/22 along with copies of Audited Balance
Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.
(j)Self attested copy of Permanent Account Number (PAN) issued by Income Allowed
11 No No
Tax Department. (Optional)
(k)The tenderer(s) are required to submit the test report of the stone ballast
conforming to railways specifications as given in the condition no.7.2.2 of
Allowed
12 section-VI along with their offer, issued from the approved laboratory as listed No No
(Optional)
in condition no 7.1.1(a) of section-VI in the tender documents. (This item will
be applicable only for the tenders of supply of ballast).
Allowed
13 (l)Any other document in support of his/their credentials/scheme. No No
(Optional)
(m)Contractual Receipt of the year on the Letter Head of Chartered /Cost Allowed
13.1 No No
accountant. 'Annexure-IX' (Mandatory) (Mandatory)
1.2 In addition to Para 1.1 above certain more documents are to be submitted
14 by tenderers as per status of their firms. These documents are listed below - No No Not Allowed
(Mandatory)
1.2.1For Sole Proprietorship firm a)Affidavit as per 'Annexure -X'. b)Special
power of Attorney as per proforma given in 'Annexure-XI' to be submitted by Allowed
15 No No
sole proprietor firm duly notarized.(Not required if tender documents are (Mandatory)
submitted by proprietor himself) (Mandatory)
1.2.2 For Partnership firm a)Self/Notary attested copies of Partnership deed.
b)Special Power of Attorney as per proforma given in 'Annexure-XII' to be
Allowed
15.1 submitted by Partnership firm. (Not required if one or more partners are No No
(Mandatory)
authorized in Parternership deed to sign on behalf of the firm.) (d)All other
documents in terms of explanatory notes in clause 22 of STD/June/22
1.2.3 For Limited Company a) Copy of Memorandum & Articles of Association
of Company. b)Self /Notary attested copy of resolution passed by Board of
Directors authorizing its Director/Employee to deal with tender on behalf of Allowed
15.1.1 No No
company. c) Attested copy of Notarized Special Power of Attorney including (Mandatory)
ratification clause duly signed by person authorized by the company vide (b)
above as per proforma given in 'Annexure-XIII'. (Mandatory)
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
16 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.
Allowed
17 NOTE: BE IT KNOWN TO THE TENDERER THAT :- No No
(Optional)
All mandatory documents are required to be submitted by the bidder/tenderer
17.1 at the time of bidding, in case of nonsubmission/ noncompliance, the tender No No Not Allowed
offer is likely to be rejected.
(a)No post tender submission of documents shall be permitted in respect of
item mentioned above. However, only clarification can be called for by
Railway in respect of any part / document submitted by the tenderer which
17.2 No No Not Allowed
shall be responded to by the tenderer within 10 working days of the date of
issue of such letter for clarifications, failing which the offer shall be dealt with
as per available documents.

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.

Pa g e 10 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4


RANGIYA DIVISION-ENGINEERING/N F RLY
TENDER DOCUMENT
Tender No: 75-ENGG-RNY-2023-24 Closing Date/Time: 16/11/2023 15:00

Agencies should quote their rates inclusive of all taxes/octroi, license fee,
2 royalty charges etc. legally leviable by State, Central Govt. and/or any other No No Not Allowed
local authority.
In addition to General condition of contract April-2022 and Indian Railways
3 Unified standard specification Works Materials revised upto date, special No No Not Allowed
condition attached shall also apply.
Sales tax/Business tax, Royalty etc. will be recovered as per extant instruction
4 No No Not Allowed
on the subject.
Payment of Earnest Money/bid security has applicable as under Tender
5 No No Not Allowed
Document(GCC-2022)
6 Tender would close at the specified time and date. No No Not Allowed
6.1 Joint venture will not be permitted for the tenders. No No Not Allowed
6.2 Any conditional offer will be summarily rejected No No Not Allowed
The tender will be opened on date 16.11.2023 at 15:30 hrs. at DRM/W/RNY's
6.3 No No Not Allowed
office.

Special Conditions

S.No. Description Confirmation Remarks Documents


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

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 NITNo75-ENGG-RNY-2023-24.pdf Tender Document

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww 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: SUDHIR SINHA

Designation : Sr.DEN/III/RNY

Pa g e 11 o f 11 Ru n Da te/Time: 2 0 /10 /2 0 2 3 17:2 1:2 4

You might also like