You are on page 1of 9

DYCE-C-V-ADI-ENGINEERING/WESTERN RLY

TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Dy Chief Engineer-Const--V-ADI-WR acting for and on behalf of The President of India invites E-Tenders against Tender No DyCE-C-
GIM-FLS-Surveys-2R Closing Date/Time 15/12/2022 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.

1. NIT HEADER

Conducting Final Location Survey including Drone / Lidar survey, Geological mapping, Geo
Physical Survey, Soil exploration, Collecting Hydrological & other field Data, preparation and
submission of land records, land acquisition proposal, demarcation of land boundary etc.
including preparation and submission of GADs of bridges and detailed L-section, plans,
Name of Work
ESPs, preparation Detailed Project Reports etc. in connection with survey for new BG line
between New Bhuj to Mandvi. (58.55 Km) {New Bhuj - Sukhpur existing BG line - 11.13 Km
& Sukhpur - Mandvi proposed new BG line - 47.42 Km} on Ahmedabad Division of Western
Railway.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 15/12/2022 15:00 Date Time Of Uploading Tender 23/11/2022 17:46
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 30745419.53 Tendering Section ESTIMATE
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 303700.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 4 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 01/12/2022 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Deposit Work

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-USSOR items for soil exploration 2926317.94
Below/Par
021011 1030.00 Metre 1065.00 1096950.00 (-) 52.38 522367.59
Description:- Exploratory drilling of boreholes down to required depth, drilling of 150mm dia. boreholes in all type
1 of soils except hard rock & large boulders (boulder core more than 30cm) including refilling, reinstating surface
and disposing off surplus material including use of mechanical rigs with power operated winches as well as
percussion/chiselling tool for advancing through occasional seams of hard strata to be employed, where
necessary in Dry area. 0m to 10m
021012 300.00 Metre 1118.52 335556.00 (-) 52.38 159791.77
Description:- Exploratory drilling of boreholes down to required depth, drilling of 150mm dia. boreholes in all type
2 of soils except hard rock & large boulders (boulder core more than 30cm) including refilling, reinstating surface
and disposing off surplus material including use of mechanical rigs with power operated winches as well as
percussion/chiselling tool for advancing through occasional seams of hard strata to be employed, where
necessary in Dry area. 10m to 20m
021013 300.00 Metre 1177.39 353217.00 (-) 52.38 168201.94
Description:- Exploratory drilling of boreholes down to required depth, drilling of 150mm dia. boreholes in all type
3 of soils except hard rock & large boulders (boulder core more than 30cm) including refilling, reinstating surface
and disposing off surplus material including use of mechanical rigs with power operated winches as well as
percussion/chiselling tool for advancing through occasional seams of hard strata to be employed, where
necessary in Dry area. 20m to 30m
021051 150.00 Metre 3055.85 458377.50 (-) 52.38 218279.37
4 Description:- Drilling of NX size borehole (75mm dia.) in all types of hard rock and collection of rock core
samples from boreholes and preserving in boxes 0m to 10m
021052 54.00 Metre 3209.71 173324.34 (-) 52.38 82537.05
5 Description:- Drilling of NX size borehole (75mm dia.) in all types of hard rock and collection of rock core
samples from boreholes and preserving in boxes 10m to 20m
021053 36.00 Metre 3422.44 123207.84 (-) 52.38 58671.57
6 Description:- Drilling of NX size borehole (75mm dia.) in all types of hard rock and collection of rock core
samples from boreholes and preserving in boxes 20m to 30m
021110 36.00 Each 137.81 4961.16 (-) 52.38 2362.50

Pa g e 1 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Description:- Taking out 100mm dia. & 450mm long undisturbed samples of soil from bore holes, including
7
provision of air tight containers for packing and, labeling incl. transporting the samples to laboratory. Piston
sampler shall be used for extracting undisturbed samples where necessary. Samples shall be collected as per
IS:2720.
021120 67.00 Each 147.17 9860.39 (-) 52.38 4695.52

8 Description:- Taking out 100mm dia. & 450mm long disturbed samples of soil from bore holes, including
provision of air tight containers for packing, labeling and transporting the samples to laboratory. Samples shall be
collected as per IS:2720.
021130 1088.00 Each 802.76 873402.88 (-) 52.38 415914.45
9 Description:- Conducting standard penetration test as per IS:2131 at approximate1.5m intervals in bore holes,
as directed by the Engineer in charge
021151 114.00 Each 267.59 30505.26 (-) 52.38 14526.60
10 Description:- Conducting laboratory Tests on collected soil samples as per relevant IS code Moisture Content /
Dry Density
021152 456.00 Each 535.18 244042.08 (-) 52.38 116212.84
11
Description:- Conducting laboratory Tests on collected soil samples as per relevant IS code Atterberg Limits
021153 228.00 Each 535.18 122021.04 (-) 52.38 58106.42
12
Description:- Conducting laboratory Tests on collected soil samples as per relevant IS code Specific Gravity
021154 456.00 Each 735.87 335556.72 (-) 52.38 159792.11
13 Description:- Conducting laboratory Tests on collected soil samples as per relevant IS code Grain size analysis
including Hydrometer analysis
021155 228.00 Each 2006.91 457575.48 (-) 52.38 217897.44
14
Description:- Conducting laboratory Tests on collected soil samples as per relevant IS code Direct Shear Test
021157 114.00 Each 6689.69 762624.66 (-) 52.38 363161.86
15
Description:- Conducting laboratory Tests on collected soil samples as per relevant IS code Consolidation Test
021161 114.00 Each 267.59 30505.26 (-) 52.38 14526.60
16
Description:- Conducting Laboratory tests on collected ROCK SAMPLES as per relevant IS code Density Test
021162 114.00 Each 267.59 30505.26 (-) 52.38 14526.60
17 Description:- Conducting Laboratory tests on collected ROCK SAMPLES as per relevant IS code Water
Absorption & Porosity
021163 114.00 Each 133.79 15252.06 (-) 52.38 7263.03
18
Description:- Conducting Laboratory tests on collected ROCK SAMPLES as per relevant IS code Hardness
021166 114.00 Each 5351.75 610099.50 (-) 52.38 290529.38
19 Description:- Conducting Laboratory tests on collected ROCK SAMPLES as per relevant IS code Modulus of
Elasticity
021200 1.00 Each 77600.38 77600.38 (-) 52.38 36953.30
20 Description:- Preparation and submission of Final report giving complete and comprehensive record of
investigations, laboratory test reports and calculations in approved format

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule B-NS Items 3404044.63
Below/Par
NS 59.00 Kilometre 5226.25 308348.75 AT Par 308348.75

Pa g e 2 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

1 Description:- Conducting a drone based aerial survey for the generation of orthophotosas per Railway
Guidelines (Letter no. 2015/Track-1/24 (1)/18/1/ ated 09.10.2017 and as per the alignment plan given by
Railways on the Google earth to provide alignment plan in kml file format. Deliverable: 1. Raw images (jpg format)
(2cm GSD) 2. File scaled and geopositioned orthophoto tiles in jpg & sid compressed format of 2cm resolution
and resampled at 5cm GSD. 3. Final scaled and geopositioned ortho tiles in jpg and Sid compressed format of
2cm resolution and resampled at 5cm GSD.4. Final scaled and geopositioned orthomosaic in JPG & Sid format
for each 5km. 5. Map file compatible to CAD/GIS in SHP format duly linked with attributes of assets. 6. Quality
control report for positional accuracy assessment coordinates to be picked for atleast 5 well defined assets in 1km
lengthb from google and same to be measured on the orthophoto coordinates comparsion. The difference
between these values should be greater than equal to 3m. 7. The centre line, piers, railway land boundary are to
be shown on google earth. (alignment file in dwg format and coordinates will be provided by Railways. Note: 1.
This item is complimentary item to LiDAR survey for generation of ortho photos. 2. This item includes prepration
of orthophotos for yards also falling in the corridor of 100m. Seperate payment will be made for bigger yards vide
relevant item of the BOQ for generation of orthophotos over and above this item.3. The details are to be collected
for a corridor of 100m on the finalized alignment i.e. 50m on either side. Stage Payment: 1. On completion of
drone flying and submission of data in the relevant format - 20%. 2. On submission and approval of orthophotos
and other deliverables - 60%. 3. On submission of DPR to Railway board and approval by zonal Railways - 20%.
NS 750000.00 100 Sqm 15.08 113100.00 AT Par 113100.00
Description:- Dorne Orthophotos generation a s per Railway Guidelines (Letter n o . 2015/Track- 1/24(1)/18/1/
dated 09.10.2017 for Proposed YARDS. Deliverables : 1) Raw images (jpg format) (2cm GSD). 2) Final Scaled
and Geopositioned Orthophoto tiles in jpg & Sid compressed format o f 2cm resolution and resampled a t 5cm
2 GSD. 3) Final Scaled and Geopositioned Orthophoto tiles in jpg & Sid format for each 5km. 4) Map file compatible
to CAD/GIS in shp format duly linked with attributes of assets. 5) Quality control report for Positional Accuracy
Assessment Coordinates to be picked for at least 5 well defined assets in 1 km length from Google and same to
be measured o n t h e Orthophoto Coordinates comparison. T h e difference between these values should be
greater than equal to 3 m . 6) The Alignment plan & Depot land boundary are to be shown on the Google earth.
(Alignment file in dwg format and coordinates will be provided by Railways)
NS 118.00 Each 285.86 33731.48 AT Par 33731.48
Description:- Providing and fixing cast-in-situ or precast M-25 concrete pillars along the Railway alignment terms
of reference & relevant provisions of Indian Railways Code for Engineering Department (1999, Third Reprint) with
up to date correction Slips and as directed b y the Engineer-in-charge o n straight and curves a s per Scope of
Work & Technical Specifications with Contractors' own materials, tools and plants; including all leads and lifts,
transportation, making own service roads for leading of stones & materials and crossing of track etc.; including all
taxes and royalties complete; including painting, marking the pillars a t site; T h e rate includes t h e cost o f all
3 material including centering, shuttering, cutting, binding, reinforcement and erection o f stones etc., Location of
concrete pillars 1) At every 500 mts along the Centre line of the approved Railway alignment using 1200x 100
x1 0 0 m m concrete pillar wit h 700 mm projection above t h e ground level duly embedding i n CC(1:4:8) of
300x300x500mm size base concrete, including setting out of proposed curves at site indicating trangent points,
apex point and crown of curve and approach of Major Bridges.4) The Chainage or KM & distance o f proposed
centre line of track shall be marked on these pillars. 5) Separate colouring preferably yellow colour for center line
alignment pillars are to be painted for identification. 6) Center point direction has to be painted on alignment pillar
with chainage are to be painted. 7) 'SWR' has to be engraved on all pillars and painted with black paint.
NS 2360.00 Each 379.35 895266.00 AT Par 895266.00
Description:- Providing and fixing Stone Pillars of Size 1300x250x250mm along the proposed land boundary and
f o r Benchmarks a s p e r term s o f reference & relevant provisions o f Indian Railways Co d e for Engineering
Department (1999, Third Reprint) with up to date correction Slips and as directed by the Engineer-in-charge on
straight and curves as per Scope of Work & Technical Specifications with Contractors' own materials, tools and
plants; including all leads and lifts, transportation, making own service roads for leading of stones & materials and
crossing of track etc.; including all taxes and royalties complete; including painting, marking the pillars at site; The
rate includes the cost o f all materials including erection o f stones etc., Location o f Stone pillars.1) Erection of
boundary pillars at every 50 mts interval o r a t every change o f location o f boundary, which ever is less with
4 700mm projection above the ground level and 600mm below GL at earmarked location, embedding in CC(1:4:8)
of 400x400x700mm size base concrete, duly marking the distance of the centre line o f proposed line from the
boundary.2) Bench marks should be marked with 700mm projection above the ground level and 600mm below
GL at earmarked location embedding in CC(1:4:8) of 400x400x700mm size base concrete, a t intervals of not
more than one kilometre along the line and at sites of important bridges, duly marking BM Number / Value /
Chainage. In every case the position chosen for a bench mark should be such that it can be conveniently referred
to during construction and is, at the same time, not liable to be interfered with during the progress of construction.
3) Boundary pillar / Benchmarks Pillars are to be painted with RED paint for identification and markings in white or
black paint. 4) Boundary pillars are to be painted with boundary distance and direction of increase/decrease of
width. 5) 'SWR' has to be engraved on all types of pillars and painted with white or black paint.
NS 62.00 Each 930.75 57706.50 AT Par 57706.50

Pa g e 3 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Description:- Hydrological investigation for Bridges using DEM: Conducting hydrological investigation including
detailed calculation f o r minor bridges using Digital Elevation Model (Geological information system)Tasks: i.
Marking of all bridge locations on index plan of the alignment. ii. Delineating the catchment boundary o f bridges
from DEM and calculating physiographic parameters of the catchment - area, longest stream, slope iii. Calculating
design discharge (Q50) for all bridges based on RBF 16 / RBF 22 reports for small catchments and synthetic unit
hydrograph from flood estimation report for large catchments (> 25 sq km). iv. Consultant will verify if there are
5
any dams / water storage structures i n t h e catchment a n d obtain regulated flow discharge from concerned
authority for calculation o f design discharge. v . Checking of adequacy o f proposed linear waterway, vertical
clearance, free board a n d depth o f foundation. Soil investigation report for scour depth calculations will be
provided to the consultant. Deliverables i. 3 copies of report with bridge wise hydrological calculations should be
submitted. Separate booklets should be prepared for major and minor bridges. ii. F or each bridge, calculations
and catchment plan with longest stream marked on Survey of India toposheet should be submitted. For bridges
with large catchments, unit hydrograph and calculation of equivalent slope should also b e submitted. iii.
Catchment plan should be marked on 50 year 24 hr rainfall map to verify correctness of rainfall data used and the
sam e and the sam e submitted i n t h e booklet. i v . T h e following are required to be submitted as softcopy -
calculation spreadsheets, Google Earth KM L files o f catchment plans, longest stream, alignment and bridge
location. (A) For Minor Bridges
NS 3.00 Each 2643.00 7929.00 AT Par 7929.00
Description:- Hydrological investigation for Bridges using DEM : Conducting hydrological investigation including
detailed calculation for important major bridges using Digital Elevation Model (Geological information system)
Tasks: i. Marking of all bridge locations on index plan of the alignment. ii. Delineating the catchment boundary of
bridges from DEM and calculating physiographic parameters of the catchment - area, longest stream, slope iii
Calculating design discharge (Q50) for all bridges based on RBF 16 / RBF 22 reports for small catchments and
synthetic unit hydrograph from flood estimation report for large catchments (greater t h a n 2 5 s q k m ) . iv.
Consultant will verify if there are any dams / water storage structures in the catchment and obtain regulated flow
6 discharge from concerned authority for calculation o f design discharge. v . Checking of adequacy o f proposed
linear waterway, vertical clearance, free board and depth of foundation. Soil investigation report for scour depth
calculations will be provided to the consultant. Deliverables i. 3 copies of report with bridge wise hydrological
calculations should be submitted. Separate booklets should be prepared for major and minor bridges. ii. For each
bridge, calculations and catchment plan with longest stream marked o n Survey o f India toposheet should be
submitted. For bridges with large catchments, unit hydrograph and calculation of equivalent slope should also be
submitted. iii. Catchment plan should be marked on 50 year 24 hr rainfall map to verify correctness of rainfall data
used and the same and the same submitted i n the booklet. iv. T he following are required to be submitted as
softcopy - calculation spreadsheets, Google Earth KML files of catchment plans, longest stream, alignment and
bridge location. (B) For Major Bridges
NS 183.00 Per Unit 178.52 32669.16 AT Par 32669.16
Description:- Making trial pit of size 1.0x1.0x3.0m at every 500m along the alignment & at every major & minor
bridge site a t appropriate location below the existing bed level o r a s desired b y t h e Engineer-in- charge and
collecting disturbed sam ples for conducting soil tests / investigation and preparing and submitting soil
classification report with bore log and suggested safe bearing capacity, after conducting soil laboratory tests / Tri-
axial / SPT tests as below under relevant USSR items, with all contractor's materials, tools, labour, consumables,
shoring and supporting arrangements, with all lead and lift etc., complete as per relevant IS/other specifications &
a s directed by Engineer-in-charge. NOTES: 1.This includes taking disturbed samples a n d / o r undisturbed
7 samples as directed by the engineer in charge and conducting (i) laboratory tests o n disturbed / un-disturbed
samples for parameters, viz., and classification of strata based on following tests. a)Specific Gravity of soil, b)Bulk
Density & water content, c)Grain size analysis (Sieve & Hydrometer analysis), d)Liquid & Plastic limits, e)
Chemical tests on soil for chloride, sulphur and PH value, f)Crushing strength test for rock, g)Bearing Capacity of
Soil h)Water absorption for rock, i)RQD & CORE recovery value of rock and j)Specific gravity of rock, (ii) Tri-axial
shear tests on undisturbed samples (iii) Standard Penetration tests (N-value) i n pits one sample per pit, at the
bottom of the pit or as directed by the Engineer in charge, shall be taken whether in soil or rock and all tests as
indicated above shall be conducted on the same. 3.Rate is inclusive of rate for making pits and collecting samples
only. (UNIT: PER PIT)
Running
NS 59000.00 1.50 88500.00 AT Par 88500.00
Metre
Description:- Preparation of land plans (three sets in original) for land acquisition after approval of L- section by
8 the railways marking the relevant details such as survey nos. area, name of village/revenue maps and the owner
(Form A to Form D) and submitting to revenue authorities with all details duly colouring the proposed land to be
acquired etc complete as per the specification and as directed by engineer in charge. NOTE: Scanning of village
/revenue maps have t o be done i n presence of railway officials to a maximum accuracy and the soft copy so
scanned will be the property of the department. No other copy to be kept with the contractor.
NS 5.00 Each 3493.65 17468.25 AT Par 17468.25

Pa g e 4 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Description:- Preparation of Yard ESPs for all stations on Bentley Power Rail Track or equivalent as per Modified
Check List of Engineering Scale Plans issued by Dy.CE showing the details of proposed yard arrangements with
proposed grades including regrading of existing yard and showing details like CSL lengths of various lines, centre
to centre distances of tracks, gradients, Curve details, type o f turnouts, snag dead ends, derailing switches,
platforms, Shelters, crossovers, Railway boundaries o f entire ya r d wit h chainages and locations o f station
building, other service buildings, Electrical, OHE & S&T installations, FOB, Subway, RUB, ROBs etc., including
details of infringing (condonation) grades & structures and preparing yard plans with the proposed additions &
alterations to the existing stations duly suggesting improvements to existing alignment s o a s t o ascertain the
9
removal of infringements o f structures & condonating grades in yards (For details refer para 468-472 of
Engineering Code 1999) duly making phase yard plans as per the requirement of the Railways with respect to
approved master plan in separate plans like Phase-I, Phase-II & Final, duly incorporating complete detailed
Modus operandi for execution o f work i n both Phase plans and Master plan. An y alterations proposed i n the
approved plan to be in cooperated in the master plan in a separate table. The consultant shall submit advance
copy of the ESPs on white paper for approval of Employer. After the approval of Employer, the Consultant shall
submit drawings in 3 (three) hard coloured copies on Polyester based tracing paper (100 to 150 Microns) and two
soft copies on CD. The scope includes required corrections and modifications as suggested by approving
authorities of Railways till its final approval. Required follow u p wit h various approving authorities including
required explanations on various provisions/facilities in t h e ESP shall be arranged by consultant. Note: i) The
colour scheme to be followed in the drawing shall be as per standard practice of IR. ii) Payment will be done as
per Stages given below - Submission of ESP and approval by Dyce (Planning) / CN / BNC : 50% - Submission of
ESP and approval by Divisional HQ : 25% - Submission of ESP and approval by Zonal HQ : 15% - Submission of
ESPs in hard & soft copies : 10%
NS 59.00 Kilometre 114.39 6749.01 AT Par 6749.01
Description:- Preparation of LWR / CWR and Weld Plans: For Continuously Welded Rail (CWR) track f o r as
much length as possible, for which the Contractor shall prepare the CWR plans for the approval of the Employer
in accordance with the design principles/provisions contained i n I R LWR (Long Welded Rail) Manual based on
approved Track Structure. T h e consultant shall submit advance copy of t h e Weld Plans o n white paper for
approval of Employer. After the approval o f Employer, the Consultant shall submit drawings i n 3 (three) hard
10 coloured copies on Polyester based tracing paper (100 to 150 Microns) and two soft copies on CD. The scope
includes required corrections and modifications as suggested by approving authorities of Railways till its final
approval. Required follow u p wit h various approving authorities including required explanations on various
provisions/facilities in t h e ESP shall be arranged by consultant. Note: i) The colour scheme to be followed in the
drawing shall be as per standard practice of IR. ii) Payment will be done as per Stages given below - Submission
of Weld Plans and approval by Dyce (Planning) / CN / BNC and CE/CN : 60% - Submission of Weld Plans and
approval by Divisional HQ : 15% - Submission of Weld Plans and approval by Zonal H Q : 15% - Submission of
Weld Plans in hard & soft copies : 10%
NS 59.00 Kilometre 9513.68 561307.12 AT Par 561307.12
Description:- Preparation and submission of Land Acquisition Proposals based on approved L-Section for the
finally approved alignment, computing the land width required to be acquired at various chainages all along the
alignment as per provisions and guidelines in Engineering Code and also keeping provision for service road and
plots for stacking of ballast, plotting the same on polyester base tracing paper (100 to 150 microns) showing all
the required details viz. proposed alignment, survey plots, survey numbers / khasra number, name of owner of
land, name of village etc. complete as directed by Engineer in Charge and submitting required number of hard
copies for further processing of Land Acquision proposal in Revenue Department along with all relevant papers /
proposals in prescribed format of Revenue Department up to the stage of deciding compensation to the individual
11 party. Also submitting the land, showing the land to be acquired survey wise, survey / Khasra numbers, name of
village as required by Land Acquisition Officer on the prescribed proforma to the satisfaction of Engineer in
Charge and approved by the Railway Department with Contractor's own material, labour, tools and plants etc.
complete. Note: (i) The rates are including the cost of all materials, labour, stationery etc complete. (ii) Supplying
village map in original four copies / or as required of each. (iii) Supplying of 7/12 documents in original in four
copies or as required of each. (iv) Assessment, valuation and submission of details of a) Existing Govt. / Pvt.
Structures coming within proposed alignment and land boundary like buildings, complete. b) Open / Tube well,
pump house, irrigation pipe line etc. (v) The contractor is also required to keep close coordination with revenue
department for collecting relevant documents / records in connection with land acquisition proposals and also
during the course of demarcations of land boundary on maps as well as on ground.
NS 59.00 Kilometre 1235.06 72868.54 AT Par 72868.54
Description:- Detailed Project Report with Detailed Estimate / Engineering, Procurement and Construction (EPC)
Tender document : Preparation a n d submission o f Detailed project r e p o r t a l o n g with Detailed Estimate
12 /Engineering, Procurement and Construction (EPC) Tender document as per Engg. code and as per Railway
board guidelines with rate analysis for each item and as directed by Engg- in-charge with five hard copies and two
soft copies after approval of concerned CE/CN. A complete rate analysis for each item duly comparing with the
LAR's available and obtaining market rates for each items incase of non schedule item having no LAR's , along
with submission of detailed calculation sheets for each item.
NS 79.00 Each 5187.22 409790.38 AT Par 409790.38

Pa g e 5 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Description:- Minor Bridges /RUBs/ SUBWAYs / FOBs: Preparation of the General Arrangement Drawing for all
Minor bridges / SUBWAYs / FOBs through MX Rail/ AutoCAD for railway standards / formats as per Check list of
Dyce / planning / BNC based o n finalized L - section for the proposed alignment, hydrological investigation &
detailed geotechnical investigation carried out b y the consultant a t proposed bridge locations, o n good quality
13 tracing paper and submitting the same to Railway administration for approval and carrying out the corrections as
instructed by railway with all consultants own men, material, tools & plants, Computer systems etc., as directed by
Engineer in charge. Notes: 1) MINOR BRIDGE GAD should include incorporation of - a) Sub structure details with
type of construction, type of foundation ( pile / open ), depth of foundations, footing details / pile founds details,
foundation pressure, abutments / pier / Box details duly showing bore log details of sub soil along with SBC details
of every soil strata at every abutment & piers / Box locations b) Span arrangements with details of Bed level, HFL,
VC , F ree board, Scour depth, Ra il level, formation level, Clear span, effective span, catchment area, Q50
discharge c) Super structure details like type o f structure (Steel / PSC / RCC), type girder / slab / Box details,
depth of construction, bearing details, wearing coat, track structure with cushion details.
NS 12.00 Each 11672.61 140071.32 AT Par 140071.32
Description:- Major Bridges / ROB : Preparation of the General Arrangement Drawing for all Major Bridge / ROB
for Railway Line Corridor through MX Rail/ AutoCAD for railway standards / formats based on finalized L - section
for the proposed alignment, hydrological investigation & detailed geotechnical investigation carried o u t b y the
consultant a t proposed bridge locations, o n good quality tracing paper and submitting t h e sa m e t o Railway
administration for approval and carrying out the corrections as instructed by railway with all consultants own men,
material, tools & plants, Computer systems etc., as directed b y Engineer i n charge. Notes: 1 ) MAJOR BRIDGE
GAD should incorporate a) Sub structure details with type of construction, type o f foundation (pile / open / well
14 foundation), depth o f foundations, footing details / pile founds details, foundation pressure, abutments / pier
details duly showing bore log details of sub soil along with SBC details of every soil strata at every abutment &
piers locations b) Span arrangements with details of Bed level, HFL, VC, Free board, Scour depth, Rail level,
formation level, Clear span, effective span, catchment area, Q50 discharge c) Super structure details like type of
structure (Steel / PSC), type girder / slab details, depth of construction, bearing details, wearing coat, track
structure with cushion detailsd) Approach details like trolley refuges, parapets / steel railings, inspection platforms
with ladder arrangements, dirt walls, approach slab, back fill material a s p e r RDSO specifications, protective
works such as wingwalls, bank toe walls, pitching, type of flooring / drop wall / curtain wall details as per scour
depth & silt factor criteria.
NS 59.00 Kilometre 711.68 41989.12 AT Par 41989.12
Description:- BORROW AREA: Conducting Survey within 5 Km aerial leads from the proposed alignment for
prospective borrow areas of soil and blanketing material to assess quantity and quality of materials available for
15 construction o f embankment, including collecting required number o f so il / ballast samples and conducting
required laboratory tests to ascertaining the quality of material as directed by Engineer in charge. If the suitable
soil is not available within 5 Km then up to 10 km excluding ballast. The l i s t o f established Ballast
crushers/quarries and their lead charts for obtaining ballast / blanket material as per railway specifications where
ever available is required to be submitted along with Survey report in 3 copies
NS 59.00 Kilometre 10450.00 616550.00 AT Par 616550.00
Description:- Approval & Finalization of Alignment and submission in .kmz format including design and
16 preparation of Abstract of Curve. Preparation of Concept Plans. Preparation of L-Section for purpose of
Estimation of Earthwork including deciding and preparation of Abstract List of Grade including preparation of
Abstract list of Railway Structure like Important Bridge, Major Bridge, Minor Bridge, LHS/RUB, ROB and LC.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule C-NS Items 24415056.96
Below/Par
NS 9.00 Kilometre 209773.20 1887958.80 AT Par 1887958.80
Description:- Detailed Geological mapping consisting of structural (Faults/ thrusts, Shear zones, Fold, joints etc),
litho-logical and tectonic mapping on the proposed alignment for a corridor width of 100m on either side of
alignment in scale 1:5000 and submission of geological plan, L-section along the design alignment in scale
1:5000H & 1:500V as well as in scale 1:5000H & 1:5000V. Rates includes: (i) Geological field work for collecting
1 data beyond the corridor on either side of alignment for developing the geological model. (ii) The output of the
rough field work shall also be submitted. (iii) 3D geological modeling software shall be used to develop geological
model and submissions shall also be in editable format. (iv) Service of engineers, scientists, surveyors, draftsman,
CAD operators, labors, helpers and others (computer, printers & tracing etc.) Stage Payment: (a) 80% payment
shall be released after completion of field work, collection of data and submission of Geological mapping report.
(b) Balance 20% payment shall be released after acceptance of report by Railway Authority.
NS 9000000.00 100 Sqm 1.71 153900.00 AT Par 153900.00

Pa g e 6 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Description:- Remote sensing studies with limited ground checks consisting of interpretation of satellite, collateral
2 and field data for preparation of Thematic maps depicting geological units, geomorphologic maps depicting
geomorphic units, lineament/ fracture map showing structural features, detailed drainage and surface water
bodies, map portrayal of geological and tectonic features and their significance in planning, design and
construction of tunnels, bridges and railway formation. (Refinement of proposed alignment will be done based on
this study wherever required) Note: Only High Resolution Basic Satellite Stereo-pairs imagery (0.5m resolution)
Pan chromatic and 4-band multispectral for Area of Interest will be provided by the Client. All the processing of the
satellite images will be done by the bidder. Interpretation to be done by an Expert in the relevant field.
NS 2.00 Lumpsum 286112.65 572225.30 AT Par 572225.30
3 Description:- Mobilization and De-Mobilization charges of Equipments at site for Seismic Refraction survey and 2-
D Resistivity Survey.
NS 9000.00 Metre 906.29 8156610.00 AT Par 8156610.00
Description:- Seismic Refraction Survey including data acquisition, data processing and interpretation for
deciding suitability of alignment at portals of tunnels, open cutting, yards and major bridge locations. The work
included service of engineers, scientists, surveyors, draftsmen, CAD operators, labors, helpers and others
4 (computer, printers & tracing etc.) Stage Payment: (a) 80% payment will be released after completion of field work
and submission of seismic refraction survey report. (b) Balance 20% payment shall be released after approval of
seismic refraction survey report by Railway Authority. Note: The quantity may change as per the geology and
topography of the alignment finalised. The location and the quantity shall be decided and executed with the
approval of Employer.
NS 9000.00 Metre 476.69 4290210.00 AT Par 4290210.00
Description:- 2-D Resistivity image mapping including data acquisition, data processing and interpretation for
deciding suitability of alignment at portals of tunnels, open cutting, yards and major bridge locations. The work
5 included service of engineers, scientists, surveyors, draftsmen, CAD operators, labors, helpers and others
(computer, printers & tracing etc.) Stage Payment: (a) 80% payment will be released after completion of field work
and submission of resistivity survey report. (b) Balance 20% payment shall be released after approval of resistivity
survey report by Railway Authority. Note: The quantity may change as per the geology and topography of the
alignment finalized. The location and the quantity shall be decided and executed with the approval of Employer.
NS 144.00 Numbers 47685.62 6866729.28 AT Par 6866729.28
6 Description:- Shear wave velocity profile (VS30) through Multi Channel Analysis of Surface Waves (MASW)
technique in connection with Earthquake design parameter study at various bridge locations.
NS 2.00 Lumpsum 956570.37 1913140.74 AT Par 1913140.74
Description:- Preliminary design of main & escape tunnels, cross passages portals, adits, shafts, bridges, slopes,
deep cuttings, protection works, buildings works, yards, track works, electrical & OHE works and installations,
signalling and telecom woks, and all related & enabling works for the purpose of preparing the Cost Estimate of
the project. The preliminary designs should provide quantities as realistic as possible based on codal provisions,
7 international best practices, thumb rules, empirical formula and based on past practices adopted in similar Indian
Railway projects and considering actual geological and geo-physical survey information in consultation with
Employer. Note:- (The submission shall be in the form of Report which includes supporting drawings/ documents
such as layout plans, tentative GADs/ conceptual drawings, cross sections, sketches, technical parameters, codal
provisions, thumb rules etc used in the design along with justifications. Stage Payment: (a) 80% payment will be
released submission of preliminary designs report. (b) 20% payment will be released after approval of report by
Railway Authority.
NS 40000.00 Per tree 4.82 192800.00 AT Par 192800.00
Description:- Obtaining of Forest Clearance permission as per Forest Conservation Act 1980 and its
8 amendments by performing following activities: a) Joint verification of trees in specified forest area (not in the area
above the tunnels with overburden above 20m) with Forest officials by physical marking and preparing details of
trees as per format of Forest department.
NS 4.00 Each Block 95370.71 381482.84 AT Par 381482.84
Description:- Obtaining of Forest Clearance permission as per Forest Conservation Act 1980 and its
amendments by performing following activities: "b) Preparation and submission of forest proposal for obtaining
9 permission for diversion of forest land as per Forest Conservation Act 1980 and its amendments, for all Forest
Divisions as required upto the stage of online submission on MOEF&CC web portal. Consultant shall also obtain
consent of Gram Sabha(s) wherever required under Recognition of Forest Right Act 2006 (FRA) as part of Forest
proposal to the satisfaction of Railway. UNIT : PER BLOCK

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Pa g e 7 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

Special 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 of the following 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 Allowed
1 No No
(ii)Two similar works each costing not less than the amount equal to 40% of advertised (Mandatory)
value of the tender, or (iii)One similar work each costing not less than the amount equal
to 60% of advertised value of the tender. Similar nature of work shall mean: "Any Civil
Engineering Survey Work using Drone/ Lidar Photogrammetry technique".

Special Financial Criteria

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
Allowed
1 years, as per the audited balance sheet. However, in case balance sheet of the previous No No
(Mandatory)
year is yet to be prepared/ 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-VIB, along with copies of Audited
Balance Sheets duly certified by the Chartered Accountant/ Certificate from Chartered
Accountant duly supported by Audited Balance Sheet.

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

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.

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 ENTIRE TENDER DOCUMENTS CAREFULLY IN
2 No No Not Allowed
CLUSING UPLOADED DOCUMENTS.

6. Documents attached with tender

S.No. Document Name Document Description


1 TechConditionFLSDroneR.pdf Technical Special Conditions
GENCONDFLS-SURVEY-02-
2 GENERAL CONDITIONS
R.pdf

Pa g e 8 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5


DYCE-C-V-ADI-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: DyCE-C-GIM-FLS-Surveys-2R Closing Date/Time: 15/12/2022 15:00

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: SURESH KUMAR PIPLODIYA

Designation : Dy.CE-V-ADI

Pa g e 9 o f 9 Ru n Da te/Time: 2 3/11/2 0 2 2 17:46 :5 5

You might also like