Bihar Rockfall Netting Tender
Bihar Rockfall Netting Tender
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30
CAO/CON/South acting for and on behalf of The President of India invites E-Tenders against Tender No ECR-CAO-C-S-ETEN-16-21-22
Closing Date/Time 23/07/2021 15:30 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.
Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.
1. NIT HEADER
Rock fall protection by wire netting, Slope stabilization and other ancillary works near all
Name of Work portal of tunnels i.e (T-1,T-2) and between Km 151.760 to 158.300 & 161.192 to 168.300 in
cutting in new B.G. Rail line of Barkakana -Ranchi section under DyCE/Con/Barkakana
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 23/07/2021 15:30 Date Time Of Uploading Tender 01/07/2021 13:18
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 99003700.60 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money /Bid Security
0.00 Validity of Offer ( Days) 45
(Rs.)
Obtain Bid Security Declaration in lieu of Bid Security Yes
Tender Doc. Cost (Rs.) 0.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 09/07/2021 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule A1-Supply of wire netting materials and installation 41110000.00
Below/Par
1 10000.00 Sqm 4111.00 41110000.00 AT Par 41110000.00
Description:- A) Supply of galvanized steel wire rope net made of 9.0 mm diameter wire rope with polymer core
rope embedded and of rectangular Aperture size 0..3mx 0.3 m width hangs & of 5.0 m length for effective load
transfer to top anchors (lesser length allowed depending on the site conditions). The net has Joints tucked in one
direction and clamped. Minimum tensile strength of the net in vertical direction shall be 85 KN / m and in
horizontal direction shall be 67 KN /m. Minimum punch resistance shall be 70 KN with deformation max 150 mm.
Supply is inclusive of transportation at site with all contractors resources, packing, handling & etc. B ) Supply of
Mechanically woven double twisted hexagonal shaped wire mesh, netting for arresting small boulders, mesh type
10x12mm wires Zn+PVC coated, mesh wire dia 2.7/3.7 mm(ID/OD), with one side 9 mm Edge Wire & supply of
01 galvanized spiral locks springs with all contractors materials, lead & lift, transportation to cutting site with all
contractor's resources, packing, handling etc. C ) Supply and installation of Zinc coated bearing plate of size
200mm x 200mm x 10mm placed on cut slope for fixing top , intermediate and bottom anchors as per technical
specifications and as directed by engineer in charge. D) Supply and installation of garmat/Coirmat. E) Supply of all
intermediate & bottom Zinc/Epoxy coated self drilling anchors of 32 millimeter diameter having designed length
(2m or more ) with epoxy coated steel rods with threading at one end including PVC centralizers,hex nuts,beveled
washer ,bearing plate of Anchors,Spiral and all acccessoried as per drawing.F) Installation of all supplied material
as per drawing, technical specifications and as directed by the engineer in charge G) Supply of Turf
Reinforcement mat that consIst of a dense web of crimped,interlocking.multilobed,polypropylene,fibers positioned
between two biaxial oriented nets and mechanically bound together by paralellel stitching with polypropylene
thread/Mesh for erosion control on the slope surface.
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A2-Supply, drilling, installation and grouting of SN type rock bolts 4454355.00
Below/Par
1i 1500.00 Each 2207.81 3311715.00 AT Par 3311715.00
01
Pa g e 1 o f 7 Ru n Da te/Time: 0 8 /0 7/2 0 2 1 12 :5 2 :16
CAO-C-SOUTH-HQ-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: ECR-CAO-C-S-ETEN-16-21-22 Closing Date/Time: 23/07/2021 15:30
01
Description:- Supply, drilling, installation and grouting of SN type rock bolts of the specified length
FY>=200KN(Slope,tunnel support & face bolts) as per approved drawing & specification or as directed by
Engineer.The rate shall include costs of all materials ,labour equipment etc.required for the complete job.
(i)Length 3 m
1 ii 400.00 Each 2856.60 1142640.00 AT Par 1142640.00
Description:- Supply, drilling, installation and grouting of SN type rock bolts of the specified length
01 FY>=200KN(Slope,tunnel support & face bolts) as per approved drawing & specification or as directed by
Engineer.The rate shall include costs of all materials ,labour equipment etc.required for the complete job.
(ii)Length 4 m
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule B6-Bridge works-Substructure, superstructure-RCC & misc. 53333625.60
Below/Par
Please see Item Breakup for details. 50448000.00 5.72 53333625.60
01
Description:- Bridge works-Substructure, superstructure-RCC & misc.
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B12-Unforeseen items 105720.00
Below/Par
Lump Sum 100000.00 5.72 105720.00
01 Description :- Overall percentage increase/decrease over the rates under Dhanbad Division of East Central
Railway Engineering Department Schedule of Rates, USSOR 2012 for items not included in 'B-6'
3. ITEM BREAKUP
4. ELIGIBILITY CONDITIONS
5. COMPLIANCE
Check Lst
Commercial-Compliance
[A] In case of Partnership Firm, the following documents shall be enclosed. [i]
Notary certified/registered copy of the Partnership deed. [ii] Power of Attorney
[duly registered as per prevailing law] in favour of one of the partners of the
Partnership Firm [if such power is already not assigned in partnership deed]
to sign the tender/agreement on behalf of the Partnership Firm and create
liability against the firm. [B] In case Private Limited / Limited Company, the
following documents shall be enclosed: [i] Notary certified copy of resolution of
the Directors of the Company permitting the company to participate in the
tender, authorizing MD or one of the Directors or Managers of the Company
to sign the tender/agreement, such other documents require to be signed on
behalf of the company and enter into liability against the company and/or do
any other act on behalf of the company.[ii] Copy of Memorandum & Articles of Allowed
1.1 Yes No
Association of the Company. [iii] Power of Attorney [duly registered/notarized (Mandatory)
as per prevailing law] authorising the person to do/act mentioned in Para [i]
above, [if such authority is not already delegated in the resolution of
directors].The above power of attorney shall be submitted even if such
specific person is authorized for above purposes through partnership deed /
Memorandum of Understanding / Article of Association or such other
document, failing which tender is liable to be rejected [C] In case of JV Firms :
Clause No 65 of IRSGCC-2020 with upto date correction slip shall be
applicable in all respects for participation of Joint Venture [JV] firms in works
tenders. JV firm should submit Memorandum of Understanding [MOU] as per
the format attached as annexure to the tender document. Submission of all
other documents should also be as per Cl. No. 65.15 of IRSGCC-2020.
Scanned copy [in PDF format] of the details regarding the Association of
Allowed
1.2 Railway Officer/s with the tender [for details please refer Annexure-H of Ch.9 Yes No
(Mandatory)
of Tender document].
Scanned copy [in PDF format] of the details of the works awarded to the firm,
Allowed
1.3 during the last three years and current financial year [for details please refer Yes No
(Mandatory)
Annexure-F of Ch.9 of Tender document].
Scanned copy [in PDF format] of the details of the List of the Arbitration &
Allowed
1.4 Court cases during the last 7 years [for details please refer Annexure-J and I Yes No
(Mandatory)
of Ch.9 of Tender document].
Scanned copy [in PDF format] of the details of agency and own equipments
Allowed
1.5 proposed to be included [for details please refer Annexure-D of Ch.9 of Yes No
(Optional)
Tender document]
Scanned copy of (in PDF Format) of HISTORY SHEET OF THE TENDERER. Allowed
1.6 Yes No
[for details please refer Annexure-A Ch.9 of tender document]. (Mandatory)
Scanned copy [in PDF format] of the details of technical personals of the
Allowed
1.7 Agency, available in hand [for details please refer Annexure-E of Ch.9 of Yes No
(Mandatory)
Tender document].
Scanned copy of (in PDF Format) of HISTORY SHEET OF THE TENDERER. Allowed
1.8 Yes No
[for details please refer Annexure-A Ch.9 of tender document]. (Mandatory)
Allowed
1.9 Scanned copy of the NEFT in PDF format. Yes No
(Mandatory)
Scanned copy [in PDF format] of the complete address of the firm in PDF
Allowed
1.10 format to which the all correspondences shall be made by the railway [for Yes No
(Mandatory)
details please refer Annexure-A of Ch.9 of Tender document].
Scanned copy [in PDF format] of details of the works on hand by the Allowed
1.11 Yes No
tenderer(s) [for details please refer Annexure-G of Ch.9 of Tender document]. (Mandatory)
Scanned copy [in PDF format] of broad plan of execution of this work within
Allowed
1.12 the stipulated completion period [for details please refer Annexure-K of Ch.9 Yes No
(Optional)
of Tender document].
Scanned copy [in PDF format] of other credentials/facilities available with
Allowed
1.13 firm/contractor/tenderer [for details please refer Annexure-L of Ch.9 of Tender Yes No
(Optional)
document].
Scan COPY OF THE PROGRAMME IN THE FORM OF BAR CHART FOR
COMPLETION OF WORK, MACHINERY DEPLOYMENT FOR ACHIEVING HE Allowed
1.14 Yes No
PROGRAMMED PROGRESS MUST BE UPLOADED ALONG WITH THE (Optional)
TENDER.
We have read the tender Notice [NIT] detail, Tender document along with all
Allowed
1.15 the conditions attached/referred to, in this tender document, and agree to Yes No
(Mandatory)
abide by the said conditions.
Allowed
1.15.1 Bid Capacity : Not Applicable Yes No
(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
2 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
We are aware of the fact that the Railway reserved the rights to amend the
2.16 scope and value of the contract and to reject [or accept] this offer without No No Not Allowed
assigning any financial liability.
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.
Designation : Dy.CE/CON/SOUTH/MHX