Bypl Schedule
Bypl Schedule
TENDER DOCUMENT
Tender No: BYPL-3CT-18-R-1 Closing Date/Time: 08/12/2023 15:00
Chief Administrative Officer, Construction acting for and on behalf of The President of India invites E-Tenders against Tender No
BYPL-3CT-18-R-1 Closing Date/Time 08/12/2023 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
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule A-Items covered under DSR-2021 14958758.35
Above/
Please see Item Breakup for details. 18935137.15 (-) 21.00 14958758.35
1 Below/Par
Description:- Items covered under DSR-2021
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule C-Items covered under USSOR-2022 218110.50
Above/
Please see Item Breakup for details. 218110.50 AT Par 218110.50
2 Below/Par
Description:- Items covered under USSOR-2022
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule H-Items covered under USSOR-2022 518795.00
Above/
Please see Item Breakup for details. 518795.00 AT Par 518795.00
3 Below/Par
Description:- Items covered under USSOR-2022
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule K-Electrical Items NOT covered in DSR/USSOR 5963653.00
1 450.00 Metre 1600.00 720000.00 AT Par 720000.00 Rs.
Description:- Trenchless cutting to lay the LTUG / HTUG cable for crossing underneath the track / road /
4 sensitive areas duly supplying and drawing HDPE pipe of size 110mm x 93.6mm , PE.80, PN.6 category ISI
approved as per instruction of Engr in charge (Scope includes cost for horizontal drilling, cost of pipe and laying of
pipe etc. but charge for laying of cable is not included)
2 800.00 Metre 1000.00 800000.00 AT Par 800000.00 Rs.
Description:- Supply and laying of 4cx240 sqmm LTUG cable 1.1 KV Grade, having stranded aluminium
4
conductor, XLPE / heat resistant PVC insulated extruded inner sheathed, galvanised steel strip conforming to IS
3975 - 1990 and extruded PVC outer sheathed armoured cable with specified IS - 1554 Part - 1 1988 and
conforming to GTP (Guaranteed technical particular) with overall satisfactory performance for minimum period of
5 years
3 500.00 Metre 283.00 141500.00 AT Par 141500.00 Rs.
Description:- Supply and laying of 4cx50 sqmm LTUG cable 1.1 KV Grade, having stranded aluminium
4 conductor, XLPE / heat resistant PVC insulated extruded inner sheathed, galvanised steel strip conforming to IS
3975 - 1990 and extruded PVC outer sheathed armoured cable with specified IS - 1554 Part - 1 1988 and
conforming to GTP (Guaranteed technical particular) with overall satisfactory performance for minimum period of
5 years
4 500.00 Metre 155.00 77500.00 AT Par 77500.00 Rs.
Description:- Supply and laying of 4cx25 sqmm LTUG cable 1.1 KV Grade, having stranded aluminium
4 conductor, XLPE / heat resistant PVC insulated extruded inner sheathed, galvanised steel strip conforming to IS
3975 - 1990 and extruded PVC outer sheathed armoured cable with specified IS - 1554 Part - 1 1988 and
conforming to GTP (Guaranteed technical particular) with overall satisfactory performance for minimum period of
5 years
5 6.00 Set 31726.00 190356.00 AT Par 190356.00 Rs.
Description:- Supply and fixing of 63A Industrial interlocking type plug and socket with 100A 4 pole MCCB 25 KA
4 adjustable type, 32A, 5 pin industrial plug and socket with 32A FPMCB - 1 No and 20A 3 pin industrial type plug
and socket with 20A DP MCB, all enclosed in CRCA sheet enclosure complete including all auxiliary accessories
as per specification.
6 6.00 Set 3572.00 21432.00 AT Par 21432.00 Rs.
4 Description:- Supply and fixing of 32A Industrial type plug and socket 3phase +N+E with 16SWG powder coated
sheet steel enclosure with fixing accessories as per specification.
7 100.00 Metre 904.00 90400.00 AT Par 90400.00 Rs.
4 Description:- Supply and fixing of GI cable tray of 300mm width x 50mm depth x 1.6mm thickness with all
accessories for fixing and allied works as per specification
8 1500.00 Metre 48.00 72000.00 AT Par 72000.00 Rs.
4 Description:- Supply and fixing/concealing of PVC conduit pipe 25mm dia, +/- 0.2mm wall thickness 2mm, grey /
ivory in colour as per specification
9 1000.00 Metre 87.00 87000.00 AT Par 87000.00 Rs.
4 Description:- Supply and running of wires for circuit wiring by 2Run of 2.5Sqmm wire (FR)and one run of 1.5
Sqmm multi stranded PVC insulated copper wire (FR) for earth with colour codes as per specification (scope does
not include PVC conduit / casing and caping)
10 1.00 Set 352125.00 352125.00 AT Par 352125.00 Rs.
Description:- Supply,erection ,testing and commissioning of LT distribution panel board out door cubicle type
powder coated made of 14 SWG CRCA sheet of suitable size consisting of 4 pole MCCB 35KA 400A 1No, 4 pole
4 MCCB 35KA, 250A- 2Nos, 4 pole MCCB,25KA, 100 A - 3 Nos, 4 pole MCCB,25KA, 63 A - 4 Nos with double door
along with suitable capacity aluminium bus bars for RYBN ,Ammeter, Voltmeter, RYB LED indicators, phase
selector switches, CTs etc. and with all accessories (for pit line) as per specification. MCCB shall be adjustable
type with rotary handle
11 10.00 Set 3351.00 33510.00 AT Par 33510.00 Rs.
4
Description:- Supply and fixing of Pipe Earthling arrangements as per specification
12 70.00 Numbers 19317.00 1352190.00 AT Par 1352190.00 Rs.
4 Description:- Supply and fixing of LED 200W High Bay light with driver circuit and all accessories as per
CEE/SWR specification
13 70.00 Numbers 3268.00 228760.00 AT Par 228760.00 Rs.
4 Description:- Supply and fixing of 20Watt LED fitting with driver circuit to work on 110V DC for pitline lighting
similar to Havells make model No. JETA TRENCH ADC 20W as per CEE/SWR specification
14 40.00 Numbers 3033.00 121320.00 AT Par 121320.00 Rs.
4
Description:- Supply of 50Watt LED flood light fitting with driver circuit as per CEE/SWR specification
15 100.00 Numbers 6573.00 657300.00 AT Par 657300.00 Rs.
4 Description:- Supply and fixing of 150Watt LED Flood light fitting outdoor type with driver circuit as per CEE/SWR
specification
16 3000.00 Metre 95.00 285000.00 AT Par 285000.00 Rs.
4 Description:- Supply and Wiring of 10SQmm multi stranded PVC insulated Copper wire in RED, Yellow, Green,
Blue, Black (each colour wire- 600mtr)
17 40.00 Numbers 325.00 13000.00 AT Par 13000.00 Rs.
4
Pa g e 2 o f 33 Ru n Da te/Time: 16 /11/2 0 2 3 16 :2 7:0 8
SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BYPL-3CT-18-R-1 Closing Date/Time: 08/12/2023 15:00
4 Description:- Supply and fixing of 3/4/5 way bracket of flat size 50x6 mm, 500mm long with reel insulator,
provision for fixing of bracket will be welded or bolt, nuts type as per instruction of Electrical Engineer-in-charge
18 2.00 Set 13858.00 27716.00 AT Par 27716.00 Rs.
4 Description:- Supply , fixing and commissioning of TPN MCB DB consisting of 63A FP -01 Nos and 32A DP
MCB-04Nos and 16A DP MCB-03 Nos with suitable Bus bars as per specification
19 1000.00 Metre 157.00 157000.00 AT Par 157000.00 Rs.
Description:- Supply and running of circuit wiring 2Run of 6Sqmm copper wire (FR) and one run of 2.5 Sqmm
4
multi stranded PVC insulated copper wire (FR) for earth as per specification (scope does not include PVC conduit
/ casing and caping)
20 2.00 Set 9900.00 19800.00 AT Par 19800.00 Rs.
4 Description:- Supply and fixing of 400A capacity , RYBN, Al. busbars all enclosed in 16 Gauge CRCA sheet steel
enclosure duly painted
21 6.00 Set 1844.00 11064.00 AT Par 11064.00 Rs.
4 Description:- Supply and fixing of 100A capacitywith suitable RYBN Al. busbars all enclosed in 16 Gauge CRCA
sheet steel enclosure duly painted
22 20.00 Numbers 224.00 4480.00 AT Par 4480.00 Rs.
4
Description:- Supply and fixing 8 Module surface/conceal type unbrekable box with coverframe and inner plate
23 40.00 Numbers 190.00 7600.00 AT Par 7600.00 Rs.
4
Description:- Supply and fixing 6 Module surface/conceal type unbrekable box with coverframe and inner plate
24 40.00 Numbers 368.00 14720.00 AT Par 14720.00 Rs.
4 Description:- Supply and fixing of modular multipin socket 5/15A capacity with separate switch and socket with
indicator
25 60.00 Numbers 6560.00 393600.00 AT Par 393600.00 Rs.
4 Description:- Supply and fixing 72W LED Street light fitting with driver circuit as per CEE/SWR specification along
with along with 1.5 mtr. long single bracket 31mm inner dia B class GI pipe with fixing accessories
26 2.00 Set 42140.00 84280.00 AT Par 84280.00 Rs.
Description:- Supply , fixing, testing and Commissioning of pole mounted type battery charger suitable to work
4
on input single phase 230V AC supply and give output of 110V DC 35A capacity, including all accessories and
suitable MS angle mounting frame duly painted
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule L-Track Linking items covered in USSOR-2022 1103850.33
Above/
Please see Item Breakup for details. 1103850.33 AT Par 1103850.33
5 Below/Par
Description:- Track Linking items covered in USSOR-2022
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule M-Items NOT covered under DSR/USSOR 905115.20
1 1120.00 Sqm 8.57 9598.40 AT Par 9598.40 Rs.
6
Description:- Vaccume De watering
2 1120.00 Sqm 186.89 209316.80 AT Par 209316.80 Rs.
6
Description:- Floor Hardner
3 10.00 Each 14000.00 140000.00 AT Par 140000.00 Rs.
6 Description:- Supplying & fixing wind driven rotary turbin ventilators having effective throat diameter of 600mm,
v
4 330.00 Each 1250.00 412500.00 AT Par 412500.00 Rs.
6
Description:- 60Kg Bearing Plate
5 11.00 MT 1100.00 12100.00 AT Par 12100.00 Rs.
6
Description:- Fixing of rails over pitline
6 90.00 Metre 860.00 77400.00 AT Par 77400.00 Rs.
6 Description:- Providing and fixing color Galvalume rain water down take pipes including necessary fittings like
clamps, bends, shoes etc. at all heights and levels with necessary scaffolding, etc complete.
7 5.00 Numbers 1800.00 9000.00 AT Par 9000.00 Rs.
6
Pa g e 3 o f 33 Ru n Da te/Time: 16 /11/2 0 2 3 16 :2 7:0 8
SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: BYPL-3CT-18-R-1 Closing Date/Time: 08/12/2023 15:00
6
Description:- Supplying and fixing of PPR flange core & socket and set of nuts and bolts for 110mm M.S. flanges
with all contractor's materials, labours, fittings, fastenings, tools and plants, loading, leading, unloading, stacking
charges etc., complete and as directed by Engineer-in-charge.
8 10.00 Numbers 500.00 5000.00 AT Par 5000.00 Rs.
Description:- Providing and fixing 32mm PPR male adopter conforming to PN-25 rating with marking on each
6
fitting with all contractor's materials, labours, fittings, fastenings, tools and plants, loading, leading, unloading,
stacking charges, etc., complete and as directed by Engineer-in charge.
9 10.00 Numbers 2200.00 22000.00 AT Par 22000.00 Rs.
Description:- Supplying and fixing reducer 'Tee" of PPR-110 x 32 mm with all contractor's materials, labours,
6
fittings, fastenings, tools and plants, loading, leading, unloading, stacking charges, etc., complete and as directed
by Engineer-in-charge.
10 10.00 Numbers 590.00 5900.00 AT Par 5900.00 Rs.
6 Description:- Supplying and fixing 25mm forged brass valve zoloto of any equivalent approved make with
screwed female ends with all contractor's materials, labours, fittings, fastenings, tools and plants, loading,
leading, unloading, stacking charges, etc., complete and as directed by Engineer-in-charge.
11 10.00 Numbers 230.00 2300.00 AT Par 2300.00 Rs.
Description:- Supplying and fixing galvanized MS Nipple of 5mm jet Nipple 150mm long 'B'class with one end
6
threaded and one end jet threaded with all contractor's materials, labours, fittings, fastenings, tools and plants,
loading, leading, unloading, stacking charges' etc., complete and as directed by Engineer-in-charge.
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A1-Items covered under DSR-2021 7315005.00
Above/
Please see Item Breakup for details. 9259500.00 (-) 21.00 7315005.00
7 Below/Par
Description:- Items covered under DSR-2021
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A2-Items covered under DSR-2021 4957645.00
Above/
Please see Item Breakup for details. 6275500.00 (-) 21.00 4957645.00
8 Below/Par
Description:- Items covered under DSR-2021
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule K1-Electrical TRD Items 75160.40
Above/
Please see Item Breakup for details. 75160.40 AT Par 75160.40
9 Below/Par
Description:- Electrical TRD Items
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule K2-Electrical TRD Items 568938.00
Above/
Please see Item Breakup for details. 568938.00 AT Par 568938.00
10 Below/Par
Description:- Electrical TRD Items
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule K3-Electrical TRD Items 232120.00
Above/
Please see Item Breakup for details. 232120.00 AT Par 232120.00
11 Below/Par
Description:- Electrical TRD Items
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule K4-Electrical TRD Items 1465373.00
Above/
Please see Item Breakup for details. 1465373.00 AT Par 1465373.00
12 Below/Par
Description:- Electrical TRD Items
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule K5-Electrical TRD Items 18100.00
1 30.00 MT/Km 70.00 2100.00 AT Par 2100.00 Rs.
13
Description:- Transportation of released materials and handing over to depot as directed
2 10.00 Each 1000.00 10000.00 AT Par 10000.00 Rs.
13
Description:- Dismantlement of Canitlever asembly
3 2.00 Each 3000.00 6000.00 AT Par 6000.00 Rs.
13
Description:- Dismantling of ATD
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule L1-Items covered under USSOR-2022 377475.77
Above/
Please see Item Breakup for details. 377475.77 AT Par 377475.77
10 Below/Par
Description:- Items covered under USSOR-2022
3. ITEM BREAKUP
5 083040 Removing, screening and salvaging ballast from track, duly cum 150.00 280.49 42073.50
digging / scarifying ballast by beaters / wire brushes or any
mechanical means, leveling and dressing formation with
specified cross slope after salvaging ballast, separating
muck by screening the salvaged ballast with contractor's
20mm size sieve, stacking of screened ballast for
measurement, disposing off muck at specified locations
with all lead & lifts as directed by Engineer in-charge. Note:
Payment shall be made for quantity of ballast stacked after
screening of retrieved ballast from track.
Through packing of track, as per procedure prescribed in
latest edition of Indian Railways Permanent Way Manual
6 131011 For PSC sleeper Track with Sleeper Density of 1540 TRM 250.00 94.58 23645.00
Sleepers/Km or more
Picking up of slacks in track of all sleeper density, duly
opening up ballast, gauging, alignment, correcting
longitudinal & cross levels, packing, boxing of ballast and
dressing the same under traffic conditions as per
procedure prescribed in latest edition of IRPWM and as
directed by Engineer in-charge. Note: In-charge section
Engineer should identify locations requiring packing and
obtain prior approval of DEN/XEN before execution of the
work when there is no Zonal Track Maintenance agency
deployed in the section.
7 131021 For PSC Sleeper TRM 100.00 81.07 8107.00
Through packing of points and crossings, derailing
switches including gauging, fittings recoupment, ballasting
as required, elimination of sag and to the required
alignment after Deep Screening as per procedure
prescribed in latest edition of IRPWM complete as per
direction of Engineer-in-charge. Note: This work shall be
operated in exceptional cases with written approval at DEN
level when UNIMAT is not available and immediate packing
is required to pass train over it.
8 131051 1 in 8½ PSC layout Set 3.00 10390.42 31171.26
9 131054 1 in 8½ Derailing Switch Set 2.00 1479.76 2959.52
Maintenance of track on main line & loops, Points &
crossings etc. including special attention to section for
carrying out various maintenance works listed in Indian
Railways P.Way Manual / Bridge Manual for safe running
of goods and passenger trains with contractor's tools /
labours etc. complete, as directed by Engineer in-charge.
Note: Contractor shall arrange one gang at any point of
time comprising of minimum specified labours with
sufficient experience in P.Way working.
10 136041 One mobile Gang comprising of 15 physically fit labours Gang 30.00 12789.61 383688.30
plus 1 Mate. Note: (1) In case, contractor provides less no. Day
of Labour/Mate or for non availability of vehicle, payment
will be deducted for each such person or non-availability of
vehicle @ 20% of the accepted item rate, separately for
each shortfall. (2) The Contractor shall keep one pick up
Truck of minimum 1.5T payload capacity with Driver all the
time and all expenditures for running at an average of 80
kms per day shall be born by the Contractor.
11 136100 Removing weeds & bushes in ballast section and cess up TRM 1000.00 13.48 13480.00
to 3.95m from centre line of track in mid section & station
yard, as specified by Engineer in-charge including disposal
of branches, bushes outside cess/yard.
12 136110 Trimming of tree branches coming within 6m of centre line Each 2.00 155.25 310.50
of track & those obstructing views of Curves/LCs / Signal /
Indicator at locations in section & station yard, as specified
by Engineer in-charge including disposal of branches,
bushes outside cess/yard. Note: Girth of more than 20 cm
will only be considered as tree branch.
44 211030 Fabricating of check rails of 52Kg and 90R sections for RM 200.00 171.51 34302.00
providing to curves by cutting web of rail horizontally by
gas, grinding for smoothening the cut edge and drilling of
parabolic shaped holes to the web of check rails as per
drawing and specification and as per directions of engineer
in-charge with all contractor's labour, tools and materials
complete. Note: 1. Rails shall be supplied by Railways
2.The both ends of head of check rails are to bent/cut as
per drawing. 3. The released rail scrap shall be stacked
neatly with in a lead of 500m. 4.Drilling of holes shall be
paid under relevant item.
Hiring of machinery for minor miscellaneous works for
short duration including operator/driver, fuel, lubricants and
consumable. The contractor shall arrange all statutory
permits as required by rules and regulations prevailing in
the area of work. Payment shall be made for actual
working hours at site.
45 211201 JCB Backhoe Loaders 3DX Plus or similar with minimum Hour 50.00 754.10 37705.00
1.10 cum bucket capacity
46 211203 Tractor with Trolley for local transportation or other misc. Hour 50.00 145.67 7283.50
works.
47 211210 Arranging labour as and when required by the Engineer in Day 30.00 636.86 19105.80
charge, for various works under SSE/P.Way, with
contractor's T&P, equipments, hand signal flags, etc. as
per specifications, special conditions and detailed scope of
work as furnished in the tender and as directed by the
Engineer in charge. Note: Item shall be operated with prior
approval of concerned Sr. DEN / DEN in charge.
48 211250 Manufacturing and fixing buffer stop with Railway supplied Each 1.00 14764.14 14764.14
rails, cutting, including bending of rails as per plan ,with all
contractor's labour, materials, tools, plants etc. and all lead
and lift including crossing of track where necessary and as
directed by Engineer in charge at site. Note: Excavation,
fixing rails in cement concrete, drilling of holes will be paid
separately.
Total 1103850.33
Schedule Schedule A1-Items covered under DSR-2021
Item- 7 Items covered under DSR-2021
S No. Item No Description of Item Unit Qty Rate Amount
10.0 STEEL WORK
10.2 Structural steel work riveted, bolted or welded in built up Kg 70000 111.95 7836500
sections, trusses and framed work, including cutting,
1
hoisting, fixing in position and applying a priming coat of
approved steel primer all complete.
Steel work welded in built up sections/ framed work,
including cutting, hoisting, fixing in position and applying a
10.25
priming coat of approved steel primer using structural steel
etc. as required.
10.25.2 In gratings, frames, guard bar, ladder, railings, brackets, Kg 10000 142.3 1423000
2
gates and similar works
Total 9259500.00
Schedule Schedule A2-Items covered under DSR-2021
Item- 8 Items covered under DSR-2021
S No. Item No Description of Item Unit Qty Rate Amount
5.0 REINFORCED CEMENT CONCRETE
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including straightening,
5.22 cutting, bending, placing in position and binding all
complete upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 70000 89.65 6275500
1
more.
Total 6275500.00
Schedule Schedule K1-Electrical TRD Items
Item- 9 Electrical TRD Items
S No. Item No Description of Item Unit Qty Rate Amount
1 011050 6 (c) Supply (excluding supply of copper contact wire ) and Kilometre 0.60 49085.00 29451.00
erection of tramway OHE with contact wire only (regulated
with catenary wire) by manual means -Supply Only
2 011060 6 (c) Supply (excluding supply of copper contact wire ) and Kilometre 0.60 29087.00 17452.20
erection of tramway OHE with contact wire only (regulated
with catenary wire) by manual means -Erection Only
3 011070 6 (c) Supply (excluding supply of copper contact wire ) and Kilometre 0.60 29087.00 17452.20
erection of tramway OHE with contact wire only (regulated
with catenary wire) by manual means -Erection under
power block
4 011140 9 (e) Supply ( excluding supply of copper conductor ) and Each 1.00 7343.00 7343.00
erection of anti creep with Pure/Cadmium copper catenary
wire suitable for tramway type OHE (Regulated). -Supply
Only
5 011150 9 (e) Supply ( excluding supply of copper conductor ) and Each 1.00 1731.00 1731.00
erection of anti creep with Pure/Cadmium copper catenary
wire suitable for tramway type OHE (Regulated). -Erection
Only
6 011160 9 (e) Supply ( excluding supply of copper conductor ) and Each 1.00 1731.00 1731.00
erection of anti creep with Pure/Cadmium copper catenary
wire suitable for tramway type OHE (Regulated). -Erection
under power block
Total 75160.40
Schedule Schedule K2-Electrical TRD Items
Item- 10 Electrical TRD Items
S No. Item No Description of Item Unit Qty Rate Amount
1 021010 3 (a)(ii) Supply only of fabricated mast K,B,T & S series etc MT 4.00 94860.00 379440.00
excluding S1 to S8 masts - Supply Only
2 021030 3 (b)(i) Supply and erection of fabricated steel work other MT 1.20 98803.00 118563.60
than masts by manual/crane-Supply only
3 021040 3 (b)(i) Supply and erection of fabricated steel work other MT 1.20 6966.00 8359.20
than masts by manual/crane-Erection only
4 021050 3 (b)(i) Supply and erection of fabricated steel work other MT 1.20 6966.00 8359.20
than masts by manual/crane-Erection under power block
5 021060 3(c) Supply and erection of fabricated and galvanized small MT 0.50 96832.00 48416.00
parts steel work-Supply Only
6 021070 3(c) Supply and erection of fabricated and galvanized small MT 0.50 5800.00 2900.00
parts steel work-Erection Only
7 021080 3(c) Supply and erection of fabricated and galvanized small MT 0.50 5800.00 2900.00
parts steel work-Erection under power block
Total 568938.00
Schedule Schedule K3-Electrical TRD Items
Item- 11 Electrical TRD Items
S No. Item No Description of Item Unit Qty Rate Amount
1 031050 2 (b) Concrete for foundation and plinth in other than hard cum 35.00 5714.00 199990.00
soil and rocky soil-Supply Only
2 031060 2 (b) Concrete for foundation and plinth in other than hard cum 35.00 918.00 32130.00
soil and rocky soil-Erection Only
Total 232120.00
Schedule Schedule K4-Electrical TRD Items
Item- 12 Electrical TRD Items
S No. Item No Description of Item Unit Qty Rate Amount
1 041010 1(a) Preparation of designs and drawings for over head Kilometre 1.00 10279.00 10279.00
equipment and verification of Purchasers Engineering Plan
(Unit is STKM)
2 041030 1 ( c ) Preparation of station working rule diagram and Each 1.00 7233.00 7233.00
working instruction pertaining to 25 KV AC Traction
3 041040 3 (a)(i) Erection of traction masts and main masts of MT 4.00 4990.00 19960.00
switching stations and L.T. supply transformer stations by
manual/crane
4 041070 3(e) Supply and erection of a Guy rod assembly -Supply Each 2.00 9388.00 18776.00
only
5 041080 3 (e) Supply and erection of a Guy rod assembly -Erection Each 4.00 542.00 2168.00
only
6 041090 3 (e) Supply and erection of a Guy rod assembly -Erection Each 2.00 542.00 1084.00
under power block only
7 041100 4(a)(i)(a) Supply and erection of a single bracket assembly Each 2.00 19296.00 38592.00
(including stay and bracket insulators) -Supply only
8 041110 4(a)(i)(a) Supply and erection of a single bracket assembly Each 2.00 1007.00 2014.00
(including stay and bracket insulators) -Erection only
9 041120 4(a)(i)(a) Supply and erection of a single bracket assembly Each 2.00 1007.00 2014.00
(including stay and bracket insulators) -Erection under
power block only
10 041190 4 (a) (iii) (a) Supply and erection of a single bracket Each 10.00 19280.00 192800.00
assembly suitable tramway type Over Head Equipment
(Regulated) including stay and BKT insulators -Supply only
11 041200 4 (a) (iii) (a) Supply and erection of a single bracket Each 10.00 628.00 6280.00
assembly suitable tramway type Over Head Equipment
(Regulated) including stay and BKT insulators -Erection
only
12 041210 4 (a) (iii) (a) Supply and erection of a single bracket Each 10.00 628.00 6280.00
assembly suitable tramway type Over Head Equipment
(Regulated) including stay and BKT insulators -Erection
under power block only
13 041250 4 (a) (iv) Extra on item 4(a) (iii) for supporting two Each 2.00 1932.00 3864.00
Tramway type OHE (Regulated)-Supply only
14 041260 4 (a) (iv) Extra on item 4(a) (iii) for supporting two Each 2.00 391.00 782.00
Tramway type OHE (Regulated)-Erection only
15 041270 4 (a) (iv) Extra on item 4(a) (iii) for supporting two Each 2.00 391.00 782.00
Tramway type OHE (Regulated)-Erection under power
block only
16 041790 8 (a) (vi) Supply and erection of regulating equipment (3 Each 2.00 53847.00 107694.00
pulley type) modified with counter weight assembly for
tramway type OHE (Regulated). -Supply only
17 041800 8 (a) (vi) Supply and erection of regulating equipment (3 Each 4.00 2904.00 11616.00
pulley type) modified with counter weight assembly for
tramway type OHE (Regulated). -Erection only
18 041810 8 (a) (vi) Supply and erection of regulating equipment (3 Each 4.00 2904.00 11616.00
pulley type) modified with counter weight assembly for
tramway type OHE (Regulated). -Erection under power
block only
19 041820 8(b) (i) Supply and erection of materials for termination of Each 4.00 6619.00 26476.00
Single conductor of overhead equipment.-Supply only
20 041830 8(b) (i) Supply and erection of materials for termination of Each 4.00 995.00 3980.00
Single conductor of overhead equipment.-Erection only
21 041840 8(b) (i) Supply and erection of materials for termination of Each 4.00 995.00 3980.00
Single conductor of overhead equipment.-Erection under
power block only
22 041910 8 (b)(iv) Supply and erection of materials for anticreep Each 1.00 8377.00 8377.00
termination (one end)-Supply Only
23 041920 8 (b)(iv) Supply and erection of materials for anticreep Each 1.00 1126.00 1126.00
termination (one end)-Erection Only
24 041930 8 (b)(iv) Supply and erection of materials for anticreep Each 1.00 1126.00 1126.00
termination (one end)-Erection under power block Only
25 041970 8(b) (vi) Supply and erection of materials for termination of Each 4.00 6699.00 26796.00
tramway type OHE (Regulated).-Supply only
26 041980 8(b) (vi) Supply and erection of materials for termination of Each 4.00 946.00 3784.00
tramway type OHE (Regulated).-Erection only
27 041990 8(b) (vi) Supply and erection of materials for termination of Each 4.00 946.00 3784.00
tramway type OHE (Regulated).-Erection under power
block only
28 042190 10 (c) Extra on item 6 (c) & (d) for supply and erection of Each 4.00 6169.00 24676.00
additional fittings required at a turnout, diamond crossing
or over lap - Supply only
29 042200 10 (c) Extra on item 6 (c) & (d) for supply and erection of Each 4.00 745.00 2980.00
additional fittings required at a turnout, diamond crossing
or over lap - Erection only
30 042210 10 (c) Extra on item 6 (c) & (d) for supply and erection of Each 4.00 745.00 2980.00
additional fittings required at a turnout, diamond crossing
or over lap - Erection under power block only
31 042220 11 (a) (i) Supply and erection of porcelain cut-in- insulator - Each 2.00 5004.00 10008.00
Supply only
32 042230 11 (a) (i) Supply and erection of porcelain cut-in- insulator - Each 2.00 538.00 1076.00
Erection only
33 042240 11 (a) (i) Supply and erection of porcelain cut-in- insulator - Each 2.00 538.00 1076.00
Erection under power block only
34 042280 11 (b) Supply and erection of a 25 kV Post insulator - Each 6.00 5825.00 34950.00
Supply only
35 042290 11 (b) Supply and erection of a 25 kV Post insulator - Each 6.00 467.00 2802.00
Erection only
36 042300 11 (b) Supply and erection of a 25 kV Post insulator - Each 6.00 467.00 2802.00
Erection under power block only
37 042430 12 (c ) Supply and erection of a section insulator assembly Each 7.00 32555.00 227885.00
suitable for tramway type OHE( Regulated )-Supply only
38 042440 12 (c ) Supply and erection of a section insulator assembly Each 7.00 2565.00 17955.00
suitable for tramway type OHE( Regulated )-Erection only
39 042450 12 (c ) Supply and erection of a section insulator assembly Each 7.00 2565.00 17955.00
suitable for tramway type OHE( Regulated )-Erection under
power block only
40 042480 13 (a) Supply and erection of 25 KV S.P. isolators without Each 1.00 34563.00 34563.00
earth contact assembly. -Supply only
41 042490 13 (a) Supply and erection of 25 KV S.P. isolators without Each 1.00 3797.00 3797.00
earth contact assembly. -Erection only
42 042500 13 (a) Supply and erection of 25 KV S.P. isolators without Each 1.00 3797.00 3797.00
earth contact assembly. -Erection under power block only
43 042540 13 (c) Supply and erection of 25 kV double pole Isolator - Each 2.00 62496.00 124992.00
Supply only
44 042550 13 (c) Supply and erection of 25 kV double pole Isolator - Each 3.00 5770.00 17310.00
Erection only
45 042560 13 (c) Supply and erection of 25 kV double pole Isolator - Each 3.00 5770.00 17310.00
Erection under power block only
46 042570 13 (d) Extra for supply and erection of an earth contact Each 2.00 8502.00 17004.00
assembly in an Isolator -Supply only
47 042580 13 (d) Extra for supply and erection of an earth contact Each 2.00 229.00 458.00
assembly in an Isolator -Erection only
48 042590 13 (d) Extra for supply and erection of an earth contact Each 2.00 229.00 458.00
assembly in an Isolator -Erection under power block only
49 042600 13 (e) Extra on item No.13 (a) (b) & (c ) for an inter locking Each 4.00 2450.00 9800.00
device. -Supply only
50 042610 13 (e) Extra on item No.13 (a) (b) & (c ) for an inter locking Each 4.00 379.00 1516.00
device. -Erection only
51 042620 13 (e) Extra on item No.13 (a) (b) & (c ) for an inter locking Each 4.00 379.00 1516.00
device. -Erection under power block only
52 042720 16 (a) Supply and erection of a structure bond-Supply only Each 30.00 499.00 14970.00
53 042730 16(a) Supply and erection of a structure bond-Erection only Each 30.00 201.00 6030.00
54 042740 16 (b) Supply and erection of longitudinal bond -Supply Each 10.00 221.00 2210.00
only
55 042750 16 (b) Supply and erection of longitudinal bond-Erection Each 10.00 252.00 2520.00
only
56 042760 16 (c) Supply and erection of transverse and special bond - Each 10.00 456.00 4560.00
Supply only
57 042770 16 (c) Supply and erection of transverse and special bond - Each 10.00 323.00 3230.00
Erection only
58 042780 17 (a) Supply and erection of a single earth electrode - Each 6.00 2147.00 12882.00
Supply only
59 042790 17(a) Supply and erection of a single earth electrode - Each 6.00 759.00 4554.00
Erection only
60 043430 26 (a) (ii) Supply and erection of Solid copper bus bar 18 Metre 20.00 1036.00 20720.00
mm-Supply only
61 043440 26 (a)(ii) Supply and erection of Solid copper bus bar 18 Metre 20.00 70.00 1400.00
mm -Erection only
62 043450 26 (a)(ii) Supply and erection of Solid copper bus bar 18 Metre 20.00 70.00 1400.00
mm -Erection under power block only
63 044140 30 (b)(iv) Supply and erection of caution boards along with Lumpsum 1.00 28654.00 28654.00
suitable fixing clamps-Supply Only
64 044150 30 (b)(iv) Supply and erection of caution boards along with Lumpsum 1.00 2141.00 2141.00
suitable fixing clamps-Erection Only
65 044160 30 (b)(iv) Supply and erection of caution boards along with Lumpsum 1.00 2141.00 2141.00
suitable fixing clamps-Erection under power block Only
66 044170 31 (a)Transfer of equipment from one mast or support to Each 6.00 1787.00 10722.00
another- Erection Only
67 044180 31 (a)Transfer of equipment from one mast or support to Each 6.00 1787.00 10722.00
another- Erection under power block Only
68 044230 31 (d) Dismantling of overhead equipment - Erection only Kilometre 0.20 36710.00 7342.00
69 044240 31 (d) Dismantling of overhead equipment - Erection under Kilometre 0.20 36710.00 7342.00
power block only
70 044270 31 (f) Splicing and extension of an anchored over head Each 3.00 1418.00 4254.00
equipment -Supply only
71 044280 31 (f) Splicing and extension of an anchored over head Each 3.00 6161.00 18483.00
equipment -Erection only
72 044290 31 (f) Splicing and extension of an anchored over head Each 3.00 6161.00 18483.00
equipment -Erection under power block only
73 044300 31 (g) Dismantling of a section insulator -Supply only Each 4.00 2841.00 11364.00
74 044310 31 (g) Dismantling of a section insulator - Erection only Each 4.00 4224.00 16896.00
75 044320 31 (g) Dismantling of a section insulator - Erection under Each 4.00 4224.00 16896.00
power block only
76 044350 31 (i) Dismantling of an isolator-Erection only Each 3.00 948.00 2844.00
77 044360 31 (i) Dismantling of an isolator-Erection under power block Each 3.00 948.00 2844.00
only
78 044370 31 (j) Dismantling of a pin/pedestal insulators.- Erection Each 6.00 311.00 1866.00
only
79 044380 31 (j) Dismantling of a pin/pedestal insulators.- Erection Each 6.00 311.00 1866.00
under power block only
80 044390 31 (k) Dismantlement of OHE mast / structure by cutting- Each 7.00 3576.00 25032.00
Erection only
81 044400 31 (k) Dismantlement of OHE mast / structure by cutting- Each 5.00 3576.00 17880.00
Erection under power block only
82 044410 31 (l) Dismantlement of OHE mast/structure by breaking Each 5.00 5100.00 25500.00
the foundation -Erection only
83 044420 31 (l) Dismantlement of OHE mast/structure by breaking Each 5.00 5100.00 25500.00
the foundation -Erection under power block only
84 044450 31 (n) Dismantling of guy rod -Erection only Each 2.00 2309.00 4618.00
85 044460 31 (n) Dismantling of guy rod -Erection under power block Each 2.00 2309.00 4618.00
only
86 044610 3 (a)(i) Erection of traction masts and main masts of MT 4.00 4990.00 19960.00
switching stations and L.T. supply transformer stations by
manual/crane under Power Block
Total 1465373.00
Schedule Schedule L1-Items covered under USSOR-2022
Item- 10 Items covered under USSOR-2022
S No. Item No Description of Item Unit Qty Rate Amount
Under conditions not requiring Traffic Block: Dismantling of
existing BG turnouts, diamond crossings and derailing
switches with all types of rails and sleeper layout, removing
rails, switches, crossings, sleepers & fastenings, leveling of
ballast to correct profile & stacking all the released
materials, sleepers, fastenings, rails, switches & crossings
including segregating & stacking at specified locations in a
neat and countable manner, within the lead of 250m & all
lift, clear of infringements, crossing of track, if any
complete, as directed - Note: 1. This item shall be operated
only when existing turnout is replaced either with new
turnout in case of TTR or with plain track when existing
turnout is no more required at that location. 2. Rail cutting
will be paid extra under relevant item. 3. Laying of new
turnout or plain track on prepared ballast bed, as required,
shall be paid separately under relevant item.
1 071021 1 in 8½ Turnout (Under conditions not requiring Traffic Set 1.00 21836.48 21836.48
Block).
2 071026 Derailing Switch (Under conditions not requiring Traffic Set 1.00 4982.15 4982.15
Block).
Laying and linking of turnouts of all types including
diamond crossings & Derailing switches with 52Kg / 60Kg
rail section on PSC sleepers on prepared ballast bed for
New lines or during total closure of section at indicated
location as per standard drawing, duly leading sleepers,
rails, switches, crossings, fastenings including rail cutting,
drilling, fixing of all components, fittings with housing of
tongue rails as per requirement of signaling, preparing
ballast bed, filling and spreading of ballast as required,
linking of turnout with track, attending track parameters
including lifting, providing one round of packing to make
track fit for 20 kmph speed including lubrication of
fittings/fastenings, complete as directed by Engineer in-
charge.
3 072041 1 in 8½ Turnouts Set 3.00 39803.63 119410.89
4 072046 Derailing Switch Set 2.00 8938.09 17876.18
Lifting the newly inserted BG 60 Kg. / 52 Kg. turnouts/ trap
switches to required level to provide full ballast cushion as
per approved drawings after initial laying with Railway's
stone ballast in convenient stages including one round of
through packing after completion of final stage of lift,
levelling, aligning, gauging and boxing to standard profile
to make it fit for 20 kmph with all lead and lifts, complete in
all respect and as directed by the Engineer-in-charge.
Note: 1. The item shall be used only when UNIMAT is not
available for the work before the turnout is opened for
operation. 2. Leading and dumping of ballast will be paid
separately under relevant item.
5 073021 For 1 in 8½ Points & Crossing Set 3.00 7145.93 21437.79
6 073024 For Derailing Switch Set 2.00 5275.49 10550.98
7 121010 Dismantling of existing LWR/SWR track of any structure, TRM 120.00 162.22 19466.40
removing rails, sleepers, fish plates, cutting of rails,
segregation and stacking of released Rails, Sleepers and
fitting at nominated location in countable manner within a
free lead of 500m, levelling of ballast to correct profile for
laying new track over it, all as per direction of Engineer-in-
Charge.
Providing Centre Line / Rail Level, reference Pegs on
formation at an interval of 30 metres on one side or at
centre of proposed / existing track, as directed by engineer
in-charge for linking of new track / CTR / Deep Screening /
Lifting / Lowering works, duly embedding in formation
including marking with contractor's paint. Note: (1) Rails/tie
bar of suitable size bar shall be supplied by the Railways
from nearest Stores Depot. In case of hard wood peg, the
hard wood will be supplied by the contractor. (2)
Excavation and concrete work, if required, will be paid
separately.
8 123013 With contractor's hard wood pegs of 50 mm dia and 60 cm Each 20.00 114.29 2285.80
long
9 123030 Spreading of ballast, from existing stacks available along cum 650.00 42.19 27423.50
formation on top or at cess, in required uniform thickness,
compaction of ballast layer laid on new formation at all the
locations with smooth wheeled power roller of 8-10 tonne
capacity to sufficient number of passes to form
consolidated ballast bed of approximately 250mm
thickness to a width of 4m symmetrical to centre line of
proposed track in correct line & level with all ascents &
descents, as directed by Engineer in-charge. Note: Item is
inclusive of (a) providing ramp for taking roller to formation
and removing the same & making good formation after
completion of work; (b) redistribution & leveling of excess
ballast while rolling to obtain uniform plane cambered
surface.
Linking of BG track (except at LC, Bridges and SEJs) with
any type of rail section and sleeper of specified density, on
ballast bed spread and compacted with suitable roller, over
prepared formation including leading free rails/welded
panels available along the alignment on to formation,
leading and spreading all fittings and fastenings, spreading
of sleepers at specified spacing, squaring, placing of rails
over sleepers and fixing rails to sleepers with all types of
fittings and fastenings to correct gauge & alignment,
lubrication of fittings and fastenings with contractor's
grease as per IRPWM standards with contractors labour,
tools, consumables, with all lead, lifts etc. complete and
raising, levelling and initial packing of track to make it fit for
30 kmph and meet other prerequisites prescribed in Indian
Railway Track Machine Manual for deployment of Tamping
Machine. Note: 1.Rail cutting and Hole drilling shall be paid
separately. 2.Spreading of ballast and compaction shall be
paid separately under relevant item.
10 123042 For sleeper density of 1540 sleepers per km TRM 250.00 244.23 61057.50
Shifting / Slewing the existing or newly assembled track of
any rail section with any type of sleepers and any density
under line block to correct locations & alignment and
attending to one round kutcha packing to run safely at
20KMPH speed with all contractors tools and consumables
complete and as directed by Engineer in-charge.
11 123091 Maximum Shifting / Slewing up to 1 metre TRM 100.00 187.81 18781.00
4. ELIGIBILITY CONDITIONS
A) Technical eligibility criteria for non-composite works costing above Rs.50.00 lakhs As
per clause 10.1(a) of IRGCC-2022 ( part-1) :. (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: 1.Three similar
works each costing not less than the amount equal to 30% of advertised value of the
tender, Or 2.Two similar works each costing not less than the amount equal to 40% of
advertised value of the tender or 3.One similar work each costing not less than the
amount equal to 60% of advertised value of the tender B ) Technical eligibility for
composite tender: 1.Each component of value more than 2 Crs shall be taken for
evaluation of technical eligibility as per 10.1(b) of IRSGCC-2022. 2.In case single
completion certificate containing more than one component is submitted by the tenderer,
value of each component is to be specified in that completion certificate. Separate
completed works of minimum required values for each component shall also be
considered for fulfilment of technical eligibility criteria 3.In case tenderer fails to submit
completion certificate with component wise value bifurcation of work for evaluation of
technical eligibility, the certificate shall be treated Incomplete and invalid and shall not
Allowed
1 be considered for evaluation of technical eligibility. 4.Technical eligibility shall be fulfilled No No
(Mandatory)
by tenderer as per clause 10.1 of IRSGCC-2022 (Part- I) and 17.15.1(b) of IRSGCC-2022
(Part- I) for the component/components of value of more than 50% of tender value or by
Sub- contractor as per clause 7(a)(ii) of GCC (Part-II) for the other component/
components of value less than 50% of tender value. Each other member of JV shall
have technical capacity of minimum 10% of advertised value of any component. 5.If the
Tenderer proposes to sub-contract any component/components as per item 4 above ,
which is less than 50% of tender value, then a formal agreement duly notarised, legally
enforceable in the court of law, shall be executed by the sub-contractor(s) and shall be
submitted along with the offer for considering subletting of that scope of work towards
fulfilment of technical eligibility as per clause 7(a)(ii) of Part II of IRSGCC 2022. 6.For
component less than Rs 2 Cr, technical Eligibility will not be considered in tender
evaluation and the documents of sub-contractor need not be submitted along with tender.
7.The contractor will engage an eligible sub- contractor after award of contract with the
approval of Chief Engineer in writing subject to complying clause 7 of Part II of IRSGCC
2022 . Note: Tenderers may see Explanation for Para 10 of the Tender Form (Second
Sheet) including Para 10.1 to 10.5 - Eligibility Criteria of IRSGCC-2022.
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work
experience certificate issued by Public listed company having average annual turnover
of Rs 500 crore and above in last 3 financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange, incorporated/registered
at least 5 years prior to the date of closing of tender, shall also be considered provided
the work experience certificate has been issued by a person authorized by the Public
Allowed
1.1 listed company to issue such certificates. The work executed by the tenderer for any No No
(Mandatory)
Govt. /Govt.bodies/PSUs and public listed company shall only be considered for fulfilling
of Technical Eligibility Criteria. In case tenderer submits work experience certificate
issued by public listed company, the tenderer shall also submit along with work
experience certificate, the relevant copy of work order, bill of quantities, bill wise details
of payment received duly certified by Chartered Accountant, TDS certificates for all
payments received and copy of final/last bill paid by company in support of above work
experience certificate.
Uploading of Certificate in regard to restrictions on procurement from a bidder of a Allowed
1.2 No No
country which shares a land border with India as per clause- 27 of SCC 2022. (Mandatory)
Uploading of Certificate in regard to restrictions on procurement from a bidder of a
Allowed
1.3 country which shares a land border with India and on sub-contracting to contractors from No No
(Mandatory)
such countries as per clause- 27 of SCC 2022
Defination of Similar Work :- Any work of supply, fabrication & erection of steel structure
1.4 No No Not Allowed
including allied works.
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.
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
Commercial-Compliance
In case, the Tenderer is a Company, the tenderer(s) shall scan and submit
with their offer, the following documents: (i)The copies of MOA (Memorandum
of Association) / AOA (Articles of Association) of the company (ii)A copy of
Certificate of Incorporation (iii)A copy of Authorization/Power of Attorney
issued by the Company (backed by the resolution of Board of Directors) in
favour of the individual to sign the tender on behalf of the company and create
liability against the company. (iv)An undertaking that the Company is not
Allowed
4 blacklisted or debarred by Railways or any other Ministry / Department of Yes Yes
(Optional)
Govt. of India from participation in tender on the date of opening of bids, either
in individual capacity or as a member of the partnership firm or JV in which the
Company was / is a partner/member. Concealment / wrong information in
regard to above shall make the contract liable for determination under Clause
62 of the General Conditions of Contract. (v)All other documents in terms of
para 10 of tender form (2nd Sheet) of IRSGCC-2022 (vi) All other documents
as per Clause 14of IRSGCC -April -2022- Part 1.
In case, the Tenderer is a JV Firm, the tenderer(s) shall scan and submit with
their offer the following documents: In case one or more of the members of the
JV is/are (A)Partnership firm(s), following documents shall be submitted: (i)A
notarized copy of the Partnership Deed or Copy of partnership deed registered
with registar , (ii)A copy of consent of all the partners or individual authorized
by partnership firm, to enter into the Joint Venture Agreement on a stamp
paper, (iii)A notarized or registered copy of Power of Attorney in favour of the
individual to sign the MOU/JV Agreement on behalf of the partnership firm and
create liability against the firm. (iv) An undertaking by all partners of the
partnership firm that they are not blacklisted or debarred by Railways or any
other Ministry / Department of the Govt. of India from participation in tenders /
contracts as on the date of submission of bids, either in their individual
capacity or in any firm/LLP in which they were / are partners/members. Any
Concealment / wrong information in regard to above shall make the bid
ineligible or the contract shall be determined under Clause 62 of the Standard
General Conditions of Contract. In case one or more members is/are (B) HUF,
the following documents shall be enclosed: (i) A copy of notarized affidavit on
Stamp Paper declaring that his concern is a proprietary concern and he is sole
proprietor of the concern or he who is signing the affidavit on behalf of HUF is
in the position of 'Karta' of Hindu Undivided Family (HUF) and he has the
authority, power and consent given by other members to act on behalf of HUF.
In case one or more members of the JV is/are (C)Companies, the following
documents shall be submitted: (i)A copy of resolutions of the Directors of the Allowed
5 Yes Yes
Company, permitting the company to enter into a JV agreement, (ii)The copies (Optional)
of MOA (Memorandum of Association) / AOA (Articles of Association) of the
company (iii)A copy of Certificate of Incorporation (iv)A copy of
Authorization/copy of Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender, sign MOU/JV Agreement on behalf of the company and create liability
against the company. (D) In case one or more members of the JV is/are LLP
firm/s, the following documents shall be submitted: (i)A copy of LLP Agreement
(ii)A copy of Certificate of Incorporation of LLP(iii) A copy of resolution passed
by partners of LLP firm, permitting the Firm to enter into a JV agreement.(iv) A
copy of Authorization /copy of Power of Attorney issued by the LLP firm
(backed by resolution passed by the Partners) in favour of the individual, to
sign the tender and/or sign the MOU/ JV agreement on behalf of the LLP and
create liability against the LLP. (v) An undertaking by all partners of the LLP
that they are not blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders / contracts as on
the date of submission of bids, either in their individual capacity or in any
firm/LLP or JV in which they were / are partners/members. Any Concealment /
wrong information in regard to above shall make the contract liable for
determination under Clause 62 of the Standard General Conditions of
Contract. In case one or more members of the JV is/are Society/s or Trust/s,
the following documents shall be submitted: (E)A copy of Certificate of
Registration
i)A copy of Memorandum of Association of Society/Trust Deed A copy of Rules
& Regulations of the Society (ii) A copy of Power of Attorney, in favour of the
individual to sign the tender documents and create liability against the Allowed
5.1 Yes Yes
Society/Trust. (F)Other documents as mentioned in terms of para 10 of (Optional)
Tender form(2nd sheet) of IRSGCC-April-2022 Part-I. (G)All other documents
as per Clause 14 , 17 & 18 of IRSGCC-April 2022 -Part 1 are to be submitted.
General Instructions
The Tenderer(s) shall keep the offer open for a minimum period of 60 days in
15 the case of Single Packet system of tendering and 90 days in the case of Two No No Not Allowed
Packet system of tendering from the date of closing of the tender.
If eligible L-1 tenderer resiles/withdraws offer after closing of the tender such
16 tenderer shall be debarred from participation in the tender for this work and No No Not Allowed
Bid Security shall be forfeited.
The General Conditions of Contract governing the performance of the works
covered by this tender are the Indian Railway Standard General Conditions of
Contract [IRSGCC]- April-2022 as amended from time to time up to date. A
soft copy of the Indian Railway Standard General conditions of Contract is
17 given as attached documents to the tender for reference. The tenderer(s) No No Not Allowed
is/are deemed to have fully read, understood and agreed all the provisions of
the IRS General conditions of Contract including all corrections and
Amendments issued up to date while submission of offer and any claim that
the tenderer (s) is/are not aware of same shall not be entertained.
The decision of the Railway regarding the corrections/suitability of the
18 certificates is final and binding on the tenderer. The tenderer shall not have No No Not Allowed
any claim whatsoever in this regard.
Unreleased Bid Security, if any, held with the Railway Administration shall not
19 be adjusted towards the Bid Security to be remitted online for the present No No Not Allowed
tender.
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
20 No No Not Allowed
The rate should be quoted duly considering the site conditions. The tenderer
shall not have any claim later whatsoever in this regard.
Refund of Bid Security - (a) In Single Packet System, the Bid Security of the
unsuccessful tenderers will be returned on finalisation / award of tender. (b) In
case of Two Packet System, the Bid Security of the tenderers who do not get
21 shortlisted on evaluation of technical bid will be returned by Railways. The No No Not Allowed
price bids of shortlisted tenderers will be further evaluated for consideration
and award of work and thereafter Bid Security of unsuccessful tenderers will
be returned.
Corrigendum Notice: For the purpose of Corrigendum in the tender, the Notice
Inviting Tender (NIT) period is split as under: (a) Advertisement period: Time
during which all information pertaining to tender shall be available but offers
cannot be submitted. (b)Offer submission period: Fifteen days prior to opening
of tender during which tenderers can submit their offers. Issue of corrigendum
will be done only during Advertisement period. No corrigendum will be issued
22 No No Not Allowed
during offer submission period. However, the tenderers may note that for
cases requiring corrigendum during offer submission period, the tender under
the said Tender Notice may be cancelled at the discretion of Railways and
shall be re-tendered. (c) Date of inviting tender shall be the date of publishing
tender notice on IREPS website if tender is published on website or the date of
publication in newspaper in case tender is not published on website
Mobilisation Advance is applicable for advertised Tender value of more than
Rs.25.00 Crore. Tenderers may read the terms and conditions for grant of
such Mobilisation Advance given in the Tender Document. The rate of interest
23 will be as notified by Railway Board in advance of each financial year and will No No Not Allowed
be applicable for tenders opened in that financial year. Tenderers may submit
their request for grant of Mobilisation Advance in Pro forma 8 attached with
Tender Document.
An Proprietor / Partnership Firm / Company /JV Firm/ HUF /LLP Firm /
Registered Society etc., & Registered Trust can submit only one offer either in
his/their individual capacity or as a Proprietor or as a partner of Partnership
firm / JV Firm / HUF / Society etc., or as a Director of/LLP Firm any Company
24 No No Not Allowed
etc. In case of more than one offer received and any person is also a
Proprietor/Partner of Partnership Firm/JV or Director of a Company/Subsidiary
Company which also participated in the same tender, then all such offers shall
be considered as "Invalid".
The tenderer shall quote his rate as a percentage above or below or at par
with the Schedule of Rates except where he is required to quote item rates
and must tender for all the items in the Schedule of Quantities as appearing in
25 the Financial Offer Page. The tenderer can also offer rebate (in percentage) No No Not Allowed
on the Gross Bid value in the rebate field provided on the Financial Offer
Page. The Net Bid value shall be calculated by applying rebate on the Gross
Bid value. The offers shall be ranked on the basis of the Net Bid value.
Instructions regarding applicability of Price Variation Clause (PVC) is contained
26 in the Tender Documents. Tenderers are advised to read such conditions No No Not Allowed
before preparing their bid.
The offer shall be submitted by the tenderer or the person authorised by the
27 tenderer to digitally sign the tender documents / contract documents on behalf No No Not Allowed
of the tenderer.
The detailed item description of NON-USSOR items is given in the document
28 attached with the tender. Tenderers are advised to read carefully before No No Not Allowed
preparing their bid.
The tenderer shall submit along with the tender document, documents in
support of his/their claim to fulfil the eligibility criteria as mentioned in the
tender document. Each page of the copy of documents/certificates in support
of credentials, submitted by the tenderer, shall be self-attested/digitally signed
29 by the tenderer or authorised representative of the tendering firm. Self- No No Not Allowed
attestation shall include signature, stamp and date (on each page). Only those
documents which are declared explicitly by the tenderer as documents
supporting the claim of qualifying the laid down eligibility criteria, will be
considered for evaluating his/their tender.
The Railway reserves the right to verify all statements, information and
documents submitted by the bidder in his tender offer, and the bidder shall,
when so required by the Railway, make available all such information,
30 evidence and documents as may be necessary for such verification. Any such No No Not Allowed
verification or lack of such verification, by the railway shall not relieve the
bidder of its obligations or liabilities hereunder nor will it affect any rights of the
railway thereunder.
In case of any wrong information submitted by tenderer, the contract shall be
terminated, Bid Security, Performance Guarantee (PG) and Security Deposit
31 No No Not Allowed
(SD) of contract forfeited and agency barred for doing business on entire
Indian Railways for 5 (five) years.
The Railway will not be bound by any change in the composition of the
Partnership firm made subsequent to the submission of tender. Railway may,
32 No No Not Allowed
however, recognize such power of attorney and changes after obtaining
proper legal advice, the cost of which will be chargeable to the Contractor
If the JV is dissolved on account of death, retirement of any member or for any
reason what so ever, before fully completing the whole work or any part of it,
undertaken by the contract agreement, the surviving member shall remain
33 jointly, severally and personally liable to complete the whole work to the No No Not Allowed
satisfaction of the Railway and to pay compensation for loss sustained if any
by the Railway due to such dissolution. The amount of compensation shall be
decided by the Railway and this shall be final and binding on the contractor.
Any bidder from a country which shares a land border with India will be eligible
34 to bid in this tender only if the bidder is registered with the Competent No No Not Allowed
Authority. Please refer Clause - 27 of SCC 2022 for further details.
The successful bidder shall not be allowed to sub-contract works to any
35 contractor from a country which shares a land border with India unless such No No Not Allowed
contractor is registered with the Competent Authority.
The work experience certificate shall be issued by an officer not below the
rank of JA grade or bill passing Officer in Railways and Bill passing
36 Officer/Executive In-Charge of work in other Govt. /Govt. bodies /PSUs. The No No Not Allowed
certificates should bear the signature and seal of the issuing officer, name of
the department. Etc.,
In Case JV firms are allowed to participate, Technical and financial Eligibility of
the JV firm shall be adjudged based on satisfactory fulfilment of the clause No
37 No No Not Allowed
17.15.1 & 17.15.2 respectively of Part-I of IRSGCC- April-2022 with upto date
correction slip.
Special Conditions
A) An offer shall become invalid: - (i)if the Bid Security is not paid Online. (ii)if
the offer is not digitally signed by the tenderer/by the Attorney / by the person
authorized by the tenderer to sign and submit the tender on his/their behalf.
(iii)if any individual / Proprietor / Partnership Firm / Company /JV
Firm/HUF/Society etc. uploads more than one offer either in his/their individual
capacity or as a Proprietor or as a Partner/Member of Partnership Firm / JV
Firm / HUF / Society etc. or as a Director of any Company, etc. B) An offer
shall get summarily rejected if the following documents are not submitted
/attached with offer as per the list mentioned in the tender documents: -
4 (i)Documents as applicable in case of Proprietary concern/ Partnership firm / No No Not Allowed
JV Firm / Company/HUF/Society/LLP Firm, etc. (ii) Document verification
Certificate. (iii)Ballast test certificate, if applicable. (iv)any other document
required for evaluation of the bid. C) An offer shall get summarily rejected if
the tenderer adds any condition on his/their own (anywhere in the e-offer),
which is in violation of the Railway's Tender Conditions. D) An offer shall
become ineligible for award of the tendered work if the tenderer does not fulfil
the Eligibility Conditions, (both the Standard Financial Eligibility Criteria and the
Standard Technical Eligibility Criteria) prescribed in the Tender Documents
and bid capacity if applicable.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN Rs.50 Crores,
Electronic Reverse Auction(e-RA) method will be applicable as per guidelines
5 No No Not Allowed
issued by Railway Board vide Lr.No.2017/Trans/01/Policy/Pt-D dated
28.03.2018 (Copy attached in the list of documents)and amendment thereof.
An offer shall get summarily rejected if Compliance of Local content
6 requirement is not fulfilled and proforma 9(for works upto Rs.10 Cr) or No No Not Allowed
proforma 10 (for works more than Rs.10 Cr) is not submitted.
Technical-Compliances
Undertakings
I/we also agree to keep this offer open for acceptance for a period of 60 days
in case of SINGLE PACKET SYSTEM and 90 days in case of TWO (2)
PACKET SYSTEM from the date fixed for closing of the tender and will not
3 No No Not Allowed
resile from offer or modify the terms and conditions thereof in a manner not
acceptable to Railways and in any default thereof, I/we will be liable for
forfeiture of my/our Bid security.
The requisite amount towards Bid security is paid online. I/We are aware that
4 the full value of the Bid security shall stand forfeited without prejudice to any No No Not Allowed
other rights or remedies in case my/ our e-offer is accepted and if:
A) I/We do not execute the contract documents within seven days after receipt
4.1 No No Not Allowed
of notice issued by the railway that such documents are ready.
B) I / We do not commence the work within fifteen days after receipt of orders
4.2 No No Not Allowed
to that effect.
C) I / We do not submit a Performance Guarantee in any of the forms as
4.3 No No Not Allowed
prescribed.
I am the authorised person to represent the tendering firm and I am
authorised to digitally sign the tender documents and all the other documents
on behalf of the firm. I am fully aware that the offer will get summarily rejected
5 No No Not Allowed
if the offer is digitally signed by any person other than the person who is
authorised to digitally sign and submit the Tender Document on behalf of the
tendering firm.
I / We hereby certify that all the statements and documents scanned and
6 No No Not Allowed
submitted with my / our offer are true and correct.
I am / we are aware of the fact that this offer is made in the full understanding
7 that my / our offer will be subjected to verification of all the information No No Not Allowed
submitted with this offer.
I / We are aware of the fact that Firm/Company/Individual Owner/Proprietor
etc. will be legally liable and accountable for all activities performed by the
authorized signatories through the IREPS website. I/We keep the list and
8 details of the authorized signatories updated at all times and remove the name No No Not Allowed
of the authorized signatory immediately if he/she leaves the company. In case
of failure to do so, the Firm/Company/Individual Owner/ Proprietor will be held
liable for actions of such signatory.
I/We are fully aware that an individual / Proprietor / Partnership Firm /
Company /JV Firm/HUF/Society etc., can upload only one offer either in my /
our individual capacity or as a Proprietor or as a partner of partnership firm /
9 No No Not Allowed
JV Firm / HUF / Society or as a Director of any Company etc. and in case
more than one offer is received by Railways then such offers (including my/our
offer) shall be considered as "Invalid".
Until a formal agreement is prepared and executed, acceptance of this offer
will constitute a binding contract between us subject to modifications as may
10 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
I/we also undertake to carry out the work in accordance with said plans,
specifications and Conditions of Contract, and to find and provide such of the
materials (other than those to be supplied by the Railway) for, and to do all
such things which in the opinion of the Engineer may be necessary for, or
11 No No Not Allowed
incidental to the construction, completion and maintenance thereof and to
complete the whole of the said works in all respects, and hand them over to
you or your representative(s) within the period specified and to maintain the
same for the period and the manner provided for in the conditions of contract.
I/We also understand that my/our offer will be evaluated based on the
12 documents/credentials submitted along with the offer and same shall be No No Not Allowed
binding upon me/us.
I/We declare that the information and documents submitted along with the
13 tender by me/us are correct and I/We are fully responsible for the correctness No No Not Allowed
of the information and the documents, submitted by us.
I/We undersign that if the certificates regarding eligibility criteria submitted by
us are found to be forged/false or incorrect at any time during process for
14 evaluation of tenders, it shall lead to forfeiture of the tender Bid Security No No Not Allowed
besides banning of business for five years on entire IR. Further, I/We and all
my/our constituents understand that my/our offer shall be summarily rejected.
Custom
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.
Designation : Dy.CE/CN/WORKS/BNC