0% found this document useful (0 votes)
46 views33 pages

Bypl Schedule

Uploaded by

tejanath.gtr
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
46 views33 pages

Bypl Schedule

Uploaded by

tejanath.gtr
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 33

SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY

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

Proposed Upgradation/Development of maintenance infrastructure at Sir M Visvesvaraya


Name of Work
Terminal Maintenance of Vande Bharat Chair car trains- Extension of MEMU shed.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 08/12/2023 15:00 Date Time Of Uploading Tender 16/11/2023 16:26
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 38678099.55 Tendering Section TENDER SEC
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 343400.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 24/11/2023 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 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.

Pa g e 1 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

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

Pa g e 4 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

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

Schedule Schedule A-Items covered under DSR-2021


Item- 1 Items covered under DSR-2021
S No. Item No Description of Item Unit Qty Rate Amount
1.0 CARRIAGE OF MATERIALS
By Mechanical Transport including loading,unloading and
1.1
stacking
1.1.2 Earth
1 1.1.2.5 5km cum 3000 271.45 814350
2 1.1.2.6 Beyond 5 km upto 10 km per km cum-km 10000 19.35 193500
2.0 EARTH WORK
Earth work in excavation by mechanical means (Hydraulic
excavator)/manual means over areas (exceeding 30 cm in
2.6 depth, 1.5 m in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead upto 50 m
and lift upto 1.5 m, as directed by Engineer-in-charge.
3 2.6.1 All kinds of soil cum 3250 205.45 667712.5
2.25 Filling available excavated earth (excluding rock) in cum 147 253.95 37330.65
trenches, plinth, sides of foundations etc. in layers not
4 exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.
Extra for every additional lift of 1.5 m or part thereof in
2.26
excavation / banking excavated or stacked materials.
5 2.26.1 All kinds of soil cum 1080 104.5 112860
2.27 Supplying and filling in plinth with sand under floors, cum 50 2161.2 108060
6 including watering, ramming, consolidating and dressing
complete.
4.0 CONCRETE WORK
4.14S MISCELLANEOUS

Pa g e 5 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

Providing and laying in position ready mixed or site


batched design mix cement concrete for plain cement
concrete work; using coarse aggregate and fine aggregate
derived from natural sources, Portland Pozzolana/Ordinary
Portland /Portland Slag cement, admixtures in
recommended proportions as per IS: 9103 to accelerate /
retard setting of concrete, to improve durability and
workability without impairing strength; including pumping of
4.20 concrete to site of laying, curing, carriage for all leads; but
excluding the cost of centering, shuttering and finishing as
per direction of the engineer-in-charge; for the following
grades of concrete. Note: Extra cement up to 10% of the
minimum specified cement content in design mix shall be
payable separately. In case the cement content in design
mix is more than 110% of the minimum specified cement
content, the contractor shall have discretion to either re-
design the mix or bear the cost of extra cement.
4.20.1 All works upto plinth level :
4.20.1.2 Concrete of M15 grade with minimum cement content of cum 550 8174.75 4496112.5
7
240 kg /cum
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting, propping etc.
5.9
and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 350 307.95 107782.5
8
concrete
5.9.2 Walls (any thickness) including attached pilasters, Sqm 900 669.55 602595
9
butteresses, plinth and string courses etc.
5.9.5 Lintels, beams, plinth beams, girders, bressumers and Sqm 350 608.35 212922.5
10
cantilevers
11 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 100 804.25 80425
5.33S DESIGN MIX CONCRETE
Providing and laying in position ready mixed or site
batched design mix cement concrete for reinforced cement
concrete work; using coarse aggregate and fine aggregate
derived from natural sources, Portland Pozzolana /
Ordinary Portland /Portland Slag cement, admixtures in
recommended proportions as per IS: 9103 to accelerate /
retard setting of concrete, to improve durability and
workability without impairing strength; including pumping of
concrete to site of laying, curing, carriage for all leads; but
5.33
excluding the cost of centering, shuttering, finishing and
reinforcement as per direction of the engineer-in-charge;
for the following grades of concrete. Note: Extra cement up
to 10% of the minimum specified cement content in design
mix shall be payable separately. In case the cement
content in design mix is more than 1.10 times of the
specified minimum cement content, the contractor shall
have discretion to either re-design the mix or bear the cost
of extra cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cement content of cum 700 8683.8 6078660
12
330 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.1 Concrete of M25 grade with minimum cement content of cum 150 10306.2 1545930
13
330 kg /cum
10.0 STEEL WORK
10.19 Providing and fixing mild steel round holding down bolts Kg 2000 88.5 177000
14
with nuts and washer plates complete.
10.20 Providing and fixing bolts including nuts and washers Kg 1000 140.15 140150
15
complete.
12.0 ROOFING

Pa g e 6 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

Providing and fixing on wall face unplasticised - PVC


moulded fittings/ accessories for unplasticised Rigid PVC
12.42 rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10
mm gap for thermal expansion.
Providing & fixing UV stabilised fiberglass reinforced plastic
sheet roofing up to any pitch, including fixing with polymer
coated 'J' or 'L' hooks, bolts & nuts 8mm dia. G.I
plain/bitumen washers complete but excluding the cost of
purlins, rafters, trusses etc. The sheets shall be
manufactured out of 2400 TEX panel rovigs incorporating
12.47
minimum 0.3% ultra-violet stabiliser in resin system under
approximately 2400 psi and hot cured. They shall be of
uniform pigmentation and thickness without air pockets and
shall conform to IS 10192 and IS 12866.The sheets shall
be opaque or translucent, clear or pigmented, textured or
smooth as specified.
12.47.1 2 mm thick corrugated (2.5" or 4.2" or 6") or step-down (2" Sqm 250 1179.25 294812.5
16
or 3" or 6" ) as specified
12.50 Providing and fixing precoated galvanised iron profile Sqm 1900 671.55 1275945
sheets (size, shape and pitch of corrugation as approved
by Engineer-in-charge) 0.50 mm (+ 0.05 %) total coated
thickness with zinc coating 120 grams per sqm as per IS:
277, in 240 mpa steel grade, 5-7 microns epoxy primer on
both side of the sheet and polyester top coat 15-18
microns. Sheet should have protective guard film of 25
17 microns minimum to avoid scratches during transportation
and should be supplied in single length upto 12 metre or as
desired by Engineer-in-charge. The sheet shall be fixed
using self drilling /self tapping screws of size (5.5x 55 mm)
with EPDM seal, complete upto any pitch in horizontal/
vertical or curved surfaces, excluding the cost of purlins,
rafters and trusses and including cutting to size and shape
wherever required.
Providing and fixing precoated galvanised steel sheet
roofing accessories 0.50 mm (+0.05 %) total coated
thickness, Zinc coating 120 grams per sqm as per IS: 277,
12.51
in 240 mpa steel grade, 5-7 microns epoxy primer on both
side of the sheet and polyester top coat 15-18 microns
using self drilling/ self tapping screws complete :
18 12.51.1 Ridges plain (500 - 600mm) Metre 50 450.6 22530
19 12.51.6 Gutter (600 mm over all girth) Metre 110 1110.6 122166
13.0 FINISHING
13.44S EXTERIOR FINISHING
Finishing with Deluxe Multi surface paint system for
13.48 interiors and exteriors using Primer as per manufacturers
specifications :
13.48.1 Two or more coats applied on walls @ 1.25 ltr/10 sqm over Sqm 300 158.95 47685
20 and including one coat of Special primer applied @ 0.75 ltr
/10 sqm
Painting with synthetic enamel paint of approved brand and
13.61
manufacture to give an even shade :
21 13.61.1 Two or more coats on new work Sqm 600 131.45 78870
15.0 DISMANTLING AND DEMOLISHING
Demolishing cement concrete manually/ by mechanical
15.2 means including disposal of material within 50 metres lead
as per direction of Engineer - in - charge.
15.2.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent design cum 330 2007.1 662343
22
mix)
15.3 Demolishing R.C.C. work manually/ by mechanical means cum 300 2928.1 878430
including stacking of steel bars and disposal of
23
unserviceable material within 50 metres lead as per
direction of Engineer - in- charge.

Pa g e 7 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

18.0 WATER SUPPLY


18.4S PP-R PIPES
Providing and fixing 3 layer PP-R (Poly propylene Random
copolymer) pipes confirming to IS:15801 UV stabilized &
anti - microbial fusion welded, having thermal stability for
18.6 hot & cold water supply, including all PP - R plain & brass
threaded polypropylene random fittings, including
trenching, refilling & testing of joints complete as per
direction of Engineer-in-Charge. -External work
24 18.6.3 PN - 16 Pipe, 32 mm OD (SDR-7.4) Metre 25 320.6 8015
25 18.6.9 PN - 10 Pipe, 110 mm OD (SDR-11) Metre 100 1689.5 168950
Total 18935137.15
Schedule Schedule C-Items covered under USSOR-2022
Item- 2 Items covered under USSOR-2022
S No. Item No Description of Item Unit Qty Rate Amount
Supply and using Cement at Worksite
1 025071 Ordinary Portland Cement 43 grade approved MT 30.00 7270.35 218110.50
brands/makes
Total 218110.50
Schedule Schedule H-Items covered under USSOR-2022
Item- 3 Items covered under USSOR-2022
S No. Item No Description of Item Unit Qty Rate Amount
Manufacturing, supply and stacking of machine crushed
Track Ballast conforming to RDSO Specification (IRS-GE-
1) with latest correction slips at Railway depot or
nominated location. Note: Distance of nearest quarry
mentioned in each sub-item is only for the purpose of
selecting the items for preparation of estimates/tender
schedule, based on the minimum distance between
nearest quarry and centre of supply points and will not
affect the selection of quarry during physical supply in any
way till prescribed specification is met fully.
1 085015 When distance of nearest quarry is more than 40 km and cum 500.00 1037.59 518795.00
up to 50 km
Total 518795.00
Schedule Schedule L-Track Linking items covered in USSOR-2022
Item- 5 Track Linking items covered in USSOR-2022
S No. Item No Description of Item Unit Qty Rate Amount
1 063110 Lubrication of gauge face of rail on curves, cross overs, RM 1000.00 5.32 5320.00
points & crossings, turn-in curves and at locations as
required with contractor's grease graphite grade "O" IS 408
and as directed.
Recoupment of ballast in running line with railway's stone
ballast from existing stacks available along alignment either
on top of cutting or on cess or at toe of bank by head leads
or by any other means and spreading to make up
deficiency in the required profile with contractor's labour,
tools & plants, as directed by Engineer-in-charge. Note:
Payment shall be made based on ballast stack
measurement.
2 082011 For average lead up to 50m and lift up to 5m cum 650.00 86.39 56153.50
3 082012 Extra over item no. 082011 for each additional average Each 2000.00 24.47 48940.00
lead of 50m or part thereof when total average lead
exceeds 50m, but up to 250m. Note: This item may be
used only in exceptional circumstance under prior order on
record.
4 082013 Extra to item no. 082011 for each additional average lift of Each 200.00 11.14 2228.00
1m or part thereof when total average lift exceeds 5m.

Pa g e 8 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

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.

Pa g e 9 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

Anti-corrosive painting of rail on running track of any


sleeper density on web, foot etc. including liner contact
area (excluding bottom of foot) and fishing plane as per
requirement with two coats of thickness of 100 microns
each by bituminous black paint confirms to IS-9862 of
reputed make including painting of liners, ERCs and
including surface preparation, as a complete job as per
procedure prescribed in latest edition of IRPWM Note: 60%
of payment shall be made if painting on only gauge face
side is done.
13 137022 For 52 Kg Rails TRM 1000.00 58.96 58960.00
Marking, inscribing, painting, writing, bordering etc. on new
/ old iron surface at various locations of Points & Crossings
with details of turn-in / turn-out reference station mark on
rail web for one set, duly preparing surface with
contractor's wire brush and applying two coats of yellow
synthetic enamel paint of approved quality as background
and stenciling the details to suitable size, as described for
every curve reference station mark / switch / crossing
details with black enamel paint of approved quality
complete, as directed : Note: Stenciling of letters is only
permitted. No hand written letters are accepted.
14 137073 1 in 8½ Turnout Set 3.00 746.84 2240.52
15 137074 Derailing Switch Set 2.00 373.42 746.84
Painting 2 coats to various P.Way Reference Post,
Structures etc. with enamel paint of approved make with 2
coats of different colours & letters, as directed by Engineer
in-charge.
16 137086 Curve Post Each 6.00 93.03 558.18
17 137090 Curve details, SE, Versine, Station Nos. etc. per station. Each 25.00 50.78 1269.50
Carrying out pre-tamping, during tamping and post-
tamping work for tamping track with all types of rails,
sleepers & sleeper density by various Track Tamping
machines, like CSM,DUO/3X Machines which include : (1)
Re-adjustment of ballast, heaping-up of ballast, filling-up of
cavities in tamping zone by picking ballast from stacks /
shoulders / crib of adjoining track up to lead of 50 m to
ensure effective packing; (2) Clearing of ballast on
sleepers to make them visible to operator, (3) Clearing of
ballast over rail foot to facilitate holding of rail by rollers of
TTRM; (4) Digging, screening and replenishment of ballast
at mud pumping / rounded ballast in sleeper crib location;
(5) Tightening of loose fittings immediately before & after
tamping; (6) Replacement of broken / missing fittings
supplied by Railway; (7) Correcting displaced sleepers to
position along with squaring; (8) Re-setting of worked-out /
fallen fittings. (9) Removing and re-fixing joggled fish plates
& wooden blocks, wherever necessary; (10) Manual
consolidation of ballast in crib / shoulders; (11) Removing
and refixing of traction bonds during the block in electrified
sections (12) Dressing of ballast Note: 1. Tamping blocks
are not identical & it may be given at any time either during
day or night. 2. Stages of payment a) 30% of the rate will
be paid on completion of pre tamping attention, b) Balance
70% of the rate will be paid on completion of post tamping.
3. Recovery at the rate of twice the above applicable rate
will be effected in case contractor fails to carry out
pre/during/post operation. 4.Payment shall be made only
once in irrespective of numbers of TTRM packing round
and after restoration of normal speed and restoration of
complete ballast profile.
18 155011 For day time block working TRM 250.00 17.26 4315.00

Pa g e 10 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

Carrying out pre-tamping, during tamping and post-


tamping works prescribed in current version
IRTMM/IRPWM for tamping of Turnouts of all types Under
Conditions not requiring Traffic Block.
19 156031 1 in 8½ Turnouts Set 3.00 5082.77 15248.31
20 156035 Derailing Switch Set 2.00 1872.04 3744.08
21 157010 Carrying out various miscellaneous works, for proper Shift 5.00 1260.34 6301.70
upkeep of crew rest van / rest room as directed by
machine in-charge of Track Machines by providing a team
of 2 labours for 12 hours shift, broadly mentioned
hereunder: (1) Bringing water from nearby source and
cleaning machine with water jet or any suitable means; (2)
Fuelling machine duly bringing diesel / hydraulic oil from
the stacked drums; (3) Bringing water to staff rest van or
staff rest room, cleaning rest van / rest room, cooking food
for Track Machine staff or bringing food from outside (cost
of food shall be borne by the staff concerned).; (4)
Guarding & watching machines, spare parts, oils, grease
etc. during day and night time at all locations, wherever
necessary, as instructed by the machine in-charge; (5) In
case, contractor provides less no. of Labour/Mate,
payment will be deducted for each such person @ 75% of
the accepted item rate.
Quick cutting with abrasive rail cutter of all types of rail
sections including wear resistant, head hardened rails up
to 110 UTS, with contractors tools & plants, equipment,
consumable with all lead & lift etc. complete as directed by
Engineer in-charge. Abrasive Rail Cutter will be as per
RDSO Specification No. TM/SM/1 (Rev. 01 of 2012) with
latest status of RDSO; Rail Cutting Wheel Abrasive Disc will
be as per RDSO Specification No.TM/SM/2 (Rev. 01 of
2020)
22 161012 52 Kg - 90 UTS - Outside Track Each 100.00 210.75 21075.00
Drilling holes of 16 mm to 32 mm dia. with Rail Drilling
machine including chamfering with appropriate chamfering
tools in all types of rail section with contractor's tools &
plants, equipment, consumable with all lead & lift etc.
complete, as directed by Engineer in-charge. Rail Drilling
Machine will be as per RDSO Specification No. TM/SM/3,
dated 24.04.1991.
23 161041 Outside Track Each 200.00 51.25 10250.00
Loading of rails of any section and length up to 13 metres
in Wagons / Truck / trailer including lead up to 50 metres
and lift up to 5 metres.
24 171014 In Wagon where mechanical handling is possible and traffic MT 25.00 116.63 2915.75
block is not required or in Truck/trailer.
Loading of tongue rail, stock rail, switch assembly and
crossings of any section and length, SEJ, Glued joint etc.
with / without P.Way fittings and fastenings, in Wagon /
Truck / trailer including lead up to 250 metre and lift up to 5
metre.
25 171024 In Wagon where mechanical handling is possible and traffic MT 20.00 114.87 2297.40
block is not required or in Truck/trailer.
Unloading of rails of any section and length up to 13 metre,
in neat manner for Railway usage from departmental
material train (DMT) or contractor's / Railway's Truck/trailer
including lead up to 50 metre, lift up to 5 metre and
stacking in prescribed manner.
26 171053 From Wagon where mechanical handling is possible and MT 25.00 86.15 2153.75
traffic block is not required or in Truck / trailer.

Pa g e 11 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

Loading of 52kg / 60kg PSC normal line and special


sleepers up to 2.75 metre length in Depot / Station / Mid-
section between stations in a neat manner to departmental
material train (DMT) or contractor's / Railway's
Truck/Trailer with crane or any other means including
crossing of one track with free lead up to 250 metre and lift
up to 5 metre, if required with contractor's labour, tools &
plants, machinery, consumables etc. Note: In case of any
damage to sleeper during loading, penalty @ 50% of the all
inclusive cost of sleeper shall be levied.
27 172014 In Wagon where mechanical handling is possible and traffic MT 100.00 90.85 9085.00
block is not required or in Truck / trailer
Loading of 52kg / 60kg PSC line and special sleepers
beyond 2.75 metre length including existing fittings and
fastenings in Depot / Station / Mid-section between stations
in a neat manner to departmental material train (DMT) or
contractor's / Railway's Truck/trailer with crane or any other
means including crossing of one track with free lead up to
250 metre and lift up to 5 metre, if required with
contractor's labour, tools & plants, machinery,
consumables etc. Note: In case of any damage to sleeper
during loading, penalty @ 50% of the all inclusive cost of
sleeper shall be levied.
28 172024 I n Wagon/Truck / trailer where mechanical handling is MT 120.00 114.43 13731.60
possible and traffic block is not required.
Loading, leading and unloading of all types of P.Way
fittings and all other miscellaneous material except Rails,
sleepers, switches, crossings, SEJs and Glued Joints by
road vehicles for different leads. Note: Lead shall be the
shortest motorable road length between the points of
loading and unloading.
29 172041 Lead up to 5 Km MT 5.00 153.48 767.40
30 172042 Lead beyond 5 Km and up to 10 km MT 5.00 192.87 964.35
Transportation of Rails, sleepers, switches, crossings,
SEJs and Glued Joints by road vehicles for different leads.
Note: 1. Lead shall be the shortest motorable road length
between the points of loading and unloading. 2. Loading
and unloading shall be paid extra under relevant items.
31 172051 Lead up to 5 Km MT 100.00 49.56 4956.00
32 172052 Lead beyond 5 Km and up to 10 km MT 170.00 88.96 15123.20
Unloading of 52kg / 60kg PSC line and special sleepers up
to 2.75 metre length in Depot / Station / Mid-section
between stations in neat manner for Railway usage from
departmental material train (DMT) or contractor's /
Railway's Truck/Trailer with crane or any other means
including crossing of one track and lead up to 250 metre &
lift up to 5 metre with contractor's labour, tools & plants,
machinery, consumables etc. Note: In case of any damage
to sleeper during loading, penalty @ 50% of the all
inclusive cost of sleeper shall be levied.
33 172063 From Truck / Trailer MT 100.00 83.98 8398.00
Unloading of 52kg / 60kg PSC special sleepers beyond
2.75 metre length in Depot / Station / Mid-section between
stations in neat manner for Railway usage from
departmental material train (DMT) or contractor's /
Railway's Truck/Trailer with crane or any other means
including crossing of one track and lead up to 50 metre &
lift up to 5 metre with contractor's labour, tools & plants,
machinery, consumables etc. Note: In case of any damage
to sleeper during loading, penalty @ 50% of the all
inclusive cost of sleeper shall be levied.
34 172073 From Truck / Trailer MT 120.00 87.89 10546.80

Pa g e 12 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

Unloading of Switches / Crossings / SEJ Rails / Glued


Joints of any rail section and length with or without P.Way
fittings & fastenings in neat manner for Railway usage from
departmental material train (DMT) or contractor's /
Railway's Truck/Trailer with lead up to 250 metre & lift up
to 5 metres.
35 173013 From Truck / Trailer MT 20.00 118.20 2364.00
Collection, segregation and stacking of various scattered
P.Way materials at nominated stacking location with
serviceable and un-serviceable ones separately within a
lead up to 500 metre and lift up to 5 metre including
crossing of track(s) wherever necessary as directed by
Engineer-in-Charge.
36 173031 Rails, switches, crossings, SEJ, Glued Joints, Check Rails MT 25.00 332.98 8324.50
etc.
37 173032 All type of PSC sleepers MT 50.00 364.82 18241.00
38 173033 P.Way fittings of all types and other similar loose items MT 5.00 350.61 1753.05
39 186180 Fixing of grip expansion bolts of 18mm / 22mm dia. with Each 500.00 127.45 63725.00
nuts and MS clips / washers on PSC sleepers as per
specifications for fixing guard rails / check rails / trolley path
including drilling of required holes in sleepers with all
fittings with contractor's tools & plants, equipment,
consumables with all lead, lifts etc. complete, as directed
by Engineer in-charge, excluding cost of bolts, nuts,
washers, clips etc.
Manufacturing, fabricating and supplying retro-reflective
Engineering Indicator boards, made of 2mm thick
aluminium sheet or 3mm thick aluminium composite sheet,
face to be fully covered with high intensity encapsulated
type heat activated retro-reflective sheeting conforming to
type-IV of ASTM-D4956-01 in yellow & black or other
colour combination including subject matter, message,
symbols, borders etc. as approved by Engineer In-charge
or as per IRPWM guidelines, pasted on substrate by an
adhesive backing which shall be activated by applying heat
and pressure conforming to class-2 of ASTM-D-4956-01
and fixing the same with suitable sized aluminium alloy
rivets @ 20 cm c/c to back-support frame of M.S. angle
iron of size 25mm x25mm x 3mmprovided all along the
edges of board with theft resistant measures back side of
board shall be with non-peelable weatherproof paint,
consisting of one coat of zinc chromate primer and two
coats of epoxy paint. Vertical post shall have black & white
anti-corrosive paint or powder coating complete, as
directed.
40 202021 Caution Indicator Board of size 1400mmx400mm with back Each 4.00 5940.47 23761.88
support frame fixed to vertical post of MS angle of size
50mmx50mmx6mm of 3650 mm long
41 202022 Speed Indicator Board of equilateral triangular shape Each 4.00 5088.38 20353.52
having each side of 1000mm with back support frame fixed
to vertical post of MS angle of size 50mmx50mmx6mm of
3650 mm long
42 202023 Stop Indicator Board of size 1400mmx400mm with back Each 4.00 5940.47 23761.88
support frame fixed to vertical post of MS angle of size
50mmx50mmx6mm of 3650 mm long
43 202024 Termination Indicator Board of Circular shape having Each 2.00 7340.05 14680.10
diameter of 1000mm with back support frame welded to
vertical post of MS angle of size 50mmx50mmx6mm of
3950 mm long

Pa g e 13 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

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.

Pa g e 14 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

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

Pa g e 15 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

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

Pa g e 16 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

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

Pa g e 17 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

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

Pa g e 18 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

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

Pa g e 19 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

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

Pa g e 2 0 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

Providing Caution Watchman at a location where caution


order is imposed and ensuring to be on continuous vigil
and exhibit necessary hand signals to the trains for their
passage over caution spot. Note: 1) Prescribed protection
equipment shall be supplied by Railways and the same
shall be returned after work is over. 2) If Contractor fails to
post watchman at any time during one day, penalty at
double the accepted rates will be levied and 3) The
watchman nominated by the contractor will be screened for
suitability as per Railway norms.
12 124031 For one shift ( 12 Hrs) Each 30.00 1118.52 33555.60
13 124032 For Half Shift (4 hours) Each 15.00 377.30 5659.50
14 124050 Dismantling / removing the existing bearing plate and fixing Each 200.00 65.76 13152.00
new bearing plates supplied by Railways in pit lines, duly
breaking / chiselling CC to required depth, so as to fix new
bearing plates etc. with all contractor's labour, tools, lead,
lift, transportation etc. including crossing of tracks complete
and as directed by Engineer in-charge (concrete work for
fixing will be paid separately)
Total 377475.77

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: The Tenderer shall be eligible only if he fulfils the following
Standard Financial Eligibility Criteria FOR WORKS COSTING ABOVE Rs.50.00 LAKHS:
The tenderer must have minimum average annual contractual turnover of V/N or 'V'
whichever is less, where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
sheet. However, in case balance sheet of the previous year is yet to be prepared/
audited, the audited balance sheet of the fourth previous year shall be considered for Allowed
1 No No
calculating average annual contractual turnover. Client certificate from other than Govt (Mandatory)
Organization should be duly supported by Form 16A/26AS generated through TRACES
of Income Tax Department of India. No Technical and Financial credentials are required
for tenders having value up to Rs.50 lakh. For tenders costing more than Rs.20 crore,
eligibility criteria include bid capacity also as specified in clause 10.3 of IRSGCC- April
2022 - PART I - "Regulations for Tenders and Contracts - For the Guidance of Engineers
& Contractors for Works Contracts." The tender/technical bid will be evaluated based on
bid capacity formula detailed as Annexure-VI. The tenderer will be qualified only if it's
available bid capacity is equal to or more than the total bid value of the present tender

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 2 1 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

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.

Pa g e 2 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

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Uploading of Scanned copy/copies of proof(s) of Technical Eligibility Criteria as
1 No No Not Allowed
mentioned in Standard Technical Criteria (as per Pro forma - 1).
Uploading of Scanned copy of work experience certificate issued by public
listed company, copy of work order, bill of quantities, bill wise details of
2 payment received duly certified by Chartered Accountant, TDS certificates for No No Not Allowed
all payments received and copy of final/last bill paid by company etc. as per
Note for clause 10.1 of IRSGCC- April 2022.
Uploading of Scanned copy/copies of proof(s) of Technically Eligibility Criteria
as per clause 7 of IRSGCC-2020, in case the main tenderer proposes
3 No No Not Allowed
execution of any of components mentioned in tender through subcontractor in
a composite work as specified in clause 10.1 (b)(iii) of IRSGCC- April 2022.
Uploading of Scanned copy of Bid capacity (as per Pro forma - 2.) and in
4 No No Not Allowed
terms of clause 10.3 & 10.5 of IRSGCC-April 2022.
Uploading of Scanned copy of Statement of payment received in the Last
5 three financial years and the current financial year (as per Pro forma- 2A) No No Not Allowed
along with copies of relevant supporting documents as stipulated.
Uploading of Form 16A/26AS generated through TRACES of Income Tax
6 No No Not Allowed
Department of India, if Client certificate is from other than Govt. Organization.
Uploading of Scanned copy of List of Machinery, Tools & Plants and Staff to be
7 No No Not Allowed
Deployed on this work (as per Pro forma - 3).
Uploading of Scanned copy of Statement of Bank details, PAN & GST (as per
8 No No Not Allowed
Pro forma - 5).
Uploading of Scanned copy of the declaration regarding employment of
9 No No Not Allowed
Retired Engineer / Retired Railway Officer (as per Pro forma - 6).
Uploading a scanned copy of the Memorandum of Understanding in the case
10 No No Not Allowed
of a JV firm (as per Pro forma - 7).
Uploading a scanned copy of Standard Format for Certificate as per Annexure
11 V of IRSGCC April 2022 linked under heading submission of Standard Format No No Not Allowed
for Certificate.
Uploading of request for grant of Mobilization Advance (if applicable) in
12 No No Not Allowed
Proforma-8.

Pa g e 2 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

Uploading of Required documents in case of Individual OR Proprietary Firm /


Co n ce r n OR Partnership F i r m OR Company OR Joint Venture Firm
13 No No Not Allowed
/HUF/Society, etc., as mentioned in Commercial Compliance (whichever is
applicable).
14 Uploading of Test report of ballast (if applicable). No No Not Allowed
15 Uploading of Method Statement (if applicable). No No Not Allowed
Uploading of Proforma (Proforma-9) attached with Tender Document for self-
Certificate in regard to meeting the Minimum Local Content requirements as
16 No No Not Allowed
per Make in India Policy for Procurement Order Value less than of Rs.10
Crores.
Uploading of (Proforma-10 ) of Certificate on percentage of Local Content as
17 No No Not Allowed
per Make in India Policy for Procurement Order Value more than Rs.10 Crores
Uploading of Certificate in regard to restrictions on procurement from a bidder
18 of a country which shares a land border with India as per clause- 27 of SCC No No Not Allowed
2023.
Uploading of Certificate in regard to restrictions on procurement from a bidder
19 of a country which shares a land border with India and on sub-contracting to No No Not Allowed
contractors from such countries India .
Uploading a scanned copy of Registration Certificate by Startup firms issued
by appropriate authority and recognized by Department of Industrial Policy and
20 Promotion (DIPP) towards exemption of full BID Security and Registration No No Not Allowed
Certificate with registration number by Labour Co-operative Society issued by
appropriate authority for payment of 50% BID Security.

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.
In case of Proprietary Firm / Proprietary Concern, the tenderers shall scan and
submit with his offer (i)An undertaking that he is not blacklisted or debarred by
Railways or any other Ministry / Department of 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 he was / is a partner/member. Allowed
2 Yes Yes
Concealment / wrong information in regard to above shall make the contract (Optional)
liable for determination under Clause 62 of the General Conditions of Contract.
(ii)All other documents in terms of explanatory notes in clause 10 of IRSGCC -
April-2022-Part-I. (iii)All other documents as per Clause 14 of IRSGCC - April-
2022- Part-1.
In case of Partnership Firm, the tenderer(s) shall scan and submit with their
offer, the following documents: (i)A notarized copy of partnership deed or a
copy of partnership deed registered with registar . (ii)A notarized or registered
copy of Power of Attorney in favour of the individual to tender for the work,
sign the agreement etc. and create liability against the firm. (iii) 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
Allowed
3 participation in tenders / contracts as on the date of submission of bids, either Yes Yes
(Optional)
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 (iv)Other documents as
mentioned in terms of para 10 tender form (2nd sheet) of IRSGCC April-2022-
Part I. (v) All other documents as per Clause 14 and Clause 18 of IRSGCC -
April -2022- Part 1.

Pa g e 2 4 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

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.

Pa g e 2 5 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

In case the Tenderer is HUF, the following documents shall be submitted


along with the tender: (i)A copy of notarized affidavit on Stamp Paper declaring
that he who is submitting the tender 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. (ii)An undertaking
that the HUF is not blacklisted or debarred by Railways or any other Ministry /
Allowed
6 Department of Govt. of India from participation in tender on the date of Yes Yes
(Optional)
opening of bids, either in individual capacity or as a member of the partnership
firm or JV in which HUF 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. (iii)All other documents
in terms of Para 10 of Tender form(2nd sheet) of IRS GCC April 2022. (iv) All
other documents as per Clause 14 of IRSGCC -April -2022- Part 1.
In case tenderer is a LLP Firm registered under LLP Act-2008, the following
documents shall be submitted: (i)A copy of LLP Agreement (ii)A copy of
Certificate of Incorporation (iii)A copy of Power of Attorney/Authorization
issued by the LLP in favour of the individual to sign the tender on behalf of the
LLP and create liability against the LLP. (iv). 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 / Allowed
7 Yes Yes
contracts as on the date of submission of bids, either in their individual (Optional)
capacity or in any firm/LLP or JV in which they were / are partners/members.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the Standard General Conditions of
Contract (v)All other documents in terms Para 10 of Tender form(2nd sheet) of
IRSGCC- April-2022 Part-I. (vi) All other documents as per Clause 14 of
IRSGCC -April -2022- Part 1.
In case the Tenderer is a Registered Society & Registered Trust, the following
documents shall be submitted: (i)A copy of the Certificate of Registration (ii)A
copy of Memorandum of Association of Society / Trust Deed (iii)A copy of
Power of Attorney in favour of the individual to sign the tender documents and Allowed
8 Yes Yes
create liability against the Society/Trust. (iv) Copy of rules and regulations of (Optional)
the society (v)All other documents in terms Para 10 of Tender form(2nd sheet)
of IRSGCC- April-2022 Part-I. (v) All other documents as per Clause 14 of
IRSGCC -April -2022- Part 1.
Any other document required for evaluation of his/ their bid as deemed fit by Allowed
9 Yes Yes
the tenderer. (Optional)
Scanned copy of Statement of Bank details, PAN & GST (as per Pro forma - Allowed
10 Yes Yes
5). (Optional)
Allowed
11 Request for Mobilization Advance if applicable (as per Proforma-8). Yes Yes
(Optional)
Proforma-9 for self-Certificate in regard to meeting the Minimum Local Content
requirements as per Make in India Policy for Procurement Order Value less
than of Rs.10 Crores. (as per Special Conditions of Contract) OR Proforma-10 Allowed
12 Yes Yes
of Certificate on percentage of Local Content as per Make in India Policy for (Mandatory)
Procurement Order Value more than Rs.10 Crores. (as per Special Conditions
of Contract)
Uploading of Scanned copy/copies of formal agreement duly executed and
notarised by the main tenderer/contractor with the subcontractor for the Allowed
13 No Yes
component(s) of work in a composite work proposed to be executed through (Optional)
subcontractor(s).
The tenderer whether sole proprietor/Company or a partnership firm/JV
venture (JV) / Registered Society / Registered Trust/HUF etc., if they want to
act through agent or individual(s), should submit along with tender, a copy of
Power of attorney duly stamped and authenticated by a notary public or by
magistrate in favour of specific persion whether he/they be partner(s) of the
firm or any other person agreement, receive money, co-ordinate
Allowed
14 measurement through contractors authorized engineer, witnessed No Yes
(Optional)
measurement, sign measurements books, compromise, settle, relinquish any
claim(s) preferred by the firm and sign " No Claim Certificate" and refer all or
any disputes to arbitiration the above power of attorney shall be submitted
even if such specific person is authorized for above purpose through
partnership deed/memorandum of understanding/Article of Association or such
other document, failing which, tender is liable to be rejected.

Pa g e 2 6 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

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are advised to read the instructions contained in the User Manual
1 for Contractors for IREPS (Works Module) available in the learning centre in No No Not Allowed
website www.ireps.gov.in before preparation of Bid Online.
(a) To submit bid on line, the Tenderer shall navigate different tabs such as
Eligibility Conditions, Compliance Conditions, General Instructions, Special
Conditions, Technical/ Commercial Compliance Conditions, Undertakings,
Checklists and other miscellaneous conditions included by the Railway in the
tender document. It is also indicated against each condition whether the bidder
2 is required to confirm whether he complies or not with the requirements of the No No Not Allowed
condition (by clicking on the yes/no buttons), whether the bidder is allowed to
enter his comments/remarks against the clause, and whether documents
uploading against the condition is Allowed (Mandatory), Allowed (Optional) or
Not Allowed. The tenderers are advised to read all the instructions/conditions
contained in such documents carefully, before submitting their bid online.
The Bid Security shall be deposited either in cash through e-payment gateway
or submitted as Bank Guarantee bond from a scheduled commercial bank of
India or as mentioned in tender documents. The Bank Guarantee bond shall
3 No No Not Allowed
be as per Annexure- VIA and shall be valid for a period of 90days beyond the
bid validity period. Tenderers may refer Para 5 of IRSGCC -2022 -Part-1 for
other details in regard to payment of bid security.
E-Tender Forms shall be issued free of cost to all tenderers. Date of inviting
tender shall be the date of publishing tender notice on IREPS website if tender
4 No No Not Allowed
is published on website or the date of publication in newspaper in case tender
is not published on website.
BID security of those tenderers will be forfeited who resile from their offers
5 No No Not Allowed
within the validity period of the tender.
6 Joint Venture is applicable for tenders valuing more than Rs.10.00 Cr. only. No No Not Allowed
Tenderers are advised to submit scanned copies of all documents including
notarized documents. The responsibility of submitting the correct documents
lies with the tenderer. Tenderers may ensure that all scanned and uploaded
7 No No Not Allowed
documents are readable and that there are no errors/ omissions/discrepancies
/ over-writings anywhere in such documents before submitting online. Railway
will not be responsible for any incomplete/erroneous documents uploaded.
The tenderer shall not add any condition(s) on their own anywhere in their
offer including documents uploaded with the offer. Any such conditions if
8 stated and if are in violation of the Railways Tender conditions, may lead to No No Not Allowed
summarily rejection of the offer. Railway reserves the right to reject such offers
summarily without assigning any reasons whatsoever.
No post tender correspondence will be permitted and the tender shall be
decided based on the documents submitted / attached with the offer only.
9 No No Not Allowed
However, Railway reserves the right to verify / seek for any clarification on the
documents/credentials already submitted by the tenderer along with the offer.
Railway reserves the right to verify/seek clarification from
10 authority/professional who has issued Certificate towards Technical/Financial No No Not Allowed
eligibility of the tenderer.
Railway reserves the right to cancel the tender without assigning any reason
11 No No Not Allowed
thereof.
Railways reserve the right to reject any or all offers without assigning any
12 No No Not Allowed
reason thereof.
If the Tenderer(s) deliberately give(s) wrong information in tender or create(s)
circumstance for the acceptance of tender, Railway shall without prejudice to
13 any other right or remedy, shall reject such offer at any stage and forfeit the No No Not Allowed
amount deposited as Earnest Money besides suspending the business for a
minimum period of five year.
Even for the working contractors of this Railway, the onus of establishing the
credentials of the tenderers from the office records or otherwise does not lie
14 No No Not Allowed
with the Railway. Railway shall evaluate the offer only from the
certificates/documents which are submitted / attached with the offer.

Pa g e 2 7 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

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".

Pa g e 2 8 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

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.

Pa g e 2 9 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

In Case participation of partnership firm, Technical and financial Eligibility shall


38 be adjusted based on satisfactory fulfilment of the clause No 10,14I & 18 of No No Not Allowed
Part-I of IRSGCC- April-2022with upto date correction slip.
DRAWINGS FOR WORKS: The percentage rates for the schedule items and
itemized rates for the non-scheduled items quoted by the tenderer as may be
accepted by the railways will, hold good irrespective of any changes,
modifications, alterations, additions , omissions in the locations of structures
and detailed drawings, specifications and /or the manner of executing the
work. It should be specifically noted that some of the detailed drawings may
not have been finalized by the Railway and will, therefore, be supplied to the
39 contractor as and when they are finalized on demand. No compensation No No Not Allowed
whatsoever on this account shall be payable by the Railway Administration. No
claim whatsoever will be entertained by the Railway on account of any delay or
hold up of the works arising out of delay in approval of drawings, changes,
modifications, alterations, additions, omission and the site layout plans or
detailed drawings and design and /or late supply of such materials as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
As per clause No. 5 part I of IRGCC 2022 the details of exemptions/ discount
40 No No Not Allowed
of Earnest Money payment is as follow:
i) Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
40.1 No No Not Allowed
as 'Startups' shall be exempted from payment of earnest money deposit.
ii) 100 % Govt owned PSUs shall be exempt from payment of earnest money
40.2 No No Not Allowed
deposit
iii) Labour Cooperative Societies shall deposit only 50 % of earnest deposit as
40.3 No No Not Allowed
mentioned in the tender.
The tenderer whether sole proprietor/company or a partnership firm/ JV
venture (JV) / Registered Society / Registered Trust / HUF etc., if they want to
act through agent or individual(s), should submit along with tender, a copy of
Power of attorney duly stamped and authenticated by a notary public or by
magistrate in favour of specific person whether he/they be partner(s) of the
firm or any other person specifically authorizing him/them to submit the tender,
sign the agreement, receive money, co-ordinate measurement through
41 No No Not Allowed
contractors authorized engineer, witness measurements, sign measurements
books, compromise, settle, relinquish any claim(s) preferred by the firm and
sign "No claim certificate" and refer all or any disputes to arbitration. The
above power of attorney shall be submitted even if such specific person is
authorized for above purpose through partnership deed/ memorandum of
understanding / Article of Association or such other documents, failing which,
tender liable to be rejected.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
a)All rates shall be inclusive of all taxes, duties, charges, royalties etc. as
applicable from time to time. In this regard tenderers may refer IRSGCC April-
1 2022 with latest correction slips including correction slips issued from time to No No Not Allowed
time attached with Tender Document. (b)Royalty charges will be regulated as
per Special Conditions of Contract attached with Tender Document.
Unless specifically mentioned in the tender notice, this tender is not a
2 No No Not Allowed
composite tender.
Unless otherwise explicitly specified, Incentive bonus payment clause is not
3 No No Not Allowed
applicable to this tender.

Pa g e 30 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

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Declaration regarding Employment of Retired Engineer/Retired Railway Officer Allowed
1 Yes Yes
(Pro forma - 6). (Optional)
List of Machinery, Tools, Plants & Staff to be Deployed on this work (Pro forma Allowed
2 Yes Yes
- 3). (Optional)
Submission of Ballast test report in a tender shall be required for tenders Allowed
3 Yes Yes
called exclusively for supply of ballast. (Optional)
Allowed
4 Method statement, if applicable. Yes Yes
(Optional)

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 various conditions of this Tender Document (including
documents attached with the Tender Document) and agree to abide by the
said conditions. I/we have also perused the Contract Documents (i.e., the
Indian Railways Standard General Conditions of Contract - APRIL-2022
including correction slips issued from time to time, and Special Specifications,
Technical Specifications and Technical Conditions, The Specifications for
Materials and Works 2010 of the South Western Railway and the USSOR/
2 Schedule of Rates of the South Western Railway with all correction slips upto No No Not Allowed
date and all other documents attached to the Tender and that I/we am/are fully
aware that I/we will have to perform the contract if my/our Tender is accepted
subject to the Contract Documents complete aforesaid. I/we offer to do the
work for South Western Railway at the rates quoted in the SCHEDULE and
hereby bind myself/ourselves to complete the work in all respects within the
completion period as given in the Tender Document/Contract Document from
the date of issue of the Letter of Acceptance.

Pa g e 31 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

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.

Pa g e 32 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

I/We also understand that if the certificates submitted by us are found to be


false/forged or incorrect at any time after the award of the contract, it will lead
15 to termination of the contract, along with forfeiture of Bid Security /SD and No No Not Allowed
Performance guarantee besides any other action provided in the contract
including banning of business for five years on entire IR.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 PVC: As per IRSGCC-2022 & ACS No No Not Allowed
2 Maintenance Period: 03(Three)Years. No No Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description


1 WeblinkaddressforTechSpecificationforDSRUSSORitems.pdf Weblink for TS for DSR USSOR item
2 TS-CEMENT-2020REV.pdf TS for Cement
3 ST-20Rev.pdf TS for Steel
4 ASC-FEB-BRS-2020Rev.pdf ASC for FEB BRS
5 LatestTechSpecificationforTRACKBALLAST2023.pdf TS for Ballast
6 TSTRANS.pdf TS for Transportation
7 TechSpecficationElectricalMEMU.pdf Tech Specification for Electrical
8 TechSpecificationElectricalMEMU-2.pdf Tech Specification for Electrical
9 TRDTenderDocument.pdf Tech Specification for TRD
10 ProgrammeChartforMEMU.pdf Programme chart
11 TSforTrack-2022.pdf TS for Track work
12 AdvanceCorrectionSlipNo_4ACS-4toIRSGCC-2022.pdf Advance Correction Slip-4 to IRSGCC-2022
13 ACS-5toIRSGCC2022dt.20.10.2023.pdf Advance Correction Slip 5 to IRSGCC 2022
14 SCC-2023R.pdf SCC-2023R
15 Proforma-2023_1.pdf Proforma-2023
16 IRSGCC-APRIL-2022_1.pdf IRSGCC-APRIL-2022
17 GCC2022ACS-3_20230426_114140_1.pdf ACS-3 to IRSGCC2022
18 Splattentiontobidder_1.pdf Special Attention to Bidder
19 ACS-1toIRSGCC2022.pdf Addl Correction Slip-1 to IRSGCC-2022
ACS-2toGCC-2022_2022-CE-1-CT-GCC-2022-
20 ACS-2 to IRSGCC-2022
POLICY_13.12.2022.pdf

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: TS SURAJ KUMAR

Designation : Dy.CE/CN/WORKS/BNC

Pa g e 33 o f 33 Ru n Da te/Time: 16 /11/2 0 2 3 16 :2 7:0 8

You might also like