viewNitPdf_4356562
viewNitPdf_4356562
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00
DRM/Engineering acting for and on behalf of The President of India invites E-Tenders against Tender No 152-DHN-2023-24 Closing
Date/Time 02/11/2023 17:00 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
Construction of foundation of FOBs, erection including bolting, riveting, welding & painting of
Railway supplied FOB girders & other structural components & related ancillary works at
Name of Work CRP & BRKA station under Amrit Bharat Stations Scheme (ABSS) in connection with
"Provision of 12M wide FOB at Chandrapura & Barkakana Station under Amrit Bharat
Station scheme".
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 02/11/2023 17:00 Date Time Of Uploading Tender 09/10/2023 14:02
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 137610870.67 Tendering Section SR.DEN3
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 838100.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 19/10/2023 Yes
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
Above/
Schedule BI-(General) 107152726.37
Below/Par
Please see Item Breakup for details. 139159384.89 (-) 23.00 107152726.37
1
Description:- For Chapter No. 1,2,4,5,6,10,11,12,13,15 & 16 as per CPWD DSR 2021-Ver-2.
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule BII-(General) 30458144.30
Below/Par
Please see Item Breakup for details. 30458144.30 AT Par 30458144.30
1
Description:- For Chapter No. 02,04 & 05 as per ECR-HQ-IR-USSOR 2021-2-Ver-3.
3. ITEM BREAKUP
5.1.2 1:1.5:3 (1 cement : 1.5 coarse sand (zone-III) derived cum 180 8364.2 1505556
9 from natural sources: 3 graded stone aggregate 20 mm
nominal size derived from natural sources)
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 920 307.95 283314
10
concrete
5.9.3 Suspended floors, roofs, landings, balconies and access Sqm 600 766.55 459930
11
platform
12 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 2440 804.25 1962370
13 5.9.7 Stairs, (excluding landings) except spiral-staircases Sqm 2700 657.75 1775925
5.12S PRE-CAST RCC
5.12 Providing, hoisting and fixing above plinth level up to floor cum 800 9673.5 7738800
five level precast reinforced cement concrete work in
string courses, bands, copings, bed plates, anchor blocks,
plain window sills and the like, including the cost of
14 required centering, shuttering but , excluding cost of
reinforcement with 1:1.5:3 (1 cement : 1.5 coarse
sand(zone-III) derived from natural sources : 3 graded
stone aggregate 20 mm nominal size derived from natural
sources).
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
5.22 straightening, 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 414480 89.65 37158132
15
more.
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,
5.33
carriage for all leads; but 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 900 8683.8 7815420
16
330 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.2 Concrete of M30 grade with minimum cement content of cum 540 10477.75 5657985
17
350 kg /cum
5.35 Add for using extra cement in the items of design mix Quintal 1000 688.45 688450
18
over and above the specified cement content therein.
5.36 Providing and placing in position precast reinforced cum 320 27983.75 8954800
cement concrete waffle units, square or rectangular, as
per design and shape for floors and roofs in 1:1.5:3 (1
Cement : 1.5 coarse sand (zone-III) derived from natural
sources : 3 graded stone aggregate 10 mm nominal size
derived from natural sources), including flush or deep
19
ruled pointing at joints in Cement mortar 1:2 (1 Cement :
2 Fine sand), making necessary holes of required sizes
for carrying through service lines etc., providing steel
hooks for lifting etc, form work in precasting, handling,
hoisting, centering and erection complete for all floor
levels but, excluding the cost of reinforcement.
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S. (non modular)
6.1
bricks of class designation 7.5 in foundation and plinth in:
20 6.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 120 6882 825840
Brick work with common burnt clay F.P.S. (non modular)
6.4 bricks of class designation 7.5 in superstructure above
plinth level up to floor V level in all shapes and sizes in :
21 6.4.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 120 8512.1 1021452
10.0 STEEL WORK
10.2 Structural steel work riveted, bolted or welded in built up Kg 80000 111.95 8956000
sections, trusses and framed work, including cutting,
22
hoisting, fixing in position and applying a priming coat of
approved steel primer all complete.
Steel work in built up tubular (round, square or
rectangular hollow tubes etc.) trusses etc., including
10.16 cutting, hoisting, fixing in position and applying a priming
coat of approved steel primer, including welding and
bolted with special shaped washers etc. complete.
23 10.16.3 Electric resistance or induction butt welded tubes Kg 82400 140.85 11606040
10.19 Providing and fixing mild steel round holding down bolts Kg 18000 88.5 1593000
24
with nuts and washer plates complete.
10.28 Providing and fixing stainless steel ( Grade 304) railing Kg 10000 612.25 6122500
made of Hollow tubes, channels, plates etc., including
welding, grinding, buffing, polishing and making curvature
(wherever required) and fitting the same with necessary
stainless steel nuts and bolts complete, i/c fixing the
railing with necessary accessories & stainless steel dash
25
fasteners , stainless steel bolts etc., of required size, on
the top of the floor or the side of waist slab with suitable
arrangement as per approval of Engineer-in-charge, (for
payment purpose only weight of stainless steel members
shall be considered excluding fixing accessories such as
nuts, bolts, fasteners etc.).
11.0 FLOORING
11.16S TILE FLOORING
Chequerred precast cement concrete tiles 22 mm thick in
footpath & courtyard, jointed with neat cement slurry
11.20 mixed with pigment to match the shade of tiles, including
rubbing and cleaning etc. complete, on 20 mm thick bed
of cement mortar 1:4 (1 cement: 4 coarse sand).
26 11.20.1 Light shade pigment using white cement Sqm 5000 1233.05 6165250
11.26S KOTA STONE FLOORING
Kota stone slab flooring over 20 mm (average) thick base
laid over and jointed with grey cement slurry mixed with
11.26 pigment to match the shade of the slab, including rubbing
and polishing complete with base of cement mortar 1 : 4
(1 cement : 4 coarse sand) :
27 11.26.1 25 mm thick Sqm 400 1706.6 682640
11.41S VITRIFIED FLOOR TILES
6 021110 Taking out 100mm dia. & 450mm long undisturbed Each 4.00 172.01 688.04
samples of soil from bore holes, including provision of air
tight containers for packing and, labeling incl. transporting
the samples to laboratory. Piston sampler shall be used
for extracting undisturbed samples where necessary.
Samples shall be collected as per IS:2720.
7 021120 Taking out 100mm dia. & 450mm long disturbed samples Each 4.00 177.05 708.20
of soil from bore holes, including provision of air tight
containers for packing, labeling and transporting the
samples to laboratory. Samples shall be collected as per
IS:2720.
Conducting laboratory Tests on collected soil samples as
per relevant IS code
8 021151 Moisture Content/Dry Density Each 4.00 264.24 1056.96
9 021152 Atterberg Limits Each 4.00 532.94 2131.76
10 021153 Specific Gravity Each 4.00 883.04 3532.16
11 021154 Grain size analysis including Hydrometer analysis Each 4.00 1237.59 4950.36
12 021155 Direct Shear Test Each 4.00 3121.85 12487.40
13 021156 Natural Density Each 4.00 1443.49 5773.96
14 021157 Consolidation Test Each 4.00 10101.43 40405.72
15 021158 Unconfined Compression Test Each 4.00 3328.12 13312.48
16 021159 Tri-axial Test Each 4.00 3050.50 12202.00
Conducting Laboratory tests on collected ROCK
SAMPLES as per relevant IS code
17 021161 Density Test Each 4.00 1058.64 4234.56
18 021162 Water Absorption & Porosity Each 4.00 455.49 1821.96
19 021163 Hardness Each 4.00 295.10 1180.40
20 021164 Unconfined Compression Test Each 4.00 2220.98 8883.92
21 021165 Point Load Test Each 4.00 2311.66 9246.64
22 021166 Modulus of Elasticity Each 4.00 4667.17 18668.68
23 021167 Abrasion Testing Each 4.00 749.25 2997.00
24 021170 Conducting chemical analysis of ground water samples to Each 2.00 1940.57 3881.14
determine suitability for concreting and aggressiveness in
relation to attack on concrete / reinforcement including
determination of pH value.
25 021180 Co n d u ctin g chemical analysis of soil samples to Each 2.00 1517.81 3035.62
deter m ine aggressiveness in relation to attack on
concrete / reinforcement including determination of pH
value
Providing road crane of specified lifting capacity with
specified jib length revolving type for material handling,
assembly & erection of girders/slab/RCC Box etc.
26 041208 250 MT capacity Day 20.00 209697.19 4193943.80
27 041300 Assembling and erecting pre-fabricated structures, such MT 1624.00 7854.50 12755708.00
as columns, beams, girders, other members of FOBs and
sheds; including leading all structural elements within 1
Km lead, bolting, riveting or welding as per approved
drawing or as directed by Engineer In-charge. Rate shall
include cost of labour, materials, tools & plants and only
pre-fabricated structural elements shall be given by
Railway. (Work not requiring traffic or power block).
28 041301 Extra over item no 041300, if the work is to be executed MT 900.00 218.84 196956.00
under traffic or power block.
29 041370 Supplying fabricating and erecting welded and/or bolted MT 100.00 117534.00 11753400.00
and/or riveted steel work in built up sections, trusses and
framed work, staging, racks, Height Gauge etc. for Steel
Structures other than bridge girders, using RSJ, tees,
angles and channels/flats, plates, gussets, round or
square bars, cleats, bolts etc., with contractors own steel
including cutting, bending, straightening, drilling, riveting,
hoisting, fixing, erecting, welding, bolting etc., with
Providing stiffeners wherever required as per approved
drawing including applying a priming coat of a approved
steel primer with all contractor's materials, labour, tools &
plants, lead & lift including crossing of tracks if required
etc., complete as per specification and as directed by
Engineer-in-charge. Note: The payment shall be made on
the theoretical weight of main components and gusset
plates only.
Designing and developing Detailed structural and working
Drawings for following items for ROB/RUB/Bridge based
on Railway's approved GADs, duly collecting necessary
data from Railways and R&B authorities, duly designing
members and submission of check plot duly getting proof-
checked by Railway approved institutes, submitting for
Railway's verification and approval, making corrections
duly incorporating suggestions in drawings/designs,
further submission of original in transparent film paper
and soft copy (CD) for Railways approval etc. with
contractor's technical expertise and instruments, labour,
consumables, repeatedly attending till final approval etc.,
complete as directed by Engineer in-charge.
30 053011 Open / Pile / Well Foundation for piers/abutments Set 2.00 36265.24 72530.48
31 053013 Foundation and sub-structure for RCC retaining wall, Set 2.00 27347.45 54694.90
abutment and approach slab
Total 30458144.30
4. ELIGIBILITY CONDITIONS
Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only
Financial Eligibility Criteria (Clause 10.2 of part-I GCC-2022): 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 calculating average annual
contractual turnover. The tenderers shall submit requisite information as per Annexure-
VIB, along with copies of Audited Balance Sheets duly certified by the Chartered Allowed
1 No No
Accountant/ Certificate from Chartered Accountant duly supported by Audited Balance (Mandatory)
Sheet. (Clause 17.15.2 of part-I GCC-2022) Financial Eligibility Criteria for JV- The JV
shall satisfy the requirement of "Financial Eligibility" mentioned at para 10.2 of
GCC/2022 above. The "financial capacity" of the lead member of JV shall not be less
than 51% of the financial eligibility criteria mentioned at para 10.2 of GCC/2022 above.
The arithmetic sum of individual "financial capacity" of all the members shall be taken as
JV's "financial capacity" to satisfy this requirement. Note: Contractual payment received
by a Member in an earlier JV shall be reckoned only to the extent of the concerned
member's share in that JV for the purpose of satisfying compliance of the above
mentioned financial eligibility criteria in the tender under consideration.
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.
Commercial-Compliance
(f) LLP (Limited Liability Partnership): (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
7.6 No No
contracts as on the date of submission of bids, either in their individual (Mandatory)
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 of Para 10 of the Tender Form
(Second Sheet).
(g) Registered Society & Registered Trust: (i) A copy of 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 create liability against the Society/Trust. (iv) A copy of Rules &
Regulations of the Society (v) All other documents in terms of Para 10 of
GCC/2022 of the Tender Form (Second Sheet) above. (iii) If it is NOT
mentioned in the submitted tender that tender is being submitted on behalf of
a Sole Proprietorship firm / Partnership firm / Joint Venture / Registered
Company etc., then the tender shall be treated as having been submitted by
the individual who has signed the tender. (iv) After opening of the tender, any
document pertaining to the constitution of Sole Proprietorship Firm / Allowed
7.7 No No
Partnership Firm / Registered Company/ Registered Trust / Registered Society (Mandatory)
/ HUF/LLP etc. shall be neither asked nor considered, if submitted. Further, no
suo moto cognizance of any document available in public domain (i.e., on
internet etc.) or in Railway's record/office files etc. will be taken for
consideration of the tender, if no such mention is available in tender offer
submitted. (v) A tender from JV shall be considered only where permissible as
per the tender conditions. (vi) The Railway will not be bound by any change of
power of attorney or in the composition of the firm made subsequent to the
submission of tender. Railway may, however, recognize such power of
attorney and changes after obtaining proper legal advice, the cost of which will
be chargeable to the Contractor.
General Instructions
The tenderer shall be required to submit the Bid Security with the tender for
the due performance with the stipulation to keep the offer open till such date
as specified in the tender, under the conditions of tender. Note: (i) The Bid
Security shall be rounded off to the nearest 100. This Bid Security shall be
applicable for all modes of tendering. (ii) Any firm recognized by Department of
Industrial Policy and Promotion (DIPP) as 'Startups' shall be exempted from
payment of Bid Security detailed above. (iii) Labour Cooperative Societies shall
submit only 50% of above Bid Security detailed above. (b) It shall be
understood that the tender documents have been issued to thetenderer and
the tenderer is permitted to tender in consideration of stipulation on his part,
5 No No Not Allowed
that after submitting his tender he will not resile from his offer or modify the
termsand conditions thereof in a manner not acceptable to the Engineer.
Should the tenderer fail to observe or comply with the said stipulation, the
aforesaid amount shall be liable to be forfeited to the Railway. (c) If his tender
is accepted, this Bid Security mentioned in sub para (a) above willbe retained
as part security for the due and faithful fulfillment of the contract in terms of
Clause 16 of the Standard General Conditions of Contract. The Bid Security of
other Tenderers shall, save as herein before provided, be returned to them,
but the Railway shall not be responsible for any loss or depreciation that may
happen thereto while in their possession, nor be liable to pay interest thereon.
Undertakings
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.
Designation : Sr.DEN/3/ECR/DHN