0% found this document useful (0 votes)
5 views

viewNitPdf_4356562

The document is a tender invitation for the construction of foundations and related works for Foot Over Bridges (FOBs) at Chandrapura and Barkakana stations under the Amrit Bharat Stations Scheme. The tender is open for bids until November 2, 2023, and includes details about the work scope, bidding process, and financial requirements. The estimated value of the project is approximately 137.61 million INR, with a completion period of 9 months.

Uploaded by

Prateek
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)
5 views

viewNitPdf_4356562

The document is a tender invitation for the construction of foundations and related works for Foot Over Bridges (FOBs) at Chandrapura and Barkakana stations under the Amrit Bharat Stations Scheme. The tender is open for bids until November 2, 2023, and includes details about the work scope, bidding process, and financial requirements. The estimated value of the project is approximately 137.61 million INR, with a completion period of 9 months.

Uploaded by

Prateek
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/ 14

DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY

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

Schedule Schedule BI-(General)


Item- 1 For Chapter No. 1,2,4,5,6,10,11,12,13,15 & 16 as per CPWD DSR 2021-Ver-2.
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 1.1.2.2 2km cum 2348 203.98 478945.04
2.0 EARTH WORK

Pa g e 1 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

Earth work in excavation by mechanical means (Hydraulic


excavator)/manual means over areas (exceeding 30 cm
in depth, 1.5 m in width as well as 10 sqm on plan)
2.6
including getting out and disposal of excavated earth lead
upto 50 m and lift upto 1.5 m, as directed by Engineer-in-
charge.
2 2.6.1 All kinds of soil cum 1200 205.45 246540
Earth work in excavation by mechanical means (Hydraulic
excavator) / manual means in foundation trenches or
drains (not exceeding 1.5 m in width or 10 sqm on plan),
2.8 including dressing of sides and ramming of bottoms, lift
upto 1.5 m, including getting out the excavated soil and
disposal of surplus excavated soil as directed, within a
lead of 50 m.
3 2.8.1 All kinds of soil. cum 1200 286.85 344220
2.25 Filling available excavated earth (excluding rock) in cum 5600 253.95 1422120
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.
2.27 Supplying and filling in plinth with sand under floors, cum 60 2161.2 129672
5 including watering, ramming, consolidating and dressing
complete.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
4.1.2 1:1.5:3 (1 Cement: 1.5 coarse sand (zone-III) derived cum 180 7783.65 1401057
6 from natural sources : 3 graded stone aggregate 20 mm
nominal size derived from natural sources)
Centering and shuttering including strutting, propping etc.
4.3
and removal of form work for :
7 4.3.1 Foundations, footings, bases for columns Sqm 270 307.95 83146.5
4.14S MISCELLANEOUS
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 concrete to site of laying, curing,
4.20
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 :
4.20.1.3 Concrete of M20 grade with minimum cement content of cum 37 8387.15 310324.55
8
270 kg /cum
5.0 REINFORCED CEMENT CONCRETE
5.1S CAST IN SITU
Providing and laying in position specified grade of
reinforced cement concrete, excluding the cost of
5.1
centering, shuttering, finishing and reinforcement - All
work up to plinth level :

Pa g e 2 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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.

Pa g e 3 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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

Pa g e 4 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

Providing and laying Polished Granite stone flooring in


required design and patterns, in linear as well as
curvilinear portions of the building all complete as per the
architectural drawings with 18 mm thick stone slab over
20 mm (average) thick base of cement mortar 1:4 (1
11.56
cement : 4 coarse sand) laid and jointed with cement
slurry and pointing with white cement slurry admixed with
pigment of matching shade including rubbing , curing and
polishing etc. all complete as specified and as directed by
the Engineer-in-Charge.
11.56.1 Polished Granite stone slab colour of Black, Cherry/Ruby Sqm 3076 3908.8 12023468.8
28
Red or equivalent
12.0 ROOFING
12.1S SHEET ROOFING
Providing corrugated G.S. sheet roofing including vertical
/ curved surface fixed with polymer coated J or L hooks,
bolts and nuts 8 mm diameter with bitumen and G.I.
limpet washers or with G.I. limpet washers filled with white
lead, including a coat of approved steel primer and two
12.1
coats of approved paint on overlapping of sheets
complete (up to 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.
12.1.3 0.63 mm thick with zinc coating not less than 275 gm/ Sqm 2300 978 2249400
29
sqm
Providing ridges or hips of width 60 cm overall width plain
G.S. sheet fixed with polymer coated J or L hooks, bolts
12.4
and nuts 8 mm dia G.I. limpet and bitumen washers
complete.
30 12.4.2 0.63 mm thick with zinc coating not less than 275 gm/sqm Metre 900 750.85 675765
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 at all heights, levels and locations Mill
finish Aluminium alloy roofing sheets of alloy IS
designation 31500, temper Hx8 conforming to IS 737 and
dimensions as per IS code 2676 with characteristics of
good formability and corrosion resistance. The profile
sheets shall be fixed to truss members in slope or
12.64
required pitch or curvature with Hex cap headed self
drilling/tapping Stainless steel screws M6, 50 mm long
with 3 mm EPDM seal washer etc. all inclusive of labour,
scaffolding, T&P and sundries etc. complete as per
directions of the Engineer-In-Charge. (Cost of truss/frame
work shall be paid separately).
Providing & fixing at all heights, levels and locations
colour finish Aluminium alloy roofing sheets of alloy IS
designation 31500, temper Hx8 conforming to IS 737 and
dimensions as per IS code 2676 with characteristics of
good formability and corrosion resistance. The profile
sheets shall be fixed to truss members in slope or
12.65
required pitch or curvature with Hex cap headed self
drilling/tapping Stainless steel screws M6, 50 mm long
with 3 mm EPDM seal washer etc. all inclusive of labour,
scaffolding, T&P and sundries etc. complete as per
directions of the Engineer-In-Charge. (Cost of truss/frame
work shall be paid separately).
12.65.1 0.56 mm, Aluminium Color coated troughed profile with Sqm 6000 1006.3 6037800
31 center to center pitch of 200 mm, depth of 32 mm, overall
profile width1092 mm, cover width 1000mm.
13.0 FINISHING

Pa g e 5 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

13.1S CEMENT PLASTER (IN FINE SAND)


13.1 12 mm cement plaster of mix :
32 13.1.1 1:4 (1 cement: 4 fine sand) Sqm 500 294.85 147425
13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement paint of
13.44
required shade :
33 13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) Sqm 1000 97.6 97600
Painting with aluminium paint of approved brand and
13.63
manufacture to give an even shade .
34 13.63.1 Two or more coats on new work Sqm 14000 121.45 1700300
13.71 per 2000 5.05 10100
Lettering with black Japan paint of approved brand and letter
35
manufacture per cm
height
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 cum 70 2007.1 140497
36
design mix)
16.0 ROAD WORK
16.49S MISCELLANEOUS
16.90 Providing and laying tactile tile (for vision impaired Sqm 400 1719 687600
persons as per standards) of size 300x300x9.8mm
having with water absorption less than 0.5% and
conforming to IS:15622 of approved make in all colours
and shades in for outdoor floors such as footpath, court
37
yard, multi modals location etc., laid on 20mm thick base
of cement mortar 1:4 (1 cement : 4 coarse sand) in all
shapes & patterns including grouting the joints with white
cement mixed with matching pigments etc. complete as
per direction of Engineer-in-Charge.
Total 139159384.89
Schedule Schedule BII-(General)
Item- 1 For Chapter No. 02,04 & 05 as per ECR-HQ-IR-USSOR 2021-2-Ver-3.
S No. Item No Description of Item Unit Qty Rate Amount
Exploratory drilling of boreholes down to required depth,
drilling of 150mm dia. boreholes in all type of soils except
hard rock & large boulders (boulder core more than
30cm) including refilling, reinstating surface and disposing
off surplus material including use of mechanical rigs with
power operated winches as well as percussion/chiselling
tool for advancing through occasional seams of hard
strata to be employed, where necessary in Dry area.
1 021011 0m to 10m Metre 8.00 1182.96 9463.68
2 021012 10m to 20m Metre 8.00 1352.44 10819.52
Drilling of NX size borehole (75mm dia.) in all types of
hard rock and collection of rock core samples from
boreholes and preserving in boxes.
3 021051 0m to 10m Metre 110.00 3267.54 359429.40
4 021052 10m to 20m Metre 220.00 3446.67 758267.40
Conducting in-situ full size Plate Load Test (PLT) at
selected location as per IS:1888 including making loading
arrangements & casting of RCC/cast in-situ concrete
footing as per codal provisions including excavation and
refilling of trial pit.
5 021061 Plate size 30cm x 30cm Each 4.00 35433.04 141732.16

Pa g e 6 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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.

Pa g e 7 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Similar Nature work- Supply, fabrication & erection of steel structure/PF shed/FOB/PS Allowed
1 No No
Tank. (Mandatory)

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 8 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria (Clause 10.1 of GCC-2022): (a)The tenderer must have
successfully completed or substantially completed any one of the following categories of
work(s) during last 07 (seven) years, ending last day of month previous to the one in
which tender is invited: (i)Three similar works each costing not less than the amount
equal to 30% of advertised value of the tender, or (ii)Two similar works each costing not
less than the amount equal to 40% of advertised value of the tender, or (iii)One similar
work costing not less than the amount equal to 60% of advertised value of the tender.
(Clause 17.15.1 of part-I GCC-2022) Technical Eligibility Criteria for JV- (a) For Works Allowed
1 No No
without composite components The technical eligibility for the work as per para 10.1 of (Mandatory)
GCC/2022 above, shall be satisfied by either the 'JV in its own name & style' or 'Lead
member of the JV'. Each other (non-lead) member(s) of JV, who is/ are not satisfying the
technical eligibility for the work as per para 10.1 above, shall have technical capacity of
minimum 10% of the cost of work i.e., each non-lead member of JV member must have
satisfactorily completed or substantially completed during the last 07 (seven) years,
ending last day of month previous to the one in which tender is invited, one similar single
work for a minimum of 10% of advertised value of the tender.
Note for Item 10.1: (Clause 10.1 of part-I GCC-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
1.1 closing of tender, shall also be considered provided the work experience certificate has No No Not Allowed
been issued by a person authorized by the Public listed company to issue such
certificates. 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.

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 9 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
A copy of certificate stating that they are not liable to be disqualified and all
their statements/documents submitted along with bid are true and factual.
Standard format of the certificate to be submitted by the bidder is enclosed as
Annexure-V. In addition to Annexure-V, in case of other than
Company/Proprietary firm, Annexure-V(A) shall also be submitted by the each
member of a Partnership Firm/Joint Venture (JV)/Hindu Undivided Family Allowed
1 No No
(HUF)/Limited Liability Partnership (LLP) etc. as the case may be. Non (Mandatory)
submission of a copy of certificate by the bidder shall result in summarily
rejection of his/their bid. It shall be mandatorily incumbent upon the tenderer to
identify, state and submit the supporting documents duly self attested / digitally
signed by which they/he are/is qualifying the Qualifying Criteria mentioned in
the Tender Document.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
2 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
The tenderer shall clearly specify whether the tender is submitted on his own
(Proprietary Firm) or on behalf of a Partnership Firm / Company / Joint
Venture (JV) / Registered Society / Registered Trust / Hindu Undivided Family
(HUF) / Limited Liability Partnership (LLP) etc. The tenderer(s) shall enclose Allowed
3 No No
the attested copies of the constitution of their concern, and copy of PAN Card (Mandatory)
along with their tender. Tender Documents in such cases are to be signed by
such persons as may be legally competent to sign them on behalf of the firm,
company, association, trust or society, as the case may be.
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 /
4 No No Not Allowed
Registered Company etc., then the tender shall be treated as having been
submitted by the individual who has signed the tender.

Pa g e 10 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

After opening of the tender, any document pertaining to the constitution of


Sole Proprietorship Firm / Partnership Firm / Registered Company/ Registered
Trust / Registered Society / HUF/LLP etc. shall be neither asked nor
5 considered, if submitted. Further, no suo moto cognizance of any document No No Not Allowed
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.
The tenderer whether sole proprietor / a company or a partnership firm
/registered society / registered trust / HUF / LLP etc if they want to act through
agent or individual partner(s), should submit along with the tender, a copy of
power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether he/they be partner(s) of the
Allowed
6 firm or any other person, specifically authorizing him/them to sign the tender, No No
(Mandatory)
submit the tender and further to deal with the Tender/ Contract up to the stage
of signing the agreement except in case where such specific person is
authorized for above purposes through a provision made in the partnership
deed / Memorandum of Understanding / Article of Association/Board
resolution, failing which tender shall be summarily rejected.
A separate power of attorney duly stamped and authenticated by a Notary
Public or by Magistrate in favour of the specific person whether he/they be
partner(s) of the firm or any other person, shall be submitted after award of
work, specifically authorizing him/them to deal with all other contractual
activities subsequent to signing of agreement, if required. Note: A Power of
Allowed
6.1 Attorney executed and issued overseas, the document will also have to be No No
(Optional)
legalized by the Indian Embassy and notarized in the jurisdiction where the
Power of Attorney is being issued. However, the Power of Attorney provided by
Bidders from countries that have signed the Hague Legislation Convention
1961 are not required to be legalized by the Indian Embassy if it carries a
conforming Appostille certificate.
7 Following documents shall be submitted by the tenderer: No No Not Allowed
(a) Sole Proprietorship Firm: (i) All documents in terms of Para 10 of Allowed
7.1 No No
GCC/2022 of the Tender Form (Second Sheet) above (Mandatory)
(b) HUF: (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
Allowed
7.2 Undivided Family (HUF) and he has the authority, power and consent given by No No
(Mandatory)
other members to act on behalf of HUF. (ii) All other documents in terms of
Para 10 of GCC/2022 of the Tender Form (Second Sheet) above
(c)The following documents shall be submitted by the partnership firm, with the
tender: i. A notarized copy of the Partnership Deed or a copy of the
Partnership deed registered withthe Registrar. 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
Allowed
7.3 by Railways or any other Ministry / Department of the Govt. of India from No No
(Mandatory)
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. iv. All other documents in
terms of Para 10 of GCC/2022 of the Tender Form (Second Sheet).
(d) Joint Venture (JV): All documents as mentioned in para 17 of GCC 2022 of Allowed
7.4 No No
the Tender Form (Second Sheet) (Mandatory)
(e) Company registered under Companies Act2013: (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
Allowed
7.5 Attorney issued by the Company (backed by the resolution of Board of No No
(Mandatory)
Directors) in favour of the individual to sign the tender on behalf of the
company and create liability against the company. (iv) All other documents in
terms Para 10 of the Tender Form (Second Sheet) above.

Pa g e 11 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

(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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
A copy of Documents against eligibility criteria must be submitted along with
the E-tender. No any documents against the same will be entertained in the
office of Divisional Railway Manager, Dhanbad or anywhere else at any time.
1 Tender will be decided purely on the basis of documents available/attached No No Not Allowed
with the E-tender irrespective of whether tenderer is working contractor or
new. However Railway may ask clarification with respect to document
available/attached with the E-tender, if required.
In case of more than one L-1 bidders, tender may be awarded to tenderer
having higher Bid Capacity. In case Bid Capacity is also the same, tenderer
2 having done more value of similar work in last three previous financial years No No Not Allowed
and the current financial year upto the date of opening of the tender, may be
selected for the award.
For those conditions for which standard formats have been given in the
3 uploaded document titled-Formats for uploading of various format. The No No Not Allowed
information should only be submitted in these standard formats.
Rates are inclusive of all taxes, license fee, royalty charges etc. legally leviable
4 No No Not Allowed
by State, Central Govt. and/or any other local authority.

Pa g e 12 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Before submitting a tender, the tenderer will be deemed to have satisfied
himself by actual inspection of the site and locality of the works, that all
conditions liable to be encountered during the execution of the works are
1 taken into account and that the rates he enters in the tender forms are No No Not Allowed
adequate and all inclusive to accord with the provisions in Clause-37 of the
Standard General Conditions of Contract for the completion of works to the
entire satisfaction of the Engineer.
Tenderers will examine the various provisions of The Central Goods and
Services Tax Act, 2017(CGST)/ Integrated Goods and Services Tax Act,
2017(IGST)/ Union Territory Goods and Services Tax Act, 2017(UTGST)/
2 respective state's State Goods and Services Tax Act (SGST) also, as notified No No Not Allowed
by Central/State Govt.& as amended from time to time and applicable taxes
before bidding. Tenderers will ensure that full benefit of Input Tax Credit (ITC)
likely to be availed by them is duly considered while quoting rates.
The successful tenderer who is liable to be registered under
CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other details
required under CGST/IGST/UTGST/SGST Act to railway immediately after the
3 No No Not Allowed
award of contract, without which no payment shall be released to the
Contractor. The Contractor shall be responsible for deposition of applicable
GST to the concerned authority.
In case the successful tenderer is not liable to be registered under
CGST/IGST/UTGST/ SGST Act, the railway shall deduct the applicable GST
4 No No Not Allowed
from his/their bills under reverse charge mechanism (RCM) and deposit the
same to the concerned authority.
I/ We have visited the works site and I / We am / are aware of the site
5 No No Not Allowed
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


02PocketInstructiontotenderers-USSOR-
1 2021DSR-2021MSOP-2018GCC-April- Instruction to tenderer 2 packet
2022Adv.Correc.Slip-4_3.pdf
2 SpecialConditionsteelfabricationnewFOB.pdf Special Conditions

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.

Pa g e 13 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42


DHANBAD DIVISION-ENGINEERING/EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: 152-DHN-2023-24 Closing Date/Time: 02/11/2023 17:00

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: MOHIT SAHU

Designation : Sr.DEN/3/ECR/DHN

Pa g e 14 o f 14 Ru n Da te/Time: 0 9 /10 /2 0 2 3 2 3:2 5 :42

You might also like