Download as pdf or txt
Download as pdf or txt
You are on page 1of 30

SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY

TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

Chief Administrative Officer, Construction acting for and on behalf of The President of India invites E-Tenders against Tender No
HSRA-OML-FLS-01R Closing Date/Time 15/10/2020 11:00 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.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Name of Work Final Location Survey for proposed doubling of track between HOSUR-OMALUR-147 Km.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 15/10/2020 11:00 Date Time Of Uploading Tender 23/09/2020 15:57
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 34417934.48 Tendering Section TENDER SEC
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money /Bid Security
322100.00 Validity of Offer ( Days) 45
(Rs.)
Tender Doc. Cost (Rs.) 11350.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 01/10/2020 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
Schedule A-USSOR ITEMS 12686034.98
Above/
Please see Item Breakup for details. 12686034.98 AT Par 12686034.98
1 Below/Par
Description:- USSOR ITEMS

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule I-SURVEY ITEMS 21731899.50
Above/
Please see Item Breakup for details. 21731899.50 AT Par 21731899.50
1 Below/Par
Description:- SURVEY ITEMS

3. ITEM BREAKUP

Schedule Schedule A-USSOR ITEMS


Item- 1 USSOR ITEMS
S No. Item No Description of Item Unit Qty Rate Amount
Exploratory drilling of Boreholes down to required
depth, drilling of 150mm diameter boreholes in all
type of soils except hard rock and large boulders
(boulder core more than 30 cm), including refilling
and reinstating surface, and disposing off surplus
material including use of mechanical rigs with power
operated winches as well as percussion / chieselling
tool for advancing through occasional seams of hard
strata to be employed, where necessary in Dry area
1 191011 0m to 10m Metre 3100.00 1007.02 3121762.00
2 191012 10m to 20m Metre 100.00 1037.22 103722.00

Pa g e 1 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

Drilling of NX size borehole (75 mm dia) in all types of


hard rock (fresh rock) and collection of rock core
samples from boreholes and preserving in boxes
3 191041 0m to 10m Metre 1200.00 3167.41 3800892.00
4 191042 10m to 20m Metre 100.00 3364.87 336487.00
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 191051 a. Plate size 30 cm x 30 cm Each 30.00 19745.50 592365.00
6 191100 Taking out 100mm dia & 450mm long undisturbed Each 874.00 348.45 304545.30
samples of soil from bore holes, including provision of
air tight containers for packing and, labelling 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 191120 Conducting standard penetration test as per IS 2131 Each 3200.00 209.07 669024.00
at approximate1.5 m intervals in bore holes, as
directed by the Engineer in charge
Conducting laboratory Tests on collected soil samples
as per relevant IS code
8 191141 Moisture contents/ Dry density Each 874.00 290.38 253792.12
9 191142 Atterberg Limit Each 874.00 290.38 253792.12
10 191143 Specific Gravity Each 874.00 232.30 203030.20
11 191144 Grain size analysis including Hydrometer analysis Each 874.00 232.30 203030.20
12 191146 Natural density Each 874.00 290.38 253792.12
13 191149 Tri-axial test Each 874.00 1742.25 1522726.50
Conducting Laboratory tests on collected ROCK
SAMPLES as per relevant IS code
14 191154 Unconfined compression test Each 874.00 232.30 203030.20
15 191155 Point load test Each 874.00 406.53 355307.22
16 191180 Preparation and submission of Final report giving Each 219.00 2323.00 508737.00
complete and comprehensive record of investigations,
laboratory test reports and calculations in approved
format
Total 12686034.98
Schedule Schedule I-SURVEY ITEMS
Item- 1 SURVEY ITEMS
S No. Item No Description of Item Unit Qty Rate Amount

Pa g e 2 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

1 01010100 FLSD-01: Conducting photogrammetric survey using Kilometre 150.00 7400.00 1110000.00
stero satellite imagery data (CARTOS set or similar)
as obtained from NRSC (national remote sensing
centre) and processing the same using suitable GIS
software for generation of Digital Elevation Model
(DEM) , orthophotos, topomaps etc., to verify the
doubling/new line alignment propsed in the PET
survey by first identifying minimum 3 alternate viable
routes and finalization of most technical and
economically alignment in consultation with railways
duly adopting latest circular/manuals/code of railways
with submission of detailed survey report along with
abstract estimate as directed by the Engg-in-charge.
The scope of the work includes 1). verifying and re-
fixing alignment wherever necessary using wooded
pillars duly suggesting 3 alternate viable routes and
finalization of most economical one. The work shall be
done as per detailed specifications given in the stage-
I of the tender document. 2). Submission of reports
with definite recommendations. 3). submission of
records duly plotting the proposed alignment in
toposheets as well as in google earth. 4). All other
deliverables as mentioned in stage-I. Note: 1. The
various deliverables in this item such as DEM,
ORTHO PHOTOS, DSM, TOPOGRAPHICAL MAP to
a scale of 1:5000 are purely for the purpose of
finalization of alingment. However, the accurate
DEM/ORTHO PHOTOS/TOPOGRAPHICAL MAP shall
be generated using drone/ LiDAR Survey 2.This item
is also applicable for sections where the PET survey
has not being done. 3.All special conditions
mentioned in the aggreement particularly under stage
- I are applicable on this item. Payment schedule:-
a.payment shall be made on submission of the report.
b.20% payment shall be made on approval of the
work by the Railways. c. 20% payment shall be made
after submission of DPR to Railway board after
approval by zonal railways.

Pa g e 3 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

2 01010200 FLSD-02: Conducting Aerial Topographical Survey Kilometre 30.00 24361.00 730830.00
using DGPS based integrated Drone i.e., PPK/RTK
based Drone to capture essential ground features
and assets and delivering the topographical
information for 100 m width corridor (50 m each side
from the centre line) within an accuracy of 5cm. 1.
GCP points establishment at every 2km paint marked
on the permanent structure and 1 hr DGPS
observation of the same. 2. TBM points establishment
at every 500 m on paint marked on permanent
structures and RTK survey of the same using the 2
km points as the base. 3. Collection of High
Resolution Aerial Imagery of minimum 3 cm GSD
using survey grade DGPS integrated Drone i.e.
PPK/RTK based Drone having on board dual GNSS
system and calibrated camera of 20 MP UAV Aerial
Photo Acquisition shall be done to cover the ROW.
Suitable Overlapping: minimum 70% forward and 50%
side overlap shall be maintained. Ensure Image
Quality: Clear/sharp imagery with good light condition.
Images must have XYZ co-ordinates and rotational
information, sensor size, focal length as meta data.
This information must also be made available in a text
f i l e . 4. Aero triangulation using the professional
photogrammetry software which supports Stereo
Capability to measure control points with highest
precision and rigorous bundle block adjustment for
reliable mathematical calculation and final results.
This operation includes measuring and transferring all
tie, check, and control points appearing on all
photographs manually; and performing a least
squares block adjustment. 5. 3D Topographical
mapping - plan data Capture - All topographical
information including natural & manmade features to
be captured. All the topographical features including
Rail, track centreline, Platform, signal, Electrical mast,
FOB, RUB, Station Building, Other buildings, Utilities,
land use, Roads, wall, Hydro features were captured,
(Extensive Layer list in CAD) The output is delivered
in DWG format.

Pa g e 4 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

3 01010300 FLSD-03: Conducting Aerial Topographical Survey Kilometre 120.00 24459.00 2935080.00
using mobile / vehicle mounted LiDAR System for
proposed doubling corridor between HSA-OML
Platform - customised & calibrated paltform to install
the system on vehicle. LiDAR Sensor - a) LiDAR with
fully integrated POS (PPK+ IMU). b) Lessor Class - 1
(wave length 903mm). c) Channel - 16. d) Scan Rate
: 600.000 points per second. e) No of Returns - 2. f)
Scanner Orientation - Adjastable to (0-
30@45<45@90 degree). g) No. of GNSS Receiver /
Antannas - 2. h) Constellation - GPS /
GLONASS(L1/L2). i) Operation Mode - RTK / PPK. j)
IMU Rate - 100 hz - 250 hx. k) IMU Accuracy - Roll /
Pitch / Heading 0.05 Degree. l) RGB Camera - 12 MP
Frount / 360 degree. m) Altitude range : upto at least
70-100 m above ground. n) Precision : 4CM. o) Point
Cloud Accuracy - 5CM. p) LiDAR with IMU & fully
integrated rechargeable batteries for autonomous
operation of LiDAR independent from UAV power
circut.Establishment of Ground Control network with
1CM absolute accuracy. Primary Control Static DGPS
survey with 1 hours uninterrupted observation control
pair - Paint marked on permanent structure @ 2KM.
Additional Benchmark control Point using RTK/
Electronic Total Station at 250M paint marked on
permanent structure / designed GCP board to ensure
control for full width.Collecting the Railway level
available on nearby benchmark and transferring the
reduced level to the Primary Control points &
benchmark control points established. As built Survey
including topographical details using UAS/DRONE
based LiDAR System in dense vegetation covered
area. 3D point cloud data work using engineering
grade survey Drone based LiDAR system including
extraction of data for km upto the width of 100m (50m
each side from the center line).

Pa g e 5 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

4 01010400 FLSD-04: Conducting a drone based aerial survey for Kilometre 120.00 8920.00 1070400.00
the generation of orthophotosas per Railway
Guidelines (Letter no. 2015/Track-1/24(1)/18/1/ dated
09.10.2017 and as per the alignment plan given by
Railways on the Google earth to provide alignment
plan in kml file format. Deliverable: 1. Raw images
(jpg format) (2cm GSD) 2. File scaled and
geopositioned orthophoto tiles in jpg & sid
compressed format of 2cm resolution and resampled
at 5cm GSD. 3. Final scaled and geopositioned ortho
tiles in jpg and Sid compressed format of 2cm
resolution and resampled at 5cm GSD.4. Final scaled
and geopositioned orthomosaic in JPG & Sid format
for each 5km. 5. Map file compatible to CAD/GIS in
SHP format duly linked with attributes of assets. 6.
Quality control report for positional accuracy
assessment coordinates to be picked for atleast 5 well
defined assets in 1km lengthb from google and same
to be measured on the orthophoto coordinates
comparsion. The difference between these values
should be greater than equal to 3m. 7. The centre
line, piers, railway land boundary are to be shown on
google earth. (alignment file in dwg format and
coordinates will be provided by Railways. Note: 1.
This item is complimentary item to LiDAR survey for
generation of ortho photos. 2. This item includes
prepration of orthophotos for yards also falling in the
corridor of 100m. Seperate payment will be made for
bigger yards vide relevant item of the BOQ for
generation of orthophotos over and above this item.3.
The details are to be collected for a corridor of 100m
on the finalized alignment. i.e. 50m on either
side.Stage Payment: 1. On completion of drone flying
and submission of data in the relevant format - 20%.
2. On submission and approval of orthophotos and
other deliverables - 60%. 3. On submission of DPR to
Railway board and approval by zonal Railways - 20%.
5 01010500 FLSD-05:Dorne Orthophotos generation as per Per Unit 50.00 2745.00 137250.00
Railway Guidelines (Letter no. 2015/Track-
1/24(1)/18/1/ dated 09.10.2017 for Proposed YARDS.
Deliverables : 1) Raw images (jpg format) (2cm GSD).
2) Final Scaled and Geopositioned Orthophoto tiles in
jpg & Sid compressed format of 2cm resolution and
resampled at 5cm GSD. 3) Final Scaled and
Geopositioned Orthophoto tiles in jpg & Sid format for
each 5km. 4) Map file compatible to CAD/GIS in shp
format duly linked with attributes of assets. 5) Quality
control report for Positional Accuracy Assessment
Coordinates to be picked for atleast 5 well defined
assets in 1 km length from Google and same to be
measured on the Orthophoto Coordinates
comparison. The difference between these values
should be greater than equal to 3 m. 6) The
Alignment plan & Depot land boundary are to be
shown on the Google earth. (Alignment file in dwg
format and coordinates will be provided by Railways)
(UNIT: PER HECTARE)

Pa g e 6 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

6 01010600 FLSD-06: Providing and fixing cast-in-situ or precast Each 360.00 490.00 176400.00
M-25 concrete pillars along the Railway alignment
terms of reference & relevant provisions of Indian
Railways Code for Engineering Department (1999,
Third Reprint) with up to date correction Slips and as
directed by the Engineer-in-charge on straight and
curves as per Scope of Work & Technical
Specifications with Contractors' own materials, tools
and plants; including all leads and lifts, transportation,
making own service roads for leading of stones &
materials and crossing of track etc.; including all taxes
and royalties complete; including painting, marking
the pillars at site; The rate includes the cost of all
material including centering, shuttering, cutting,
binding, reinforcement and erection of stones etc.,
Location of concrete pillars 1) At every 500 mts along
the Centre line of the approved Railway alignment
using 1200x 100 x100 mm concrete pillar with 700
mm projection above the ground level duly
embedding in CC(1:4:8) of 300x300x500mm size
base concrete, including setting out of proposed
curves at site indicating trangent points, apex point
and crown of curve and approach of Major Bridges.4)
The Chainage or KM & distance of proposed centre
line of track shall be marked on these pillars. 5)
Separate colouring preferably yellow colour for center
line alignment pillars are to be painted for
identification. 6) Center point direction has to be
painted on alignment pillar with chainage are to be
painted. 7) 'SWR' has to be engraved on all pillars
and painted with black paint.

Pa g e 7 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

7 01010700 FLSD-07:Providing and fixing Stone Pillars of Size Each 3300.00 650.00 2145000.00
1300x250x250mm along the proposed land boundary
and for Benchmarks as per terms of reference &
relevant provisions of Indian Railways Code for
Engineering Department (1999, Third Reprint) with up
to date correction Slips and as directed by the
Engineer-in-charge on straight and curves as per
Scope of Work & Technical Specifications with
Contractors' own materials, tools and plants; including
all leads and lifts, transportation, making own service
roads for leading of stones & materials and crossing
of track etc.; including all taxes and royalties
complete; including painting, marking the pillars at
site; The rate includes the cost of all materials
including erection of stones etc., Location of Stone
pillars.1) Erection of boundary pillars at every 50 mts
interval or at every change of location of boundary,
which eever is less with 700mm projection above the
ground level and 600mm below GL at earmarked
location, embedding in CC(1:4:8) of 400x400x700mm
size base concrete, duly marking the distance of the
centre line of proposed line from the boundary.2)
Bench marks should be marked with 700mm
projection above the ground level and 600mm below
GL at earmarked location embedding in CC(1:4:8) of
400x400x700mm size base concrete, at intervals of
not more than one kilometre along the line and at
sites of important bridges, duly marking BM Number /
Value / Chainage. In every case the position chosen
for a bench mark should be such that it can be
conveniently referred to during construction and is, at
the same time, not liable to be interfered with during
the progress of construction. 3) Boundary pillar /
Benchmarks Pillars are to be painted with RED paint
for identification and markings in white or black paint.
4) Boundary pillars are to be painted with boundary
distance and direction of increase/decrease of width.
5) 'SWR' has to be engraved on all types of pillars
and painted with white or black paint.

Pa g e 8 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

8 01010800 FLSD-08A: A.Hydrological investigation for Bridges Each 364.00 1620.00 589680.00
using DEM: Conducting hydrologocal investigation
including detailed caluclation for important
major/minor bridges using Digital Elevation Model
(Geological information system)Tasks: i. Marking of
all bridge locations on index plan of the alignment. ii.
Delineating the catchment boundary of bridges from
DEM and calculating physiographic parameters of the
catchment - area, longest stream, slope iii.
Calculating design discharge (Q50) for all bridges
based on RBF 16 / RBF 22 reports for small
catchments and synthetic unit hydrograph from flood
estimation report for large catchments (> 25 sq km).
iv. Consultant will verify if there are any dams / water
storage structures in the catchment and obtain
regulated flow discharge from concerned authority for
calculation of design discharge. v. Checking of
adequacy of proposed linear waterway, vertical
clearance, free board and depth of foundation. Soil
investigation report for scour depth calculations will be
provided to the consultant. Deliverables i. 3 copies of
report with bridge wise hydrological calculations
should be submitted. Separate booklets should be
prepared for major and minor bridges. ii. For each
bridge, calculations and catchment plan with longest
stream marked on Survey of India toposheet should
be submitted. For bridges with large catchments, unit
hydrograph and calculation of equivalent slope should
also be submitted. iii. Catchment plan should be
marked on 50 year 24 hr rainfall map to verify
correctness of rainfall data used and the same and
the same submitted in the booklet. iv. The following
are required to be submitted as softcopy - calculation
spreadsheets, Google Earth KML files of catchment
plans, longest stream, alignment and bridge location.
(A) For Minor Bridges

Pa g e 9 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

9 01010900 FLSD-8B: Hydrological investigation for Bridges using Each 18.00 4600.00 82800.00
DEM : Conducting hydrologocal investigation
including detailed caluclation for important
major/minor bridges using Digital Elevation Model
(Geological information system) Tasks: i. Marking of
all bridge locations on index plan of the alignment. ii.
Delineating the catchment boundary of bridges from
DEM and calculating physiographic parameters of the
catchment - area, longest stream, slope iii Calculating
design discharge (Q50) for all bridges based on RBF
16 / RBF 22 reports for small catchments and
synthetic unit hydrograph from flood estimation report
for large catchments (greater than 25 sq km). iv.
Consultant will verify if there are any dams / water
storage structures in the catchment and obtain
regulated flow discharge from concerned authority for
calculation of design discharge. v. Checking of
adequacy of proposed linear waterway, vertical
clearance, free board and depth of foundation. Soil
investigation report for scour depth calculations will be
provided to the consultant. Deliverables i. 3 copies of
report with bridge wise hydrological calculations
should be submitted. Separate booklets should be
prepared for major and minor bridges. ii. For each
bridge, calculations and catchment plan with longest
stream marked on Survey of India toposheet should
be submitted. For bridges with large catchments, unit
hydrograph and calculation of equivalent slope should
also be submitted. iii. Catchment plan should be
marked on 50 year 24 hr rainfall map to verify
correctness of rainfall data used and the same and
the same submitted in the booklet. iv. The following
are required to be submitted as softcopy - calculation
spreadsheets, Google Earth KML files of catchment
plans, longest stream, alignment and bridge location.
(B) For Major Bridges

Pa g e 10 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

10 01011000 FLSD-09:Making trial pit of size 1.0x1.0x3.0m at Per Unit 874.00 315.00 275310.00
every 500m along the alignment & at every major &
minor bridge site at appropriate location below the
existing bed level or as desired by the Engineer-in-
charge and collecting disturbed samples for
conducting soil tests / investigation and preparing and
submitting soil classification report with bore log and
suggested safe bearing capacity, after conducting soil
laboratory tests / Tri-axial / SPT tests as below under
relevant USSR items, with all contractor's materials,
tools, labour, consumables, shoring and supporting
arrangements, with all lead and lift etc., complete as
per relevant IS/other specifications & as directed by
Engineer-in-charge. NOTES: 1.This includes taking
disturbed samples and / or undisturbed samples as
directed by the engineer in charge and conducting (i)
laboratory tests on disturbed / un-disturbed samples
for parameters, viz., and classification of strata based
on following tests. a)Specific Gravity of soil, b)Bulk
Density & water content, c)Grain size analysis (Sieve
& Hydrometer analysis), d)Liquid & Plastic limits, e)
Chemical tests on soil for chloride, sulphur and PH
value, f)Crushing strength test for rock, g)Bearing
Capacity of Soil h)Water absorption for rock, i)RQD &
CORE recovery value of rock and j)Specific gravity of
rock, (ii) Tri-axial shear tests on undisturbed samples
(iii) Standard Penetration tests (N-value) in pits one
sample per pit, at the bottom of the pit or as directed
by the Engineer in charge, shall be taken whether in
soil or rock and all tests as indicated above shall be
conducted on the same. 3.Rate is inclusive of rate for
making pits and collecting samples only. (UNIT: PER
PIT)
11 01011100 FLSD-10: LONGITUDINAL SECTION & PLAN, Kilometre 150.00 5543.00 831450.00
CROSS SECTIONS, INDEX SECTION & PLANS :
Design of best-fit alignment using Bentley Power Rail
Track or equivalent software, preparation of drawings
in Microstation or AutoCAD and submission of the
following in compliance to the the Design Criteria
located within ROW as per Indian Railway
Engineering Code of Practice to IR for approval: a)
Longitudinal Section & Plan drawings showing 5 km in
each sheet at a scale of 1cm:50m longitudinal and
1cm:5m laterally / vertical. The Profile to be prepared
as per the Check list (Annexure-B) issued by Dyce
(TMS)/HQ/UBL. It should have the Proposed /
Existing details of the permanent features such as
Stations, Level crossings, all types of Bridges, FOBs,
ROBs, RUBs, Subways, complete details of curves,
overhead crossings, existing / proposed Rail levels &
Formation levels of BG line, existing ground levels,
proposed depth of cutting and height of bank ,
existing / proposed gradients. The Plan shall show the
alignment of Railway line, curve, curve details,
magnetic bearing, details of existing/proposed BG
bridges , Platforms at station, Railway land boundary,
level crossings, all permanent/ temporary/physical
structures within the Railway boundary as required for
L section, locations of tangent points of curve,
turnouts, centre line of station and its name, overhead
crossing, underground crossings, approach roads,
Road network parallel to Railway corridor,
configuration of Nallahs / River/ water streams etc.

Pa g e 11 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

12 01011200 FLSD-11: Preparation of Yard ESPs for all stations on Each 14.00 6081.00 85134.00
Bentley Power Rail Track or equivalent as per
Modified Check List of Engineering Scale Plans
issued by Dy.CE (Planning) / CN / BNC showing the
details of proposed yard arrangements with proposed
grades including regrading of existing yard and
showing details like CSL lengths of various lines,
centre to centre distances of tracks, gradients, Curve
details, type of turnouts, snag dead ends, derailing
switches, platforms, Shelters, crossovers, Railway
boundaries of entire yard with chainages and
locations of station building, other service buildings,
Electrical, OHE & S&T installations, FOB, Subway,
RUB, ROBs etc., including details of infringing
(condonation) grades & structures and preparing yard
plans with the proposed additions & alterations to the
existing stations duly suggesting improvements to
existing alignment so as to ascertain the removal of
infringements of structures & condonating grades in
yards (For details refer para 468-472 of Engineering
Code 1999) duly making phase yard plans as per the
requirement of the Railways with respect to approved
master plan in separate plans like Phase-I, Phase-II &
Final, duly incorporating complete detailed Modus
operandi for execution of work in both Phase plans
and Master plan. Any alterations proposed in the
approved plan to be in cooperated in the master plan
in a separate table. The consultant shall submit
advance copy of the ESPs on white paper for
approval of Employer. After the approval of Employer,
the Consultant shall submit drawings in 3 (three) hard
coloured copies on Polyester based tracing paper
(100 to 150 Microns) and two soft copies on CD. The
scope includes required corrections and modifications
as suggested by approving authorities of Railways till
its final approval. Required follow up with various
approving authorities including required explanations
on various provisions/facilities in t h e ESP shall be
arranged by consultant. Note: i) The colour scheme to
be followed in the drawing shall be as per standard
practice of IR. ii) Payment will be done as per Stages
given below - Submission of ESP and approval by
Dyce (Planning) / CN / BNC : 50% - Submission of
ESP and approval by Divisional HQ : 25% -
Submission of ESP and approval by Zonal HQ : 15% -
Submission of ESPs in hard & soft copies : 10%

Pa g e 12 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

13 01011300 FLSD-12: Preparation of LWR / CWR and Weld Plans: Kilometre 150.00 199.00 29850.00
For Continuously Welded Rail (CWR) track for as
much length as possible, for which the Contractor
shall prepare the CWR plans for the approval of the
Employer in accordance with the design
principles/provisions contained in IR LWR (Long
Welded Rail) Manual based on approved Track
Structure. The consultant shall submit advance copy
of the Weld Plans on white paper for approval of
Employer. After the approval of Employer, the
Consultant shall submit drawings in 3 (three) hard
coloured copies on Polyester based tracing paper
(100 to 150 Microns) and two soft copies on CD. The
scope includes required corrections and modifications
as suggested by approving authorities of Railways till
its final approval. Required follow up with various
approving authorities including required explanations
on various provisions/facilities in t h e ESP shall be
arranged by consultant. Note: i) The colour scheme to
be followed in the drawing shall be as per standard
practice of IR. ii) Payment will be done as per Stages
given below - Submission of Weld Plans and approval
by Dyce (Planning) / CN / BNC and CE/CN : 60% -
Submission of Weld Plans and approval by Divisional
HQ : 15% - Submission of Weld Plans and approval
by Zonal HQ : 15% - Submission of Weld Plans in
hard & soft copies : 10%
14 01011400 FLSD-13: Preparation of land plans (three sets in RM 150000.00 2.85 427500.00
original) for land acquisition after approval of L-
section by the railways marking the relevant details
such as survey nos. area, name of village/revenue
maps and the owner (Form A to Form D) and
submitting to revenue authorities with all details duly
colouring the proposed land to be acquired etc
complete as per the specification and as directed by
engineer in charge. NOTE: Scanning of village
/revenue maps have to be done in presence of
railway officials to a maximum accuracy and the soft
copy so scanned will be the property of the
department. No other copy to be kept with the
contractor.
15 01011500 FLSD-14: Detailed Project Report with Detailed Kilometre 150.00 2150.00 322500.00
Estimate : Preparation and submission of Detailed
project report along with Detailed Estimate as per
Engg code and as per Railway board guidelines with
rate analysis for each item and as directed by Engg-
in-charge with five hard copies and two soft copies
after approval of concerned CE/CN. A complete rate
analysis for each item duly comparing with the LAR's
available and obtaining market rates for each items
incase of non schedule item having no LAR's , along
with submission of detailed calculation sheets for
each item.

Pa g e 13 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

16 01011600 FLSD-15: Major Bridges / ROB / RUB: Preparation of Each 92.00 20000.00 1840000.00
the General Arrangement Drawing for all Major Bridge
/ ROB / RUBs for Railway Line Corridor through MX
Rail/ AutoCAD for railway standards / formats as per
Check list of Dyce / planning / BNC based on finalized
L - section for the proposed alignment, hydrological
investigation & detailed geotechnical investigation
carried out by the consultant at proposed bridge
locations, on good quality tracing paper and
submitting the same to Railway administration for
approval and carrying out the corrections as
instructed by railway with all consultants own men,
material, tools & plants, Computer systems etc., as
directed by Engineer in charge. Notes: 1) MAJOR
BRIDGE GAD should incorporate a) Sub structure
details with type of construction, type of foundation
(pile / open / well foundation), depth of foundations,
footing details / pile founds details, foundation
pressure, abutments / pier details duly showing bore
log details of sub soil along with SBC details of every
soil strata at every abutment & piers locations b) Span
arrangements with details of Bed level, HFL, VC, Free
board, Scour depth, Rail level, formation level, Clear
span, effective span, catchment area, Q50 discharge
c) Super structure details like type of structure (Steel /
PSC), type girder / slab details, depth of construction,
bearing details, wearing coat, track structure with
cushion detailsd) Approach details like trolley refuges,
parapets / steel railings, inspection platforms with
ladder arrangements, dirt walls, approach slab, back
fill material as per RDSO specifications, protective
works such as wingwalls, bank toe walls, pitching,
type of flooring / drop wall / curtain wall details as per
scour depth & silt factor criteria.Modus Operandi of
entire bridge construction.2) ROB GAD should include
incorporation of -
17 01011700 FLSD-16: Minor Bridges / SUBWAYs / FOBs: Each 390.00 8888.00 3466320.00
Preparation of the General Arrangement Drawing for
all Minor bridges / SUBWAYs / FOBs through MX Rail/
AutoCAD for railway standards / formats as per Check
list of Dyce / planning / BNC based on finalized L -
section for the proposed alignment, hydrological
investigation & detailed geotechnical investigation
carried out by the consultant at proposed bridge
locations, on good quality tracing paper and
submitting the same to Railway administration for
approval and carrying out the corrections as
instructed by railway with all consultants own men,
material, tools & plants, Computer systems etc., as
directed by Engineer in charge. Notes: 1) MINOR
BRIDGE GAD should include incorporation of - a) Sub
structure details with type of construction, type of
foundation ( pile / open ), depth of foundations,
footing details / pile founds details, foundation
pressure, abutments / pier / Box details duly showing
bore log details of sub soil along with SBC details of
every soil strata at every abutment & piers / Box
locations b) Span arrangements with details of Bed
level, HFL, VC, Free board, Scour depth, Rail level,
formation level, Clear span, effective span, catchment
area, Q50 discharge c) Super structure details like
type of structure (Steel / PSC / RCC), type girder /
slab / Box details, depth of construction, bearing
details, wearing coat, track structure with cushion
details

Pa g e 14 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

18 01011800 FLSD-17: BORROW AREA: Conducting Survey within Kilometre 150.00 1239.00 185850.00
5Km aerial leads from the proposed alignment for
prospective borrow areas of soil and blanketing
material to assess quantity and quality of materials
available for construction of embankment, including
collecting required number of soil / ballast samples
and conducting required laboratory tests to
ascertaining the quality of material as directed by
Engineer in charge. The list of established Ballast
crushers/quarries and their lead charts for obtaining
ballast / blanket material as per railway specifications
is required to be submitted along with Survey report in
3 copies
19 01011900 FLSD-18A: Building Designs and Drawings - Each 13.00 192233.80 2499039.40
Architecture, MEP: Preparation of Building Drawings
for Station buildings, other service/residential
buildings, Staff quarters ,buildings required for
installation of equipment for signalling,
telecommunication and electrification works, and
facilities including station circulating area. The
Railway Station layouts shall include architecture and
profile of all facilities and structure conforming to the
local buildings, aesthetics, architecture and
environment including platform layouts with required
finishes, FOB / Subway locations, essential amenities
for passengers like drinking water facility, water
booths, seating arrangement, urinals, lavatories,
lighting, trees and tree guards, circulating area,
boundary wall, fencing, ramp, proper Entry/ Exit,
signage, station name boards, drainage at platform,
sewerage disposal, stalls, rain water harvesting,
facility for disabled, pathway etc. The Service Building
layouts shall include Offices/ Resting facilities, Service
Buildings (for S & T, Electrical and Civil and track
machine office), Gate Lodge & S&T Room at L-Xing,
Halt Stations, Residential Buildings such as staff
Quarters, Officers Rest House, Sub ordinate rest
house complete with layout plan, elevation ,
architectural details , Mechanical/ Electrical/ Plumbing
(MEP) services within the ROW, fire detection, alarm
and control system (indoor and outdoor}, Air-
Conditioning / Air Ventilation, Rain water harvesting
system, Internal roads & footpaths connecting various
facilities within the complex, all other building services
& equipment including all fittings and fixtures as
necessary for functioning, signages etc. All the
drawings shall be submitted in AutoCAD format
including preparation of individual GADs for each and
every building / structures and also showing the
proposed additions & alterations to existing buildings.
The Consultant shall submit advance copies on white
paper for approval of Employer. After the approval of
Employer, the Consultant shall submit drawings in 3
hard coloured copies on Polyester based tracing
paper (100 to 150 Microns) and

Pa g e 15 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

20 01012000 FLSD-18B: Building Designs and Drawings - Each 1.00 54622.20 54622.20
Architecture, MEP: Preparation of Building Drawings
for Station buildings, other service/residential
buildings, Staff quarters ,buildings required for
installation of equipment for signalling,
telecommunication and electrification works, and
facilities including station circulating area. The
Railway Station layouts shall include architecture and
profile of all facilities and structure conforming to the
local buildings, aesthetics, architecture and
environment including platform layouts with required
finishes, FOB / Subway locations, essential amenities
for passengers like drinking water facility, water
booths, seating arrangement, urinals, lavatories,
lighting, trees and tree guards, circulating area,
boundary wall, fencing, ramp, proper Entry/ Exit,
signage, station name boards, drainage at platform,
sewerage disposal, stalls, rain water harvesting,
facility for disabled, pathway etc. The Service Building
layouts shall include Offices/ Resting facilities, Service
Buildings (for S & T, Electrical and Civil and track
machine office), Gate Lodge & S&T Room at L-Xing,
Halt Stations, Residential Buildings such as staff
Quarters, Officers Rest House, Sub ordinate rest
house complete with layout plan, elevation ,
architectural details , Mechanical/ Electrical/ Plumbing
(MEP) services within the ROW, fire detection, alarm
and control system (indoor and outdoor}, Air-
Conditioning / Air Ventilation, Rain water harvesting
system, Internal roads & footpaths connecting various
facilities within the complex, all other building services
& equipment including all fittings and fixtures as
necessary for functioning, signages etc. All the
drawings shall be submitted in AutoCAD format
including preparation of individual GADs for each and
every building / structures and also showing the
proposed additions & alterations to existing buildings.
The Consultant shall submit advance copies on white
paper for approval of Employer. After the approval of
Employer, the Consultant shall submit drawings in 3
hard coloured copies on Polyester based tracing
paper (100 to 150 Microns) and two soft copies on
CD. Further association for approval from Railways
duly complying with the observations made by them
and incorporating all such modifications in GADs till its
final approval.
21 01012100 FLSD-19: Design of high bank/deep cutting slope Per Unit 75.00 17500.00 1312500.00
based on slope stability analysis using PLAXIS
software as specified by RDSO GE:G-1 / Annexure-III
o f Slope Stability Analysis theoretical guidelines for
railway cuttings/ embankment more than 6m in
height/depth based on the material available in
cutting/embankments, including collecting required
number of soil samples and conducting required
laboratory tests as per RDSO specifications so as to
find out soil parameters required in slope stability
analysis, soft-ground treatment, working out design
slope based on manual method/computer software
including furnishing detailed calculations in a report
form with contractor's men, material, machinery etc.,
and as directed by Engineer-in-charge. NOTE:
Recommended slopes designs shall be from reputed
designers and shall include detailed calculations to be
submitted in 3 copies (UNIT: EACH C/S)

Pa g e 16 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

22 01012200 FLSD-20A: Yard Water supply / Drainage / Sewerage Each 13.00 72168.80 938194.40
arrangements: Planning and designing of Water
supply system in existing station colony of existing
yards duly estimating per capita demand of Station,
Platforms, coach washing system, inspection pits, fire
fighting system, station colony including Quarters,
other service buildings, Landscape & horticulture and
conducting hydrological survey about the water
resources, proposed borewell locations duly
assessing water yield and proposing suitable capacity
of Submersible Pumps, Over head Tanks & GLRs
with pumps and preparation of layout plan for water
distribution system including Rain water harvesting
system for entire yard, platforms & station colony duly
incorporating water pipe line details . In addition
designing of drainage & sewerage system duly
estimating waste water & solid waste generation in
entire yard & Station colony accounting surface flow
of rain water also and giving complete layout of
disposal system duly indicating the sewerage lines
with drainage slope, disposal location, suitable
capacity manholes, septic tanks with dispersion
trenches with proper cleaning system. The consultant
shall submit advance copy of the layout plans on
white paper for approval of employer. After the
approval of employer the consultant shall submit
drawings in 3 hard coloured copies on Polyester
based tracing paper (100 to 150 Microns)and two soft
copies on CD. (a) In Yards of Crossing stations
23 01012300 FLSD-20B: Yard Water supply / Drainage / Sewerage Each 1.00 34562.20 34562.20
arrangementsPlanning and designing of Water supply
system in existing station colony of existing yards duly
estimating per capita demand of Station, Platforms,
coach washing system, inspection pits, fire fighting
system, station colony including Quarters, other
service buildings, Landscape & horticulture and
conducting hydrological survey about the water
resources, proposed borewell locations duly
assessing water yield and proposing suitable capacity
of Submersible Pumps, Over head Tanks & GLRs
with pumps and preparation of layout plan for water
distribution system including Rain water harvesting
system for entire yard, platforms & station colony duly
incorporating water pipe line details . In addition
designing of drainage & sewerage system duly
estimating waste water & solid waste generation in
entire yard & Station colony accounting surface flow
of rain water also and giving complete layout of
disposal system duly indicating the sewerage lines
with drainage slope, disposal location, suitable
capacity manholes, septic tanks with dispersion
trenches with proper cleaning system. The consultant
shall submit advance copy of the layout plans on
white paper for approval of employer. After the
approval of employer the consultant shall submit
drawings in 3 hard coloured copies on Polyester
based tracing paper (100 to 150 Microns)and two soft
copies on CD. (b) In Yards of Halts stations

Pa g e 17 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

24 01012400 FLSD-21A:Detailed Works Programme:Complete Kilometre 135.00 2881.56 389010.60


sequencing of the various activities of the entire
project such as land acquisition, Earthworks,
Important Bridges, Major Bridges, Minor Bridges,
Retaining Walls, Drainage, FOBs, P-way, road
crossings, Station yards, Platforms, Buildings duly
indicating the step by step programme of works with
proportionate target completion dates as per the
quantum of works and identifying the works of parallel
execution including tabulating the requirements of
materials, labour force for various activities of work,
time frame of execution of each & every activities in
the form of PERT chart or BAR charts in Microsoft
Project Planning P6 for every individual activities of
various works of the entire Project. The consultant
shall submit advance copy of the Works Programme
on white paper for approval of employer. After the
approval of employer the consultant shall submit the
soft copy and the 1 hard coloured copy. (a) For Mid
Section
25 01012500 FLSD-21B: Detailed Works Programme: Complete Each 13.00 4525.30 58828.90
sequencing of the various activities of the entire
project such as land acquisition, Earthworks,
Important Bridges, Major Bridges, Minor Bridges,
Retaining Walls, Drainage, FOBs, P-way, road
crossings, Station yards, Platforms, Buildings duly
indicating the step by step programme of works with
proportionate target completion dates as per the
quantum of works and identifying the works of parallel
execution including tabulating the requirements of
materials, labour force for various activities of work,
time frame of execution of each & every activities in
the form of PERT chart or BAR charts in Microsoft
Project Planning P6 for every individual activities of
various works of the entire Project. The consultant
shall submit advance copy of the Works Programme
on white paper for approval of employer. After the
approval of employer the consultant shall submit the
soft copy and the 1 hard coloured copy. (b) For Yards
of Crossing Stations
26 01012600 FLSD-21C: Detailed Works Programme: Complete Each 1.00 3787.80 3787.80
sequencing of the various activities of the entire
project such as land acquisition, Earthworks,
Important Bridges, Major Bridges, Minor Bridges,
Retaining Walls, Drainage, FOBs, P-way, road
crossings, Station yards, Platforms, Buildings duly
indicating the step by step programme of works with
proportionate target completion dates as per the
quantum of works and identifying the works of parallel
execution including tabulating the requirements of
materials, labour force for various activities of work,
time frame of execution of each & every activities in
the form of PERT chart or BAR charts in Microsoft
Project Planning P6 for every individual activities of
various works of the entire Project. The consultant
shall submit advance copy of the Works Programme
on white paper for approval of employer. After the
approval of employer the consultant shall submit the
soft copy and the 1 hard coloured copy. (c) For Yards
of Halt Stations
Total 21731899.50

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

Pa g e 18 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

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 received contractual payments in the previous three financial
years and the current financial year upto the date of opening of tender, at least 150% of
the advertised value of the tender. The tenderers shall submit Certificates to this effect
which may be an attested Certificate from the concerned department / client and/or
Audited Balance Sheet duly certified by the Chartered Accountant etc. Details regarding
financial eligibility criteria shall be submitted along with the tender. For the duration of the
qualifying period for which the Balance Sheet is not audited i.e. for previous / current
financial year, a certificate issued by Chartered Accountant indicating explicitly contract
receipts details of various organizations (Name of the Organization, agreement-wise
Allowed
1 receipts, etc.) is to be enclosed along with the Tender Documents. NOTE: (i)Tenderer No No
(Mandatory)
may note that CA Certificate alone without copies of audited Balance Sheet/Income Tax
Returns will not be considered for evaluation. (ii)For Works costing less than Rs.50.00
lakhs, tenderer should be financially sound and capable of carrying out such works. The
tenderer should submit supporting documents for financial capacity, capability, past
performance, works done and works on hand details along with the tender. No post
tender correspondence shall be entertained to submit fresh details. BID CAPACITY: Bid
Capacity shall be governed in terms of clause 10.3 of IRSGCC 2019. The
tender/technical bid will be evaluated based on bid capacity formula detailed as
Annexure-VI of IRSGCC 2019. The Bid Capacity is applicable for works costing more
than Rs.20 Crores and details regarding Bid Capacity shall be submitted along with the
tender in Proforma-2 duly verified and certified by the Chartered Accountant

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 19 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

Technical Eligibility Criteria: The Tenderer shall be eligible only if he fulfills the following
Standard Technical Eligibility Criteria FOR WORKS COSTING ABOVE Rs.50.00
LAKHS: For works without composite components:In case of individual type of work, the
technical eligibility criteria shall be satisfied as given in (a) or (b) or (c) below: The
tenderer must have successfully completed any of the following during last 07 (seven)
years, ending last day of month previous to the one in which tender is invited: a)Three
similar works each costing not less than the amount equal to 30% of advertised value of
the tender, or b)Two similar works each costing not less than the amount equal to 40%
of advertised value of the tender, or c)One similar work each costing not less than the
amount equal to 60% of advertised value of the tender. For works with composite
components: In case of composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works
etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must
have successfully completed any of the following during last 07 (seven) years, ending
last day of month previous to the one in which tender is invited: a)Three similar works
each costing not less than the amount equal to 30% of advertised value of each
component of tender, or b)Two similar works each costing not less than the amount
equal to 40% of advertised value of each component of tender, or c)One similar work
Allowed
1 each costing not less than the amount equal to 60% of advertised value of each No No
(Mandatory)
component of tender. Separate completed works of minimum required values for each
component can also be considered for fulfilment of technical eligibility criteria mentioned
in (a)/ (b)/ (c) above. NOTE: (i)The Experience Certificates are to be attached to the e-
offer as per Pro forma -1. (ii)The Certificate to satisfy similar work should be signed by
an officer not lower than JAG officer in Railways and Executive Engineer rank or
equivalent grade in other department of Govt. of India/State Government/ PSUs of
Government of India / State Undertaking and competent authority of public listed
company. Tenderer shall attach Certificate copies along with the e-offer. (iii)The total
value of similar nature of work completed during the qualifying period, in terms of the
final bill amount, and not the payments received within the qualifying period alone, will be
considered. In case, the final bill of similar nature of work has not been passed and final
measurements have not been recorded, the paid amount including statutory deduction is
to be considered. If final measurements have been recorded and work has been
completed with negative variation, then also the paid amount including statutory
deduction is to be considered. However, if final measurements have been recorded and
work has been completed, with positive variation but variation has not been sanctioned,
original agreement value or last sanctioned agreement value whichever is lower shall be
considered for judging eligibility.
(iv)Work Experience Certificate issued by Central/State/Semi Government Organizations
/ Authorities, PSUs of Govt. of India / State Government shall be considered. Work
experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organization, 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 opening of tender, shall also be considered provided
the work experience certificate has been issued by a person authorized by the Public Allowed
1.1 No No
listed company to issue such certificates. In case tenderer submits work experience (Mandatory)
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. (v)Certificates issued to tenderer as sub-contractor for sub-
let Works by any Organization (Govt./ Pvt. Organizations) will not be considered. The
decision of the Railway regarding the correctness/suitability of the Certificates is final
and the tenderer shall not have any claim whatsoever in this regard.
Defination of Similar Work :- Drone/LIDAR survey works including data processing for
any linear project in India carried out for Railways, NHAI, CPWD, MES, DOT, State
PWD or any other Central/State Government Undertaking for at least 50 km". Or " Final
location survey/detailed design engineering" work by any approved means for any linear
1.2 No No Not Allowed
project in India carried out for Railways, NHAI, CPWD, MES, DOT, State PWD or any
other Central/State Government Undertaking for at least 50 Km". Note - For this tender
of FLS , substantially completed (80% of the original agreement value) works will be
considered as completed works for evaluation of tender offer.

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 2 0 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

Uploading of Scanned copy/copies of proof(s) of Technically Eligibility Criteria


1 No No Not Allowed
as mentioned in Standard Technical Criteria (as per Pro forma - 1).
2 Uploading of Scanned copy of Bid capacity (as per Pro forma - 2.) No No Not Allowed
Uploading of Scanned copy of Statement of payment received in the Last
3 three financial years (as per Pro forma- 2A) along with copies of relevant No No Not Allowed
supporting documents as stipulated under clause 10.2 of SCC.
Uploading of Scanned copy of List of Machinery, Tools & Plants and Staff to be
4 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
5 No No Not Allowed
Pro forma - 5).
Uploading of Scanned copy of the declaration regarding employment of
6 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
7 No No Not Allowed
of a JV firm (as per Pro forma - 7).
Uploading of Scanned copy of Certificate as per the format certificate linked
8 No No Not Allowed
under heading Submission of Document Verification Certificate.
Uploading of request for grant of Mobilisation Advance (if applicable) in
9 No No Not Allowed
Proforma-8.
Uploading of Required documents in case of Individual OR Proprietary Firm /
Concern OR Partnership Firm OR Company OR Joint Venture Firm
10 No No Not Allowed
/HUF/Society, etc., as mentioned in Commercial Compliance (whichever is
applicable).
11 Uploading of Test report of ballast (if applicable). No No Not Allowed
12 Uploading of Method Statement ( if applicable). No No Not Allowed
Uploading of Proforma for self-Certificate in regard to meeting the Minimum
Local Content requirements as per Make in India Policy for Procurement Order
13 No No Not Allowed
Value less than of Rs.10 Crores. (as per clause 23.8(a) of Special Conditions
of Contract).
Uploading of Proforma of Certificate on percentage of Local Content as per
14 Make in India Policy for Procurement Order Value more than Rs.10 Crores. No No Not Allowed
(as per clause 23.8(b) of Special Conditions of Contract)

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 an Affidavit on stamp paper of appropriate value declaring
that his/her concern is a Sole Proprietary Concern and he/she is the Sole
Allowed
2 Proprietor of the Concern or a certificate issued by Chartered Accountant / Yes Yes
(Optional)
Registrar of Firms stating that his / her Concern / Firm is Sole Proprietary
Concern / Firm or any other document to establish that his / her Concern /
Firm is Sole Proprietary Firm / Concern.

Pa g e 2 1 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

In case of Partnership Firm, the tenderer(s) shall scan and submit with their
offer, the following documents: (a) Copy of current Partnership Deed. (b) Copy
of Registration Certificate for the current partnership deed in t h e prescribed
form issued by the Registrar of Firms for the changes in the constitution of the
partnership deed if any. (c) Original Special Power of Attorney (duly registered
/ notarised as per prevailing law) by all partners of the Partnership Firm in
favour of any Partner for signing/digitally signing the tender document, signing
the Agreement/Rider Agreements(s), witness measurement Books, signing the
measurement Book, correspondence, Receiving Payments, settlements,
Compromise, s i g n i n g o f N o Objections Certificate a n d r e fe r r in g the
disputes/claims to Arbitration etc., on behalf of the Partnership Firm, if the said
Partner is not authorized as per the partnership deed terms and conditions. (d)
Partnership D e e d should clearly indicate the share of interest o f each Allowed
3 Yes Yes
individual partner in the partnership Firm. (e) In case the partnership firm (Optional)
claims the credentials of one of its partners for fulfilment of technical eligibility
criteria, partnership deed should clearly indicate the share of interest of each
individual partner in the partnership firm. (f) In case of a Partnership Firm
which submitted tender claiming the credentials /experience of a partner as a
partner of another Partnership Firm(s)/Joint Venture (s),either of the following
document shall be submitted along with the tender without fail :- i) The copies
of those Partnership/Joint Venture(s) Deeds covering the period from the date
of commencement to the date of completion of the work for which credential /
experience certificate is submitted, as the case may be, mentioning the share
of the partner/firm should be submitted along with tender. OR ii) The copies of
the experience certificate issued to the partner/partnership firm mentioning
share of interest in that partner/firm.
In case, the Tenderer is a Company, the tenderer(s) shall scan and submit
with their offer, the following documents: a) Copy of Memorandum of
Association and Articles of Association of the Company. b) Copy of
incorporation certificate of the Company. c ) Copy of certificate issued by
Registrar of Companies in regard of change of name, if any. d) Copy of Power
of Attorney / Special Power of Attorney (duly registered as per prevailing law)
in favour of Authorized Person of the Company for signing/digitally signing the
tender document on behalf of the company in Original and Board of Directors
resolution of the Company duly certified by Company Secretary / Auditor /
Competent Authority in regard to authorization given to Director / Managing
Director etc., to issue Power of Attorney on behalf of the Company. e) Copy of
complete documents establishing the Merger / De-Merger / conversion /
Allowed
4 Taking over / acquisition / Sale etc., with a company / Partnership Firm / Yes Yes
(Optional)
Proprietor etc., together with the documents establishing the transfer of assets
/ liabilities /credentials to the transferee company from the transferor company
if applicable. f) In case, the Company which submitted tender, claims the
credentials /experience as a partner / Member of another Joint Venture (s)/
Company, either of the following documents shall be submitted along with the
tender without fail;- i) The copies of those Partnership/Joint Venture (s) Deeds
covering the period from the date of commencement to the date of completion
of the work for which credential / experience certificate is submitted, as the
case may be, mentioning the share of the company should be submitted along
with tender. OR ii) The copies of the experience certificates issued to the
company mentioning the share of interest in that partnership/Joint venture(s)
Deeds.

Pa g e 2 2 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

In case, the Tenderer is a JV Firm, the tenderer(s) shall scan and submit with
their offer the following documents: a) Copy of the Memorandum of
Understanding of Joint Venture Firm (Joint Venture Agreement) as per the
format in Proforma-7 on a non-judicial stamp paper of appropriate value as
per the stamp duty Act. (b) In case of Partnership Firm as a Partner of JV,
then the consent of all partners of the Partnership Firm to enter into the Joint
Venture Agreement on a stamp paper of an appropriate value in original. In
case of companies, copy of Board of Directors resolution certified by Company
Secretary/Auditor/Competent Authority consenting agreeing for entering into
Joint Venture Agreement. (c) Power of Attorney (duly registered/notarised as
per prevailing law) in favour of one of the Partners of partnership Firm (partner
of JV) or Authorized Signatory in case of company (partner of JV) to
sign/digitally sign the tender document, signing the Agreement/Rider
Agreements (s), witnessing measurement Books, signing the measurement
Book, correspondence, Receiving Payments, settlements, Compromise,
signing of No Objections Certificate and referring the disputes / claims to Allowed
5 Yes Yes
Arbitration etc., on behalf of the Joint Venture, if the same is not covered by (Optional)
the JV agreement terms and conditions. (d) In case of members belonging to
sole proprietary concern / firm / partnership Firms / Companies, additional
documents, as applicable for these entities and as indicated in the tender
document, should also be furnished. (e) In case, a the JV firm of a JV which
submitted tender, claims the credentials /experience of any member of the JV
a s a partner / Member of another Partnership Firm(s)/Joint Venture
(s)/Company, either of the following document shall be submitted along with
the tender without fail:- i) Copies of those Partnership(s) /Joint Venture(s)
Deeds covering the period from the date of commencement to the date of
completion of the work for which credential / experience certificate is
submitted, as the case may be, mentioning the share of the said member in
the Joint Venture/partnership should b e submitted along with tender. OR ii)
T he copies of the experience certificate issued for the said member of the
Joint Venture firm mentioning the share o f interest i n that Partnership / Joint
Venture(s) Deeds.
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/she is in position of "KARTA" of Hindu Undivided Family (HUF) and
he/she has the authority, power and consent given by other members of HUF
to act on behalf of HUF. (ii)If the HUF wants to act through one of the
members of the HUF, then PoA in favour of such member of HUF, should
submit along with tender, a copy of power of attorney signed by KARTA of
HUF duly stamped and authenticated by a Notary Public or by Magistrate in
favour of the specific person authorizing him to do all such acts, deeds and
things necessary in connection with or incidental to submission of tender
including digitally sign and submit the tender and all documents specified in Allowed
6 Yes Yes
the Tender Document, including undertakings, letters, certificates, (Optional)
acceptances, clarifications, guarantees, etc., making representations to and
providing information / responses to Railway, representing all members in all
matters before the Railway and generally dealing with the Railway in all
matters in connection with tender, sign the agreement, receive money, co-
ordinate measurements through contractor's authorized engineer, witness
measurements, sign measurement books, compromise, settle, relinquish any
claim(s) preferred by the HUF and sign "No Claim Certificate" and refer all or
any disputes to arbitration and create liability against the HUF. If these
documents are not submitted along with tender, then the credentials /
experience as claimed by the tenderer shall not be considered.

Pa g e 2 3 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

In case tenderer is a LLP Firm registered under LLP Act-2008, the following
documents shall be submitted: (a )copy of LLP Agreement, (b) copy of
Certificate of Incorporation; (c ) If the LLP Firm wants to act through an agent
or individual partner(s), should submit along with tender, a copy of power of
attorney signed by all partners of the LLP duly stamped and authenticated by
a Notary Public or by Magistrate in favour of the specific person authorizing
him to do all such acts, deeds and things necessary in connection with or
incidental to submission of tender including digitally sign and submit the tender
on behalf of the LLP and all documents specified in the Tender Document,
including undertakings, letters, certificates, acceptances, clarifications, Allowed
7 Yes Yes
guarantees, etc., making representations to and providing information / (Optional)
responses to Railway, representing all partners in all matters before the
Railway and generally dealing with the Railway in all matters in connection with
tender , sign the agreement, receive money, co-ordinate measurements
through contractor's authorized engineer, witness measurements, sign
measurement books, compromise, settle, relinquish any claim(s) preferred by
the LLP Firm and sign "No Claim Certificate" and refer all or any disputes to
arbitration and create liability against the LLP Firm. If these documents are not
submitted along with tender, then the credentials / experience as claimed by
the tenderer shall not be considered.
In case the Tenderer is a Registered Society & Registered Trust, the following
documents shall be submitted: (a)copy of the Certificate of Registration, (b)
Deed of Formation; (c) Copy of working rule of the society.(d) Copy of
Allowed
8 registration for change in the constituents of the entity (e) Copy of PoA to Yes Yes
(Optional)
member of the society / trust. If these documents are not submitted along with
tender, then the credentials / experience as claimed by the tenderer shall not
be considered.
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 for self-Certificate in regard to meeting the Minimum Local Content
requirements as per Make in India Policy for Procurement Order Value less Allowed
12 Yes Yes
than of Rs.10 Crores. (as per clause 23.8(a) of Special Conditions of (Optional)
Contract).
Proforma of Certificate on percentage of Local Content as per Make in India
Allowed
13 Policy for Procurement Order Value more than Rs.10 Crores. (as per clause Yes Yes
(Optional)
23.8(b) of Special Conditions of Contract)

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.

Pa g e 2 4 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

(a)The Tender Document on IREPS (Works Module) is having Nine (9) Parts
viz., 1. NIT Header 2. Schedule 3. Items break-up 4. Eligibility Conditions 5.
Compliance (Check List, Commercial, Technical) 6. General Instructions 7.
Special Conditions 8. Undertakings 9. Documents attached with Tender (b)
Documents attached with this tender are listed under Part 9 of Tender
Document shall form part of the complete Tender Document/Contract
Document for the tendered work. Tenderers are advised to read carefully all
conditions contained in the aforesaid documents before preparing their bid. (c)
To submit bid on line, the Tenderer shall navigate different tabs such as
2 Eligibility Conditions, Compliance Conditions, General Instructions, Special No No Not Allowed
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
is required to confirm whether he complies or not with the requirements of the
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.
EMD & TDC is to be paid Online only. EMD and Tender document cost in any
3 No No Not Allowed
other form shall not be accepted.
4 Tender Document cost once paid is non-refundable. No No Not Allowed
EMD of those tenderers will be forfeited who resile from their offers within the
5 No No Not Allowed
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
summary 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.
The Tenderer(s) shall keep the offer open for a minimum period of 90 days in
15 the case of Single Packet system of tendering and 120 days in the case of No No Not Allowed
Two 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
tenderer shall be debarred from participation in the tender for this work, if the
16 tender gets discharged due to tenderer resiling from the offer. The EMD shall No No Not Allowed
be forfeited without prejudice to right of Railways to take any legal action as
deemed fit against such tenderer.

Pa g e 2 5 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

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] -September-2019 as amended from time to time up to
date. A soft copy of the Indian Railway Standard General conditions of
17 Contract is given as attached documents to the tender for reference. The No No Not Allowed
tenderer(s) 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.
Any queries can be mailed to swrcntenders@gmail.com sufficiently well in
advance of the date of closing of the tender and not later than ten days before
18 No No Not Allowed
the date of closing of the tender. The queries may be replied depending upon
the reasonableness of the query and availability of time.
The decision of the Railway regarding the corrections/suitability of the
19 certificates is final and binding on the tenderer. The tenderer shall not have No No Not Allowed
any claim whatsoever in this regard.
Unreleased EMD, if any, held with the Railway Administration shall not be
20 No No Not Allowed
adjusted towards the EMD to be remitted online for the present 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.
21 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 EMD - (a) In Single Packet System, the EMD of the unsuccessful
tenderers will be returned on finalisation / award of tender. (b) In case of Two
Packet System, the EMD of the tenderers who do not get shortlisted on
22 No No Not Allowed
evaluation of technical bid will be returned by Railways. The price bids of
shortlisted tenderers will be further evaluated for consideration and award of
work and thereafter EMD of unsuccessful tenderers will be returned.
In case the tenderer is a JV Firm, the bid can be submitted online either by the
JV Firm itself, if the JV Firm already exists (duly registered already before the
Registrar of the Companies under Companies Act or before the Registrar/Sub-
Registrar under the Registration Act, 1908) by using Digital Signature of JV
23 No No Not Allowed
Firm or alternatively, the bid can also be submitted by one of the members
authorised by the JV Firm to deal with the tender using the Digital Signature of
such authorised member. In such cases, the JV Firm shall mention this in the
MOU.
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
24 No No Not Allowed
will be done only during Advertisement period. No corrigendum will be issued
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.
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
25 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 10 attached with
Tender Document.
An Proprietor / Partnership Firm / Company /JV Firm/ HUF /LLP Firm /
Registered Society & 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 or as a Director of/LLP Firm any Company etc.
26 No No Not Allowed
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 6 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

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
27 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
28 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
29 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
30 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
31 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,
32 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, Earnest Money Deposit (EMD, Performance Guarantee (PG) and
33 No No Not Allowed
Security Deposit (SD) of contract forfeited and agency barred for doing
business on entire Indian Railways for 5 (five) years.

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 2019
with latest correction slips including correction slips issued from time to time
1 No No Not Allowed
and Special Conditions of Contract (SCC) attached with Tender Document.
(b)Royalty charges will be regulated as per Special Conditions of Contract
attached with Tender Document.
2 Unless otherwise explicitly specified, this tender is not a composite tender. No No Not Allowed
Unless otherwise explicitly specified, incentive bonus payment clause is not
3 No No Not Allowed
applicable.

Pa g e 2 7 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

A. An offer shall become invalid:- (i)if the Tender Document Cost and EMD 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 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 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 No No Not Allowed
(i)Documents as applicable in case of Proprietary concern/ Partnership firm /
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.

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 - 7). (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 including correction
slips issued from time to time, Special Conditions of Contract and Special
Specifications, Regulations to Tenderers (for the guidance of Engineers and
Contractors for Engineering Works under Works Contracts), Additional Special
Co n d itio n s, Technical Specifications and Technical Conditions, The
Specifications for Materials and Works 2010 of the South Western Railway and
2 No No Not Allowed
the USSOR/ Schedule of Rates of the South Western Railway with all
correction slips upto 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.
I/we also agree to keep this offer open for acceptance for a period of 45 days
in case of SINGLE PACKET SYSTEM and 60 days in case of TWO (2)
PACKET SYSTEM from the date fixed for closing of the bid and will not resile
3 No No Not Allowed
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 Earnest Money.

Pa g e 2 8 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

The requisite amount towards EMD is paid online. I/We are aware that the full
value of the Earnest Money Deposit (EMD) shall stand forfeited without
4 No No Not Allowed
prejudice to any 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 (including our constituents) have not been blacklisted or debarred by
Railways or any other Ministry/Department/Public Sector Undertaking of the
Government of India/State Government from participation in tenders/contract
8 No No Not Allowed
on the date of opening of bids either in our individual capacity OR as
partner/member of Partnership Firm/ JV Firm in which we were/are
partners/members.
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
9 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 can upload only one offer either in my / our
individual capacity or as a Proprietor or as a partner of partnership firm / JV
10 No No Not Allowed
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
11 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
12 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
13 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
14 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
15 evaluation of tenders, it shall lead to forfeiture of the tender EMD besides No No Not Allowed
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 2 9 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36


SWR-CONST-HQ-ENGG/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: HSRA-OML-FLS-01R Closing Date/Time: 15/10/2020 11:00

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
16 to termination of the contract, along with forfeiture of EMD/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.

6. Documents attached with tender

S.No. Document Name Document Description


1 GCC-2019.pdf IRSGCC-2019
2 Proforma-2019_3.pdf Proforma
3 SCC-19-Part-II_1.pdf SCC Part II
4 CorrectionSlip-GCC2019.pdf Correction Slip for IRSGCC19
5 SCCReg-Part-I-2020.pdf SCC Part-I 2020
6 TS-EW-18.PDF TS Earthworks
7 CONC09.pdf TS CONCRETE
8 TS-CEMENT-09.pdf TS CEMENT
9 ST-16.pdf TS STEEL
10 TSTRANS.pdf TS TRANS
11 RREI-10.pdf TS RREI
12 Modeldocuments.pdf Addl Spl Conditions for Survey
13 ASCofcontract.pdf ASC for contract
14 Progchart.pdf Prog Chart
15 TenderSchedulefulldescription.PDF Schedule full description

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

Signed By: B RAMASUBBAIAH

Designation : Dy.CE/CN/WORKS/BNC

Pa g e 30 o f 30 Ru n Da te/Time: 2 3/0 9 /2 0 2 0 15 :5 7:36

You might also like