Professional Documents
Culture Documents
viewNitPdf 4386605
viewNitPdf 4386605
viewNitPdf 4386605
TENDER DOCUMENT
Tender No: 78-ENGG-RNY-2023-24-01 Closing Date/Time: 30/11/2023 15:00
Sr.DEN/Co/RNY acting for and on behalf of The President of India invites E-Tenders against Tender No 78-ENGG-RNY-2023-24-01
Closing Date/Time 30/11/2023 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.
1. NIT HEADER
Provision of rubberized road surface and improvement of approach road at LC gates under
Name of Work
the jurisdiction of ADEN/RNY.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 30/11/2023 15:00 Date Time Of Uploading Tender 07/11/2023 14:10
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 20496097.85 Tendering Section TRACK1
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 252500.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 12 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 16/11/2023 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-Execution of DSR Items 2161109.53
Below/Par
Please see Item Breakup for details. 1799874.68 20.07 2161109.53
1
Description:- DSR Items
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule B-Execution of USSOR-21 Items 1148213.92
Below/Par
Please see Item Breakup for details. 1148213.92 AT Par 1148213.92
1
Description:- USSOR items
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule C-Execution of Non Schedule Items 17186774.40
Below/Par
Please see Item Breakup for details. 17186774.40 AT Par 17186774.40
1
Description:- NS items
3. ITEM BREAKUP
16.1 Preparation and consolidation of sub grade with power road Sqm 2835 180.5 511717.5
roller of 8 to 12 tonne capacity after excavating earth to an
average of 22.5 cm depth, dressing to camber and
1
consolidating with road roller including making good the
undulations etc. and re-rolling the sub grade and disposal of
surplus earthwith lead upto 50 metres.
16.3 Supplying and stacking at site.
2 16.3.3 53 mm to 22.4 mm size stone aggregate cum 283.5 1837.25 520860.38
16.4 Laying, spreading and compacting stone aggregate of cum 283.5 865.8 245454.3
specified sizes to WBM specifications in uniform thickness,
hand picking, rolling with 3 wheeled road/vibratory roller 8-10
3 tonne capacity in stages to proper grade and camber,
applying and brooming requisite type of screening / binding
material to fill up interstices of coarse aggregate, watering
and compacting to the required density .
Providing and applying tack coat using bitumen emulsion
conforming to IS:8887, using emulsion pressure distributer
16.31
including preparing the surface & cleaning with mechanical
broom.
2 cm premix carpet surfacing with 1.8 cum and 0.90 cum of
stone chippings of 13.2 mm size and 11.2 mm size
respectively per 100 sqm and 52 kg and 56 kg of hot bitumen
per cum of stone chippings of 13.2 mm and 11.2 mm size
16.32
respectively, including a tack coat with hot straight run
bitumen, including consolidation with road roller of 6 to 9
tonne capacity etc. complete (tack coat to be paid for
separately).
4 16.32.2 With paving Asphalt grade VG - 30 with no solvent Sqm 2079 211.5 439708.5
16.49S MISCELLANEOUS
16.50 Providing and fixing Glow studs of size 100x20 mm made of Each 468 175.5 82134
heavy duty body shall be moulded ASA (Acrylic styrene
Acryloretrite ) or HIP (High impact polystyrene) or ABS having
electronically welded micro- prismatic lens with abrasion
resistant coating as approved by Engineer in charge. The
glow stud shall support a load of 13635 kg tested in
accordance with ASTM D4280. The slope of retro- reflective
5 surface shall be 35 (+/-5) degress to base .The reflective
panels on both sides with at least 12 cm of reflective area up
each side. The luminance intensity should be as per the
specification and shall be tested as described in ASTM I: 809
as recommended in BS: 873 part 4 : 1973. The studs shall be
fixed to the Road surface using the adhesive conforming to
IS, as per procedure recommended by the manufacturer
complete and as per direction of Engineer-in-charge.
Total 1799874.68
Schedule Schedule B-Execution of USSOR-21 Items
Item- 1 USSOR items
S No. Item Description of Item Unit Qty Rate Amount
No
1 012040 Manufacturing of blanketing material by wet mixing of cum 256.00 1202.73 307898.88
naturally available suitable soil including additional blending
with naturally available or manufactured material as required
to achieve specified gradation, in designed proportion in Pug
mill or wet mix plant to have uniform gradation including all
incidental transportation, laying over finished formation in
uniform layer(s) with motor grader, compaction with suitable
vibratory roller to specified density and finishing to correct
profile, complete as per RDSO Specification No.
RDSO/2020/GE: IRS-0004 with latest correction slips.
4. ELIGIBILITY CONDITIONS
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Check Lst
Commercial-Compliance
1.2 In addition to Para 1.1 above certain more documents are to be submitted
14 by tenderers as per status of their firms. These documents are listed below - No No Not Allowed
(Mandatory)
1.2.1For Sole Proprietorship firm a)Affidavit as per 'Annexure -X'. b)Special
power of Attorney as per proforma given in 'Annexure-XI' to be submitted by Allowed
15 No No
sole proprietor firm duly notarized.(Not required if tender documents are (Mandatory)
submitted by proprietor himself) (Mandatory)
1.2.2 For Partnership firm a)Self/Notary attested copies of Partnership deed.
b)Special Power of Attorney as per proforma given in 'Annexure-XII' to be
Allowed
15.1 submitted by Partnership firm. (Not required if one or more partners are No No
(Mandatory)
authorized in Parternership deed to sign on behalf of the firm.) (d)All other
documents in terms of explanatory notes in clause 22 of STD/June/22
1.2.3 For Limited Company a) Copy of Memorandum & Articles of Association
of Company. b)Self /Notary attested copy of resolution passed by Board of
Directors authorizing its Director/Employee to deal with tender on behalf of Allowed
15.1.1 No No
company. c) Attested copy of Notarized Special Power of Attorney including (Mandatory)
ratification clause duly signed by person authorized by the company vide (b)
above as per proforma given in 'Annexure-XIII'. (Mandatory)
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
16 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.
Allowed
17 NOTE: BE IT KNOWN TO THE TENDERER THAT :- No No
(Optional)
All mandatory documents are required to be submitted by the bidder/tenderer
17.1 at the time of bidding, in case of nonsubmission/ noncompliance, the tender No No Not Allowed
offer is likely to be rejected.
Tenderer must qualify under " Functional specification for rubberized surface Allowed
17.2 No No
at level crossing , July 2019, RDSO (Mandatory)
General Instructions
Special Conditions
Undertakings
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.
Designation : DEN/I