Download as pdf or txt
Download as pdf or txt
You are on page 1of 11

MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY

TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Gati Shakti Unit Mumbai acting for and on behalf of The President of India invites E-Tenders against Tender No CR-GSUCSMT-2024-
3-1 Closing Date/Time 16/04/2024 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.

1. NIT HEADER

Diesel Loco Shed Kurla - Creation of infrastructure and test set up at Diesel Loco Shed for
Name of Work
homing Electric Locomotive. (CIVIL WORK)
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 16/04/2024 11:00 Date Time Of Uploading Tender 13/03/2024 17:01
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 25795701.76 Tendering Section GATISHAKTI
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 279000.00 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 02/04/2024 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule 1-Diesel Loco Shed Kurla - Creation of infrastructure and test set up at Diesel Above/
25178851.76
Loco Shed for homing Electric Locomotives. Below/Par
Please see Item Breakup for details. 24445487.15 3.00 25178851.76
1 Description:- Part 'A' CPWD DSR 2021 MS Items - Diesel Loco Shed Kurla - Creation of infrastructure and test
set up at Diesel Loco Shed for homing Electric Locomotives.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule 2-Part A1 - NS Items - Diesel Loco Shed Kurla - Creation of infrastructure and
616850.00
test set up at Diesel Loco Shed for homing Electric Locomotives.
NS1 300.00 Sqm 405.00 121500.00 AT Par 121500.00 Rs.
Description:- Providing G.I./M.S. sheet barricading upto 4.00 m height to encloses the construction area for the
entire construction period, as per approved sketch attached, with all contractor's materials like GI/MS sheets, MS
1 Angle, wooden props, excavation for foundation including concrete of foundation, labours, etc. complete. The
barricating shall be dismantled after completion of work by the contractor and all released material will be the
contractor's material. The rate is inclusive of a) Erecting of barricating with all contractor's labours, materials. b)
Painting sheets from outside. c) Maintaining the barricating for the entire construction period. d) Dismantling after
the completion of work.
NS2 1325.00 Sqm 238.00 315350.00 AT Par 315350.00 Rs.
2 Description:- Soling 200 mm thick with contractor's boulders in foundation/below pilecap including filling the gap
with spall ramming & compacting as required.
NS3 25.00 cum 7200.00 180000.00 AT Par 180000.00 Rs.
Description:- Providing steam cured cellular light concrete block, masonry SIPOREX make or similar confirming
3 to BIS 2184 Part III, BIS 6041 with cement sand mortar 1:4 in walls building with all contractor's materials,
labours, curing blocks, cement, sand, scaffolding, transportation, tools & plants, lead & lifts etc. as per special
conditions of contracts.

3. ITEM BREAKUP

Pa g e 1 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Schedule 1-Diesel Loco Shed Kurla - Creation of infrastructure and test set up at Diesel Loco Shed for homing
Schedule
Electric Locomotives.
Part 'A' CPWD DSR 2021 MS Items - Diesel Loco Shed Kurla - Creation of infrastructure and test set up at
Item- 1
Diesel Loco Shed for homing Electric Locomotives.
S No. Item No Description of Item Unit Qty Rate Amount
1.0 CARRIAGE OF MATERIALS
By Mechanical Transport including loading,unloading and
1.1
stacking
1.1.18 Disposal of moorum/building rubbish/ malba/ similar cum 950 411.3 390735
unserviceable, dismantled or waste material by mechanical
transport including loading, transporting, unloading to
1
approved municipal dumping ground for lead upto 10 km
for all lifts, complete as per directions of Engineer-in-
charge.
2.0 EARTH WORK
Earth work in excavation by mechanical means (Hydraulic
excavator)/manual means over areas (exceeding 30 cm in
2.6 depth, 1.5 m in width as well as 10 sqm on plan) including
getting out and disposal of excavated earth lead upto 50 m
and lift upto 1.5 m, as directed by Engineer-in-charge.
2 2.6.1 All kinds of soil cum 1622 205.45 333239.9
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
4.1.3 1:2:4 (1 cement : 2 coarse sand (zone-III) derived from cum 384 7365.15 2828217.6
3 natural sources : 4 graded stone aggregate 20 mm nominal
size derived from natural sources)
Centering and shuttering including strutting, propping etc.
4.3
and removal of form work for :
4 4.3.1 Foundations, footings, bases for columns Sqm 272 307.95 83762.4
5 4.3.3 Columns, piers, abutments, pillars, posts and struts Sqm 277 804.25 222777.25
Providing and fixing up to floor five level precast cement
concrete solid block, including hoisting and setting in
4.7
position with cement mortar 1:3 (1 cement : 3 coarse sand),
cost of required centering, shuttering complete :
4.7.1 1:1.5:3 (1 Cement: 1.5 coarse sand(zone-III) derived from cum 159 15762.45 2506229.55
6 natural sources : 3 graded stone aggregate 20 mm nominal
size derived from natural sources).
4.14S MISCELLANEOUS
4.18 Extra for addition of synthetic Polyester triangular fibre of Per bag 150 61.9 9285
length 12mm, effective diameter 10-40 microns and specific of
gravity of 1.34 to 1.40 in cement cement
7
concrete/RCC/Flooring/water retaining structures by using of 50kg
125gms of synthetic Polyester triangular fibre for 50 Kg
cement used as per directions of Engineer-in-Charge.
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting, propping etc.
5.9
and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 282 307.95 86841.9
8
concrete
5.9.2 Walls (any thickness) including attached pilasters, Sqm 756 669.55 506179.8
9
butteresses, plinth and string courses etc.
5.9.5 Lintels, beams, plinth beams, girders, bressumers and Sqm 168 608.35 102202.8
10
cantilevers
11 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 1119 804.25 899955.75
5.22S STEEL REINFORCEMENT

Pa g e 2 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Steel reinforcement for R.C.C. work including straightening,


5.22 cutting, bending, placing in position and binding all
complete upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 24320 89.65 2180288
12
more.
Steel reinforcement for R.C.C. work including straightening,
5.22A cutting, bending, placing in position and binding all
complete above plinth level.
5.22A.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 25790 89.65 2312073.5
13
more.
5.33S DESIGN MIX CONCRETE
Providing and laying in position ready mixed or site batched
design mix cement concrete for reinforced cement concrete
work; using coarse aggregate and fine aggregate derived
from natural sources, Portland Pozzolana / Ordinary
Portland /Portland Slag c e m e n t , admixtures in
recommended proportions as per IS: 9103 to accelerate /
retard setting of concrete, to improve durability and
workability without impairing strength; including pumping of
concrete to site of laying, curing, carriage for all leads; but
5.33
excluding the cost of centering, shuttering, finishing and
reinforcement as per direction of the engineer-in-charge;
for the following grades of concrete. Note: Extra cement up
to 10% of the minimum specified cement content in design
mix shall be payable separately. In case the cement
content in design mix is more than 1.10 times of the
specified minimum cement content, the contractor shall
have discretion to either re-design the mix or bear the cost
of extra cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cement content of cum 74 8683.8 642601.2
14
330 kg /cum
5.33.1.3 Concrete of M35 grade with minimum cement content of cum 188 8966.95 1685786.6
15
370 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.1 Concrete of M25 grade with minimum cement content of cum 25 10306.2 257655
16
330 kg /cum
5.33.2.3 Concrete of M35 grade with minimum cement content of cum 189 10589.35 2001387.15
17
370 kg /cum
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S. (non modular)
6.1
bricks of class designation 7.5 in foundation and plinth in:
18 6.1.1 Cement mortar 1:4 (1 cement : 4 coarse sand) cum 25 6882 172050
8.0 CLADDING WORK
Providing and fixing 18 mm thick gang saw cut, mirror
polished, premoulded and prepolished, machine cut for
kitchen platforms, vanity counters, window sills, facias and
similar locations of required size, approved shade, colour
8.2 and texture laid over 20 mm thick base cement mortar 1:4
(1 cement : 4 coarse sand), joints treated with white
cement, mixed with matching pigment, epoxy touch ups,
including rubbing, curing, moulding and polishing of edges
to give high gloss finish etc. complete at all levels.
Raj Nagar Plain white marble/ Udaipur green marble/ Zebra
8.2.1
black marble
19 8.2.1.1 Area of slab upto 0.50 sqm Sqm 20 2906.45 58129
20 8.2.1.2 Area of slab over 0.50 sqm Sqm 20 2639.45 52789
9.0 WOOD AND P.V.C. WORK
9.40S MISCELLANEOUS-WOOD WORK

Pa g e 3 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Providing and fixing M.S. grills of required pattern in frames


of windows etc. with M.S. flats, square or round bars etc.
9.48
including priming coat with approved steel primer all
complete.
9.48.2 Fixed to openings /wooden frames with rawl plugs screws Kg 540 197.7 106758
21
etc.
10.0 STEEL WORK
10.2 Structural steel work riveted, bolted or welded in built up Kg 11580 111.95 1296381
sections, trusses and framed work, including cutting,
22
hoisting, fixing in position and applying a priming coat of
approved steel primer all complete.
Supplying and fixing rolling shutters of approved make,
made of required size M.S. laths, interlocked together
through their entire length and jointed together at the end
by end locks, mounted on specially designed pipe shaft with
brackets, side guides and arrangements for inside and
10.6
outside locking with push and pull operation complete,
including the cost of providing and fixing necessary 27.5 cm
long wire springs manufactured from high tensile steel wire
of adequate strength conforming to IS: 4454 - part 1 and
M.S. top cover of required thickness for rolling shutters.
23 10.6.1 80x1.25 mm M.S. laths with 1.25 mm thick top cover Sqm 30 3008.8 90264
Extra for providing mechanical device chain and crank
10.8
operation for operating rolling shutters.
24 10.8.2 Exceeding 16.80 sqm in area Sqm 30 1108.7 33261
12.0 ROOFING
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid PVC
12.42 rain water pipes conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382, leaving 10
mm gap for thermal expansion.
Providing & fixing at all heights, levels and locations Mill
finish Aluminium alloy roofing sheets of alloy IS designation
31500, temper Hx8 conforming to IS 737 and dimensions
as per IS code 2676 with characteristics of good formability
and corrosion resistance. The profile sheets shall be fixed
12.64 to truss members in slope or required pitch or curvature
with Hex cap headed self drilling/tapping Stainless steel
screws M6, 50 mm long with 3 mm EPDM seal washer etc.
all inclusive of labour, scaffolding, T&P and sundries etc.
complete as per directions of the Engineer-In-Charge.
(Cost of truss/frame work shall be paid separately).
Providing & fixing at all heights, levels and locations colour
finish Aluminium alloy roofing sheets of alloy IS designation
31500, temper Hx8 conforming to IS 737 and dimensions
as per IS code 2676 with characteristics of good formability
and corrosion resistance. The profile sheets shall be fixed
12.65 to truss members in slope or required pitch or curvature
with Hex cap headed self drilling/tapping Stainless steel
screws M6, 50 mm long with 3 mm EPDM seal washer etc.
all inclusive of labour, scaffolding, T&P and sundries etc.
complete as per directions of the Engineer-In-Charge.
(Cost of truss/frame work shall be paid separately).
12.65.2 0.71 mm, Aluminium Color coated troughed profile with Sqm 1025 1324.05 1357151.25
25 center to center pitch of 200 mm, depth of 32 mm, overall
profile width1092 mm, cover width 1000mm.
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
15 mm cement plaster on the rough side of single or half
13.2
brick wall of mix :
26 13.2.1 1:4 (1 cement: 4 fine sand) Sqm 1716 339.7 582925.2
13.3 20 mm cement plaster of mix :
27 13.3.1 1:4 (1 cement: 4 fine sand) Sqm 800 402.15 321720

Pa g e 4 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Distempering with oil bound washable distemper of


13.41
approved brand and manufacture to give an even shade :
13.41.1 New work (two or more coats) over and including water Sqm 475 162.55 77211.25
28
thinnable priming coat with cement primer
13.44S EXTERIOR FINISHING
Finishing walls with water proofing cement paint of required
13.44
shade :
29 13.44.1 New work (Two or more coats applied @ 3.84 kg/10 sqm) Sqm 1900 97.6 185440
Finishing with Deluxe Multi surface paint system for
13.48 interiors and exteriors using Primer as per manufacturers
specifications :
13.48.1 Two or more coats applied on walls @ 1.25 ltr/10 sqm over Sqm 2500 158.95 397375
30 and including one coat of Special primer applied @ 0.75 ltr
/10 sqm
13.48.3 Painting Steel work with Deluxe Multi Surface Paint to give Sqm 2500 140.05 350125
an even shade. Two or more coat applied @ 0.90 ltr/10
31
sqm over an under coat of primer applied @ 0.80 ltr/10
sqm of approved brand and manufacture
13.80 Providing and applying white cement based putty of Sqm 800 123.85 99080
average thickness 1 mm, of approved brand and
32
manufacturer, over the plastered wall surface to prepare
the surface even and smooth complete.
15.0 DISMANTLING AND DEMOLISHING
Demolishing cement concrete manually/ by mechanical
15.2 means including disposal of material within 50 metres lead
as per direction of Engineer - in - charge.
15.2.1 Nominal concrete 1:3:6 or richer mix (i/c equivalent design cum 165 2007.1 331171.5
33
mix)
15.3 Demolishing R.C.C. work manually/ by mechanical means cum 170 2928.1 497777
including stacking of steel bars and disposal of
34
unserviceable material within 50 metres lead as per
direction of Engineer - in- charge.
Demolishing brick work manually/ by mechanical means
including stacking of serviceable material and disposal of
15.7
unserviceable material within 50 metres lead as per
direction of Engineer-in-charge.
35 15.7.4 In cement mortar cum 90 1698.45 152860.5
15.18 Dismantling steel work in built up sections in angles, tees, Kg 4000 4.65 18600
flats and channels including all gusset plates, bolts, nuts,
36
cutting rivets, welding etc. including dismembering and
stacking within 50 metres lead.
Dismantling roofing including ridges, hips, valleys and
15.28 gutters etc., and stacking the material within 50 metres lead
of:
37 15.28.2 Asbestos Cement sheet Sqm 890 63.75 56737.5
16.0 ROAD WORK
16.49S MISCELLANEOUS
16.53 Providing and fixing concertina coil fencing with punched Metre 250 303.65 75912.5
tape concertina coil 600 mm dia 10 metre openable length (
total length 90 m), having 50 nos rounds per 6 metre
length, upto 3 m height of wall with existing angle iron 'Y'
shaped placed 2.4m or 3.00 m apart and with 9 horizontal
R.B.T. reinforced barbed wire, stud tied with G.I. staples
38 and G.I. clips to retain horizontal, including necessary bolts
or G.I. barbed wire tied to angle iron, all complete as per
direction of Engineer-in-charge, with reinforced barbed
tape(R.B.T.) / Spring core (2.5mm thick) wire of high tensile
strength of 165 kg/ sq.mm with tape (0.52 mm thick) and
weight 43.478 gm/ metre (cost of M.S. angle, C.C. blocks
shall be paid separately)
18.0 WATER SUPPLY

Pa g e 5 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

18.7S C.P.V.C. PIPES


Providing and fixing G.I. pipes complete with G.I. fittings
18.10 and clamps, i/c cutting and making good the walls etc.-
Internal work - Exposed on wall
39 18.10.1 15 mm dia nominal bore Metre 90 304.15 27373.5
Providing and fixing G.I. pipes complete with G.I. fittings
18.12
including trenching and refilling etc.-External work
40 18.12.3 25 mm dia nominal bore Metre 200 417.95 83590
41 18.12.5 40 mm dia nominal bore Metre 200 558.35 111670
42 18.12.6 50 mm dia nominal bore Metre 200 654.2 130840
18.15S BRASS FITTINGS
Providing and fixing gun metal gate valve with C.I. wheel of
18.17
approved quality (screwed end) :
43 18.17.1 25 mm nominal bore Each 8 532.35 4258.8
44 18.17.3 40 mm nominal bore Each 5 707.3 3536.5
45 18.17.4 50 mm nominal bore Each 5 878.25 4391.25
Providing and fixing ball valve (brass) of approved quality,
18.18
High or low pressure, with plastic floats complete :
46 18.18.3 25 mm nominal bore Each 10 399.15 3991.5
18.31S C.I. SLUICE VALVES/ FIRE HYDRANTS & FIXTURES
Providing and fixing C.I. sluice valves (with cap) complete
18.31 with bolts, nuts, rubber insertions etc. (the tail pieces if
required will be paid separately) :
18.31.3 150 mm diameter
47 18.31.3.2 Class II Each 3 6661.8 19985.4
18.48A Providing and fixing rectangular high density polyethylene Litre 5000 9.7 48500
water storage loft tank with cover, conforming to IS : 12701,
colour of opaque white or as approved by Engineer-in-
48
charge. The rate includes making necessary holes for inlet,
outlet & over flow pipes. The base support i/c fittings &
fixtures for tank shall be paid separately.
18.54S PTMT FITTINGS
Providing and fixing PTMT bib cock of approved quality and
18.54
colour.
18.54.1 15mm nominal bore, 86 mm long, weighing not less than Each 30 109.85 3295.5
49
88 gms
18.59S AIR VALVE & WATER METER (BULK TYPE)
Providing and laying S&S Centrifugally Cast (Spun) / Ductile
18.72
Iron Pipes conforming to IS : 8329 :
50 18.72.16 150 mm dia Ductile Iron Class K-9 pipes Metre 200 1625.05 325010
19.0 DRAINAGE
Providing and fixing square-mouth S.W. gully trap class SP-
1 complete with C.I. grating brick masonry chamber with
19.4 water tight C.I. cover with frame of 300 x300 mm size
(inside) the weight of cover to be not less than 4.50 kg and
frame to be not less than 2.70 kg as per standard design:
Providing and laying non-pressure NP2 class (light duty)
R.C.C. pipes with collars jointed with stiff mixture of cement
19.6
mortar in the proportion of 1:2 (1 cement : 2 fine sand)
including testing of joints etc. complete :
51 19.6.3 250 mm dia. R.C.C. pipe Metre 100 811.15 81115
21.0 ALUMINIUM WORK

Pa g e 6 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Providing and fixing aluminium work for doors, windows,


ventilators and partitions with extruded built up standard
tubular sections/ appropriate Z sections and other sections
of approved make conforming to IS: 733 and IS: 1285,
fixing with dash fasteners of required dia and size, including
necessary filling up the gaps at junctions, i.e. at top, bottom
and sides with required EPDM rubber/ neoprene gasket
21.1
etc. Aluminium sections shall be smooth, rust free, straight,
mitred and jointed mechanically wherever required
including cleat angle, Aluminium snap beading for glazing /
paneling, C.P. brass / stainless steel screws, all complete
as per architectural drawings and the directions of
Engineer-in-charge. (Glazing, paneling and dash fasteners
to be paid for separately) :
21.1.1 For fixed portion
21.1.1.1 Anodised aluminium (anodised transparent or dyed to Kg 80 433.95 34716
52 required shade according to IS: 1868, Minimum anodic
coating of grade AC 15)
For shutters of doors, windows & ventilators including
providing and fixing hinges/ pivots and making provision for
21.1.2 fixing of fittings wherever required including the cost of
EPDM rubber / neoprene gasket required (Fittings shall be
paid for separately)
21.1.2.1 Anodised aluminium (anodised transparent or dyed to Kg 140 531.8 74452
53 required shade according to IS: 1868, Minimum anodic
coating of grade AC 15)
Providing and fixing glazing in aluminium door, window,
ventilator shutters and partitions etc. with EPDM rubber /
21.3 neoprene gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in basic item):
21.3.1 With float glass panes of 4.0 mm thickness (weight not less Sqm 52 1019.8 53029.6
54
than 10kg/sqm)
23.0 RAIN WATER HARVESTING & TUBEWELLS
Boring/drilling bore well of required dia for casing/ strainer
pipe, by suitable method prescribed in IS: 2800 (part I),
including collecting samples from different strata, preparing
and submitting strata chart/ bore log, including hire &
23.2
running charges of all equipments, tools, plants &
machineries required for the job, all complete as per
direction of Engineer -in-charge, beyond 90 metre & upto
150 metre depth below ground level.
23.9 Providing and fixing factory made precast RCC perforated Each 60 1213.25 72795
drain covers, having concrete of strength not less than M-
25, of size 1000 x 450x50 mm, reinforced with 8 mm dia
four nos longitudinal & 9 nos cross sectional T.M.T. hoop
55
bars, including providing 50 mm dia perforations @ 100 to
125 mm c/c, including providing edge binding with M.S. flats
of size 50 mm x 1.6 mm complete, all as per direction of
Engineer-in-charge.
Total 24445487.15

4. ELIGIBILITY CONDITIONS

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 7 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

The tenderer must have minimum average annual contractual turnover of V/N or V
whichever is less; where V= Advertised value of the tender in crores of Rupees N=
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the previous three financial years, as per the audited balance
sheet. However, in case balance sheet of the previous year is yet to be prepared/ Allowed
1 No No
audited, the audited balance sheet of the fourth previous year shall be considered for (Mandatory)
calculating average annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB(Placed at Page No.35 of tender form and document
attached), along with copies of Audited Balance Sheets duly certified by the Chartered
Accountant/ Certificate from Chartered Accountant duly supported by Audited Balance
Sheet.
1.1 For more details refer attached documents. No No Not Allowed

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(a)The tenderer must have successfully completed or substantially completed any of the
following during last 07 (seven) years, ending last day of month previous to the one in
which tender is invited: Three similar works each costing not less than the amount equal
to 30% of advertised value of the tender, or Two similar works each costing not less
than the amount equal to 40% of advertised value of the tender, or One similar work
each costing not less than the amount equal to 60% of advertised value of the tender.
(b) (i)In case of tenders for composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works Allowed
1 No No
etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must (Mandatory)
have successfully completed or substantially completed any of the following during last
07 (seven) years, ending last day of month previous to the one in which tender is invited:
Three similar works each costing not less than the amount equal to 30% of advertised
value of each component of tender, or Two similar works each costing not less than the
amount equal to 40% of advertised value of each component of tender, or One similar
work each costing not less than the amount equal to 60% of advertised value of each
component of tender. (For more details refer attached tender documents).
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work
experience certificate issued by Public listed company having average annual turnover
of Rs 500 crore and above in last 3 financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange, incorporated/registered
at least 5 years prior to the date of closing of tender, shall also be considered provided
1.1 the work experience certificate has been issued by a person authorized by the Public No No Not Allowed
listed company to issue such certificates. In case tenderer submits work experience
certificate issued by public listed company, the tenderer shall also submit along with
work experience certificate, the relevant copy of work order, bill of quantities, bill wise
details of payment received duly certified by Chartered Accountant, TDS certificates for
all payments received and copy of final/last bill paid by company in support of above
work experience certificate.
Similar nature of work - Any type of civil work viz. building upto G+4 & structures work,
pipe lines, underground & overhead tanks, foundation treatment works in any Railway
1.2 No No Not Allowed
embankment / cutting, any earth work, cover over platform, bore wells, level crossing
works including lifting barriers, cement concrete apron works etc.
1.3 For details refer attached documents No No Not Allowed

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.

Pa g e 8 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

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

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.
The Bid Security shall be deposited either in cash through e-payment gateway
Allowed
2 or submitted as Bank Guarantee bond from a scheduled commercial bank of No No
(Optional)
India or as mentioned in tender documents.
TThe Bank Guarantee bond shall be as per Annexure- VIA (Placed at Page
No. 33-34 of tender form), and shall be valid for a period of 90days beyond the
bid validity period. (3)In case, submission of Bid Security in the form of Bank
Guarantee, following shall be ensured: i.A scanned copy of the Bank
Guarantee shall be uploaded on e-Procurement Portal (IREPS) while applying
to the tender. ii.The original Bank Guarantee should be delivered in person to
the official nominated as indicated in the tender document before closing date
for submission of bids (i.e. excluding the last date of submission of bids).
iii.Non submission of scanned copy of Bank Guarantee with the bid on e-
tendering portal (IREPS) and/or non submission of original Bank Guarantee
within the specified period shall lead to summary rejection of bid. iv.The
Tender Security shall remain valid for a period of 90 days beyond the validity Allowed
2.1 No No
period for the Tender. v.The details of the BG, physically submitted should (Optional)
match with the details available in the scanned copy and the data entered
during bid submission time, failing which the bid will be rejected vi.The Bank
Guarantee shall be placed in an envelope, which shall be sealed. The
envelope shall clearly bear the identification "Bid for the ***** Project" and shall
clearly indicate the name and address of the Bidder. In addition, the Bid Due
Date should be indicated on the right hand top corner of the envelope. vii.The
envelope shall be addressed to the officer and address as mentioned in the
tender document. viii.If the envelope is not sealed and marked as instructed
above, the Railway assumes no responsibility for the misplacement or
premature opening of the contents of the Bid submitted and consequent
losses, if any, suffered by the Bidder.
All the bidders/tenderers should ensure that they are GST compliant and their
Allowed
3 quoted tax structure/rates are as per GST Law. Tenderer is requested to No No
(Mandatory)
submit GST certificate and PAN card.

Pa g e 9 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

Tenderer should mandatory submit documentary proof as per the attached Allowed
4 No No
checklist document. (Mandatory)

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderers are abiding by the General Conditions of Contract (GCC) April 2022
1 & any statutory modification thereof and also abide to carry out the work No No Not Allowed
accordingly.
Documentary proof - Tenderer should submit scanned copy documentary
proof in regard for fulfilling the Technical /financial eligibility criteria along-with
their offer (for details refer attached documents). If the tenderers do not
2 submit any proof of meeting with the eligibility criteria as laid down in the No No Not Allowed
tender conditions, the offer shall be considered as incomplete and shall be
summarily rejected. Documents submitted in support of eligibility criteria after
opening of tender will not be considered.
Document attached - Tender form, Annex.VIB, Annex.V, Annex.VA, Spl.
3 No No Not Allowed
condition above 1Cr., Check List, GCC April 2022, ASC 1 to 6 to GCC 2022.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Tenderer please note that price variation clause (PVC) is applicable. No No Not Allowed
Tenderers should show discount in the rate schedule only, instead of
anywhere else in the offer. Discounts not shown at designated place will be
summarily ignored for assigning inter-se ranking of offers. Conditional discount
will not be considered for adjudging the inter-se position i.e. rate quoted
without any conditions attached (viz. Discount/ Rebates having linkages to
2 No No Not Allowed
quantity, rates payment etc.) will only be considered for evaluation purpose. In
other words, discounted rates linked to quantities, rates, prompt payment etc.
will be ignored for determining inter-se position. Railway, however reserves the
right to use the discounted rate/ rates considered workable and appropriate,
for counter offer to the successful tenderers.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Bidder to ensure the contents of para 14(i) to (vi) and 15 of GCC April 2022
corrected up to date as the case may be and upload documents accordingly.
(Page No.17 to 19 of GCC). Participation of Partnership Firm in works tenders
refer GCC para No. 18.1 to 18.11 of Part-I April 2022 corrected up to date.
(Page No.25 to 27). Participation of Joint Venture (JV) in works tenders refer Allowed
1 No No
GCC April 2022 para no 17.1 to 17.15.3 of GCC April 2022 corrected up to (Mandatory)
date (Page No.20 to 25), Participation of Employment/Partnership etc of
Retired Railway employees refer Para 16 (a) to (c) of GCC April 2022
corrected up to date (Page No.19 to 20) . These instructions are also included
in tender form.
All the Bidders/tenderers while uploading the tender please note the Check list
for document to be submitted by the tenderer for Civil Works or Track Works Allowed
2 No No
along with the tender. Tenders without these documents will be summarily (Mandatory)
rejected.
Following items of Part-A may be treated as deleted- Item no.12.42, Item
3 No No Not Allowed
no.12.64, Item no.19.4, Item no.23.2 & Item no.18.59S

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.
2 I have read the entire tender document including uploaded documents. No No Not Allowed

Pa g e 10 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3


MUMBAI CST DIVISION-GATI SHAKTI/CENTRAL RLY
TENDER DOCUMENT
Tender No: CR-GSUCSMT-2024-3-1 Closing Date/Time: 16/04/2024 11:00

I have read page No.119-120 of tender form for Inclusion of letter of credit as
3 No No Not Allowed
mode of payment.

6. Documents attached with tender

S.No. Document Name Document Description


1 Annexure-VIB.pdf Annex VI B
2 RevisedAnnexureV.pdf Annex V Revised
3 Annexure-VA.pdf Annex VA
4 Splconditon1cr..pdf Spl Condition 1Cr
5 ChecklistfordocumentforCivilandtrackworks.pdf Check List
GCC_April-2022_2022_CE-I_CT_GCC-
6 GCC April 2022
2022_POLICY_27.04.22.pdf
7 ACS1to6_compressed.pdf ACS to GCC 2022
8 Tenderform.pdf Tender Form

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

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

Signed By: SANJEEV KULSHRESHTHA

Designation : Sr.DEN GSU

Pa g e 11 o f 11 Ru n Da te/Time: 13/0 3/2 0 2 4 17:0 1:2 3

You might also like