viewNitPdf 4505939

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 6

RAIPUR DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY

TENDER DOCUMENT
Tender No: CPM-GSU-R-PMS-DURG Closing Date/Time: 29/04/2024 15:00

CPM/GSU/Raipur acting for and on behalf of The President of India invites E-Tenders against Tender No CPM-GSU-R-PMS-DURG
Closing Date/Time 29/04/2024 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

Appointment of Authority Engineer for providing project management services for Major up-
Name of Work gradation of Durg Railway Station of SECR on Engineering, Procurement and Construction
(EPC) mode.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 29/04/2024 15:00 Date Time Of Uploading Tender 15/03/2024 15:53
Pre-Bid Conference
Yes Pre-Bid Conference Date Time 03/04/2024 11:00
Required
Advertised Value 73286549.00 Tendering Section DY.CSTEGSU
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 516400.00 Validity of Offer ( Days) 120
Tender Doc. Cost (Rs.) 0.00 Period of Completion 36 Months
Contract Type Service Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 15/04/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Station Development

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A-Appendix-II, Financial Bid Form-1, 73286549.00
Below/Par
Please see Item Breakup for details. 64721706.00 AT Par 64721706.00
1 Description:- Key Personnel during contract execution period and defect liability period. The rates quoted by the
firm shall be exclusive of GST.
Please see Item Breakup for details. 2409480.00 AT Par 2409480.00
2
Description:- Hiring of temporary site Office.
Please see Item Breakup for details. 1433592.00 AT Par 1433592.00
3
Description:- Office Consumables.
Please see Item Breakup for details. 2845332.00 AT Par 2845332.00
4
Description:- Hiring of Vehicle.
Please see Item Breakup for details. 1176439.00 AT Par 1176439.00
5
Description:- Supply of computer setup for site office.
Lump Sum 700000.00 AT Par 700000.00
6
Description :- Supply of furniture for site office.

3. ITEM BREAKUP

Schedule Schedule A-Appendix-II, Financial Bid Form-1,


Key Personnel during contract execution period and defect liability period. The rates quoted by the firm shall be
Item- 1
exclusive of GST.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Man- 36.00 249624.00 8986464.00
Team Leader cum Project Manager.
Month
2 2 Man- 12.00 242351.00 2908212.00
Lead Designer.
Month

Pa g e 1 o f 6 Ru n Da te/Time: 15 /0 3/2 0 2 4 15 :5 4:0 3


RAIPUR DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-R-PMS-DURG Closing Date/Time: 29/04/2024 15:00

3 3 Man- 12.00 155807.00 1869684.00


Project Architect.
Month
4 4 Man- 24.00 85284.00 2046816.00
Sr.Manager/MEPF
Month
5 5 Man- 36.00 77590.00 2793240.00
Manager/MEPF
Month
6 6 Man- 54.00 156099.00 8429346.00
Resident Engineer/Civil
Month
7 7 Man- 36.00 156099.00 5619564.00
Resident Engineer/Electrical
Month
8 8 Man- 36.00 156099.00 5619564.00
Resident Engineer/S&T
Month
9 9 Man- 12.00 46300.00 555600.00
Legal Advisor
Month
10 10 Man- 72.00 68778.00 4952016.00
Site Engineer/Civil
Month
11 11 Man- 9.00 68778.00 619002.00
Site Engineer/P.Way
Month
12 12 Man- 36.00 69898.00 2516328.00
Site Engineer/Electrical
Month
13 13 Man- 36.00 71364.00 2569104.00
Site Engineer/S&T
Month
14 14 Man- 54.00 81258.00 4387932.00
Supervisor Quality Control
Month
15 15 Man- 36.00 68149.00 2453364.00
Supervisor Railway Operation and Safety
Month
16 16 Man- 18.00 69558.00 1252044.00
Site Surveyor
Month
17 17 Man- 36.00 28109.00 1011924.00
Computer Operator cum Stenographer
Month
18 18 Man- 54.00 40009.00 2160486.00
Draftsman cum AutoCaD Operator
Month
19 19 Vehicle- 72.00 21132.00 1521504.00
Office Attendant
Month
20 20 Man- 36.00 39933.00 1437588.00
Accountant
Month
21 21 Man- 36.00 28109.00 1011924.00
Document Controller cum Record Keeper
Month
Total 64721706.00
Item- 2 Hiring of temporary site Office.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Hiring charges on carpet area (Consultant shall hire Per 36.00 66930.00 2409480.00
temporary site office with meeting room of required area at Month
suitable place with well-equipped like supply of running
portable water/raw water, electrical fittings, power points,
plug, fans etc (site office of bare minimum area may be
located at different places as per requirement of work).
(3500sq Ft.)
Total 2409480.00
Item- 3 Office Consumables.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Day-to-day expenditure on office consumables like Per 36.00 39822.00 1433592.00
Electricity charges, DG set running charges, telephone Month
charges, Stationery, Printer Cartridge, Photo- copying,
book binding, Courier charges, out of pocket expenses,
other misc. and incidental charges.
Total 1433592.00

Pa g e 2 o f 6 Ru n Da te/Time: 15 /0 3/2 0 2 4 15 :5 4:0 3


RAIPUR DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-R-PMS-DURG Closing Date/Time: 29/04/2024 15:00

Item- 4 Hiring of Vehicle.


S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Hiring of non-AC multi utility 4- wheeler motor vehicles Vehicle- 72.00 39223.00 2824056.00
Tavera, Innova, Scorpio, Qualis or of similar make vehicle Month
is good working condition with commercial tax registration
including contractor's driver, fuel, crew and regular
maintenance etc. for the use of 2000 Kms per month and
24 hrs. per day.
2 2 Extra for additional Km above 2,000 Kms. Kilometre 3600.00 5.91 21276.00
Total 2845332.00
Item- 5 Supply of computer setup for site office.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supply of Desktop computer as per following specification: Numbers 8.00 47207.00 377656.00
1.Processor-8 Generation Core I-5 or above 2.RAM - 8 GB
DDR -4 or above, 3.SSD-500 GB, 4.Key Board and Mouse
- wired/wireless 5.DVD drive - R/W DVD,
6.OperatingSystem (OS) - Latest windows OS 7.Warranty-3
y e a r s , 8.PCI Slot - Yes/DTS, 9.Graphic Card-Nvidea
10.TFT 19- inch, Make -HP Model No. PO33 IN or similar
make.
2 2 Supply of color laser jet print, scan, copy, fax printer, 3-inch Numbers 8.00 42008.00 336064.00
color touch screen, wireless direct, Make-HP Model-Color
laser jet pro MFP M177 fw or similar make.
3 3 Supply of UPS 1000 VA Input volts135-300 volts AC (+-9%) Numbers 8.00 4307.00 34456.00
Output Volts 220 (+-9%) Double Battery Make-Microtek,
Model MDP 800 or equivalent make Warranty: - As per
OEM for computers.
4 4 Heavy Duty Digital Photo-copier, Printer Cum Scanner Numbers 1.00 145566.00 145566.00
Machine Model-bizhub 266 having 26 PPM Speed, Konica
Minolta or equivalent. As per specification. The Basic
Feature-Technical Specifications are as under: - (i) Basic
Feature: Copier, Printer &Scanner (ii) Speed: 26 Page Per
Minute (iii) Duty Cycle: Up to 30000 pages per month (iv)
Paper Input: By Pass - 100 Sheets, Tray 1-250 Sheets. (v)
Two -Sided Output: Automatic (vi) Document Feder: Fully
Automatic Duplex (vii) Resolution (Print, Scan & Copy):
600x600 dpi (viii) Memory:512 MB (ix) Connectivity:
Network enabled (10/100) Base TEthernet) + USB 2.0 (x)
Scanner: Color Scanner A3 (xi) Operational/ Maintenance
Cost: Lowest in the Industry (No Hidden Cost) (xii)
Durability: Maximum in the industry due to systematic
trouble shooting (xiii) Unique Feature 1: Highest Memory in
this segment to deliver fast operations & functionality (xiv)
Unique Feature 2: Compact Design (Saves your precious
office space)
5 5 Multifunction Wide format Printer Plotter Printers (HP Numbers 1.00 282697.00 282697.00
Designjet T830 36 inch MFP printer with 5 year warranty)
(HP or similar make)
Total 1176439.00

4. ELIGIBILITY CONDITIONS

Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 3 o f 6 Ru n Da te/Time: 15 /0 3/2 0 2 4 15 :5 4:0 3


RAIPUR DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-R-PMS-DURG Closing Date/Time: 29/04/2024 15:00

For demonstrating technical capacity, the Bidder shall have, over the past 5 (five)
Financial Years and including the current Financial Year preceding the Bid Due Date,
completed or substantially completed one Eligible Assignment of value equal to or more
than 35% of the estimated cost of the Project Management Services mentioned in item
Allowed
1 No.2 of the KIT (clause 1.1.2) (the Technical Capacity). For evaluation, substantially No No
(Mandatory)
completed means that the Bidder has received at least 90% of the professional fees
/agreement value towards undertaking such Eligible Assignment. Provided further, that in
case of a Consortium, experience of the Consortium as a whole or any of its constituent
Members shall be considered.

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The Bidder shall have received total income equal to 150 % of the estimated cost of the
Project Management Services mentioned in item No. 2 of the KIT (para 1.1.2) from
professional(consultancy) fees in the 3 (three) financial years preceding the Bid Due
Date. For the avoidance of doubt, professional fees refer to fees received by the Bidder Allowed
1 No No
for providing consultancy and/or supervision to its clients. In case of Consortium, the (Mandatory)
Financial Capacity of only the Lead Member will be considered. Moreover, each
members of the Consortium should have at least 25% of the Financial Capacity for the
purpose of further evaluation for the eligibility of the Consortium.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Availability and conditions of Eligibility for Key Personnel: The Bidder shall offer and
make available all Key Personnel meeting the requirements specified in Clause 10
related to Manpower Deployment under the Terms of Reference of this RFP. If more than
25% of the Key Personnel proposed by the bidder fail to meet the eligibility criteria, the
bidder shall be considered to have failed to meet the eligibility criteria with regard to Key
Personnel. However, in case of failure up-to 25% of Key Personnel to meet eligibility
criteria, zero marks will be awarded to such Key Personnel during evaluation of technical Allowed
1 No No
score as per clause 3.2.2 and the bidder will have to replace such Key Personnel with (Mandatory)
eligible Key Personnel within a period of three days from communication made by
Authority in this regard. If the bidder fails to replace such Key Personnel within the
aforesaid time, Authority reserves the right to reject the offer of such bidder(s) and
proceed for opening the Financial Bids. Failure of Team Leader to meet the eligibility
criteria as per Clause 10 related to Manpower Deployment under the Terms of Reference
of this RFP shall result in summary rejection of the offer.

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.

Pa g e 4 o f 6 Ru n Da te/Time: 15 /0 3/2 0 2 4 15 :5 4:0 3


RAIPUR DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-R-PMS-DURG Closing Date/Time: 29/04/2024 15:00

I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Goods & Services Tax (GST) registration certificate copy should be attached. No No
(Mandatory)
In case of Sole Proprietorship Concern firm has to submit Affidavit certifying
the sole Proprietorship of the firm. This affidavit shall be notarized. Or In case
of a Partnership Firm, Firm has to submit (a) Notary certified copy of the
Partnership Deed. (b) A copy of power of Attorney firm has to submit (duly
registered as per prevailing Law) in favour of an individual to tender for the
work, sign the agreement etc., and create liability against the Firm. Or In case
Tenderer is a Company registered under Companies Act-2013. The tenderer
shall submit: (a)The copies of MOA (Memorandum of Association)/AOA
(Articles of Association) of the company.(b) A copy of Certificate of
Incorporation. (c) A copy of authorization/ Power of Attorney issued by the
Company (backed by the resolution of Board of Directors) in favour of the
Allowed
2 individual to sign the tender on behalf of company and create liability against No No
(Mandatory)
the company. Or In case Tenderer is LLP (Limited Liability Partnership); If the
tender is submitted on behalf of a LLP registered under LLP Act-2008, the
Tenderer shall submit along with tender: (a) A copy of LLP Agreement (b) A
copy of Certificate of Incorporation (c) A copy of Power of
Attorney/Authorization issued by the LLP in favour of the individual to sign the
tender on behalf of the LLP and create liability against the LLP. Or In case of a
tenderer is registered Society and Registered trust. The tenderer shall submit:
(a) A copy of certificate of registration. (b) A copy of Memorandum of
Association of Society/Trust Deed (c)A copy of Power of Attorney in favour of
the individual to sign the tender documents and create liability against the
society/ Trust.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have carefully gone through the tender documents, tender form,
additional special conditions of contract, Explanatory notes, Indian Railway
1 No No Not Allowed
GCC-2022 with correction slips etc. attached along with the tender documents
and agree to abide by the said conditions in above mentioned documents.

Pa g e 5 o f 6 Ru n Da te/Time: 15 /0 3/2 0 2 4 15 :5 4:0 3


RAIPUR DIVISION-GATI SHAKTI/SOUTH EAST CENTRAL RLY
TENDER DOCUMENT
Tender No: CPM-GSU-R-PMS-DURG Closing Date/Time: 29/04/2024 15:00

6. Documents attached with tender

S.No. Document Name Document Description


1 RFPPMSDurg.pdf RFP PMS Durg
2 EPCAgreementDurgStation.pdf EPC Agreement DurgStation
3 DurgSCHEDULEA-P.pdf 2 SCHEDULE A P Durg
4 3RFPDocumentDurgVol1_1.pdf RFP Document Durg Vol 1
5 4DurgScheduleDA_1.pdf Durg Sch DA
6 5DurgSheduleDB_1.pdf Durg Sch DB
7 6DurgScheduleDC.pdf Durg Sch DC

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: ANUJ GUPTA

Designation : Dy.CSTE/GSU/R

Pa g e 6 o f 6 Ru n Da te/Time: 15 /0 3/2 0 2 4 15 :5 4:0 3

You might also like