Screenshot 2024-01-02 at 8.15.49 AM
Screenshot 2024-01-02 at 8.15.49 AM
TENDER DOCUMENT
Tender No: NER-LJN-2023-229 Closing Date/Time: 02/01/2024 15:00
Sr. DEN/Co./LJN acting for and on behalf of The President of India invites E-Tenders against Tender No NER-LJN-2023-229 Closing
Date/Time 02/01/2024 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
Provision of fencing for raising speed upto 130 Kmph in balance section of GKC-BBK section
Name of Work
of LJN Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 02/01/2024 15:00 Date Time Of Uploading Tender 11/12/2023 17:51
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 142433686.02 Tendering Section LUCKNOW
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 862200.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 19/12/2023 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule A-DSR-21 items 15834984.42
Above/
Please see Item Breakup for details. 15834984.42 AT Par 15834984.42
Below/Par
1
Description:- All items as per attached annexure-A based on CPWD-DSR-2021 and any other items not
included in Annexure-A but provided in CPWD-DSR-2021 with upto date correction slip.
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-USSOR-21 Items 1642158.40
Above/
Please see Item Breakup for details. 1642158.40 AT Par 1642158.40
Below/Par
1
Description:- All items as per attached annexure-B based on USSOR-2021 and any other items not included in
Annexure-B but provided in USSOR-2021 with upto date correction slip.
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule C-NS Items 124956543.20
Running
NS1 33200.00 3477.21 115443372.00 AT Par 115443372.00 Rs.
Metre
1
Description:- Metal beam Crash Barrier - Double W Single side :-Providing and erecting "W" metal beam 02 Nos
barrier comprising of 2 mm thick corrugated sheet metal beam rail on 1.50m high channel post (150x75x4mm)
above ground level and 1.20m below ground level, spaced at 2m centre to centre, all steel parts, all fittings and
fitments|to be galvanized by hot dip process confirm to IS 4759, metal beam rail to be fixed on the vertical post
complete. Work will be carried out as per Railway approved drawing and as per specification and special condition
of contract attached here with. The post should be placed below G.L.by Driven mechanism or auger mechanism
as directed Engineer in-charge as per site conditions. The concrete and shuttering as and when required will be
paid under the relevant items. Note :-The item rate includes with materials, labours, lead, lift, loading, unloading,
Tools and plants, all taxes, site cleaning,bush cutting, reparation of approach path, manual carting of materials
due to unavoidable site requirement, etc with contractors own materials and labours necessary for doing all the
work involved in constructing the metal beam railing barrier complete in place in all respects as per the
Specifications, Work will be carried out as per direction and instruction of Engineer in charge of work/ Engineer
representative. (No any extra payment shall be paid by Railway).
NS2 114341.00 Kg 83.20 9513171.20 AT Par 9513171.20 Rs.
2 Description:- -Extra for additional height of Galvanized channel post (150x75x4mm) and other galvanized
materials etc.
3. ITEM BREAKUP
1 113010 Cess repair/widening work as per RDSO Specifications and cum 5000.00 254.95 1274750.00
guidelines RDSO/2020/GE: IRS-0004 or latest in running line
with suitable soil to the designed profile The work shall
include uprooting and disposing of all the vegetation,
benching at every 30 Cm vertical height, earthwork in
benching portion and compaction using suitable slope
vibratory Rollers/Compactors etc. to achieve prescribed MDD.
Note: 1. Payment of cess repairs shall be based on the
quantities worked out from the cross sectional calculations
only and worked out from the initial ground levels before
doing benching and final levels as done for new
embankment. The earth work in benching portion shall not be
paid extra as the same has been included in the rate. 2. The
earth work shall be started only after Completing of the
benching and certified. 3. The benching Work shall be done
for a maximum height of 1.50 m at any time based on the
progress of earthwork starting from toe of the embankment.
Hiring of machinery for minor miscellaneous works for short
duration including operator/driver, fuel, lubricants and
consumable. The contractor shall arrange all statutory
permits as required by rules and regulations prevailing in the
area of work. Payment shall be made for actual working
hours at site.
2 211201 JCB Backhoe Loaders 3DX Plus or similar with minimum 1.10 Hour 470.00 781.72 367408.40
cum bucket capacity
Total 1642158.40
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
Commercial-Compliance
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
7 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.
General Instructions
Undertakings
Non judicial Stamp duty paper purchase from state treasury will have to be
12 deposited by the successful tenderer in terms of stamp duty act-29 prior the No No Not Allowed
execution of the contract agreement.
www.shramikkalyan.indianrailways.gov.in. Contractor shall register his
13 firm/company etc. and upload requisite details of labour and their payment in No No Not Allowed
this portal.
Custom
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 : Sr.DEN/Co