0% found this document useful (0 votes)
5 views6 pages

NIT SCR Engg W-Beam RU-TPTY 36.74crore

The Guntakal Division of South Central Railway is inviting e-tenders for the provision of safety fencing along the track for speeds of 130 km/h and above, with a total length of 108.044 km. The tender, numbered Engg-GTL-West-1789, has a closing date of April 3, 2025, and requires bidders to submit their offers electronically. The project has an advertised value of approximately ₹367.46 crore and includes various work components such as earthwork, concrete, steel work, and fencing, with specific eligibility criteria for bidders.

Uploaded by

praneethr1989
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
5 views6 pages

NIT SCR Engg W-Beam RU-TPTY 36.74crore

The Guntakal Division of South Central Railway is inviting e-tenders for the provision of safety fencing along the track for speeds of 130 km/h and above, with a total length of 108.044 km. The tender, numbered Engg-GTL-West-1789, has a closing date of April 3, 2025, and requires bidders to submit their offers electronically. The project has an advertised value of approximately ₹367.46 crore and includes various work components such as earthwork, concrete, steel work, and fencing, with specific eligibility criteria for bidders.

Uploaded by

praneethr1989
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 6

GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: Engg-GTL-West-1789 Closing Date/Time: 03/04/2025 15:00

Sr.DEN/Coordination/GTL acting for and on behalf of The President of India invites E-Tenders against Tender No Engg-GTL-West-
1789 Closing Date/Time 03/04/2025 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

Guntakal Division: DMM-GY & RU-TPTY Sections (DEN/West/GTL): Provision of safety fencing
Name of Work along the track for speed 130kmph and above using NHAI anti-crash barrier / W-beam steel
fencing for 108.044 Km fencing length (Phase-II)
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 03/04/2025 15:00 Date Time Of Uploading Tender 07/03/2025 13:04
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 367456152.05 Tendering Section TRACK
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 1987300.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 24 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 20/03/2025
Are JV allowed to bid Yes Number of JV Member Allowed 3
Are Consortium allowed to Number of Consortium Member
No 0
bid Allowed
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
Code Unit
Above/
Schedule () A-Earth work 852143.40
Below/Par
2.6.1 1820.00 cum 205.45 373919.00 (-) 10.00 336527.10
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual
1 means over areas (exceeding 30 cm in 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. // All kinds of
soil
2.7.1 570.00 cum 412.95 235381.50 (-) 10.00 211843.35
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual
2 means over areas (exceeding 30 cm in 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. // Ordinary
rock
2.7.3 285.00 cum 1184.30 337525.50 (-) 10.00 303772.95
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic excavator)/manual
3 means over areas (exceeding 30 cm in 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. // Hard rock
(blasting prohibited)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () B-Concrete items 16728217.20
Below/Par
4.1.2 2020.00 cum 7783.65 15722973.00 (-) 10.00 14150675.70
Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in position
1 cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : //
1:1.5:3 (1 Cement: 1.5 coarse sand (zone-III) derived from natural sources : 3 graded stone aggregate 20 mm
nominal size derived from natural sources)
4.3.1 9300.00 Sqm 307.95 2863935.00 (-) 10.00 2577541.50
2 Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Centering and shuttering including
strutting, propping etc. and removal of form work for : // Foundations, footings, bases for columns

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () C-Steel work (for gates) 9573232.50
Below/Par
10.25.2 74750.00 Kg 142.30 10636925.00 (-) 10.00 9573232.50

Page 1 of 6 Run Date/Time: 07/03/2025 13:04:44


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-West-1789 Closing Date/Time: 03/04/2025 15:00

1
Description:- STEEL WORK // Steel work welded in built up sections/ framed work, including cutting, hoisting,
fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. // In
gratings, frames, guard bar, ladder, railings, brackets, gates and similar works

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () D-Fencing work 338573918.95
Below/Par
Running
NSitem 106682.23 3125.63 333449178.55 AT Par 333449178.55
Metre
Description:- Metal Beam Crash Barrier - Double W single side: Providing and erecting "W" metal beam 02 Nos
barrier comprising of 2mm 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 center to center, all steel parts, all fittings and
fitments to be galvasied by hot dip process confirm to IS 4759, metal beam rail to be fixed on the vertical post
1 complete. Work will be carried out as per Railway approved drawing No. TP BR-95/2022-RB and as per
specification and special conditions. The concrete and shuttering as and when required will be paid under
relevant items. NOTE: The item rate includes with materials, lead, lift loading , un loading , tools and plants, all
taxes , site cleaning , bush cutting , preparation of approach path, manual carting of materials due to un
avoidable site requirement etc., with contractors own materials and labour necessary for doing all work involved
in constructing the metal beam railing barrier complete in place in all respects as per the specification. Work will
be carried out as per direction and instruction of Engineer in Charge / Engineer representative. ( No any extra
payment shall be paid by Railway)
NSitem2 68770.00 Kg 74.52 5124740.40 AT Par 5124740.40
2 Description:- Extra for additional height of Galvanized channel post (150x75x4mm) and other Galvanized
Materials etc.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () E-Surveying & GAD preparation 1728640.00
Below/Par
NS 108.04 Kilometre 16000.00 1728640.00 AT Par 1728640.00
1
Description:- Survey with LIDAR/Drones/DGPS for preparation of GADs for Safety fencinig and subways.

3. ITEM BREAKUP

No item break up added

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

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Eligibility in terms of Turnover: 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/ audited, the audited balance sheet of the
fourth previous year shall be considered for calculating average annual contractual
turnover. NOTE: (i)Financial Year shall normally, be reckoned as 1st April to 31st Allowed
1 No No
March of the Next Year. However, for Turnover Criteria, the Financial Year as (Mandatory)
applicable to the Company/Tenderer is to be considered, if it defers from the above.
(ii)Current Financial year is reckoned as the incomplete Financial year in which the
date of tender submission falls. (iii)Chartered Accountant statements duly indicating
yearly receipts will not be considered until and unless backed by Audited Balance
Sheets, Profit & loss account statements. (iv)If the tenderer is not accompanied by
the certificates(s) in support of financial eligibility as above, the tender shall be
rejected. No post-tender correspondence will be entertained. (v)Attestation of
documents may be self attested or attested by a Gazetted Officer.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 2 of 6 Run Date/Time: 07/03/2025 13:04:44


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-West-1789 Closing Date/Time: 03/04/2025 15:00

Eligibility in terms of Experience:(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)(1) 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 etc. and in the case
of major bridges - substructure, superstructure etc), 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
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. Note for b(1): Separate completed works of minimum
required values shall also be considered for fulfillment of technical eligibility criteria
for different components. (b)(2) In such cases, what constitutes a component in a
composite work shall be clearly pre- defined with estimated tender cost of it, as part
of the tender documents without any ambiguity.(b)(3)To evaluate the technical
Allowed
1 eligibility of tenderer, only components of work as stipulated in tender documents for No No
(Mandatory)
evaluation of technical eligibility, shall be considered. The scope of work covered in
other remaining components shall be either executed by tenderer himself if he has
work experience as mentioned in clause 7 of the Standard General Conditions of
Contract or through subcontractor fulfilling the requirements as per clause 7 of the
Standard GCC or jointly i.e., partly himself and remaining through subcontractor, with
prior approval of Chief Engineer in writing. However, if required in tender documents
by way of Special Conditions, a formal agreement duly notarised, legally enforceable
in the court of law, shall be executed by the main contractor with the subcontractor
for the component(s) of work proposed to be executed by the subcontractor(s), and
shall be submitted along with the offer for considering subletting of that scope of
work towards fulfillment of technical eligibility. Such subcontractor must fulfill
technical eligibility criteria as follows:The subcontractor shall have successfully
completed at least one work similar to work proposed for subcontract, costing not
less than 35% value of work to be subletted, in last 5 years, ending last day of month
previous to the one in which tender is invited through a works contract. Note: For
subletting of work costing up to Rs 50 lakh, no previous work experience of
subcontractor shall be asked for by the Railway.In case after award of contract or
during execution of work it becomes necessary for contractor to change
subcontractor, the same shall be done with subcontractor(s) fulfilling the
requirements as per clause 7 of the Standard GCC with prior approval of Chief
Engineer in writing.
Defination of Similar Work :- Any work consisting of Steel supply, fabrication &
1.1 erection or Steel Industrial shed or steel PF shelter with metal roof sheeting or steel No No Not Allowed
fencing or W-Beam steel crash barriers.

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
3 content of the 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
5
and 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
7 Govt. 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
8
contract 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.

Page 3 of 6 Run Date/Time: 07/03/2025 13:04:44


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-West-1789 Closing Date/Time: 03/04/2025 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
10
competent 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
1 of the 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. Allowed
1 No Yes
The definition and calculation of local content shall be in accordance with (Optional)
the Make in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tender value is including escalation of (-)10% (minus ten percent) on CPWD
1 No No Not Allowed
DSR rates. Tenderer should note this before quoting the rates.
The original Bank Guarantee (in lieu of Bid Security) can be sent by the
tenderer through a person or through Post/courier so as to reach the
nominated Railway official (i,e OS/Tenders/Engg/GTL Division) on any
working day before the closing date of submission of bids (i.e excluding the
2 last date for submission of Bids). Railway will not assume any responsibility No No Not Allowed
for any delays in case the BG is sent through Courier/Postal department.
Any BG received by Post/Courier on or after the closing date of bid
submission shall not be taken cognizance of while evaluating the tender and
shall be returned back to the sender by Registered Post.
All the instructions furnished in the Technical Compliance/ Commercial
Compliance/ Custom/ Undertakings/ General Instructions are only indicative
3 No No Not Allowed
and not exhaustive. The tenderer shall read the GCC/ Tender documents for
complete details.
The tenderer shall thoroughly go through the entire tender documents and
4 No No Not Allowed
strictly adhere to the instructions and directions given therein.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
List of Personnel organisation available on hand and proposed to be
engaged for the subject work. These two lists should be given separately Allowed
1 No No
and signed by Tenderer and are to be submitted in the Proforma given in (Optional)
the Annexure-'A'
List of Plant & Machinery available on hand (own) and proposed to be
inducted (own and hired to be given separately) for the subject work and Allowed
2 No No
this list shall be signed by the Tenderer and is to be submitted in the (Optional)
Proforma given in the Annexure-'B'
List of completed works in the last three Financial Years giving description
of work, organisation for whom executed, approximate value of contract at
Allowed
3 the time of award, date of award and date of scheduled completion of work, No No
(Optional)
date of actual start, actual completion and final value of contract should
also be given in the Annexure-'C'
List of Works on hand indicating name of work, contract value, bill amount
Allowed
4 paid so far; due date of completion etc. to be furnished by Tenderer in No No
(Mandatory)
Annexure-'D' and this Certificate is to be signed by Tenderer
Tenderer should submit attested copy of Experience Certificate in Annexure-
'E' (Bidder who do not enclose the Experience Certificate, his/their bid shall Allowed
5 No No
be summarily rejected) Note: Applicable for the tender floated value above (Mandatory)
Rs.50 lakhs

Page 4 of 6 Run Date/Time: 07/03/2025 13:04:44


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-West-1789 Closing Date/Time: 03/04/2025 15:00

Tenderer should submit Annual Contractual Turnover Certificate Annexure -


'VI-B' as per para 10.2 part 1 of GCC (Bidder who do not enclose the Allowed
6 No No
Turnover Certificate, his/their bid shall be summarily rejected) Note: (Mandatory)
Applicable for the tender floated value above Rs.50 lakhs
For tenders having advertised value more than Rs.20.00 crore wherein
eligibility criteria include bid capacity also, the tenderer will be qualified only
if its available bid capacity is equal to or more than the total value of the
Allowed
7 present tender. As per the Advanced Correction Slip No: 01 dt.14.07.2022. No No
(Mandatory)
(CA certificate is required along with the tender. In case, the tenderer fails
to submit the above certificate along with offer, his/their bid will be rejected
Summarily)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We have read and understood various conditions attached to the tender
1 No No Not Allowed
and agree to abide by the said conditions
I/ We have visited the works site and I / We am / are aware of the site
2 No No Not Allowed
conditions.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Important: All documents uploaded and remarks/confirmation entered by
1 the bidders against any compliance condition shall be opened as part of No No Not Allowed
technical bid only
The tenderers in their bids shall indicate the details of their Jurisdictional
Assessing Officers (Designation, address & email ID). In case of a contract
Allowed
2 award, a copy of the LOA/Purchase Order shall be immediately forwarded by No No
(Mandatory)
Purchaser/Executive to the Jurisdictional assessing Officer mentioned in the
Tenderer's bid (GST).
The tenderer shall clearly specify whether the tender is submitted on his
own (Proprietary Firm) or on behalf of a Partnership Firm/ Company/ Joint
Venture (JV)/ Registered Society/ Registered Trust/ Hindu Undivided Family
(HUF)/ Limited Liability Partnership (LLP) etc. The tenderer(s) shall enclose
the attested copies of the constitution of their concern, and copy of PAN Allowed
3 No No
Card along with their tender. Tender Documents in such cases are to be (Mandatory)
signed by such persons as may be legally competent to sign them on behalf
of the firm, company, association, trust or society, as the case may be.
Note: Please read carefully (Provision of Para 14 of GCC) the document
required to be uploaded here
Any other information/ Certificates/ General Power of Attorney required as
per Tender for Partnership Firms, Company: The tenderer whole sole
proprietor/ a company or a partnership firm/ registered society/ registered
trust/ HUF/ LLP etc. if they want to act through agent of individual
partner(s), should submit along with the tender, a copy of power of attorney
duly stamped and authenticated by a Notary Public or by magistrate in
favour of the specific person whether he/they be partner(s) of the firm or
Allowed
4 any other person, specifically authorizing him/them to sign the tender, No No
(Mandatory)
submit the tender and further to deal with the Tender/ Contract up to the
stage of signing the agreement except in case where such specific person is
authorized for above purposes through a provision made in the partnership
deed/ Memorandum of Understanding/ Article of Association/ Board
resolution, failing which tender shall be summarily rejected. Note: Please
read carefully (Provision of Para 15 of GCC) the document required to be
uploaded here

6. Documents attached with tender

Document
S.No. Document Name
Description
1 GTLMasterBooklet-09-01-2025.pdf GTL Master
IRGCC ACS
2 IRGCC-ACS09on09-01-25.pdf
09
Special
3 Wbeamfencingspecialconditions_final_signed.pdf
conditions
General
4 GeneralConditions_organized.pdf
conditions
conditions
5 00Generalconditionofcontract.pdf for concrete
works

Page 5 of 6 Run Date/Time: 07/03/2025 13:04:44


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-West-1789 Closing Date/Time: 03/04/2025 15:00

Reference
6 ReferenceGAD.pdf
sketch
7 WbeamFencing_Phase-II_locations.pdf Locations
Policy
guidelines
8 GMAllZonalRailwaysPolicyguidelinesforprovidingsafetyfencingalongthetrack_Date16022023.pdf
for fencing
work

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 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: GORTHY BHASKARA SATYA

Designation : Sr.DENCoord

Page 6 of 6 Run Date/Time: 07/03/2025 13:04:44

You might also like