0% found this document useful (0 votes)
14 views7 pages

NIT SCR Engg W-Beam Kuppagala-Chegunta 29.03crore

The Guntakal Division of South Central Railway is inviting E-Tenders for the provision of safety fencing along the Kuppagal-Chegunta track, with a total length of 86.40 km, under Tender No. Engg-GTL-North-1787. The closing date for bids is 03/04/2025, and bidders must submit their offers electronically, as manual submissions will be disregarded. The project involves various works including earthwork, concrete work, fencing, steel work, and surveying, with an estimated value of approximately ₹290.3 million and a completion period of 24 months.

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)
14 views7 pages

NIT SCR Engg W-Beam Kuppagala-Chegunta 29.03crore

The Guntakal Division of South Central Railway is inviting E-Tenders for the provision of safety fencing along the Kuppagal-Chegunta track, with a total length of 86.40 km, under Tender No. Engg-GTL-North-1787. The closing date for bids is 03/04/2025, and bidders must submit their offers electronically, as manual submissions will be disregarded. The project involves various works including earthwork, concrete work, fencing, steel work, and surveying, with an estimated value of approximately ₹290.3 million and a completion period of 24 months.

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/ 7

GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 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-North-1787 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 : Kuppagal-Chegunta (UP&DN) :- Provision of safety fencing all


Name of Work along track for 130 kmph and above using NHAI anti-crash barrier/W-beam steel
fencing for 86.40 Km fencing length (ph-II)
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Date Time Of Uploading
03/04/2025 15:00 07/03/2025 13:00
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 290300106.37 Tendering Section TRACK
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 1601500.00 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
Number of JV Member
Are JV allowed to bid Yes 3
Allowed
Are Consortium allowed Number of Consortium
No 0
to bid Member 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 873175.95
Below/Par
2.6.1 4260.00 cum 205.45 875217.00 (-) 10.00 787695.30
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic
01 excavator)/manual 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
2.7.1 230.00 cum 412.95 94978.50 (-) 10.00 85480.65
Description:- EARTH WORK // Earth work in excavation by mechanical means (Hydraulic
02 excavator)/manual 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

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () B-Concrete work 9941197.50
Below/Par
4.1.2 1410.00 cum 7783.65 10974946.50 (-) 10.00 9877451.85
Description:- CONCRETE WORK // CEMENT CONCRETE (CAST IN SITU) // Providing and laying in
01 position 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)
4.3.1 230.00 Sqm 307.95 70828.50 (-) 10.00 63745.65
02 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

Page 1 of 7 Run Date/Time: 07/03/2025 13:01:42


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 Closing Date/Time: 03/04/2025 15:00

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () C-Fencing work 273595268.92
Below/Par
NS1 86206.77 RM 3125.63 269450466.52 AT Par 269450466.52
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 complete. Work will be carried out as per Railway
01 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)
NS2 55620.00 Kg 74.52 4144802.40 AT Par 4144802.40
02 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 () D-Steel work 4508064.00
Below/Par
10.25.2 35200.00 Kg 142.30 5008960.00 (-) 10.00 4508064.00

01 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 () E-Survey 1382400.00
Below/Par
NS 86.40 Kilometre 16000.00 1382400.00 AT Par 1382400.00
01 Description:- Survey with LIDAR/Drones/DGPS for preparation of GADs for Safety fencing and
subways. Note: Unit Kilometre means "KM"

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

Page 2 of 7 Run Date/Time: 07/03/2025 13:01:42


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 Closing Date/Time: 03/04/2025 15:00

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
Allowed
1 shall normally, be reckoned as 1st April to 31st March of the Next Year. No No
(Mandatory)
However, for Turnover Criteria, the Financial Year as 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 3 of 7 Run Date/Time: 07/03/2025 13:01:42


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 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 eligibility of tenderer, only Allowed
1 No No
components of work as stipulated in tender documents for evaluation of (Mandatory)
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,
1.1 fabrication & erection or Steel Industrial shed or steel PF shelter with No No Not Allowed
metal roof sheeting or steel 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.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
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
3 deletion or no alteration to the 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,
4
statements and 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
5
with the offer and same shall be binding upon me/us.

Page 4 of 7 Run Date/Time: 07/03/2025 13:01:42


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 Closing Date/Time: 03/04/2025 15:00

I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we
6
are fully 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 /
7 Department of 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
8
other action provided in the 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
9
Security/Security Deposit and 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
10
registered with the 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
1 below). Non submission 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
Allowed
1 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with 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 twenty
1 percent) on CPWD DSR rates. Tenderer should note this before No No Not Allowed
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 last date for
2 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
3 No No Not Allowed
Instructions are only indicative and not exhaustive. The tenderer
shall read the GCC/ Tender documents for complete details.
The tenderer shall thoroughly go through the entire tender
4 documents and strictly adhere to the instructions and directions No No Not Allowed
given therein.

Page 5 of 7 Run Date/Time: 07/03/2025 13:01:42


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 Closing Date/Time: 03/04/2025 15:00

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 Allowed
1 No No
separately and signed by Tenderer and are to be submitted in (Optional)
the Proforma given in 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 Allowed
2 No No
subject work and this list shall be signed by the Tenderer and is (Optional)
to be submitted in the 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 the time of award, date of Allowed
3 No No
award and date of scheduled completion of work, date of actual (Optional)
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 paid so far; due date of completion etc. to be Allowed
4 No No
furnished by Tenderer in Annexure-'D' and this Certificate is to (Mandatory)
be signed by Tenderer
Tenderer should submit attested copy of Experience Certificate
in Annexure-'E' (Bidder who do not enclose the Experience Allowed
5 No No
Certificate, his/their bid shall be summarily rejected) Note: (Mandatory)
Applicable for the tender floated value above Rs.50 lakhs
Tenderer should submit Annual Contractual Turnover Certificate
Annexure -'VI-B' as per para 10.2 part 1 of GCC (Bidder who do
Allowed
6 not enclose the Turnover Certificate, his/their bid shall be No No
(Mandatory)
summarily rejected) Note: 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 present tender. As per the Allowed
7 No No
Advanced Correction Slip No: 01 dt.14.07.2022. (CA certificate is (Mandatory)
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
1 No No Not Allowed
the tender and agree to abide by the said conditions
I/ We have visited the works site and I / We am / are aware of
2 No No Not Allowed
the site conditions.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Important: All documents uploaded and remarks/confirmation
1 entered by the bidders against any compliance condition shall No No Not Allowed
be opened as part of 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 award, a copy of the LOA/Purchase Allowed
2 No No
Order shall be immediately forwarded by Purchaser/Executive to (Mandatory)
the Jurisdictional assessing Officer mentioned in the Tenderer's
bid (GST).

Page 6 of 7 Run Date/Time: 07/03/2025 13:01:42


GUNTAKAL DIVISION-ENGINEERING/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: Engg-GTL-North-1787 Closing Date/Time: 03/04/2025 15:00

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, Allowed
3 No No
and copy of PAN Card along with their tender. Tender (Mandatory)
Documents in such cases are to be 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 No No
(Mandatory)
tender, 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

S.No. Document Name Document Description


1 IRGCC-ACS09on09-01-25_1.pdf IRGCC
GTLMasterBooklet-09-01-
2 GTL Master document
2025.pdf
3 SpecialconditionsWbeamS.pdf Special condition of contract
4 Generalconditionofcontract.pdf General condition of contract
5 Policyguidelines.pdf Policy Guide lines
6 WBeamGAD.pdf W Beam GAD
7 Annexure.pdf Annexure

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 7 of 7 Run Date/Time: 07/03/2025 13:01:42

You might also like