viewNitPdf 3141787 PDF
viewNitPdf 3141787 PDF
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Divisional Railway Manager Works Mumbai Central acting for and on behalf of The President of India invites E-Tenders against
Tender No BCT-19-20-450 Closing Date/Time 13/04/2020 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.
Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.
1. NIT HEADER
Virar-Surat Section): VAPI- Providing RCC Box ( size 4.00m x 3.00m) adjacent to Railway
Name of Work
bridge no 278 at km 170/29-31 to 170/30-32
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 13/04/2020 15:00 Date Time Of Uploading Tender 19/03/2020 18:51
Pre-Bid Required Yes Pre-Bid Query Date Time 26/03/2020 12:00
Advertised Value 15015907.91 Tendering Section CETR/N/II
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 225100.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 5000.00 Period of Completion 3 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 30/03/2020 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Deposit Work
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-USSOR items 6642998.91
Below/Par
Please see Item Breakup for details. 643672.42 31.85 848682.09
1
Item Description:- Chappter -1
Please see Item Breakup for details. 398766.24 1.46 404588.23
2
Item Description:- Chapter 2
Please see Item Breakup for details. 170675.54 27.67 217901.46
3
Item Description:- Chapter 3(a)
Please see Item Breakup for details. 941850.00 31.85 1241829.23
4
Item Description:- Chapter-3(b)
Please see Item Breakup for details. 1845.12 23.13 2271.90
5
Item Description:- Chapter-4 (a)
Please see Item Breakup for details. 77459.41 31.85 102130.23
6
Item Description:- Chapter 4(b)
Please see Item Breakup for details. 1993655.10 27.67 2545299.47
7
Item Description:- Chapter -8
Please see Item Breakup for details. 78922.95 27.67 100760.93
8
Item Description:- Chapter-14
Please see Item Breakup for details. 780091.04 27.67 995942.23
9
Item Description:- Chapter -19
Please see Item Breakup for details. 3061.20 22.11 3738.03
10
Item Description:- Chapter-22
Please see Item Breakup for details. 140875.00 27.67 179855.11
11
Item Description:- Chapter-25
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule B-Non schedule items 8372909.00
Below/Par
1 20.00 RM 22795.00 455900.00 AT Par 455900.00
Pa g e 1 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Item Description:- Pushing RCC Box of size (4.0 m x 3.0 m) making all necessary arrangements of sufficient
number of jacks and its consumables like hydraulic oil etc., arrangements for electricity, Generator minimum 30
KVA, arrangements for smooth pushing work, if any, together with all labour and material. The rate includes the
cost of operating the jacks, protection of track for any variations in the track geometry, stabilizing the earth using
1 bentonite or other protections. Necessary arrangements like gunny bags filled with sand shall be made to deal
with any unexpected requirements. The contractor has to utilize the thrust bed prepared for the purpose of
pushing as per the directions of Engineer in charge. No additional payment shall be made for skilled or unskilled
labour used in the item. The rate includes the cost of designing the thrust bed. The payment for construction of
thrust bed and RCC box shall be made under relevant USSOR items. The design of the thrust bed shall be
finalized only after the approval of Engineer in charge.
2 1500.00 Each Bag 23.00 34500.00 AT Par 34500.00
2 Item Description:- Filling and placing sand bags to protect slope failure as per the site condition only in case of
emergency as and when required as per the instruction of Engineer Incharge.
3 150.00 cum 395.00 59250.00 AT Par 59250.00
Item Description:- Supply, stacking and spreading as directed and indicated at places quarry dust/stone dust of
3 approved quality including filling the dust in empty cement bags and keep it at the nearest to the insertion side on
bank and filling it all around (Below/Above/Sides) of the newly laid segments of RCC box during traffic block
including compaction to desired level with all lead and lift labours, tools and plants, materials, royalty, taxes etc.
complete
4 100.00 Man-Days 332.00 33200.00 AT Par 33200.00
Item Description:- As and when required by the Engineer in-charge arranging of labours for various works such
as protection of track etc. with contractor T & P, equipment's, hand signal flags, spanners, hammers etc. complete
4 as per specifications, special conditions and detailed scope of work as furnished in the tender and as directed by
the Engineer in-charge. For the paying quantity, a total of 12 hour duty of a man will be counted a man day.
NOTE: Labour register is maintain including name of each labour, signature/left thumb impression required for
maintenance of track and formation also mention the working time in and out and actual duty hour which is
approved by site in charge and ADEN.
Please see Item Breakup for details. 18000.00 AT Par 18000.00
5
Item Description:- Two round of through packing of track to make the track fit for 45 kmph.
6 50.00 cum 646.00 32300.00 AT Par 32300.00
6 Item Description:- Uncoursed hand-packed DRY RUBBLE FILLING (in work like rubble filling behind abutments
etc) without any special dressing of stones. Rate includes loading, unloading, T&P, Transportation, taxes etc.
complete.
7 3.00 Each 170963.00 512889.00 AT Par 512889.00
Item Description:- Launching of Railway's relieving girder of overall length from 14 to 22 meter after removing of
track, ballast, excavation earth on properly prepared wooden/CC cribs support as per approved scheme of
7 launching Railway's approved drawings and specifications by Contractor's tools and plants, machineries, labour,
equipment etc. complete. The work includes fixing of track i.e. wooden sleepers and rails to Railway's
specification and standards to the relieving girder and necessary adjustment in the longitudinal and cross levels
after insertion of the relieving girder in the track to maintain safety of trains on the relieving girder and its
approaches.
8 3.00 Each 53768.00 161304.00 AT Par 161304.00
Item Description:- Delaunching of Railway's 14.00 to 22.00m long relieving girder from bridge and stacking at
8 bridge approach with Contractor's labour, trailor, crane, derricks, tools and plants, equipments, consumables etc.
complete as per specification, special condition and detailed scope of work as furnished in the tender and as
directed by Engineer in charge of work.Dismantling of overlaying track shall be paid through other relevant item.
(2) Each girder consists of two cross braced levels.
9 200.00 Sqm 448.00 89600.00 AT Par 89600.00
9 Item Description:- Shoring for the protection against slope failure as per site condition with sufficiently rigid frame
of structural steel i.e. with MS angles, channels, pipes, sheets/ battens etc. with suitable anchoring arrangements/
fixing as and when required as per the instruction of Engineer In Charge
10 24000.00 MT-Km 6.14 147360.00 AT Par 147360.00
10 Item Description:- Transportation of RH Girder/CC crib/ any other railway material required to be transportation
including loading, unloading, leading, lifting, hoisting ,lowering with all equipment ,T&P, labour, cranes etc.
complete.
11 270.00 cum 67.68 18273.60 AT Par 18273.60
Item Description:- Picking up stone ballast from stacks available along the track/ yard spreading the same with
the contractor's own men, equipment etc. with lead up to 200 m. and all lift including crossing of tracks where
11 necessary and spreading uniformly on formation, leveling, dressing, boxing and making ballast profile as per BG
standard for 250/300 mm ballast cushion in all respect completely as directed by engineer or his representative.
Pa g e 2 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Per Metre
12 300.00 Per 50mm 155.00 46500.00 AT Par 46500.00
Lift
12
Item Description:- Lifting of track BG/MG by raising of track in stages of 50 mm including one round packing to
make the track fit or 20 KMPH speed as per IRPW Manual.(i) For 6 Lift (6x@ 25.83) Note: Per track mtr per
50mm lift.
Per Track
13 300.00 75.00 22500.00 AT Par 22500.00
Metre
Item Description:- Laying and linking of straight/curved BG track of 60Kg/52Kg Rails of all lengths free
rails/3Rails/10Rails panels on wooden/CST-9/ST/PRC sleepers (including guard rails, LC, Gluded joint, SEJ
13 Sleeper) the rate includes pairing of rails/welded panels also pulling if required as per site conditions
transportation of sleeper/rails up to a lead of 200m and all lift as required at site (except in yards) with contractor's
own labour, tools and vehicles etc. alignment, squaring sleeper at correct sleeper spacing, jim crowing of
rails/rails panel, leveling and gauging of track with initial round of packing complete in all respects as per
specifications and standards as laid down in I. R. P. Way Manual of 1986 reprinted 2004 so as to make the track
fit to pass trains at a speed of 20KMPH.
Per Track
14 300.00 62.00 18600.00 AT Par 18600.00
Metre
14 Item Description:- Dismantling existing BG track laid on 90R/52Kg (or any other section) on all types of sleepers
and fittings of various sleeper density of dead end, loop/main line, other than turnout complete. The rate includes
leading and stacking of rails, sleepers and fittings separately as directed by Engineer in charge.
15 336.00 Sqm 596.00 200256.00 AT Par 200256.00
15 Item Description:- Supplying and painting of epoxy paint on inner surface of LHS box under railway line
complete in all respect as per Railway's special conditions and specifications including all labours, materials, lead
& lift etc. complete.
16 90.00 Each 11370.00 1023300.00 AT Par 1023300.00
16 Item Description:- Providing of wooden sleepers size 2750X250X200 mm made of second class teak wood
complete as per direction of site engineer in charge.
17 48.00 MT 11107.00 533136.00 AT Par 533136.00
Item Description:- Re-assembling of Rly's Relieving girder at location specified by Rly Engineer-in-charge. Rate
17 includes all labour, material,lead, lift, machinery, tools & plants, crane etc. required for handling as per
requirement. The rate also includes supplying & fixing of H.T. Bolts with nuts, spring washer etc. complete. The
size of H.T. bolts should be as per RDSO drawing No. RDSO/B-11040 as directe by Engineer-in-charge.
18 48.00 MT 1403.00 67344.00 AT Par 67344.00
18 Item Description:- De-assembling of Rly Relieving girder at location to transport it to another required location
and re-assembling the same with all required labours, machinery, tools, plant , crane, hydraw jack required for
handling as per required (HT Nut, bolts shall be paid seperatly as per actual requirement.)
19 35880.00 Kg 136.53 4898696.40 AT Par 4898696.40
19 Item Description:- Supplying High strength Deformed Stainless Steel bars Reinforcement confirming to IS
16651-2017 for RCC work including straightening, cutting, hooking, bending ,binding and placing in position for
reinforcement including all lead, lift, T&P, labours, taxes etc. complete.
3. ITEM BREAKUP
Pa g e 3 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
4 011052 for every 50m or part thereof - lead over 150m and upto cum 271.88 12.80 3480.06
500m
5 011070 Extra for every additional lift of 1.5m or part thereof, after cum 271.35 7.92 2149.09
the initial 1.5m, for earth work in all soils
6 012010 Extra over item 011010 for excavation in foundations for cum 543.75 12.50 6796.88
buildings and bridges to cover dressing to neat dimension
and plumbing sides etc. Note : Dressing under this item is
payable for the total quantity of excavation in foundation
and not partly
7 013120 Earthwork in filling in embankment, guide bunds, around cum 271.88 129.35 35167.68
buried type abutments, bridge gaps, trolley refuges, rain
bunds if provided, platforms etc. with earth excavated
from outside railway boundary entirely arranged by the
contractor at his own cost as per RDSO's latest guidelines
and specifications and special condition of contract
including all leads, royalty, lifts, ascents, descents,
crossing of nallahs or any other obstructions. The rates
shall include all dressing of bank to final profile,
demarcation and setting out of profile, site clearance,
removing of shrubs, roots of vegetations growth, heavy
grass, benching of existing slope of old bank, all
handling/re-handling. taxes, octroi and royalty etc. as a
complete job. Cut trees shall be property of railways and
to be deposited in the railway godown unless specified
otherwise in the Special conditions of contract
Total 643672.42
Item- 2 Chapter 2
S No. Item Description of Item Unit Qty Rate Amount
No
1 021430 Hiring and operating Multi-Utility vehicle of loading Each/month 12.00 33230.52 398766.24
capacity one MT with sitting capacity of 4/6 persons, 4
strokes, 4 cylinders engine, factory-built metal body,
cargo box type or passenger cabin type or both (with 24
hours availability), including cost of fuel, lubricants,
major/minor repairs, salary of driver, toll tax, all other tax
complete, operation and maintenance including running
upto 1200 km in a month. The vehicle shall run on pucca,
kutcha road and along the track. The contractor shall
arrange road permit for vehicles for all the States of
operation, as per instructions of engineer in-charge and
vehicle shall not be more than three years old.
Total 398766.24
Item- 3 Chapter 3(a)
S No. Item Description of Item Unit Qty Rate Amount
No
Providing and laying in position cement concrete of
specified proportion excluding cost of cement, centering
and shuttering - All works upto Plinth level :
1 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate cum 61.76 1521.77 93984.52
20mm nominal size)
Providing and laying cement concrete, up to plinth in
retaining walls, walls (any thickness) including attached
plasters, columns, pillars, posts, struts, buttresses, string
or lacing courses, parapets, coping, bed blocks, anchor
blocks, plain window sills, fillets etc, excluding the cost of
cement and of shuttering, centering.
2 031024 1:1.5:3 (1cement : 1.5 sand : 3 graded stone aggregate cum 46.60 1645.73 76691.02
20mm nominal size)
Total 170675.54
Item- 4 Chapter-3(b)
S No. Item Description of Item Unit Qty Rate Amount
No
Pa g e 4 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Pa g e 5 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
2 143013 Inside size 120x90cm and 90cm deep including C.I. cover Each 5.00 5835.09 29175.45
with frame (medium duty) 500mm internal diameter, total
weight of cover and frame to be not less than 116kg
(weight of cover 58kg and weight of frame 58kg). With
F.P.S. bricks class designation 7.5
Total 78922.95
Item- 9 Chapter -19
S No. Item Description of Item Unit Qty Rate Amount
No
1 192030 Providing and laying Plain Cement Concrete 1:3:6 with cum 69.12 1125.86 77819.44
graded stone aggregate of 40 mm nominal size, in
foundation and floors, retaining walls of bridges including
mechanical mixing, vibrating, pumping and bailing out
water where ever required with all materials and labour
complete but excluding the cost of cement and shuttering
as per drawings and technical specifications as directed
by Engineer
2 192050 Providing and laying in position machine mixed, machine cum 115.00 1275.50 146682.50
vibrated and machine batched Design Mix Cement
Concrete M20 grade (Cast - in Situ) using 20 mm graded
crushed stone aggregate and coarse sand of approved
quality in Abutment, pier, wing walls and return walls of
Mass cement concrete above RCC raft Including finishing
complete as per specifications and direction of the
Engineer in charge. Payment for cement, reinforcement
and shuttering shall be paid extra
( RCC Work will be in RCCM25 or as per appd
drg,cement will be paid as designmix )
3 194010 Providing and laying in position machine mixed, machine cum 207.00 1275.50 264028.50
vibrated and machine batched Design Mix Cement
Concrete M35 grade (Cast - in Situ) In Bottom/top slab,
side walls, toe wall and sumps haunch filling head walls or
any other component using 20 mm graded crushed stone
aggregate and coarse sand of approved quality of cast-
in-situ RCC box of size upto 5 M (bigger inside
dimension) including finishing, Admixtures in
recommended proportions (as per IS 9103), if approved
in Mix design, to accelerate, retard setting of concrete,
improve workability without impairing strength and
durability, complete as per drawings and technical
specifications as directed by Engineer in charge. Payment
for cement, reinforcement and shuttering shall be paid
extra
( Item also applicable for bigger inside dimension more
than 5m without extra cost )
Centring and shuttering including strutting, propping etc.
and removal of form for :
4 195031 RCC raft foundation & Pile cap Sqm 50.00 145.30 7265.00
5 195032 Abutment, pier, wing walls and return walls Sqm 350.00 282.60 98910.00
6 195038 In Bottom/top slab, side walls, toe wall and sumps haunch Sqm 656.00 282.60 185385.60
filling head walls or any other component
Total 780091.04
Item- 10 Chapter-22
S No. Item Description of Item Unit Qty Rate Amount
No
1 222300 Dewtering of natural or accumulated water from any HP Hour 120.00 25.51 3061.20
location. Payment to be done for Horse power of pump
multiplied by pumping hours
Total 3061.20
Item- 11 Chapter-25
S No. Item Description of Item Unit Qty Rate Amount
No
Pa g e 6 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
4. ELIGIBILITY CONDITIONS
Submission of Affidavit
Pa g e 7 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
(ii)In such cases, what constitutes a component in a composite work shall be clearly
predefined with estimated tender cost of it, as part of the tender documents without any
1.2 No No Not Allowed
ambiguity. Any work or set of works shall be considered to be a separate component,
only when cost of the component is more than 2 crore each.
For works costing more than 20 cr. or as prescribed by Railways through instruction/NIT
issued for the work, The tender/technical bid will be evaluated based on bid capacity
formula detailed as Annexure-VI OF GCC September-19. No Technical and Financial
credentials are required for tenders having value up to Rs 50 lakh. (As per Clause
no.10.3 and 10.4 of GCC-September 2019). Calculation of bid capacity for tender costing
more than Rs. 20 crore. 1. Annexure-VI for tender's credentials (bid capacity) mentions:-
1.3 No No Not Allowed
The tenderer (s) shall furnish the details of existing commitments & balance amount of
ongoing works with tenderer as per the prescribed proforma of Railway for statement of
all works in progress and also the works which are awarded to tenderer but yet not
started upto the date of opening tender. 2. To facilitate submission & calculation of bid
capacity, the proforma as attached in the Annexure. (As per PCE-CCG letter No.
W.118/0/Vol.X, dtd. 04.06.2019)
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
atleast 5 years prior to the date of opening of tender, shall also be considered provided
1.4 the work experience certificate has been issued by a person authorized by the Public No No Not Allowed
listed company to issue such certificates. GCC September 2019 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
insupport of above work experience certificate.
5. COMPLIANCE
Commercial-Compliance
General Instructions
Pa g e 8 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Pa g e 9 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
(i) Certificates and testimonials regarding contracting experience for the type
of job for which tender is invited with list of works carried out in the past. (ii)
Certificates which may be an attested Certificate from the client, Audited
Balance Sheet duly certified by the Chartered Accountant etc regarding
contractual payments received in the past. (iii) The list of personnel /
organization on hand and proposed to be engaged for the tendered work.
Similarly list of Plant & Machinery available on hand and proposed to be
inducted and hired for the tendered work. (iv) A copy of notarized affidavit on a
non-judicial stamp paper stating that they are not liable to be disqualified and
all their statements / documents submitted alongwith bid are true and factual.
Standard format of the affidavit to be submitted by the bidder is enclosed as
Annexure-V. Non submission of a copy of notarized affidavit by the bidder shall
result in summarily rejection of his/their bid. It shall be mandatorily incumbent
upon the tenderer to identify, state and submit the supporting documents duly
self attested by which they/he are/is qualifying the Qualifying Criteria
6 mentioned in the Tender Document. (v) The Railway reserves the right to No No Not Allowed
verify all statements, information and documents submitted by the bidder in his
tender offer, and the bidder shall, when so required by the Railway, make
available all such information, evidence and documents as may be necessary
for such verification. Any such verification or lack of such verification, by the
Railway shall not relieve the bidder of its obligations or liabilities hereunder nor
will it affect any rights of the Railway thereunder. (vi) (a) In case of any
information submitted by tenderer is found to be false forged or incorrect at
any time during process for evaluation of tenders, it shall lead to forfeiture of
the tender Earnest Money Deposit besides banning of business for a period of
upto five years. (b) In case of any information submitted by tenderer is found
to be false forged or incorrect after the award of contract, the contract shall be
terminated. Earnest Money Deposit (EMD), Performance Guarantee and
Security Deposit available with the railway shall be forfeited. In addition, other
dues of the contractor, if any, under this contract shall be forfeited and agency
shall be banned for doing business for a period of upto five years.
ELECTRIC CONNECTION IS TO BE PROVIDED TAKE ALL THE SAFETY
PRECAUTIONS SUCH AS: i) Use of 3 core cable with earth wire /4 core cable
with armour. ii) Ensuring earthing of the 3 core / 4 core cable iii) Use of RCBO
iv) Use of properly sealed distribution board / switch board with appropriate
size MCBs. v) Proper laying of the cables vi) No temporary joints to be
permitted. vii)Use of proper size plug / sockets. For the un-metered
7 connections of less than 1200 watt, only item No. VI & VII with the use of 3 No No Not Allowed
core cable with earth wire only to be insisted as other items will not be
applicable. Before connecting the assets to electrical power supply, SSE
incharge must personally be satisfied that the firm's installation is safe against
any fire hazards/electric shocks. (This is as per letter no. Sr.DEE(P) BCT's
letter no. EL.197/13/9 (Tech circular) dt 25/07/2018). Please see GCC-
September 2019 Item no.31.4 (a) (b) - Part (II)
Force Majeure Clause:- Bonus for Early Completion of Work: In case of open
tenders having value more than Rs 20 crore and original period of completion
12 months or more, when there is no reduction in original scope of work by
more than 10%, and no extension granted on either railway or Contractor's
account, Contractor shall be entitled for a bonus of 1% for each 30 days early
8 No No Not Allowed
completion of work. The period of less than 30 days shall be ignored while
working out bonus. The maximum bonus shall be limited to 3% of original
contract value. The completion date shall be reckoned as the date of issuance
of completion certificate by engineer.(As per Clause No. 17.C Part-II of GCC-
September 2019.)
Provisions of Contract Labour (Regulation and Abolition) Act, 1970 (Shramik
9 Kalyan): As per Para 55-A.1 to 55-C (i) (a to e) GCC-September 2019 No No Not Allowed
corrected upto date.
Special Conditions
Pa g e 10 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Tenderers should submit their offer strictly in accordance with the terms and
conditions of the tender document. Tenderer should not quote any deviation
from the tender document and should not quote any conditions. Nevertheless,
as an exception, if any unavoidable deviations or conditions are quoted by the
tenderers, financial impact of each of such conditions / deviations on their
quoted unit rates, in terms of Rupees per unit rate, shall be clearly mentioned
by the tenderer in the tender offer. If any of the deviation / condition has no
1 No No Not Allowed
financial impact on the quoted rates, in such cases also, the tenderer must
clearly mention its financial impact as 'NIL'. This is required for proper financial
evaluation of such conditional / deviated offers. Conditional offers / offers with
deviations, without quantified financial impact of each of the condition
/deviation on the quoted rates, shall be considered as "incomplete" and shall
be summarily rejected'. (In terms of CE(Works) CCG's Letter
No.W.118/0/3/S.I(W6) dt. 27.06.16,)
Provision of Efficient and Competent Staff at Work Sites by the contractor with
2 No No Not Allowed
Para 26.Part-II of GCC-September 2019.
The Contractor shall also employ qualified Graduate Engineer or equivalent, or
qualified Diploma Engineer, based on value of contract, as may be prescribed
by the Ministry Of Railways through separate instructions from time to time.
Now as on date. (A) In terms of provisions of new Clause 26A.1 to the General
Conditions of Contract (GCC), contractor shall also employ following Qualified
2.1 No No Not Allowed
Engineers during execution of the allotted work: (a)One Qualified Graduate
Engineer when cost of work to be executed is Rs. 200 lakh and above, and
(b)One Qualified Diploma Holder Engineer when cost of work to be executed is
more than Rs. 25 lakh, but less than Rs. 200 lakh. (As per Railway Board's
letter No. 2012/CE-I/CT/O/20 dtd. 10.05.2013)
(B) Further, in case the contractor fails to employ the Qualified Engineer, as
aforesaid in Para (A) above, he, in terms of provisions of Clause 26A.2 to the
General Conditions of Contract, shall be liable to pay an amount of Rs. 40,000
2.2 No No Not Allowed
and Rs. 25,000 for each month or part thereof for the default period for the
provisions, as contained in Para A(a) and A(b) above respectively. (As per
Railway Board's letter No. 2012/CE-I/CT/O/20 dtd. 10.05.2013)
(C)Provision for deployment of Qualified Engineers (Graduate Engineer or
Diploma Holder Engineer) shall be for the values as prescribed above.
However, for the works contract tenders, if it is considered appropriate by the
tender inviting authority, not to have the services of qualified engineer, the
2.3 No No Not Allowed
same shall be so mentioned in the tender documents by the concerned
Executive with the approval of Officer not below the level of SAG Officer, for
reasons to be recorded in writing. (As per Railway Board's letter No. 2012/CE-
I/CT/O/20 dtd. 10.05.2013)
As per para 26 A.3 Part (II), No. of qualified Engineers required to be deployed
by the Contractor for various activities contained in the works contract shall be
2.4 No No Not Allowed
specified in the tender documents as 'Special Condition of Contract' by the
tender inviting authority." (As per GCC September 2019, Para 26-A, Page 50.)
RESTRICTIONS ON ARBITRATION CLAUSES. (As per GCC September.2019,
3 No No Not Allowed
Para 64. Part(II), Page 83)
Demand for Arbitration:- As per clause No 64, GCC part-II September'2019
3.1 No No Not Allowed
corrected up-to date.
Settlement of disputes-Indian railway Arbitration and Conciliation Rules:- As
3.2 No No Not Allowed
per clause No 63, GCC part-II September'2019 corrected up-to date.
These special conditions shall prevail over existing clauses 63 and 64 of
3.3 No No Not Allowed
General Conditions of Contract September-2019.
GUIDELINE FOR THE MAINTENANCE PERIOD (As per GCC September-
4 No No Not Allowed
2019, Para 47, Page 67).
The Contractor shall at times during the progress and continuance of the
works and also for the period of maintenance specified in the Tender Form (As
4.1 No No Not Allowed
per Clause No. 47 of Page 67 GCC- September 2019). Security deposit will
not be released until maintenance period is completed.
However, for a zonal work, the maintenance period shall be as under As per
Annexure-III, GCC Part-I (a) and (b) September-2019 corrected upto date. (a)
4.2 Repair and maintenance work including white/color washing, three calendar No No Not Allowed
months from date of completion. (b) All new works except earth work: six
calendar months from date of completion.
Pa g e 11 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Pa g e 12 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
"All the available vehicles and equipment's of the contractor can be drafted by
the Railway Administration in case of accidents/natural calamities involving
human lives. The payment for such drafting shall be made according to the
rates as shall be fixed by the Engineer. However, if the contractor is not
8.1 satisfied with the decision of the Engineer in this respect he may appeal to the No No Not Allowed
Chief Engineer within 30 Days of getting the decision of the Engineer,
supported by analysis of the rates claimed. The Chief Engineer's decision after
hearing both the parties in the matter would be final and binding on the
contractor and the Railway".
9 EMERGENCY WORK No No Not Allowed
In the event of any accident or failure occurring in the execution of work/
arising out of it which in the opinion of the Engineer requires immediate
attention, the Railway may bring its own workmen or other agency/agencies to
9.1 execute or partly execute the necessary work or carry out repairs if the No No Not Allowed
Engineer-in-charge considers that the contractor(s) is/are not in a position to
do so in time without giving any notice and charge the cost thereof, to be
determined by the Engineer-in-charge, to the contractor.
10 DAMAGE BY ACCIDENT/ FLOOD/ TIDES OR NATURAL CALAMITIES No No Not Allowed
The Contractor shall take all precautions against damages from accidents,
floods tides or other natural occurrences. He shall not be entitled to any
compensation for his tools, plants, materials, machines and other equipment
lost or damaged by any cause whatsoever. The Contractor shall be liable to
make good the damage to any structure or part of a structure, plant or
10.1 No No Not Allowed
material of every description belonging to the Railway covered under the
Contract, lost or damaged by him due to any cause during the course of
execution of work. The Railway Administration will not be liable to pay the
contractor any charge for rectification or repair to any damage which may
have occurred from any cause what so ever.
Tender Credentials:- As per para no 11 & 12 of GCC September 2019 Part-I
corrected up to date. Non-compliance with any of the conditions set forth
11 therein above is liable to result in the tender being rejected clause no 12 Part-I No No Not Allowed
of GCC September 2019 corrected up to date. (As per GCC Sept. 2019, Para
11, Page 13 & 14)
Procedure for contractual payment after implementations of GST Act 2017
(Railway Board's letter no. 2017/CE-I/CT/4/GST dated 29/06/2017,
12 CIRCULATED BY CE(WORKS) CCG vide letter no. W118/0 VOL. IX (W6) No No Not Allowed
dated 30.06.2017 for implementation of GST ACT' 2017). The said letter is
attached with tender document for reference.
13 INCLUSION OF LETTER OF CREDIT AS MODE OF PAYMENT No No Not Allowed
Inclusion of LETTER OF CREDIT as mode of payment In works tenders or
service tenders invited by railways through E tendering on IREPS, having
14 advertising value of Rs.10 lakhs and above (as per railway Bd's letter no No No Not Allowed
2018/CE-I/CT/9 dt 04/06/2018. The said letter is attached with tender
document for reference
New Rates for Extra Items of works. Please see as per Clause no. 39. (i) & (ii)
15 No No Not Allowed
Part-II, Page 55 & 56 of GCC September 2019
At the final stage of completion and commissioning of works. Please see Para
16 No No Not Allowed
No. 40.A Part-II, Page 56 of GCC-September 2019.
Final Supplementary Agreement. Please see Clause No. 48. (3) of Part II,
17 No No Not Allowed
Page 68 of GCC-September 2019.
Technical-Compliances
Pa g e 13 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Joint Venture (JV) in works tenders Refer GCC para No. 17.1 to 17.15.3 of Allowed
2 No No
Part-1, Page 16-20 of GCC September 2019 corrected upto date. (Mandatory)
Participation of Partnership Firm in works tenders. Refer GCC para no 18.1 to
Allowed
3 18.12 of Part-I Set. 2019 corrected up to date. (As per GCC -Sept.2019 , Para No No
(Mandatory)
18, Page -21 to 23)
The tenderer should upload the scan copy of EPFO and ESI registration
number. However EPFO and ESI registration would be mandatory and Allowed
4 No No
documents towards EPFO and ESI registration must be submitted before (Mandatory)
execution of the agreement.
The tenderers shall submit a copy of notarized affidavit on a non-judicial stamp
paper stating that all their statements/documents submitted alongwith bid are
true and factual. Standard format of the affidavit to be submitted by the bidder
is enclosed as Annexure-V. Non submission of notarized affidavit by the bidder
Allowed
5 shall result in summarily rejection of his/their bid. It shall be mandatorily No No
(Mandatory)
incumbent upon the tenderer to identify, state and submit the supporting
documents duly self attested by which they/he is qualifying the Qualifying
Criteria Mentioned in the Tender Document.) (As per Clause No. 6.1 Part-I of
GCC-September 2019).
Performance bank guarantee: As per Clause No. 16.4, Page-41 of GCC part-II
6 No No Not Allowed
September 2019 corrected upto date.
The tenderer who has offered lower total cost as compared to tender value by
more than 10%, shall be required to submit additional Performance Guarantee
7 No No Not Allowed
of value equal to percentage of tender value by which offer is lower than 10%.
(As per Para 16.4.(h), Page-43 of GCC- September 2019).
Partnership deeds, Power of attorney, JV, LLP etc., as per clause No. 14 (i) to
(vi) and 15 of GCC Part-I Sept. 2019 corrected up to date. (As per GCC -
Allowed
8 Sept.2019, Para 14(i) to (vi), Page -14-15). Tenderer should mention the No No
(Mandatory)
status of firm as Sole Proprietor, Partnership firm, JV, Registered company,
LLP etc.
Undertakings
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.
Pa g e 14 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-450 Closing Date/Time: 13/04/2020 15:00
Designation : DEN/North/BCT
Pa g e 15 o f 15 Ru n Da te/Time: 19 /0 3/2 0 2 0 18 :5 2 :2 6