You are on page 1of 7

RANGIYA DIVISION-ENGINEERING/N F RLY

TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

Sr.DEN/Co/RNY acting for and on behalf of The President of India invites E-Tenders against Tender No 25ENGG-RNY-2016-17-03 closing date 18/10/2016 13:00 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
Rehabilitation of well cap, well staining by Epoxy cement grouting with chemical compound on
Name of Work

Br. No.355 (Naranarayan Setu) at Km. 36/1 to 38/5(Pier no. 2,3,4,5,6,7,8,10 ) in between
JPZ-PNVT on NBQ-GLPT, BG-II section under the jurisdiction of DEN-II/RNY.

Tender Type

Open

Bidding System

Single Packet System

Tender Closing Date Time

18/10/2016 13:00

Date Time Of Uploading Tender

12/09/2016 19:50

Pre-Bid Required

No

Pre-Bid Query Date Time

Not Applicable

Advertised Value

8222462.00

Tendering Section

BRIDGE2

Bidding Style

Single Rate for Each Schedule Bidding Unit

Earnest Money (Rs.)

164450.00

Validity of Offer ( Days)

90

Tender Doc. Cost (Rs.)

5000.00

Period of Completion

6 Months

2. SCHEDULE
S.No.

Item

Item Qty

Qty Unit

Unit Rate

Basic Value

Escl.(%)

Amount

Bidding Unit

Code
Above/
Schedule A-NS Items

8222462.00
Below/Par

NS-1

3200

Litre

2360.66

7554112.00

At Par

7554112.00

Item Description:- Surface preparation/cleaning, sealing crack mouth by using moisture intensive epoxy putty,
01

water flushing with pressure to remove silt & clay deposit thoroughly. Injecting epoxy mix as per specifications etc.
Rate shall be quoted considering all works as described in Method Statement & including all cost of materials,
labours tools & tacles, equipment, scaffolding, hiring boats, handling any local issues etc. Coomplet. (a) above /
below water.
NS-2

20

Day

32257.5

645150.00

At Par

645150.00

Item Description:- Recording of the work using underwater CC IV with Divers with diving equipments and
02

submitting there port of the work in the form of edited VCDs as per direction of the Engineer or his authorised
representative on side. The rates includes cost of CC IV system, transportation charges, operation etc. Repair of
Spalls in concrete damaged by corrosion of rebars or by other reasons by using polymer concrete.
NS-3

cum

23200

23200.00

At Par

23200.00

Item Description:- Prepairing surface cleaning washing and repairing the damaged portion of concrete following
03

method statement for spall repair. item No-1 Rate shall be quoted considering all works as described in Method
Statement & including all cost of materials, labours tools & tacles, equipment, scaffolding, hiring boats, handling any
local issues etc.

3. ITEM BREAKUP
No break up item added
4. ELIGIBILITY CONDITIONS
Standard Financial Criteria
S.No. Description

Confirmation Remarks Documents


Required
Page 1 of 7

Allowed Uploading

Run Date Time: 12/09/2016 19:51:25

RANGIYA DIVISION-ENGINEERING/N F RLY


TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

Total contract amount received during the last 3 years and in the current
financial year should be a minimum of 150% of advertised tender value of
Allowed
1

work. The certificate produced by the tenderer/s to this effect should be an No

No
(Mandatory)

attested certificate from the employer/client, or audited balance sheet duly


certified by the chartered Accountant etc.

Standard Technical Criteria


S.No. Description

Confirmation Remarks Documents


Required

Allowed Uploading

No

No

Tenderer must have completed at least one similar single work, for a minimum
value of 35% of advertised tender value of work in the last three financial
years and current year. For judging the technical eligibility and financial
capability only those works which had been executed for the Govt. or semi
1

Allowed

Govt. Organizations/PSUs shall be considered and the tenderer will submit the

(Mandatory)

certificate to this effect from the concerned duly signed under the official seal.
It should be noted that credentials for the works executed for private
organizations shall not be considered.
Defination of Similar Work :- Repairs of the cracks using epoxy resin or other
1.1

No

No

Not Allowed

chemical under water for a depth of 19 m or above.

5. COMPLIANCE
Commercial-Compliance
S.No. Description

Confirmation Remarks Documents


Required

The following documents should be specified for submission along with tender: No

Allowed Uploading
No

A. List of Personnel, Organization available on hand and proposed to be


1.1

Not Allowed
Allowed

No

No

engaged for the subject work.

(Mandatory)

B. List of plant Machinery available on hand own and proposed to be inducted


1.2

Allowed
No

No

own hired to be given separately for the subject work.

(Mandatory)

C. List of Works completed in the last three financial years giving description
of work, organization for whom executed, approximate value of contract at the
Allowed
1.3

time of award, date of award and date of scheduled completion of work, Date No

No
(Mandatory)

of actual start, actual completion and final value of contract should also be
given.
D. List of works on hand indicating description of work, contract value, and
1.4

Allowed
No

No

approximate value of balance work yet to be done and date of award.

(Mandatory)

The tenderers whether sole proprietor , a limited company or a partnership


firm he/they should submit authentic proof in terms of partnership deed,
proprietorship documents etc. along with the tender. If he/they want to act
through agent or individual partners should submit a power of attorney duly
stamped and authenticated by Notary Public or by Magistrate in favour of
2

Allowed
Yes

specific person whether he/she/they are partners of the firm or any other

No
(Mandatory)

person specifically authorizing him/her name to submit the tender, sign the
agreement , receive money, witness measurements, sign measurement
books , compromise, settie, relinquish any claims, preferred by firm and also
sign No Claim Certificate and refer all or any disputes arbitration.

Page 2 of 7

Run Date Time: 12/09/2016 19:51:25

RANGIYA DIVISION-ENGINEERING/N F RLY


TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

General Instructions
S.No. Description

Confirmation Remarks Documents


Required

Allowed Uploading

For those conditions for which standard formats have been given in the
1

uploaded document titled-Formats for uploading of various format. The No

No

Not Allowed

No

No

Not Allowed

standard specification Works Materials Volume I II 2010, revised upto date, No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

through Cash receipt, Banker's cheque or Demand Draft. The Banker's No

No

Not Allowed

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

documents/certificates from the organizations with whom they worked/are No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

information should only be submitted in these standard formats.


Rates are inclusive of all taxes/octroi, license fee, royalty charges etc. legally
2
leviable by State, Central Govt. and/or any other local authority.
In addition to General condition of contract 2014 and Indian Railways Unified
3

special condition attached shall also apply.


Sales tax/Business tax, Royalty etc. will be recovered as per extant
4
instruction on the subject.
Online Payment of Earnest Money and Cost of Tender Document would not
5
be accepted.
Tenderers intending to participate in the e-tender must make payment of the
Cost of Tender Document and Earnest Money, manually as per the provisions
available in IREPS Works Tender Module. Tenderer has to pay through
separate instruments for Cost of Tender Document and Earnest Money either
5.1

Cheque/Demand draft should be from SBI or any Nationalized or Schedule


Bank in favour of FA & CAO, N.F.Railway, Maligaon. A scanned copy of the
money receipt/bankers cheque/DD is to be uploaded along with the tender in
IREPS Portal.
The earnest money and cost of tender document in the a sealed cover,
superscripted " tender notice no. 25-ENGG-RNY-2016-17-03 and must be
sent by registered post to the address of Divisional Railway Manager,(Works)/
Rangiya, Northeast Frontier Railway so as to reach his office not later than
5.2

13.00 Hours on the 18.10.2016 or deposited in the special box allotted for the No
purpose in the office of DRM/W/RNY, GM(W)MLG & ADEN/NBQ, Northeast
Frontier Railway. This special box will be sealed at 13.00 hour on 18.10.2016.
The tender will be opened at 15:00 hours on 19.10.2016 at DRM/W/RNY
office.
The original Instrument must be received upto the date and time for Close of
Tender. Offers against which the original instruments of payment for Earnest
Money and Cost of Tender Document are not received within the time frame

5.3
specified herein, will be summarily rejected. Also, if there is any discrepancy
between uploaded document and orginal Instrument received, the offer would
be summarily rejected.
6

Note for Commercial compliance :In case of items C. and D. of Commercial Compliance, supportive

6.1

working should be enclosed.


Certificates from private individuals for whom such works are executed being
6.2
executed is not acceptable.
7

Eligibility criteria for works tender in respect of partnership firms:in case the tenderer is a partnership firm s , the experience, solvency and turn

7.1
over shall be in the name and style of the firm only.

Page 3 of 7

Run Date Time: 12/09/2016 19:51:25

RANGIYA DIVISION-ENGINEERING/N F RLY


TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

If the tenderer is a partnership firm, all the partners shall be jointly and
7.2

severally liable for successful completion of the work and no request for No

No

Not Allowed

No

Not Allowed

change on the certification of the firm shall be entertained.


During the currency of the contract, no partner of the firm shall be permitted to
7.3

withdraw from partnership business and in such and event it shall be treated No
as breach of trust and abandonment of the contract.

7.4

JOINT VENTURE will not be permitted for the tenders.

No

No

Not Allowed

7.5

Any Conditional offer will be summarily rejected.

No

No

Not Allowed

whom the work has been executed indicating there in the name of work No

No

Not Allowed

No

Not Allowed

For Standard Financial criteria and Standard Technical criteria - Tenderers


are required to submitted authenticated certificate along with the tenders from
officers of government or semi-government/public sector undertakings under
8

executed, value of works/payment details and period during which completed.


Such certificates should have signature and seal of the concerned officer. In
the absence of such certificate the tender may not be considered.
Tender would close at the specified time and date. In case the specified date
9

is declared a holiday, the Tender would close at the same time on the next No
working day.

Special Conditions
S.No. Description

Confirmation Remarks Documents


Required

Allowed Uploading

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

Rly specification, derived from actual profile/cross section, due to shrinkage No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

Assam on total value will be deducted at source from all running bills of the No

No

Not Allowed

No

Not Allowed

ADEN in charge will certify the quality of material.


The contractor should submit proper test certificate of cement to the

2
concerning ADEN before use of cement.
Payment shall be made of cement only after the use of cement and only to the
3
extent it is used.
The materials should conform to IS specification and should bear mark on the
4
product
Rate should be inclusive all royalty charges, taxes, monopoly, fright etc.
5
complete.
Quantities in the schedule are all approximate. These may vary during
6
execution of work.
VAT and other taxes will be deducted on total value as per extant rule at
7
source from all running bills of the contractor before making any payment.
Void should be deducted from gross quantity of earth work in filling as per N.F.
8

even after compaction as per direction of the Engineer.


Quantities included in the above schedule are all approximate. These may
9
vary during execution of work.
The work shall be carried out under supervision of the Engineer or his
10
authorized representative not below the rank of JE/II.
Sales Tax @ 3% in case of VAT Registration Certificate otherwise @ 5% for
11

contractor before making any payment as per extant rule.


OPC Cement of grade 43/53 and approved brand & should be procured by the
12

contractor from the main producer or their authorized stock yard which should No
conform to relevant IS codes.
Page 4 of 7

Run Date Time: 12/09/2016 19:51:25

RANGIYA DIVISION-ENGINEERING/N F RLY


TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

Cement bags ( preferably in paper bag packing ) should bear the following
information in legible markings. (I) Manufacturers Name (ii) Registered trade
13

mark of the manufacturer, if any. (iii) Type of Cement (iv) Weight of each bag No

No

Not Allowed

No

No

Not Allowed

tests which shall be carried out are : ( a) Compressive strength ( b) No

No

Not Allowed

No

No

Not Allowed

Railways Unified Standard Specification, 2010 edition and should be got No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

work along with educational certificate, specimen signature and two copies of No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

work by the contractor at his own cost to ensure minimum loss of time for No

No

Not Allowed

No

Not Allowed

No

No

Not Allowed

securing necessary related work in position against flowing water where these No

No

Not Allowed

No

Not Allowed

in kgs. or number of bag per tonne.(v) Date of manufacture e.g. 30/13 which
means 30th week of 2013.
To ensure quality control, test certificate from the manufacture should be
14
produced by the contractor which should conform to relevant specifications.
Physical and chemical test on cement shoud be as per IS 4031 . Some of the
15

Consistency ( c ) Initial & final setting time ( d) Soundness.


16

All steel sections should conform to relevant IS codes and specifications.


All pipes & fittings should conformed to specification as mentioned in Indian

17

approved by the Engineer before fitting and fixing in position.


Employment of civil Engineering Graduates/Diploma holders by Contractors
18
for Railway works
The Contractor shall employ the following technical staff during the execution
19
of the works:
One graduate Engineer when the cost of the work to be executed is Rs.200
19.1
Lakh and above.
One qualified Diploma holder when the cost of the work to be executed is
19.2
more than Rs.25 lakh but less than Rs.200 lakhs.
The contractor has to submit bio-data of the technical staff, engaged for the
20

recent photograph to the Engineer before commencement of the work.


Technical staff to sign in the field book on daily basis or as per need. They
also to sign on site order book, materials passing register, field test report,
21
cross section sheets and calculation records for earthwork maintained at the
site as and when entries are made in this documents.
Inspecting Railway Official to also record availability of technical staff in the log
22
book and site order book.
All works shall be carried out under traffic without suspension or detention of
23
any trains.
Restriction board will have to be shifted daily according to the progress of
24

trains.
Contractor will have to ensure safety of the workmen during execution of the
25

work. He should also ensure that moving dimensions of trains are not infringed No
by material and equipments.
The contractor should not quote any special condition in his tender, as no

26
special conditon will be entertained by the Railway administrative.
Contractor should make his own arrangement at his own cost for firmly
27

are required to be done.


The contractor will make his own arrangement of light, communication security
28

etc for ensuring round the clock working and also make necessary No
arrangement for safety of passengers.

Page 5 of 7

Run Date Time: 12/09/2016 19:51:25

RANGIYA DIVISION-ENGINEERING/N F RLY


TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

Contractor will have to use approved quality of electrodes. All Electrodes must
29

No

No

Not Allowed

No

No

Not Allowed

of work shall be prepared and test certificate should be obtained from No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

Mistry for progress of work. He should also arrange modern tools & plants like No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

No

No

Not Allowed

be got approved by the ADEN before using for welding.


All pipes & fittings should conformed to specification as mentioned in N.F.
30
Railway GCC/2013 and Railways Unified Standard Specification, 2010 edition.
Specific mix design M-20/25/30/35 of controlled concrete for individual location
31

recognized Engineering college prior to laying of such concrete.


Cost for testing of concrete cubes as and when required for quality control
shall have to be borne by the contractor and the contractor shall not claim any
32
payment against the testing towards consumption of materials like cement,
sand, aggregate and labour charges
Contractor should engaged separate sets of labourer for renewal of
33
sleeper/rail and boxing & packing to ensure simultaneous work.
Spreading of ballast will be done after full quantity of ballast has been supplied
34
and stacked and passed by the Engineer.
The quality of renewals done by the contractor will be evaluated as per
35
IRPWM.
The quality of renewals done by the contractor will be evaluated as per
36
IRPWM.
Rate quoted for welding of rail joints shall be for the works complete in all
respects including finishing of rail joints by hand grinder complete (rail files and
portable grinder or any other suitable tools to achieve good finishing to be
37
arranged by the contractor at his own cost) as well as fitting portion, dry
mould, other accessories and equipments to be sent within a month of
acceptance by truck or any other means.
The contractor will engage adequate and trained labourer, Ex PWI or P.Way
38

rail cutting and drilling machine etc. for better quality of works.
All Reinforcement Steel (TMT Bars) and Structural Steel should be of TATA,
SAIL or similar approved steel Make & should conform to IS:1786 and IS:2062
39
codes

& relevant specifications

vide Rly. Bds

L/No.2007/CE-I/CT/8

dt.01.05.2012.
40

After initial round of packing speed will be raised to 20 KMPH.


First round of packing will start only after maintaining the speed of 20 KMPH

41
for 3 days.
42

Second round of packing the speed will be raised from 20 - 45KMPH.


Second round of packing will start only after maintaining the speed of 45KMPH

43
for 7 days.
Contractor to make / repair the approach road to the working site at his own
44
cost.
Contractor to make / dress the making area for machines movement, casting
45
precast RCC slabs & Segmental box at his own cost.
Admixture in recommended proportions (as per IS 9103) should be used at
46
the time of mixing concrete.
Onece date of block is fixed, it may be changed in that case contractor cannot
47
claim any payment for machinery & other wrok etc.

Page 6 of 7

Run Date Time: 12/09/2016 19:51:25

RANGIYA DIVISION-ENGINEERING/N F RLY


TENDER DOCUMENT
Tender No: 25-ENGG-RNY-2016-17-03

Closing Date/Time: 18/10/2016 13:00

Contractor shall collect necessary transit passes (TPS) for Boulder/Timber


48

from the Competent Authority/State Govt. and submit those TPS to the No

No

Not Allowed

No

Not Allowed

Assistant Engineer before recording of measurement for payment.


Verification of Forest Royalty Clearance Certificate (FRCC) issued from State
49

No
Government should be submit to the Asst. Engineer as per CVO/MLGs letter.

Undertakings
S.No. Description

Confirmation Remarks Documents


Required

Allowed Uploading

No

No

I/ We have visited the works site and I / We am / are aware of the site
1

Not Allowed

conditions.

6. Documents attached with tender


S.No.

Document Name

Document Description

TD_E-NIT_25_ENGG_161

Tender document
17(Sl.NO.03).pdf

Signed By: JITENDRA PAL SINGH


Designation : Sr.DENCo

Page 7 of 7

Run Date Time: 12/09/2016 19:51:25

You might also like