GTL GS Rob

Download as pdf or txt
Download as pdf or txt
You are on page 1of 15

GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

CPM/GSU/GTL acting for and on behalf of The President of India invites E-Tenders against Tender No GTL-GSU-ROB-192-47 Closing
Date/Time 30/01/2024 11:00 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 : GOOTY- WADI Section: Proposed construction of two lane Road
Name of Work Over Bridge in lieu of Manned LC 192 @ km 475/9-0 between Aspari- Nagarur.(TWO
PACKET SYSTEM)
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 30/01/2024 11:00 Date Time Of Uploading Tender 04/01/2024 18:52
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 408426597.54 Tendering Section TENDER
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 2192100.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 18 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 16/01/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule A-BRIDGE WORKS- USSOR 2021 100304415.99
Below/Par
Please see Item Breakup for details. 2651280.00 AT Par 2651280.00
1
Description:- EARTHWORK
Please see Item Breakup for details. 54916692.59 AT Par 54916692.59
2
Description:- BRIDGE WORKS - SUBSTRUCTURE
Please see Item Breakup for details. 33479212.34 AT Par 33479212.34
3
Description:- BRIDGE WORKS - SUPERSTRUCTURE - RCC
Please see Item Breakup for details. 7669231.97 AT Par 7669231.97
4
Description:- BRIDGE WORKS - SUPERSTRUCTURE - STEEL
Please see Item Breakup for details. 1566215.41 AT Par 1566215.41
5
Description:- BRIDGE WORKS - MISC
Please see Item Breakup for details. 21783.68 AT Par 21783.68
6
Description:- LEVEL CROSSINGS

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule B-FABRICATION OF STEEL WORK- USSOR 2021 74356075.98
Below/Par
041011 522.00 MT 142444.59 74356075.98 AT Par 74356075.98

Pa g e 1 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

1 Description:- Supplying, fabrication, assembling of all types of steel girders of specified spans with structural
steel conforming to Quality "B0" Grade Designation E250 conforming to IS:2062, erection / slewing / end
launching of steel girders with cranes or any other approved launching methods as per site conditions (not
requiring traffic block) on sub-structure including provision of trolley refuges etc., complete as per approved QAP
and drawings conforming to IRS-B1-2001 and other relevant codes and specifications. Note: 1. Detailed
fabrication and erection drawings & launching methodology will be prepared by the contractor and got approved
from Railway. 2. The rate is all inclusive including launching in position, complete in all respect except cost of (i)
Painting / Metalising; (ii) Bearings & (iii) HSFG bolts which shall be paid extra under relevant item. 3. The payment
shall be made on the theoretical weight of main components and gusset plates only. 4. Payment Schedule: (i)
Receipt of material at site: 40% (ii) Fabrication of girders: 20% (iii) Erection/Launching: 20% (iv) Completion in all
respects: 20% Plate Girder/Semi Through Girder/Composite Girder (Steel Work)

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule C-STEEL REINFORCEMENT- USSOR 2021 157351791.13
Below/Par
025082 1601219.00 Kg 98.27 157351791.13 AT Par 157351791.13

1 Description:- Supply of steel reinforcement of approved brands/makes for R.C.C. work including straightening,
cutting, bending, placing in position and binding all complete. Thermo-Mechanically Treated bars of grade Fe-
500D or more of approved brands/makes.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Above/
Schedule D-CEMENT- USSOR - 2021 51693683.82
Below/Par
025072 7122.00 MT 7258.31 51693683.82 AT Par 51693683.82
1 Description:- Supply and using Cement at Worksite Ordinary Portland Cement 53 grade of approved
brands/makes

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule E-ROAD WORKS AND MIS- CPWD - 2021 15195916.40
Below/Par
Please see Item Breakup for details. 1737482.45 (-) 20.00 1389985.96
1
Description:- FINISHING
Please see Item Breakup for details. 17257413.05 (-) 20.00 13805930.44
2
Description:- ROAD WORK

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule F- NS ITEMS 9524714.22
Below/Par
NS 222.00 MT 14244.46 3162270.12 AT Par 3162270.12
1 Description:- Extra over item no. 041011 for launching girders under traffic block 10% of item no. 041011 item
no. 1 ( Payment will be made for the quantity involved for launching of girders for the main span only )
NS 3450.00 Sqm 1058.75 3652687.50 AT Par 3652687.50
Description:- Construction of reinforced earth retaining wall including excavation for foundation (including sheet
piling, refilling of trenches, disposal of surplus earth with all lead and lift, dewatering), foundation concrete and
2 cement concrete grooved sealing in foundation for facing elements and placement, assembling joining and laying
of reinforcing element complete including geotextile and rubber pad . The item shall be payable only after back
filling behind the wall is completed by granular materials duly watered, rolled and completed ( Back filling behind
the facing element shall be paid separately, providing of precast facia elements of M-35 RCC ( Steel and cement
shall be paid separately in the relevant schedule).
NS 15420.00 Sqm 175.73 2709756.60 AT Par 2709756.60

3
Pa g e 2 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12
GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

3 Description:- Arranging and providing required land ( upto two years ) for construction of diversion roads /
Service roads of facilitate construction of approach roads, subways, Road Over bridges etc., in relation to
construction of ROB/RUBs till completion of construction of proposed ROB/RUB from Private land owners on
licencing/leasing/purchase including necessary charges for same, charges for notary, deeds, legal fees, survey
demarcation, etc., including compensation for crops/ plants etc., all necessary agreements with Private land
owners shall be done by contractor and obtain no claim certificate before start of works and after completion of
works from land owners(Payment for construction and removal of diversion/service roads will be paid separately
in relevant items of USSOR of unit rate : per sqm per two years.

3. ITEM BREAKUP

Schedule Schedule A-BRIDGE WORKS- USSOR 2021


Item- 1 EARTHWORK
S No. Item Description of Item Unit Qty Rate Amount
No
Earthwork in filling in embankment, guide bunds,
around buried type abutments, bridge gaps, trolley
refuges, platforms etc. with contractor's own earth
conforming to Soil Quality Class SQ1/SQ2/SQ3, after
preparation of foundations as applicable, benching in
existing banks wherever required, spreading in layers
with motor grader, bringing the moisture content to
OMC, mechanical compaction to specified density
a n d dressing of bank to final profile as per RDSO
Specifications: RDSO/2020/GE: IRS-0004 with latest
correction slips. Note: 1) Foundation preparation,
Benching including additional earthwork on account
of this, wherever required, shall be paid extra under
relevant schedule item for benching. 2) Payment for
Earthwork under this item shall be made based on
the cross section measurements calculated (i) with
original ground profile of existing bank based on initial
ground levels before doing benching and (ii) final
profile of the bank worked out with final levels as per
prevailing guidelines.
1 011031 Using Soil Class SQ1 cum 12000.00 220.94 2651280.00
Total 2651280.00
Item- 2 BRIDGE WORKS - SUBSTRUCTURE
S No. Item Description of Item Unit Qty Rate Amount
No
Earthwork in excavation by mechanical means
(Hydraulic Excavator)/Manual Means for foundations
and floors of the bridges, retaining walls etc. including
setting out, dressing of sides, ramming of bottom,
getting out the excavated material, back filling in
layers with approved material and consolidation of
the layers by ramming and watering etc. including all
lift, disposal of surplus soil up to a lead of 300m, all
types of shoring and strutting with all labour and
material complete as per drawing and technical
specification as directed by Engineer in charge. Note:
This item will be used for excavation work in
connection with other miscellaneous works also like
side drains, foundation for OHE masts and other
miscellaneous structures in connection with Gauge
Conversion, Doubling, New lines.
1 022011 All kinds of soils cum 5160.00 189.63 978490.80
2 022012 Soft rock (not requiring blasting) cum 1000.00 387.70 387700.00
3 022013 Hard rock (requiring blasting) cum 1000.00 708.17 708170.00

Pa g e 3 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

Providing and laying in position Plain cement


concrete of specified Nominal Mix for miscellaneous
works like side drains, foundation for OHE masts and
other miscellaneous structures excluding the cost of
Cement, centering and shuttering - All work up to
plinth level :
4 022031 1:1½:3 (1 Cement: 1½ coarse sand (zone-III) : 3 cum 200.00 2509.53 501906.00
graded stone aggregate 20 mm nominal size)
5 022040 Providing and laying in position machine batched, cum 4036.00 2646.72 10682161.92
machine mixed and machine vibrated Cement
Concrete of specified grade as per approved Design
Mix (mixed in Mobile Concrete Batching/Mixing Plant
at site or RMC from approved plants) using 20mm
graded crushed stone aggregate and coarse sand of
approved quality in RCC raft foundation & Pile cap
including finishing, using Plasticiser in approved
proportions (as per IS:9103), to modify workability
without impairing strength and durability complete as
p e r specifications and direction of the Engineer in
charge. Note: 1. Payment for cement, reinforcement
and shuttering shall be made extra under relevant
item. 2. Plasticiser shall invariably be used in
approved proportion to increase workability with
minimum possible quantity of cement for all grade of
Design Mix Concrete unless it is specifically approved
citing reasons for not using plasticiser at the stage of
Mix Design and in that case deduction shall be made
as per relevant item.
Providing and laying in position machine batched,
machine mixed and machine vibrated Cement
Concrete of specified grade as per approved Design
Mix (mixed in Mobile Concrete Batching/Mixing Plant
at site or RMC from approved plants) using 20mm
graded crushed stone aggregate and coarse sand of
approved quality for the following Reinforced cement
concrete structural elements up to height of 9.0 m
from foundation top level, including finishing, using
Plasticiser in approved proportions (as per IS:9103),
to modify workability without impairing strength and
durability complete as per specifications and direction
of the Engineer in charge. No te : 1. Payment for
cement, reinforcement and shuttering shall be made
extra under relevant item. 2. Plasticiser shall
invariably be used in approved proportion to increase
workability with minimum possible quantity of cement
for all grade of Design Mix Concrete unless it is
specifically approved citing reasons for not using
plasticiser at the stage of Mix Design and in that case
deduction shall be made as per relevant item.
6 022051 Abutment & Pier cum 1687.00 2718.70 4586446.90
7 022052 Wing wall and Return wall cum 155.00 2718.70 421398.50
8 022053 Abutment cap, Pier Cap, Inspection Platform & cum 787.00 2754.70 2167948.90
Pedestal over Pier cap, Fender wall, Diaphragm wall
etc.
9 022054 Approach slab at formation level, Dirt wall/ ballast wall cum 2344.00 2682.71 6288272.24
at formation level
10 022060 Providing and laying Plain Cement Concrete 1:3:6 cum 215.00 2599.66 558926.90
with graded stone aggregate of 40mm 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.

Pa g e 4 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

11 024010 Providing and casting machine batched, machine cum 1190.00 2911.40 3464566.00
mixed and machine vibrated Cement Concrete of
specified grade as per approved Design Mix, mixed in
Mobile Concrete Batching/Mixing Plant at site or RMC
from approved plants, (Cast in-Situ/Pre-cast) in
bottom/top slab, side walls, toe wall and sumps
haunch filling head walls, thrust bed or any other
component using 20mm graded crushed stone
aggregate and coarse sand of approved quality of
RCC box of any size including finishing, Plasticiser in
approved proportions (as per IS:9103), to modify
workability without impairing strength and durability,
complete as per drawings and technical specifications
as directed by Engineer in charge. Note: 1. Payment
for cement, reinforcement and shuttering shall be
made extra under relevant item. 2. Plasticiser shall
invariably be used in approved proportion to increase
workability with minimum possible quantity of cement
for all grade of Design Mix Concrete unless it is
specifically approved citing reasons at the stage of
Mix Design and in that case deduction shall be made
as per relevant item.
Centering and shuttering including strutting, propping
etc. and removal of form for :
12 025031 All types of bridge sub-structures, e.g. pier, abutment, Sqm 4207.00 605.99 2549399.93
wing wall, retaining wall, RCC box type foundations,
Abutment cap, Pier Cap, Inspection Platform &
Pedestal over Pier cap, Fender wall, Diaphragm wall
etc. up to 5m above ground level
13 025032 All types of bridge super-structures, e.g. slabs, I- Sqm 27300.00 788.17 21517041.00
girders, T-girders, Box girders etc. up to 5m above
ground level.
14 025033 Extra for additional height over item no. 025031 & Sqm 1065.00 97.90 104263.50
025032 wherever required with adequate bracing,
propping etc. over initial height of 5 metres for every
additional height of 1 metre or part thereof.
Total 54916692.59
Item- 3 BRIDGE WORKS - SUPERSTRUCTURE - RCC
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 5 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

1 031020 Providing and launching in position machine batched, cum 4630.00 2646.72 12254313.60
machine mixed and machine vibrated Cement
Concrete of specified grade as per approved Design
Mix (mixed in Mobile Concrete Batching/Mixing Plant
at site or RMC from approved plants) using 20mm
graded crushed stone aggregate and coarse sand of
approved quality for the Precast Prestressed (Post-
tensioned) Concrete Girder/Box Girders/Slabs in
contactor's casting yard in the vicinity of worksite,
including finishing, using Plasticiser in approved
proportions (as per IS:9103), to modify workability
without impairing strength and durability, complete as
p e r drawings, specifications and direction of the
Engineer. Note: 1. Payment for Shuttering, Cement,
Reinforcement, HTS cables, Sheathing, Anchorage
Cones, stressing of cables, grouting of the ducts and
launching of girder/slab in position shall be made
extra under relevant items. However, deduction shall
be made in case of slab as per relevant item. 2. For
pre-cast item, loading in transport vehicle in casting
yard is included and shall not be paid extra. 3.
Plasticiser shall invariably be used in approved
proportion to increase workability with minimum
possible quantity of cement for all grade of Design
Mix Concrete unless it is specifically approved citing
reasons at the stage of Mix Design and in that case
deduction shall be made as per relevant item.
2 031040 Providing, fabricating & fixing in position to exact MT 45.00 205387.39 9242432.55
design profiles, H.T.S. cables of all classification
made from Low Relaxation strands conforming to
IS:14268- latest version in Prestressed (Post-
tensioned) Concrete girders/slabs etc. including
supplying, cutting, making into cables with necessary
spacers, colour coding, protecting with water soluble
oil at all time, anchoring of cables, supplying and
placing spiral corrugated type galvanized metal steel
ducts sheathing made up of Cold Rolled Cold
Annealed (CRCA) mild steel conforming to IS:513 of
required diameter/ thickness, vent pipe, placing,
bending, routing, fixing, stressing & grouting of cable
ducts with cement grout, Anchorage sets in required
number with provision for future prestressing if any
including all lead and lift with contractor's own
materials, labour, equipments etc. complete as per
drawings & specifications. Rate also includes
covering anchorage pads with epoxy mortar of
approved quality to avoid corrosion. Cement for
grouting to be paid separately. Payment shall be
made in terms of weight of HTS cables as per
drawing.
3 031090 Design, manufacturing, supplying and fixing in Cubic 8100000.00 1.20 9720000.00
position elastomeric bearing true to line and level Centimetre
conforming to IS:3400, IS:226, BS-5400 under
prestressed concrete girders/ Steel Girders, for Pre-
cast as well as cast-in-situ girders as per approved
drawing. The rate shall include cost of load test of
one no. bearing from Railway approved firms and all
fixing materials, equipments, machineries, labour,
taxes, loading, unloading, leading, lifting etc.
complete. Rates include getting the drawing
approved from Railway and cost of inspection during
manufacturing from railway approved
organization.Note : 1. The rate is for finished item
complete and paid only after fixing in position below
the girder. 2. The volume shall be as given in the
drawing and no deduction shall be made for inserted
steel plates etc.

Pa g e 6 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

Providing and fixing in position of standard preformed


sealed and slab type or strip seal elastomeric type
expansion joints for Railway bridge or Road Over
Bridges as per approved drawings and latest
MORTH/IRC specifications complete in all respect as
directed by Engineer in-charge.
4 031101 For 40mm expansion Metre 171.00 6148.89 1051460.19
Providing and fixing in position GI Drainage Spouts of
required length with Grating in RCC slab and filling
bitumen along kerb as shown in drawing with
contractor's pipes, bitumen, tools, equipment, lead,
lifts etc. complete as per specifications and as
directed by Engineer in-charge.
5 031192 100mm dia. Drainage Spouts Metre 554.00 1142.50 632945.00
6 031210 Supplying and laying 160mm dia. PVC Pipes Class-I, Metre 1100.00 525.51 578061.00
capable for a pressure of 2.5 kg/sqm in footpath of
ROB for laying cable with all contractor's materials
labour, tools, plant, machinery, vehicles,
consumables, lead, lift etc. complete as per
specifications and as directed by Engineer in-charge.
Total 33479212.34
Item- 4 BRIDGE WORKS - SUPERSTRUCTURE - STEEL
S No. Item Description of Item Unit Qty Rate Amount
No
Metallizing of steel work of girders with sprayed
aluminium after surface preparation by Sand/grit
blasting, followed by one coat of etch primer
(IS:5666) & one coat of Zinc Chrome primer (IS:104)
and two coats of aluminium paint (IS:2339) with all
labour, T&P and material as a complete job duly
conforming to all relevant specifications and process
given under Clause 39 of IRS-B1-2001. Note:
Nominal Thickness of sprayed Aluminium coating
shall be 150 microns. DFT of Zinc chrome primer
shall be 25-30 microns and DFT of each coat of
Aluminium paint shall be 12-14 microns.
1 041041 On new girder during fabrication Sqm 2165.00 630.31 1364621.15
2 041050 Providing and fixing railing used in rows for footpath Kg 35577.00 105.11 3739498.47
or anti-crash barrier railing with B class G.I. pipe
65/50 mm nominal dia including cost of M.S. angle
and channels in vertical posts, welding / bolting,
priming painting with one coat ready mix Zinc
Chromate conforming to IS:104 with DFT of 25-
30Microns, followed by one coat of Zinc Chrome red
oxide conforming to IS:2074 with DFT of 25 Microns
with all material, labour, T&P as a complete job. Note:
Cost of painting shall be paid extra under relevant
item.
3 041060 Supplying and fixing M.S. Angles 65mmx 65mmx Kg 2145.00 118.13 253388.85
8mm or any other size conforming to IS:2062 in the
nosing of steps of stair cases of Foot Over Bridges
including provision of 10mm dia, anchor bar 600mm
c/c and fixing with main girder with M.S. flat, making
anti-slip arrangements over the top of nosing as per
approved scheme given by Engineer in charge with
all material, labour, T&P as a complete job.

Pa g e 7 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

Design, supply, fitting and fixing in position true to line


and level POT-PTFE bearing of 300MT Capacity,
consisting of a metal piston supported by a disc or un
reinforced elastomer confined within a metal cylinder,
sealing rings, dust seals, PTFE surface sliding
against stainless steel mating surface, complete
assembly to be of cast steel / fabricated structural
steel, metal and elastomer elements complete as per
IS:2062, IS:1030, AISI:304, AISI:316, IS:6911,
BS:3784, IS:3400, IS:226, BS-5400, Bridge Code and
as per approved drawing and Technical
Specifications. The design of the bearings shall be
submitted by the manufacturers / contractor and got
approved from Railway before fixing. Test report after
inspection of the bearings shall be submitted and got
approved before the materials are lifted from the
manufacturer premises.
4 041121 POT-cum -PTFE Bearing (Free end) Each 10.00 123210.90 1232109.00
5 041122 POT Bearing-Fixed Type Each 10.00 107961.45 1079614.50
Total 7669231.97
Item- 5 BRIDGE WORKS - MISC
S No. Item Description of Item Unit Qty Rate Amount
No
1 052040 Supply and laying of coarse sand including cum 130.00 1984.58 257995.40
consolidation with all labour, lead, lift, tools, plants,
crossing of tracks as per drawing and technical
specification as directed by the Engineer in charge in
case loose slush is encountered at site of foundation
before casting the foundation or laying the filtering
media.
2 052210 Providing cast in situ bridge number plaques as per Each 2.00 744.16 1488.32
Railway drawing in cement concrete 1:2:4 mix using
20mm hard stone aggregate embedded in 30mm
notch in Bridge parapet coping duly engraving the
letter and figures and an arrow indicating the
direction of flow and finishing the top exposed surface
with cement mortar 1:3, painting letters and figures
with two coats of black enamel paint on two coats of
white background with all labour, tools, cement, paint
etc. with all leads and lifts.
3 052220 Providing cast in-situ plaques for bridge foundations Each 15.00 1148.22 17223.30
details of size 45cmx45cmx5cm in cement concrete
1:2:4 mix using 20mm hard stone aggregate
embedded in 30mm deep notch over abutment &
piers, engraving the letters & figures with CM 1:3 and
finished smooth including painting letters and figures
with 2 coats of black enamel and plaque with white
enamel with all labour, tools, cement, paint, curing
etc. as a complete job.
4 052240 Supplying, spreading and filling coarse sand (no cum 600.00 2109.60 1265760.00
cohesive materials to be used) of approved quality
including watering and ramming in foundation, behind
the abutment, wing wall, retaining wall in layers not
exceeding 150mm thick including its compaction as
per direction of Engineer-in-charge. The rate includes
all lead, lift, ascent, descent, crossing of Railway line
etc. complete with contractor's labour, materials, tools
and plant.

Pa g e 8 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

Designing and developing Detailed structural and


w o r k i n g Drawings for following items for
ROB/RUB/Bridge based on Railway's approved
GADs, duly collecting necessary data from Railways
and R&B authorities, duly designing members and
submission of check plot duly getting proof-checked
by Railway approved institutes, submitting for
Railway's verification and approval, making
corrections duly incorporating suggestions in
drawings/designs, further submission of original in
transparent film paper and soft copy (CD) for
Railways approval etc. with contractor's technical
expertise and instruments, labour, consumables,
repeatedly attending till final approval etc., complete
as directed by Engineer in-charge.
5 053013 Foundation and sub-structure for RCC retaining wall, Set 1.00 23748.39 23748.39
abutment and approach slab
Total 1566215.41
Item- 6 LEVEL CROSSINGS
S No. Item Description of Item Unit Qty Rate Amount
No
1 186060 Provision of one Asphalt Speed Breaker Rumble Strip RM 32.00 680.74 21783.68
on each side of the approaches of manned level
crossings as per approved drawing including painting
two coats with paint of approved quality and colour.
Total 21783.68
Schedule Schedule E-ROAD WORKS AND MIS- CPWD - 2021
Item- 1 FINISHING
S No. Item Description of Item Unit Qty Rate Amount
No
13.0 FINISHING
13.44S EXTERIOR FINISHING
Finishing with Deluxe Multi surface paint system for
13.48 interiors and exteriors using Primer as per
manufacturers specifications :
13.48.1 Two or more coats applied on walls @ 1.25 ltr/10 Sqm 10931 158.95 1737482.45
1 sqm over and including one coat of Special primer
applied @ 0.75 ltr /10 sqm
Total 1737482.45
Item- 2 ROAD WORK
S No. Item Description of Item Unit Qty Rate Amount
No
16.0 ROAD WORK
16.1S ROADS
16.1 Preparation and consolidation of sub grade with Sqm 428 180.5 77254
power road roller of 8 to 12 tonne capacity after
excavating earth to an average of 22.5 cm depth,
1 dressing to camber and consolidating with road roller
including making good the undulations etc. and re-
rolling the sub grade and disposal of surplus
earthwith lead upto 50 metres.
16.40S SEAL COAT
16.40 Providing and laying seal coat of premixed fine Sqm 8662 79.85 691660.7
aggregate ( passing 2.36 mm and retained on 180
micron sieve) with bitumen using 128 kg of bitumen
2 of grade VG - 10 bitumen per cum of fine aggregate
and 0.60 cum of fine aggregate per 100 sqm of road
surface, including rolling and finishing with road roller
all complete.
16.49S MISCELLANEOUS

Pa g e 9 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

Providing and laying Dense Graded Bituminous


Macadam using crushed stone aggregates of
specified grading, premixed with bituminous binder
and filler, transporting the hot mix to work site by
tippers, laying with paver finisher equiped with
16.54
electronic sensor to the required grade, level and
alignment and rolling with smooth wheeled, vibratory
and tandem rollers as per specifications to achieve
the desired compaction and density, complete as per
specificatons and directions of Engineer-in-Charge.
16.54.2 50 to 100 mm average compacted thickness with cum 650 9930.95 6455117.5
bitumen of grade VG-30 @ 5% (percentage by weight
3 of total mix) and lime filler @ 2% (percentage by
weight of Aggregate) prepared in Drum Type Hot Mix
Plant of 60-90 TPH capacity.
Providing and laying Bituminous concrete using
crushed stone aggregates of specified grading,
premixed with bituminous binder and filler,
transporting the hot mix to work site by tippers, laying
with paver finisher equiped with electronic sensor to
16.57
the required grade, level and alignment and rolling
with smooth wheeled, vibratory and tandem rollers to
achieve the desired compaction and density as per
specification, complete and as per directions of
Engineer-in-Charge.
16.57.1 40/50 mm compacted thickness with bitumen of cum 650 10870.75 7065987.5
grade VG-30 @ 5.5% (percentage by weight of total
4 mix) and lime filler @ 3% (percentage by weight of
Aggregate) prepared in Batch Type Hot Mix Plant of
100-120 TPH capacity.
16.62 Providing and applying 2.5 mm thick road marking Sqm 448 623.8 279462.4
strips (retro- reflective) of specified shade/ colour
using hot thermoplastic material by fully/ semi
automatic thermoplastic paint applicator machine
fitted with profile shoe, glass beads dispenser,
5 propane tank heater and profile shoe heater, driven
by experienced operator on road surface including
cost of material, labour, T&P, cleaning the road
surface of all dirt, seals, oil, grease and foreign
material etc. complete as per direction of Engineer-in-
charge and accordance with applicable specifications.
Construction of granular sub-base by providing close
graded Material conforming to specifications, mixing
in a mechanical mix plant at OMC, carriage of mixed
material by tippers to work site, for all leads & lifts,
16.78 spreading in uniform layers of specified thickness with
motor grader on prepared surface and compacting
with vibratory power roller to achieve the desired
density, complete as per specifications and directions
of Engineer-in-Charge.
16.78.2 With material conforming to Grade-II (size range 53 cum 428 2775.65 1187978.2
6
mm to 0.075 mm ) having CBR Value-25
16.79 Providing, laying, spreading and compacting graded cum 535 2803.65 1499952.75
stone aggregate (size range 53 mm to 0.075 mm ) to
wet mix macadam (WMM) specification including
premixing the material with water at OMC in for all
leads & lifts, laying in uniform layers with mechanical
7
paverfinisher in sub- base / base course on well
prepared surface and compacting with vibratory roller
of 8 to 10 tonne capacity to achievethe desired
density, complete as per specifications and directions
of Engineer-in-Charge.
Total 17257413.05

4. ELIGIBILITY CONDITIONS

Pa g e 10 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

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 March of the Next Year. Allowed
1 No No
However, for Turnover Criteria, the Financial Year as applicable to the (Mandatory)
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
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
Allowed
1 evaluate the technical eligibility of tenderer, only components of work as stipulated in No No
(Mandatory)
tender documents for 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

Pa g e 11 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

Defination of Similar Work :- Any Civil Engineering work consisting of construction of


1.1 steel and/or composite girders bridges on substructure with (a) open/pile/well foundation No No Not Allowed
or (b) pile/well foundation or (c) well foundation

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.

Pa g e 12 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

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
The Bid Security shall be deposited either in cash through e-payment gateway
Allowed
1 or submitted as Bank Guarantee bond from a scheduled commercial bank of No No
(Optional)
India or as mentioned in tender documents
1.1The Bank Guarantee bond shall be as per Annexure-J and shall be valid for
a period of 90days beyond the bid validity period. The name of the Benificeiry
should be Senior Divisional Finance Manager, South Central Railway,
Guntakal. In case, submission of Bid Security in the form of Bank Guarantee,
following shall be ensured: (i)A scanned copy of the Bank Guarantee shall be
uploaded on e-Procurement Portal (IREPS) while applying to the tender.
(ii)The original Bank Guarantee should be delivered in person to the official
nominated as indicated in the tender document before closing date for
submission of bids (ie. Excluding the last date of submission of bids).(iii)Non
submission of scanned copy of Bank Guarantee with the bid on e-tendering
portal (IREPS) and/or non submission of original Bank Guarantee within the
specified period shall lead to summary rejection of bid. (iv)The Tender Security
shall remain valid for a period of 90 days beyond the validity period for the
Allowed
2 Tender. (v)The details of the BG, physically submitted should match with the No No
(Optional)
details available in the scanned copy and the data entered during bid
submission time, failing which the bid will be rejected (vi)The Bank Guarantee
shall be placed in an envelope, which shall be sealed. The envelope shall
clearly bear the identification "Bid for the ***** Project" and shall clearly indicate
the name and address of the Bidder. In addition, the Bid Due Date should be
indicated on the right hand top corner of the envelope. (vii)The envelope shall
be addressed to the officer and address as mentioned in the tender document.
(viii)If the envelope is not sealed and marked as instructed above, the Railway
assumes no responsibility for the misplacement or premature opening of the
contents of the Bid submitted and consequent losses, if any, suffered by the
Bid d e r NOTE : BANK GUARANTEE HAS TO BE SUBMITTED BY AN
AUTHORIZED PERSON ALONG WITH WITH ID PROOF AND
AUTHORIZATION LETTER ISSUED BY BIDDER
Tenderer should submit MASTER CHECK LIST as documentary proof as per Allowed
3 No No
Annexure at 'Documents attached with tender" (Optional)
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
4 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

Pa g e 13 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The Defect Liability Period (DLP) shall be 36 months for the works consisting
of construction of (i) Buildings, Roads, RCC Tanks, Platform Walls/Surface,
concrete/masonry drains, Bridges including FOB/ROBs or major
repair/painting of important Bridges unless specifically mentioned otherwise.
Only after successful completion of Defective Liability period (PCE/SC office
1 letter W.496/Policy/Vol.IX dated 02.06.2023, annexure at Documents attached No No Not Allowed
with the tenderer) by the Contractor, SD money shall be released after
deductions, if any due to failure on the part of the Contractor. On submission
of "Indemnity Bond" in the Format enclosed, SD money may be released after
12 months from the date of issue of completion certificate provided no defects
have been observed in the work executed during 1st year of DLP
The documents attached to the tender document should be clear and legible
2 No No Not Allowed
for evaluation of tenders. Illegible copies will not be considered for evaluation.
All the Tenderers are requested to go through the tender document/conditions
3 attached to this tender and shall submit all the required documents as per No No Not Allowed
latest IRGCC read with correction slips from time to time.
SCOPE OF WORK : The works included in the tender/contract shall be
executed in connection with Proposed construction of Road Over Bridge in lieu
4 No No Not Allowed
of LC no. 123-A at km 263/3-4 as 1 x 30.00 CWG+ 1X 44.50 M CWG + 1 x
30.00 ( Bridge proper portion) and 6+5 x 30.M PSC GIRDERS on approaches
WHENEVER CONFLICT IN THE RULE POSITION THE LATEST DOCUMENT
5 No No Not Allowed
WILL PREVAIL OVER EARLY ONE

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
DETAILED LATEST POSTAL ADDRESS WITH PIN-CODE AND TWO Allowed
1 No No
CONTACT NUMBERS (Optional)
(a)For Proprietary firm PAN CARD & GST Certificate and (b) For Partnership,
JV, Registered Company, etc., required document substantiating the claim like Allowed
2 No No
Partnership deed, Article of association, MOU, JV agreement, GST Certificate (Mandatory)
& PAN CARD
Allowed
3 Engineering Organization in Annexure-A No No
(Optional)
Allowed
4 List of plants and Machinery in Annexure B No No
(Optional)
Allowed
5 List of works completed during last 3 financial years in Annexure C No No
(Optional)
Allowed
6 NEFT Mandate form No No
(Optional)
Allowed
7 List of works on hand with tenderer in Annexure D No No
(Optional)
Certificate to be uploaded by tenderer along with the tender documents in
Annexure-G. In case of other than company/Proprietary Firm, Annexure-G(A)
Allowed
8 shall also be submitted by the each member of a Partnership firm/ Joint No No
(Mandatory)
Venture(JV)/Hindu Undivided Family(HUF)/ Limited Liability Partnership(LLP)
etc.,

6. Documents attached with tender

S.No. Document Name Document Description


1 GENERALCONDITIONS192_3.pdf GENERAL CONDITIONS
2 GENERALCONDITIONSOFCONTRACT-APRIL-2022.pdf IRGCC

Pa g e 14 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12


GUNTAKAL DIVISION-GATI SHAKTI/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: GTL-GSU-ROB-192-47 Closing Date/Time: 30/01/2024 11:00

3 AdvanceCorrectionSlipNo.1GCC-2022.pdf ACS 1
4 AdvanceCorrectionSlipNo.2GCC-2022.pdf ACS 2
5 AdvanceCorrectionSlipNo.3GCC-2022.pdf ACS 3
6 AdvanceCorrectionSlipNo.4GCC-2022_1.pdf ACS 4
7 AdvanceCorrectionSlipNo.5GCC-2022.pdf ACS 5
8 MASTERCHECKLIST.pdf MASTER CHECK LIST
9 GATISHAKTIMASTERDOCUMENT.pdf GATI SHAKTI MASTER DOCUMENT
10 SPECIALCONDITIONSFINAL.pdf SPECIAL CONDITIONS
11 EQUIPMENTCLAUSE.pdf EQUIPMENT CALUSE
12 NewBrandsason24-05-2022.pdf APPROVED BRANDS
13 SPECIALCONDITIONSFORGALVANIZATION.pdf SPECIAL CONDITIONS FOR GALVANI
SPECIALCONDITIONSFORLAUNCHINGOFGIRDERS-
14 LAUNCHING OF GIRDERS
1.pdf
15 SPECIALCONDITIONSFORMETALISATION.pdf SPECIAL CONDITIONS FOR MATALISA
16 SPECIFICATIONFORSTEELFABRICATION.pdf CONDITIONS FOR FABRICATION
17 WELDINGCONDITIONS.pdf WELDING CONDITIONS
18 specialtenderconditionsofconcretemixdesign_organized.pdf SPECIAL CONDITIONS FOR CONCRETE MIX
19 EarthWork-SpecialConditions.pdf SPECIAL CONDITIONS FOR EARTH
20 DefectsLiability02-06-2023.pdf DEFECTIVE LIABILITY

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: RAMESH BABU SIRIGUDI

Designation : Dy.CE

Pa g e 15 o f 15 Ru n Da te/Time: 0 4/0 1/2 0 2 4 18 :5 2 :12

You might also like